Loading...
HomeMy WebLinkAbout20233232.tiffRESOLUTION RE: APPROVE BILL OF SALE AND INVOICE TERMS AND CONDITIONS FOR EMERGENCY PURCHASE OF SLIDING AXEL TRAILER, AND AUTHORIZE CHAIR AND CONTROLLER TO SIGN ANY NECESSARY DOCUMENTS - TRANSWEST TRUCK TRAILER RV WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Bill of Sale and Invoice Terms and Conditions for the Emergency Purchase of a Sliding Axel Trailer between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Departments of Fleet Services and Public Works, and Transwest Truck Trailer RV, to purchase, on an emergency basis, the following new trailer: Year 2024 Make Trail King Model TK110SA 3 Axel Stock Number 3N1173 WHEREAS, the Director of the Department of Fleet Services inspected the trailer and found it to be in new condition, and WHEREAS, the Director of the Department of Public Works concurs the trailer will meet the needs of the department, and WHEREAS, the Chief Financial Officer has advised the Board there are funds in the 2024 budget to purchase the trailer, and WHEREAS, after review, the Board deems it advisable to approve said Bill of Sale and Invoice Terms and Conditions, a copy of which is attached hereto and incorporated herein by reference, for the purchase of a new trailer as stated above at a total cost of $120,093.50, from Transwest Truck Trailer RV. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, the Bill of Sale and Invoice Terms and Conditions for the Emergency Purchase of a Sliding Axel Trailer between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Departments of Fleet Services and Public Works, and Transwest Truck Trailer RV, as stated above, for a total cost of $120,093.50, be, and hereby is, approved on an emergency basis. cc: FT(D5/FA), \CT(c?/cb) Pug., PW(GH/DN/3'I4) /o3 /23 2023-3232 EG0081 FT0003 BILL OF SALE AND INVOICE TERMS AND CONDITIONS FOR EMERGENCY PURCHASE OF SLIDING AXEL TRAILER - TRANSWEST TRUCK TRAILER RV PAGE 2 BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign any necessary documents and the authority to sign any necessary transfer documents, be, and hereby is, delegated to the Weld County Controller to sign as the agent for the Weld County Board of Commissioners, Weld County, Colorado. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 30th day of October, A.D., 2023. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: d,,/r4) ';ok Weld County Clerk to the Board BY:' APP ounty ""orney Date of signature: Mike F man, Chair 2023-3232 EG0081 FT0003 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Emergency Vehicle Purchase DEPARTMENT: Fleet Services on behalf of Public Works PERSON REQUESTING: David Springer DATE: 10/17/2023 Brief description of the problem/issue: Fleet Services needs to purchase a replacement trailer for Public Works, Pavement Management Division. The trailer this will be replacing (15660007) has been removed from service due to unrepairable cracks of the deck frame. This replacement trailer is in the 2024 budget for $160,000.00. The Sourcewell price for this replacement trailer is $120,093.50. Going out to bid on this trailer would set a timeline of 76-110 weeks to delivery from time of bid award. Utilizing Sourcewell allows us to secure this trailer in 42 weeks. What options exist for the Board? A. Approve the Emergency Vehicle Purchase utilizing Sourcewell pricing. B. Deny the Emergency Vehicle Purchase and proceed to the bid process. Consequences: If the Board approves this Emergency Vehicle Purchase, Fleet Services will move forward with the purchase of this trailer. Utilizing Sourcewell guarantees pricing and meets Public Works needs in a more realistic timeframe. Impacts: If the Board does not approve this Emergency Vehicle Purchase, Fleet Services will proceed with going out to bid for this trailer which will extend the delivery date by at least 34 weeks and up to 2 years. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): This trailer is a 2024 budgeted item and will be delivered $39,906.50 under budget. Recommendation: Fleet Services is recommending the Board approve this Emergency Vehicle Purchase. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman, Chair Scott K. James Kevin D. Ross Lori Saine i /3D FTCOS!FA), Po , F� -fACTCCC%TCJ ) 10(30 (.93 2023-3232 �IOOSt FT 0003 1ENMS AND CONDI IIONS CA- SALE 1. The terms of this order may not be varied by the Customer's acceptance or purchase order. In the event of any inconsistency, the terms hereof shall control, and Customer shall be deemed to have assented to all of the terms hereof. 2. As used in this order, the terms (a) "Seller" shall mean the authorized dealer to whom this order is addressed, (b) "Customer" shall mean the party executing this order on the face hereof, and (c) "Manufacturer" shall mean the manufacturer of the trailer, it being understood by Customer and Seller is in no respect the agent of Manufacturer, that Customer and Purchaser are the sole parties to this order, and that reference to Manufacturer herein is for the purpose of explaining generally certain contractual relationships existing between Seller and Manufacturer with respect to new trailers. 3. TRADE-INS. If there is a trade-in as part payment of the trailer purchased under this order, the following trade-in agreement shall govern the transaction: a. Customer agrees to convey to the Seller the trailer described in the order as a trade-in. The trade-in, when received by Seller, must be in the same conditions they were in at the time of inspection by the Seller. Reasonable wear and tear expected. If it's not in the same condition the trade-in shall be appraised. b. Customer warrants that he is the lawful owner of the trade-in and that it is free and clear of all liens and encumbrances except the "payoff' set forth in this order. Customer agrees to deliver upon demand title papers and ownership certificate properly signed, and further guarantees the correctness of the payoff as stated. c. If the payoff quoted by the Customer is not correct and is greater than the amount shown in this order, Customer hereby agrees to pay the deficiency on demand. If the customer is unable to pay the deficiency on demand, Seller is authorized to add the deficiency amount financed pursuant to this order. d. The trade-in allowance shown in this order is the amount Seller agrees to allow, providing Customer accepts delivery and completes the transaction at the time agreed upon in accordance with the terms of this order. e. If the trade-in is not to be delivered to Seller until delivery of the trailer purchased hereunder, the trade-in shall be reappraised at that time, and the trade-in allowance shall reflect the reappraised value. If the reappraised trade-in allowance is lower than the original allowance shown on the reverse side Customer may cancel this order, provided that the right to cancel must be exercised prior to delivery of the trailer being purchased under this order and surrender of the trade-in to Seller 4. TERMS OF PAYMENT. The terms, unless otherwise agreed are cash on delivery. Any payment which is not made when due shall bear interest thereafter at the rate of prime plus 4% per annum or the maximum permitted under any applicable state law, whichever is less. If shipments are delayed by the Purchaser, payment shall become due on the date when the Seller is prepared to make shipment. If the financial condition of the purchaser at any time does not, in the judgment of the Seller, justify continuance of the work to be performed by the. Seller hereunder on the terms of payment as agreed upon, the Seller may suspend such work and deliveries and require such assurances of Purchaser's performance as Seller deems adequate, including full or partial payment in advance or Seller may cancel this order and shall receive reimbursement for its reasonable and proper cancellation charges. In the event of bankruptcy or insolvency of the Purchaser or in the event any proceeding is brought against the Purchaser; voluntary or involuntarily; under the bankruptcy or any insolvency laws, the Seller shall be entitled to cancel any order then outstanding at any time during the period allowed for filing claims against the estate and shall receive reimbursement for its reasonable and proper cancellation charges. 5. CANCELLATION. The Purchaser may cancel this order up to within 30 days of the date of manufacture and only upon written notice. Upon any cancellation or failure to accept delivery, the Purchaser shall pay Seller reasonable and proper cancellation charges. 6. SALES AND OTHER TAXES. The Seller's prices includes Federal Excise Tax but do not include sales, use, or similar taxes. Consequently, in addition to the price specified herein, the amount of any present or future sales, use or other similar tax applicable to the sale or use of the trailer(s) purchased hereunder shall be paid by the Purchaser, or in lieu thereof, the Purchaser shall provide the Seller with a tax exemption certificate acceptable to the taxing authorities. TERMS AND CONDITIONS OF SALE 7. DELIVERY. All trailers furnished hereunder shall be delivered to the Purchaser at the factory or other point of shipment. Unless provided to the contrary, deliveries will be made via carriers and routes selected by the Seller with freight charges to be assumed by the Purchaser. The risk of loss or damage, latent or otherwise, shall pass to the Purchaser upon delivery to the carrier. If shipments are delayed by the Purchaser, trailers held for the Purchaser shall be at its risk and expense. Delivery dates are approximate and are based upon receipt of all necessary information from the Purchaser. The Seller shall not be liable for delays in delivery or failure to manufacture or deliver due to: (1) causes beyond its reasonable control; (2) acts of God, acts of the Purchaser, acts of civil or military authorities, priorities, fire, strikes, floods, epidemics, war, riot, delays in transportation; (3) inability due to causes beyond its reasonable control to obtain necessary labor, materials, components, or manufacturing facilities. In the event of any such delay, the date of delivery shall be extended for a period equal to the time lost by reason of the delay. 8. TECHNICAL CHANGES. The Seller reserves the right to change the design or specifications of the trailer(s) at any time with no obligation to make such changes in similar trailers previously delivered to the Purchaser. In addition, Seller reserves the right, subsequent to the receipt of this order, to make design changes and substitution of materials which, in the Seller's opinion, are necessary to improve the trailer. The Purchaser agrees to accept any such changed trailer in full settlement of the Seller's obligations under this order for such trailer. 9. REQUIRED EQUIPMENT. This order shall be deemed to include, whether or not specified herein, all equipment or accessories required by law or regulation in effect at the time of delivery. It is agreed that any additional or different equipment not specified that is required to meet Federal, State or local standards at the time of delivery will be added at additional cost to Purchaser. 10. CREDIT DEDUCTIONS. Purchaser agrees that in making payments to Seller, no deductions of any credits for warranty claims or otherwise shall be made unless Purchaser has received written notice from Seller approving such credit. 11. TITLE AND REMEDIES. Until full payment of all obligations of the Purchaser hereunder, the Seller reserves the title to all equipment furnished hereunder. If the Purchaser defaults in payment or performance hereunder or becomes subject to insolvency, receivership, or bankruptcy proceedings or makes an assignment for the benefit of creditors or without the consent of the Seller voluntarily or involuntarily sells, transfers, leases, or permits any lien or attachment on the equipment delivered hereunder , the Seller may treat all amounts then or thereafter owing hereunder by the Purchaser to be immediately due and payable (subject only to credits required by law) and the Seller may repossess said equipment by any means available by law. Purchaser shall execute and deliver to Seller such financing statements and other writings as Seller may deem appropriate to evidence, perfect and protect its security interest in the trailers subject to this order and the priority thereof. 12. GENERAL. Any assignment of this order, or any rights hereunder, by the Purchaser without written consent of the Seller shall be void. Clerical errors of this order shall be automatically corrected upon giving written notice thereof to the Purchaser by a duly authorized representative of the Seller. No waiver, alteration, or modification of any of the provisions hereof shall be binding unless in writing and signed by a dully authorized representative of the Seller. This writing (including by reference the provisions set out in the Owner's Warranty Information Book) shall constitute the entire agreement between the Purchaser and Seller and no understanding or obligations not herein or in the Owner's Warranty Information Book expressly set forth are binding upon the Purchaser and Seller. Purchaser's order is subject to acceptance by an authorized officer of TRANSWEST TRAILER TRAILER RV. 13. Governing Law; Jurisdiction; and Venue: This order shall be governed by the laws of the State of Colorado without reference to conflict of laws principles. The parties hereby submit to the exclusive jurisdiction of the federal and Colorado State courts located in Adams County, Colorado in connection with any dispute related to this order or any of the matters contemplated hereby or thereby. Each Party irrevocably consents to the personal jurisdiction of such courts and irrevocably waives any objection that such Party may now or later have based on venue or forum non conveniens. Notwithstanding the foregoing, Seller may bring an action in replevin, trespass, detinue, trover or any similar action in any jurisdiction in which any of Seller's property or equipment subject to such action is located. 14. Attorneys' Fees, Costs, and Expenses: In the event of litigation relating to the Bill of Sale, the substantially prevailing party shall be awarded its reasonable attorneys' fees, costs, and expenses (including, but not limited to, expert fees and expenses) incurred in connection with such litigation. 206601-76 Frontage Road Brighton, CO 80603 David Springer TK110SA Main 303.289.2525 Fax 303.289.9602 10/13/23 Quote #TK-83061.00 To: Attn: Phone: Fax: Email: PO #: Issued: TRAIL KING des. inc. 300 East Norway 2130 3rd Ave. NW 1200 Gehl Drive Mitchell, SD 57301 West Fargo, ND, 58878 Yankton, SD 57078 Ph: (000) 843-3324 Ph: 0600) 762-5557 Ph: E665) 666-0415 Far: (805) 886-8500 Fare c/01) 281.3038 Fax: (805) 885-0810 www.haliking.com TRANSW EST TRUCK TRAILER RV 20660 I-76 FRONTAGE RD BRIGHTON, Colorado 80603 Joe Rougher 303-289-2525 joe,b0ugher@transwest.com Quote #: TK-631161.00 Ref: TK110SA - Weld County - Soureewell - 092822-TKI Contact: Traill6ng-iayl Phone: 303-601-2124 Fax: Email: jlealatrailking.com Est. AUG 2024 Comp. Expires: November 11, 2023 FOB: Factory TK110SA 3 axle Sliding Axle trailer;110,000 lbs uniform 110,000 17334-110SA 17334 -Base 17334 O1.9 ek IK110SA 3 axle Sliding Axle trailer; t10,000 15 unit. 10'0,000 0)s 1110 n. 17936 Overall Length 49'-11" mail length 17339 Overall Width 102" wide 17233 Fifth Wheel / 4g" loaded 6. wheel height 17236 Upper Deck No Headboard 17240 Upper Deck 2 side access tool boxes at front of upper deck 17517 Upper Deck 10"0" Straight drop upper deck (14" kingpin setting i 98 swingxleara65el with 18517 Upper deck Tilting main deck forms a ramp to uper deck 17247 Winch 20,000 lb. hydraulic winch with level wind (mounted above king pin) - Includes 9/16. x 80' cable Total 5135.731 5135.731 $648 5558 0648 5558 10/13/23 David, The specifications listed above are for your approval. This trailer can be built in August of 2024 for you. Please let me know if you have any questions or interest in moving forward on this Sourcewell deal. Thanks for allowing Transwest to quote the trailer needs for Weld County. Joe Bougher Territory Trailer Sales Cell 720.257.1126 Joe.bongher@transwest.com UUUUOlylI CI IVCIUjJC IU. 1/.71UJUM-ODJU-4VOr-ULUH-/'Jff/'#r UU ICUU 092922-TKI Sou rcewel I 444g:1 Solicitation Number: RFP #092922 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Trail King Industries, Inc., 300 East Norway Ave., Mitchell, SD 57301 (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 Trailers with Related Equipment, Accessories, and Services 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 December 20, 2026, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Rev. 3/2022 1 LAJ,UJRj1I CI IVtl1UF.1C IU. IIVI J4/41 -L., I CVO 092922-TKI 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. 3/2022 2 UUI:UJI1J.11 CI IVCIUF.IC IU. I CUL, 092922-TKI 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 any time 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. 3/2022 3 UUI:UJIIJ.I I CI IVellJ, IIJ. IIV I JJUM-OO.3O-41JOr-yLU,/'JY/4r UJ 1 C3U 092922-TKI • 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 Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier's employees may be required to perform work at government - owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell Rev. 3/2022 4 UU4UOlyl I CI IU. I / y LIJU/A-ODJO-41.101--ULL14.-1 LP+I VI-UU 1 CyU 092922-TKI 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 or its authorized dealers, distributors, or resellers, as applicable. 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. 3/2022 5 UUUUsalyl I CI IVCILI, IU. IIVI UJLJM-OOJU-4UOr-VLU4-/ J4/ 4rLIU I CM) 092922-TKI • 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, performance issues, 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. 3/2022 6 UULU•al I I CI IVCIUpC IL/. I ! y I:lJ U/1-OOJU-4VOr-7GU4-/ V4! 4I-UJ I CUL) 092922-TKI 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 Contract 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. 3/2022 7 VUUUOIIJ. I I CI IVCIUIJC I V. I / C I JJV/1-ODJV-4FUOt--LUff-! J'F f SFr VJ I CyV 092922-TKI 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, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 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 the trademark(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. 3/2022 8 LJODUOl lI CIII I JJVM-OVJV-44.1OI-UGU4-1 :14/4rL/J ICMV 092922-TKI 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. 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. 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. Rev. 3/2022 9 UULUOl l I CI IVCIUF.JC IU. I / U I:JOLJJI-OC.7U-'FUOr-JGUN-! J'F/ 4rLJ:J I CM, 092922-TKI 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. 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: Rev. 3/2022 10 L/UVUJIly1I CI IU. U4/ N! -L/:! I CUU 092922-TKI • 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 liability -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 no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit Rev. 3/2022 11 UUUUJIIJ.II CIIVCIUpe IL/. I / IVJLlF1'OOJV'4 VOr'yLU4-/J4/41-L OICM, 092922-TKI 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. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY 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 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 Rev. 3/2022 12 LJVI,11.71,H CI IVCIU, IU. 1 ! u i,ou I -o OJU-VVor-vLV4-/ J4/ 4r UJ I CyU 092922-TKI 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. 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 Rev. 3/2022 13 VUU1.1•Dl Il GIII/CIU, IU. I / wour-ODJU-HUOr-JGU'-1.-I'J'#/4r UJ ICMU 092922-TKI 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. 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 Rev. 3/2022 14 L/UUU.Dlyl I CI IVCIUF.IC IU. 1 / C I JJL/M-OO.3O-4UOr-ULU', :J4/ 4r Li:, I CM) 092922-TKI 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 CONTRACT OR 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. § 7401-7671O.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any Rev. 3/2022 15 UU,UJIIJ. 1I CI I / U I JJVM-OOJU-4VOr'-GU4-/ J4/ 4rUJ I cut) 092922-TKI 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 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. Rev. 3/2022 16 LJLJUUJIIJ.II CI IVCI1Jpe ILI. I /.71 UJLJM-ODJV-'1,1O1-.'7LO4-/ LP+ VrLIU I CM, 092922-TKI M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot 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 a 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. 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 Rev. 3/2022 17 L/UUUJIIy.1I CI IVCIU, IU. I I IJJUM-OCJU-4VOr-VGU4-/J4/4r UJ ICMU 092922-TKI Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Trail King Industries, Inc. ,--DocuSigned by: M.41 M 9Sa wav¢,7 By: Jeremy Schwartz Title: Chief Procurement Officer 12/15/2022 I 12:12 PM C5T Date: Approved: ,—�—,D�occuSSigneedAby: , , l/�`��' 4" Gt.oux11 v By: '..---7E42B8F817A64CC... Chad Coauette Title: Executive Director/CEO 12/15/2022 I 12:30 PM CST Date: ,.—DocuSigned by: By: `-10A2E5315CBB416... Mike Heschke Title: Dir. Of Government Sales Date: 12/15/2022 I 12:28 PM CST Rev. 3/2022 18 UUUUJIIJ. 11 CI IVCIU, IU. I / C I:JJUM-OCJU-YUOr-UGUY-/ J'i/ wr VU 1 CMU RFP 092922 - Trailers with Related Equipment, Accessories, and Services Vendor Details Company Name: Address: Contact: Email: Phone: Fax: HST#: Submission Details Created On: Submitted On: Submitted By: Email: Transaction #: Submitter's IP Address: Trail King Industries, Inc. 300 East Norway Mitchell, South Dakota 57301 Mike Heschke mheschke@trailking.com 814-856-2056 605-995-6500 460320593 Monday August 22, 2022 07:54:12 Wednesday September 28, 2022 10:27:12 Kara Kayser karakayser@trailking.com 55b50d64-8ee0-458a-8d11-f95cc1b5e9df 216.249.231.227 Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. L UL,4O11J.1I CIIL/. I I IJJLIh1-OOJV-4 10F -V41,+ -I :I4l 41- JLI I G.7V 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 item sty n` Respene 1 Proposer Legal Name (one legal entity only): (In the event of award, will execute the resulting contract as "Supplier") Trail King Industries, Inc. 2 Identify all subsidiary entities of the Proposer whose equipment, products, or services are included in the Proposal. N/A 3 Identify all applicable assumed names or DBA names of the Proposer or Proposer's subsidiaries in Line 1 or Line 2 above. Trail King Industries, Inc. " 4 Provide your CAGE code or Unique Entity Identifier (SAM): 1BW06 5 Proposer Physical Address: 300 East Norway Ave. Mitchell, SD 57301 6 Proposer website address (or addresses): https://www.trailking.com 7 Proposer's Authorized Representative (name, title, address, email address & phone) (The representative 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): Mike Heschke Dir. of Government Sales 300 E Norway Ave Mitchell, SD 57301 " mheschke@trailking.com 814-856-2056 8 Proposer's primary contact for this proposal (name, title, address, email address & phone): Mike Heschke Dir. of Govemment Sales 300 E Norway Ave ,. Mitchell, SD 57301 mheschke@trailking.com 814-856-2056 9 Proposer's other contacts for this proposal, if any (name, title, address, email address & phone): Eric Thomas Director of Sales 300 East Norway Ave Mitchell, SD 57301 ethomas@trailking.com 605-630-1198 Kara Kayser Marketing Manager 300 E Norway Ave Mitchell, SD 57301 karakayser@trailking.com 605-995-3618 Table 2: Company Information and Financial Strength Line Item Re Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. UULUJIyl I CI IU. 1 / J I JJUH-OOJV-YVOf-yL VY-/ JY/ Yr UJ I GUCCI 10 Provide a brief history of your company, including your company's core values, business philosophy, and industry longevity related to the requested equipment, products or services. Trail King Industries began in 1974, primarily as a distributor and sales representative for manufacturers of agricultural equipment. As the 1970's drew to a close, the company's emphasis shifted away from the distribution of ag-related equipment in order to focus exclusively on the manufacture of Trail King Trailers. This focus on trailers, led to an expanded product line that included trailers designed not only to address construction -related applications, but to meet the needs of the Commercial and Specialized Hauling markets as well. In 2000, Trail King further expanded it product offerings with the purchase of Red River Manufacturing, based in West Fargo, ND. Red River had a well -deserved reputation for manufacturing outstanding live bottom, side & bottom dump trailers for the agricultural, waste, and construction industries. Trail King was acquired by CC Industries, Inc. (CCI) in 2010. CCI is headquartered in Chicago, IL and is the holding and management company for the Crown families privately held operating companies. This acquisition afforded Trail King the expertise and support necessary to enhance Trail King's long-term strategic growth as North America's leading specialized trailer manufacturer. In 2015 Trail King acquired Dakota Trailer Manufacturing located in Yankton, SD. This added grain hopper trailers for the agriculture market to the Trail King product portfolio. Trail King's mission is to build the best trailers in the world for our customers' success. We accomplish this through our values of embracing change, investing in people, planning, and acting with facts, caring for the customer, and going the extra mile. Our growth plans and quality objectives are etched in the following: Provide the BEST Customer Experience • Challenge ourselves to be the innovative leader in our industry by constantly improving and updating products and services. • Seek out information and communicate with customers to consistently meet or exceed their expectations. Attain excellence in Quality Management • Invest in people through training, teamwork and auditing to achieve a culture of quality. Focus on continuous improvement to reduce the cost of quality. Inspire Individual ownership of Quality • Promote and encourage personal ownership and pride in everything we do. • Perform actions that demonstrate trust and confidence in our team to produce defect free products. 11 What are your company's expectations in the event of an award? Trail King Industries expects a mutually beneficial partnership that will bring sustained growth to both parties. We'll strengthen and develop new relationships within the SLED (state, local and educations) markets to generate additional market share, revenue, and brand recognition. We look forward to providing an excellent product and customer experience to Sourcewell Members. Our Marketing team is eager to promote the relationship across all our channels to engage both our dealers and Sourcewell Members. Strategically and diligently, our organization will work to become the fastest growing trailer and related equipment provider. Implementing our sales and marketing plan which will consist of a unified effort of the Trail King Corporate Government Sales Team, Corporate Field Sales Staff, Marketing Group and Service Staff, coupled with our world class dealer resources, routine training & communication along with corporate marketing resources to gain further brand exposure and awareness for both Trail King and Sourcewell. Our marketing and sales execution will consist of strong trade show attendance, association involvement, print/digital marketing and dealer boots on the ground contacting the customers face to face. Please see attached: • Sourcewell dealer flyer 2022 Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. UUUUJIIJ.1I CI IVCIllpe IL, I t U lJJL M-OCJU-'4VOr-VLUY-1,-t err VJ ICUU 12 Demonstrate your financial strength and stability with meaningful data. This could include such items as financial statements, SEC filings, credit and bond ratings, letters of credit, and detailed reference letters. Upload supporting documents (as applicable) in the document upload section of your response. Trail King Industries is part of a family of privately held companies owned by CC Industries, Inc., including other transportation -related manufacturing companies such as Great Dane (the largest manufacturer of commercial truck trailers in the world), Gillig (the second largest transit bus manufacturer in North America), and Johnson Truck Bodies (a leading manufacturer of temperature -controlled truck bodies). Please see attached: • JPMorgan Chase Reference — Trail King • Experian Report — Trail King • Dun & Bradstreet — Trail King 13 What is your US market share for the solutions that you are proposing? For the markets we participate in and monitor (including Dumps, Flatbed Drop Deck, Grain Hopper, Lowbed, Tagalong, and Transfer) we are among the Top 5 manufacturers overall based on IHS-provided US registration data. In addition, we are also consistently the Top manufacturer of lowbed trailers and part of the Top 5 manufacturers for tag/tilt/utility trailers. 14 What is your Canadian market share for the solutions that you are proposing? We sell a substantial amount of trailers into both Canada and other international markets, but do not have access to accurate market share data for those regions. 15 Has your business ever petitioned for bankruptcy protection? If so, explain in detail. No, Trail King Industries has never petitioned for bankruptcy protection since incorporation. 16 How is your organization best described: is it a manufacturer, a distributor/dealer/reseller, or a service provider? Answer whichever question (either a) or b) just below) best applies to your organization. a) If your company is best described as a distributor/dealer/reseller (or similar entity), provide your written authorization to act as a distributor/dealer/reseller for the manufacturer of the products proposed in this RFP. If applicable, is your dealer network independent or company owned? b) If your company is best described as a manufacturer or service provider, describe your relationship with your sales and service force and with your dealer network in delivering the products and services proposed in this RFP. Are these individuals your employees, or the employees of a third party? Trail King Industries is an original equipment manufacturer. Our sales, sales support, service, and customer service/warranty staff are all direct employees of Trail King Industries. Our distribution network is comprised of over 400 independently owned and operated dealer locations across the US and Canada, as well as internationally. In most cases, our dealer network also serves as our frontline service providers. Trail King offers a robust communication and training program to keep our dealer network informed and up to date on important product and business developments. 17 If applicable, provide a detailed explanation outlining the licenses and certifications that are both required to be held, and actually held, by your organization (including third parties and subcontractors that you use) in pursuit of the business contemplated by this RFP. Trail King Industries is currently licensed to do business in all 50 of the United States, Canada, and Internationally. 18 Provide all "Suspension or Debarment" information that has applied to your organization during the past ten years. Trail King Industries has never incurred any suspension or disbarment of any form. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. L I.JUUJllyl I CI IL/. 1 / I VJUM-O CJU-VVOr-yLUV-! JV / VrUV I CyU Table 3: Industry Recognition & Marketplace Success Llne 'vies Response * 19 Describe any relevant industry awards or recognition that your company has received in the past five years Trail King Industries has upper management personnel that have held or are holding offices for numerous years with industry regulatory groups such as Specialized Carriers & Rigging Association (SC&RA) and Truck Trailer Manufacturers Association (TTMA). These affiliations help to keep Trail King's finger on the pulse of any new emerging technology or regulatory policy changes. 2018- CCI Safety Conference held in South Carolina to recognize companies in their portfolio for outstanding safety. In the Environmental Health and Safety category Trail King was awarded Most Improved Company — Overall and the Yankton, SD location was recognized for one full year with zero lost time or restricted duty injuries. 2020 — The Trail King West Fargo, ND facility recognized by the Truck Trailer Manufacturing Association (TTMA) as the safest facility in the Trailer Industry for 2020. The TTMA awards are given annually based on plant safety data from TTMA member companies that provide their annual OSHA 300A Summary Form. Each category is divided into three classes determined by plant size. West Fargo won the award for category B, medium sized factories. 2021 - 40 -year longevity award from the Specialized Crane & Rigging Association 2021 - 40 -year longevity award from the National Trailers and Dealers Association 2021 — Trail King was awarded Construction Equipment Top 100 New Products of 2021 Award for the Live Bottom product. The Top 100 New Products of 2021 Award program was conceived to call special attention to the most significant new products announced each year. These awards serve to emphasize innovations, highlighting manufacturers who are investing in research and development. Their investments pay off for equipment users in the form of greater productivity, efficiency, and safety. They also ensure a competitive marketplace. 20 What percentage of your sales are to the governmental sector in the past three years Our Government Sales to all govemment customer types represents approximately 5% of our total sales. 21 What percentage of your sales are to the education sector in the past three years Less than 1% of our sales are to the education sector. 22 List any state, provincial, or cooperative purchasing contracts that you hold. What is the annual sales volume for each of these contracts over the past three years? New York OGS Contract: Averaging Over $325,000 annually 23 List any GSA contracts or Standing Offers and Supply Arrangements (SOSA) that you hold. What is the annual sales volume for each of these contracts over the past three years? Trail King Industries does not currently hold a GSA contract. Table 4: References/Testimonials Line Item 24. Supply reference information from three customers who are eligible to be Sourcewell participating entities. 1tp Contact Name* Number* City of Sioux Falls David Dekker 605-367-8833 South Dakota Department of Transportation Tyler Green 605-773-2897 Padre Dam Municipal Water District Neil sAmple 619-571-8225 Los Angeles City Fire Department Mike Flores 323-309-0213 New York Department of Transportation Dan Malone 212-839-2526 Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. UV,L1,71y11 CIILJ. I /.71VJLIM-OOJV-,1,101-.7LV4-/,P+ rL/V ICVO Table 5: Top Five Government or Education Customers Line Item 25. 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. Entry t ame * ; * ' ` 6c , of " "Tmn 6ti ko is (t ast t .If Not required Govemment California - CA Trailers $46,347 $2,100,000 Not required Government New York - NY Trailers $56,270 $2,100,000 Not required Govemment Colorado - CO Trailers $106,527 $1,100,000 Not required Government Arizona - AZ Trailers $40,483 $1,030,000 Not required Govemment Washington - WA Trailers $48,344 $483,445 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 * , 26 Sales force. Trail King Industries employees fifteen District Sales Managers covering the US, Canada, and International markets. There are eight intemal sales support positions focused on the equipment offered in this proposal. As stewards of the company, our mutual government customers, and the continued growth of cooperative contract purchasing, our sales force champions the government sales process throughout their respective areas of responsibility or territories. Well versed in government sales, our , sales force coupled with our world class dealers, stand ready to serve the government customers through the use of contracts to further the efficiencies of public procurement. All the above are direct employees of Trail King Industries. See attached: District Sales Manager map - Trail King 27 Dealer network or other distribution methods. Trail King Industries has the most extensive dealer/distribution network with over 400 independently owned and operated dealer locations spread across the US, Canada and International markets. Over 50% of the dealer network also handles construction equipment (CAT, John Deere, CASE etc.) with many of these dealers offering road service and travel to customer locations. Our entire dealer network is 100% committed to servicing trailer customers before, during and after the sale. We are proud to have a network of incredible dealers included in our Trail King family. They are an extension of our team and a valuable resource for our customers. Trail King dealers are known for their commitment to excellence in parts and service, as well as product expertise and on -hand inventory. Each and every dealer is dedicated to working with our customers to find the perfect solution for their hauling needs. 28 Service force. Trail King Industries employs six customer support representatives dedicated to warranty support, eleven service technicians dedicated to service work, and four customer service engineers dedicated to solving both service and warranty issues. Our parts department consists of nine full time employees and a 24/7 internet-based, user-friendly parts tool for quick and convenient access to availability, pricing, ordering, and BOM lookup. All of the above are direct employees of Trail King Industries. See attached: Customer Service -Support Contacts — Trail King 29 Describe the ordering process. If orders will be handled by distributors, dealers or others, explain the respective roles of the Proposer and others. Trail King's District Sales Managers, along with our local dealer salespeople, work side by side with Sourcewell members to provide a solution that best fits their hauling need. If a dealer is not located by the member, our District Sales Manager will work with them directly. A detailed quote is generated and sent to the member. Orders can be sent to our dealer or directly to Trail King for processing. All Sourcewell quotes are marked, and orders are flagged as Government upon entering. This allows for seamless creation of quarterly sales reports to Sourcewell. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. L JUUJIyII CI IVCIt,C IU. 1 / V IUOL/M-ODJU'YVOr'OLVY-/:JYIM VV IC�V 30 Describe in detail the process and procedure of your customer service program, if applicable. Include your response -time capabilities and commitments, as well as any incentives that help your providers meet your stated service goals or promises. Trail King Industries prides themselves on Best Product, Best Service and Best Performance. Trail King accepts service requests by phone, fax, livechat or email. If a customer feels their issue is a warranty problem, several steps are taken to ensure rapid resolution. The trailer serial number (last 8 digits), model number, and purchase date must be presented to obtain a warranty authorization number. Claim forms have a space for the authorization number and all spaces completed before processing. A copy of the work order, any receipts for parts, outside purchases, and anything else pertaining to the warranty claim must be sent in with the claim form. Trail King requests that all parts replaced under warranty be returned and clearly marked with the claim number. Our representatives seek out information and communicate with customers to consistently meet or exceed their expectations. They make every effort to process claim requests the same day as received. See attached: Customer Service -Support Contacts — Trail King 31 Describe your ability and willingness to provide your products and services to Sourcewell participating entities in the United States. Trail King is proud to serve our State, Local and Education (SLED) markets. Our 15 District Sales Managers along with our entire internal support staff and our 400+ dealer locations provide a world class customer experience. As stewards of the company, our mutual government customer, and the continued growth of cooperative contract purchasing, our sales force champions the government sales process throughout their respective areas of responsibility or territories. Teach, Train, Mentor and Develop continues to be Trail King Industries' focus for a successful government sales business model. Well versed in government sales, our sales force coupled with our world class dealer organization, stand ready to serve government customers through the use of contracts to further the efficiencies of public procurement. 32 Describe your ability and willingness to provide your products and services to Sourcewell participating entities in Canada. With eight dealer principal locations located throughout Canada, Trail King is positioned to assist all participating entities with our two Canadian District Sales Managers and the support from our corporate office in the United States. We are currently serving Canada through RMA/Canoe. 33 Identify any geographic areas of the United States or Canada that you will NOT be fully serving through the proposed contract. We are one of the largest construction trailer manufacturer in North America serving all of Canada and the United States. 34 Identify any Sourcewell participating entity sectors (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? We service all sectors of Sourcewell participating entities. 35 Define any specific contract requirements or restrictions that would apply to our participating entities in Hawaii and Alaska and in US Territories. We sell and service all of our trailer offerings in Hawaii and Alaska. We also support all US Territories through our dealer network. Additional freight when using a freight forwarder will be added to the account for the additional shipping charges either door to door and/or door to port depending on the customers needs. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. UUI:UJIy1I CIIVCI,JC IL/. 1 / IJJL M-ODJO-4VOr -VLV4-/'J4/4r UJ I CVO Table 7: Marketing Plan f J y ¢ 36 Describe your marketing strategy for promoting this contract opportunity. Upload representative samples of your marketing materials (if applicable) in the document upload section of your response. Trail King Industries has a marketing team with numerous methods available to promote our newly acquired contract. This would include but not be limited to digital and print advertising, social media posts, web she updates, press releases, email blasts, etc. Award of the contract would be announced through press releases and industry publications and organizations. Digital communications and email to our dealer network would further highlight the contract. We would then support our sales team and dealer network by providing an updated marketing toolkit. The Sourcewell logo would be incorporated to all current literature. Our website is a primary source of information. We've highlighted the contract on our site and added Links to Sourcewell. Trail King is proud to serve our SLED (state, local and education) markets with trailer products and services. We focus on providing customers with the convenience of not having to duplicate the bidding process, saving time and " money. Our positioning statement offers an easy way to purchase exactly what they need at an affordable cost. Continual promotion of the contract would occur through Trail King's participation in government and industry trade shows both domestically and intemationally. Lastly, we would use this contract as a tool to pursue additional state contracts similar to our existing contract with state of New York, for example. See attachments: • Sourcewell Dealer Flyer — Trail King • Trail King — Literature Sample • Trail King — Services Brochure: Finance, Parts and Refurb 37 Describe your use of technology and digital data (e.g., social media, metadata usage) to enhance marketing effectiveness. Trail King Industries is active on all the top social media platforms including Instagram, Facebook, Linkedln, Twitter, and YouTube. We utilize both organic and inorganic posts to promote our products across all of these channels. We regularly run promotions and targeted ads for lead generation. We run AdWords through Google Analytics and evaluate the effectiveness of our campaigns. SEO keywords are strategically utilized to help customers find our products. All of our advertising efforts are available in all digital formats for download across multiple govemment-oriented publications. Since our last contract award, Trail King launched a new website designed to offer a user- friendly experience with improved navigation and functionality. With a heavy focus on making the customer experience better, Trail King offers updated content to reflect their new mission and more of what customers and dealers want. We've also added a LIVE CHAT feature on our website promoting another way to contact us. 38 In your view, what is Sourcewell's role in promoting contracts arising out of this RFP? How will you integrate a Sourcewell-awarded contract into your sales process? We would look for Sourcewell both to be actively involved in our sales training process and to be available as a resource for questions or other needs that arise during the contract term. Additionally, easy to access marketing and other materials through Sourcewell's web site as well as industry exposure through Sourcewell's web site and trade show presence would be helpful marketing tools. Trail King Industries would view this collaboration as valuable assistance toward promoting the contract. 39 Are your products or services available through an e -procurement ordering process? If so, describe your e -procurement system and how governmental and educational customers have used it. The nature of highly customizable and configurable product does not readily allow for the use of an e -procurement system. Our knowledgeable sales and support staff, as well as our extensive dealer network, are there to assist the customer throughout the entire order process. The unique requirements and regulations around the trailer industry demand a - high level of expertise to ensure comptance and best fit to your application. We have not identified an e -procurement system that can provide this level of assistance to our customers. We have added our products to Sourcewell's proprietary e -procurement system, although members will still need to work with a Trail King representative to place an order. Table 8: Value -Added Attributes Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. UVVUOlylI CI IVVIV, IU. I! IJJUM-ODJU-4VOf -.`7LU4-!J4/YI-VJ ICVO 40 Describe any product, equipment, maintenance, or operator training programs that you offer to Sourcewell participating entities. Include details, such as whether training is standard or optional, who provides training, and any costs that apply. Trail King Industries and its dealers offers product, equipment, maintenance, and operator training on every trailer delivered free of charge. This is generally conducted at the customer's request when a trailer is delivered. Customers are also welcome at any of our manufacturing facilities for additional training opportunities and hands-on product experience. Each trailer is delivered with a specific operations and services manual that is customized to their unique build. This manual extensively covers operation, safety, service and maintenance information of our equipment. 41 Describe any technological advances that your proposed products or services offer. Trail King Industries is continually seeking out new advances for the trailer industry. Just recently adding a new laser cutting table that provides the ability to keep our plant operating continuously 24/7. The plant also added a brand new 340 -ton press brake. All will provide unparalleled manufacturing capability and increase our already high -quality standard. Trail King's engineering department continues to explore new ways of making our trailers stronger yet lighter than any of our competition. This department has 13 Design Engineers, 9 Project Engineers, 4 Engineering Technicians, and 6 Senior Engineers in Management working on making Trail King trailers the most cutting -edge manufacturer in the industry. We utilize advanced computer analysis and road simulators to design our trailers efficiently. Our engineering group verifies computer results using strain gauge testing on live trailers so that we are confident in our designs' real -world performance. Our experience in custom trailers and pioneering designs within the industry is unrivaled. 42 Describe any "green" initiatives that relate to your company or to your products or services, and include a list of the certifying agency for each. Trail King Industries is always looking to discover new ways of decreasing our carbon footprint. We recycle as much material as possible this includes (wood, paper, cardboard, aluminum, steel, and plastic). We also recycle different products during our manufacturing process. This would include all the different kinds of blast media used to clean trailers before paint, all aluminum and steel dust created from our burn tables, and all types of metal consumables. Trail King also puts a lot of effort into creating an energy efficient manufacturing environment. Our facilities have been upgraded to utilize LED and High Efficiency lighting. All pumps used for our paint process have been upgraded to high efficiency models. Our primary wash bay was upgraded to 100% water recycling systems to reduce chemical use, water consumption, and wastewater outflow. Special high speed overhead doors have been installed to reduce heat loss during the cold winter months. Recently Trail King, changed the paint product we use on all trailers to a zinc -rich primer with paint on top to reduce corrosion and increase product durability. Trail King Industries has invested heavily into the wind energy market since the beginning. We developed the original wind turbine trailer over 19 years ago and have been at the forefront of design for that particular product ever since. Our trailers have been essential to the industry in constructing wind tower projects across the country by hauling nacelle, tower sections, and blades. 43 Identify any third -party issued eco- labels, ratings or certifications that your company has received for the equipment or products included in your Proposal related to energy efficiency or conservation, life-cyde design (cradle -to -cradle), or other green/sustainability factors. Not applicable 44 Describe any Women or Minority Business Entity (WMBE), Small Business Entity (SBE), or veteran owned business certifications that your company or hub partners have obtained. Upload documentation of certification (as applicable) in the document upload section of your response. When appropriate Trail King Industries utilizes strategic partnerships for sourcing, services, and sales in order to meet Supplier Diversity Plans, Small Business Subcontracting Plans, and key Socio-Economic/Small Business procurement objectives. Trail King Industries aggressively seeks out all small business concerns. These include veteran -owned, service - disabled veteran -owned, HUBZone, small disadvantaged, women -owned, and Native American owned. We continue to strive to discover these types of entities. Our current supplier network includes 155 Small Businesses, 1 Veteran Owned Business, 1 Small Disadvantaged Business, 10 Women Owned Businesses, and 1 HUBZone Business. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. LAJUUOly II CI IVCIti, IL, If U IJJLJ/1'0000-4U0r-ULUY,/:J'#/4r LJJ ICVO 45 What unique attributes does your company, your products, or your services offer to Sourcewell participating entities? What makes your proposed solutions unique in your industry as it applies to Sourcewell participating entities? Trail King Industries prides itself on being the number one CUSTOM trailer manufacturer in the world. Our quality objectives are stated throughout every manufacturing facility because every employee contributes to them. • Provide the BEST Customer Experience: Seek out information and communicate with customers to consistently meet or exceed their expectations. • Attain excellence in Quality Management Focus on continuous improvement. Inspire individual ownership of Quality: Promote and encourage personal ownership and price in everything we do. Trail King Industries has built a reputation for quality, reliability and performance that is unsurpassed. Our team has decades of experience working closely with customers to customize a product for their needs. Our track record as the leader in specialized hauling provides a level of trust to execute on custom projects that perform. What's more, customers are offered engineering support beyond the sale, providing guidance, and even designing additional components to expand the current system or accommodate future projects. From humble beginnings, to who we are today — Trail King has always kept one thing a priority, our customers' success. We don't just sell trailers. We provide hauling solutions. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. L/UUU.Dl 11 CI'Veil) C IL/. 11V V I: aL11 -OOJV-4VOr-ULU,-/ "J'#/Yr VJ I CUL, Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. 46 Do your warranties cover all products, parts, and labor? Trail King Industries' warranty encompasses all trailer models as well as parts and labor for all warranted items. All other warranties, if any, extended by the makers and suppliers of component parts, accessories, or other goods included in the manufacture of Trail King Industries' Equipment will be assigned, if contractually permitted, to the purchaser. The warranty excludes such parts or accessories which are not defective but may wear out and have to be replaced during the warranty period, including, but not limited to, light bulbs, paint, brake lining, brake drums, wood pieces and equipment that has been repaired, replaced, or altered by someone other than Trail King Industries or one of its authorized dealers. See attached: Warranty Authorization Form - Trail King Warranty Procedure Form - Trail King Limited Warranty - Trail King 47 Do your warranties impose usage restrictions or other limitations that adversely affect coverage? Trail King Industries' warranty terms do not impose usage restrictions, other than term limits, provided that the equipment is operated by the purchaser in accordance with the practices approved by Trail King Industries with loads * not exceeding the manufacturer's rated capacities and with loads that are not abrasive or corrosive in nature. 48 Do your warranties cover the expense of technicians' travel time and mileage to perform warranty repairs? Trail King Industries utilizes its dealer network to perform service work on most warranty issues. We require the purchaser to bring the trailer in question to one of our authorized dealer locations or they can take it to the „ facility of their choice if approved by Trail King. If necessary, Trail King will make arrangements to bring the unit to one of our factory locations or have our service truck visit the customer location. 49 Are there any geographic regions of the United States or 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? In the event that Trail King Industries cannot provide a certified technician, we will seek out preferred repair facilities that are close to the customer. Some individuals have relationships with repair facilities and would prefer to use them. Trail King's goal is to achieve the most time efficient way to repair any issues. 50 Will you cover warranty service for items made by other manufacturers that are part of your proposal, or are these warranties issues typically passed on to the original equipment manufacturer? All warranties, if any, extended by the makers and suppliers of component parts, accessories, or other goods included in the manufacture of Trail King Industries' equipment will be assigned, if contractually permitted, to the purchaser. 51 What are your proposed exchange and retum programs and policies? The quoting and order management processes used by Trail King are very detailed and designed to alleviate any need for retum. We have an expert sales and support staff with deep technical and application knowledge. They work with customers all the way through the process to make sure they " receive the exact product needed. However, if something unforeseen were to occur which required this level of attention, Trail King would work with the customer to make sure it was resolved satisfactorily. 52 Describe any service contract options for the items included in your proposal. Trail King Industries does not offer any service contract options. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. LJUUUJIIJ.1l CI ILJ. I ! I JJLJM-00.70-'FUOr-VLU'F-! J4!4r tau I CUL, Table 10: Payment Terms and Financing Options f."r.'f s ''�..9.x - b� �t�.r xa+'�.'�' 3,�.₹F✓,. �4.. '�`, ..z4 .i*,. ,.�, x£„...A M`#,.,s'"`aAm 'fi,. ₹�. .11`J.,^r tl,.'I.n�#.xa≥��r-^;e,{�'3`w�, r¢;`�. E�a':*�+`.rA, �'� 'i!`�"d. Fn.: 53 Describe your payment terms and accepted payment methods. Trail King Industries offers standard Net 30 terms with a 1% discount if paid within 10 days. 54 Describe any leasing or financing options available for use by educational or governmental entities. TRAIL KING FINANCE offers a full suite of financing structures, including loans, finance leases, TRAC & Municipal leases, making it easier than ever to own a Trail King trailer. 100% equipment financing on most deals. Approval of transactions up to $500,000 with just a completed credit application. Credit decisions usually within 24 hours. Approval on a wide range of credits, from owner - operators to large companies, Govemmental to Municipalities. Competitive rates are comparable with national leasing and financing companies. There is a minimum financing amount of $10,000 with no upper limit. 55 Describe any standard transaction documents that you propose to use in connection with an awarded contract (order forms, terms and conditions, service level agreements, etc.). Upload a sample of each (as applicable) in the document upload section of your response. Trail King Industries starts the order process with providing a trailer quotation to authorize Sourcewell members. Once the order is placed, we send out an acknowledgment for the customer to verify that pricing and specifications am correct. See attached: Trail King — Quote Sample Trail King — Acknowledgment Sample Trail King — Invoice Sample 56 Do you accept the P -card procurement and payment process? If so, is there any additional cost to Sourcewell participating entities for using this process? Trail King Industries fully accepts the P -card procurement and payment process with an additional 3% fee. 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. Ldp RPe 57 Describe your pricing model (e.g., line -item discounts or product -category discounts). Provide detailed pricing data (including standard or list pricing and the Sourcewell discounted price) on all of the items that you want Sourcewell to consider as part of your RFP response. If applicable, provide a SKU for each item in your proposal. Upload your pricing materials (if applicable) in the document upload section of your response. Trail King Industries publishes its pricing through a number of model - specific price pages. The price pages are structured to price for the base model encompassing all the standard equipment on the first line. Subsequently, there are a number of categories listed under the base model pricing containing options and additions. At this time there are no special line -item or product -category discounts. All pricing for this proposal is based on a single, standard discount rate off list price, as described below. If customers decide to make changes later in the order process, a change order fee of $150-$300 will be imposed dependent on the change and availability of parts and supplies. See attached: Price Pages — Trail King 58 Quantify the pricing discount represented by the pricing proposal in this response. For example, if the pricing in your response represents a percentage discount from MSRP or list, state the percentage or percentage range. Trail King Industries is offering a 15% discount from our published list pricing. Throughout the term of the contract, Trail King Industries may offer additional discount incentives pertinent to manufacturing pressure, discount programs, and market share opportunities. 59 Describe any quantity or volume discounts or rebate programs that you offer. Trail King Industries will offer an additional 2% discount on orders of five or more trailers. The discount is only applied when the purchaser orders five like -model trailers subject to a simultaneous manufacturing run. Throughout the term of the contract, Trail King Industries may offer additional discount incentives pertinent to manufacturing pressure, discount programs, and market share opportunities. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. UVVUJIIJ.II CI IVCIL,C IU. I l U IJJUM-ODJV-4VOr-ULVY-I 0,14rUV ICMV 60 Propose a method of facilitating "sourced" products or related services, which may be referred to as "open market" items or "nonstandard options". For example, you may supply such items "at cost" or "at cost plus a percentage," or you may supply a quote for each such request Any sourced products outside of our current catalog would be added with a unique option number. Each such number would supplement the base model and contract items being quoted. This would all be accomplished with our standard quote template document and afford every Sourcewell member the opportunity to customize their equipment as desired. The flat rate discount discussed above in this RFP would then apply. Trail King Industries has a professional sourcing department that can efficiently find any trailer component needed at a competitive rate. 61 Identify any element of the total cost of acquisition that is NOT included in the pricing submitted with your response. This includes all additional charges associated with a purchase that are not directly identified as freight or shipping charges. For example, list costs for items like pre- delivery inspection, installation, set up, mandatory training, or initial inspection. Identify any parties that impose such costs and their relationship to the Proposer. Trailer inspection and set-up is normally handled by one of Trail King Industries dealer representatives. This is handled on an hourly rate of $180.00 per hour and is payable directly to the dealer representative. Additional total cost of acquisition may include items such as dealer installation of parts and accessories, inspections, environmental disposal costs, material surcharges, freight forwarding costs, air freight costs. Freight charges are dependent on the trailer type and delivery location. 62 If height, delivery, or shipping is an additional cost to the Sourcewell participating entity, describe in detail the complete height, shipping, and delivery program. Trail King Industries' Logistic Department has a variety of options available. Most of our Material Hauling trailers (Side Dump, Bottom Dump and Construction Live Bottom) are tall and require us to hire a tractor and pull the unit to the proper destination. A cost is obtained from a carrier specializing in this form of transportation. This method is sometimes requested by the customer on other trailer models as well. We can also load a customer's unit on top of a trailer with other units that have a delivery destination similar to the Sourcewell Member. Trail King Industries has established freight zones maps and rate schedules that correspond to the location of where the unit is manufactured. The Sourcewell Member is always welcome to call Trail King Industries and discuss the method that works best for their situation or make their own shipping arrangements. Currently, freight charges are very volatile and may change between order and time of completion. See attached: Freight Zone Map - Trail King 63 Specifically describe freight, shipping, and delivery terms or programs available for Alaska, Hawaii, Canada, or any offshore delivery. We contract delivery to these locations using the best rates available. Our logistics department has extensive knowledge in shipping trailers all across the globe. Typically, we will ship to the local dealer who can then pass freight costs through to the Sourcewell Member. 64 Describe any unique distribution and/or delivery methods or options offered in your proposal. Trail King Industries' Logistic Department will work with every customer to provide the best delivery option available. With numerous resources and a high volume of trailers shipped daily, all member agencies can be assured to receive their trailers in the most advantageous manner. Our logistics department has extensive knowledge and experience shipping trailers all across the globe and can help determine the best option for each customer. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. LJUL.UOlyll IL/. I ! IJJL/M-OOJV-44.10x-LV4-/ J4/ 4I-LJJ I CM) Table 12: Pricing Offered (}18 The , 1ni u* i7 65 d. other than what the Proposer typically offers (please describe). Pricing offered in response to this Sourcewell RFP is the most aggressive pricing in the country for GPOs, cooperative procurement organizations, state purchasing departments, municipalities, universities, or school districts. Because of the ceiling -based pricing, our discount structure offered will allow for best value, better flexibility, better volume discounts considerations, hot list pricing, market conditions, manufacturing pressures, and positioned to provide more competitive discounts as needed to accommodate budgets or customer situations. See attached: Trail King price pages Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. ✓ULUJIIJ. I I CI IVCIUF.IC 1✓. I! V I,DLIM-ODJU-4VOr-7GU4-1,-II4r ✓:l 1 CUU Table 13: Audit and Administrative Fee 66 Specifically describe any self -audit process or program that you plan to employ to verify compliance with your proposed Contract with Sourcewell. This process includes ensuring that Sourcewell participating entities obtain the proper pricing, that the Vendor reports all sales under the Contract each quarter, and that the Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail to support your ability to report quarterly sales to Sourcewell as described in the Contract template. Our dealers are required to provide the name of the purchasing entity and any affiliations they have before an order is accepted by Trail King Industries. Trail King's District Sales Managers along with our Dealer Sales Representatives that prepare quotes for our customers, go thru training on the Sourcewell quote process and requirement obligations. This includes verifying customer eligibility and flagging each opportunity that qualifies on the quote provided to Sourcewell customer. All pricing is manually verified upon order placement and again at time of invoice to identify any potential discrepancies. All orders received by Trail King are coded by customer type. In the case of this contract, all orders will be coded as government and then verified again against the Sourcewell membership list. We run quarterly reports for orders invoiced and flagged as government and compare the customers on this list with members listed on Sourcewell's website. Internally we run reports every month and identify any discrepancies before it is time to report our quarterly numbers and pay administrative fee to Sourcewell. The reporting and auditing process is administered by Trail King Industries corporate 67 If you are awarded a contract, provide a few examples of internal metrics that will be tracked to measure whether you are having success with the contract. If awarded a new contract, some of the internal metrics that Trail King Industries will track to measure success are: 1) New members using our Sourcewell contract. 2) Number and ratio of formal bids that are being requested by our Sourcewell eligible customers, along with the number of orders placed. 3) Market share, Industry specific data. 4) Customer demographics: (ex. City, county, municipality, k-12, university, state agency) and location, 5) Sales revenue growth, along with continued training for 100% of District Sales Managers on benefits and use of contract. 68 Identify a proposed administrative fee that you will pay to Sourcewell for facilitating, managing, and promoting the Sourcewell Contract in the event that 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.) Trail King Industries proposes an administrative fee structure of no more than 2%. This proposed discount will allow Trail King to offer additional incentives to Sourcewell members to better meet the customers constrained budgets and better meet the competitive situations in markets of opportunity. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. UUUUJIIJ. 11 CI Ill. 1 ! U I: JJUM-ODJU-4VO1--VGU4- I J4141'LIU 1 CMU Table 14A: Depth and Breadth of Offered Equipment Products and Services 69 Provide a detailed description of the equipment, products, and services that you are offering in your proposal. Trail King Industries is offering a full line of trailer models covering the commercial, construction, agricultural, and material hauling markets. We are also offering a number of value-added services such as financing, refurbishment, and aftermarket parts. Trail King Industries is an original equipment manufacturer of trailers. We manufacture a complete line of trailers ranging in load capacities from 12,000 to 1,000,000 pounds serving a wide variety of applications and markets. We will work with every Sourcewell member to provide a trailer solution that best fits their hauling needs. An overview of our trailer lines is listed below: A full line of Open Deck trailers including: Hydraulic (Construction and Commercial) Detachable Gooseneck Trailers, Folding Gooseneck Trailers, Container Chassis Trailers, Mechanical Detachable Gooseneck Trailers, Jeeps, Joe Dogs, Flip Axles, Pin on Axles, Hydraulic & Air Boosters, Multi -Axle Hydraulic Detachable Gooseneck Trailers, Multi- Axle Mechanical Detachable Gooseneck Trailers, Hydraulic Detachable Extendable Trailers, Mechanical Detachable Extendable Trailers, Full Width Decks and Deck Extensions, Rail Deck and Rail Deck Extensions, Aluminum -Steel Combo Step Deck Trailers, Hydraulic Sliding Axle Trailers, Hydraulic Tail Trailers, Hydraulic Sliding Tail Trailers, Rollback Trailers, Tag Trailers, Tilt Trailers, Utility Trailers, and Tilt Utility Trailers. A full line of Material Hauling trailers including: Bottom Dump Trailers (both regular and ultra -light models), Steel Side Dump Trailers, Live Bottom Trailers (both regular and heavy duty models), Eight Axle Heavy Duty Live Bottom Trailer and Converter Dollies. Agricultural trailers including: Mechanical Detachable Trailers and Hydraulic Detachable Trailers. Trail King Industries also provides a number of value-added services including the following: Trail King Industries' Finance department offers a full suite of financing options including loans, finance leases, TRAC leases and Municipal lease. Transactions up to $500,000 can be approved with just a completed application and approval occurs within 24-48 hours. Up to 100% financing of the equipment (including FET) is available under both loan and lease options. Trail King Industries' Service department offers service and refurbishment programs designed for Trail King trailer owners to extend the useful life of their equipment. The program includes a comprehensive assessment of the trailer and a free estimate for service or refurbishment. Customers can tailor this program to meet their desired outcome. All work is performed at our Factory Service Center in Mitchell South Dakota. Trail King Industries' Parts department includes access to a vast number of in stock parts complete with an online database and ordering system. Our online parts database includes parts lookup by number, description, or VIN and offers competitive pricing and direct shipment for our dealers. Customers are able to lookup their trailer by VIN number to see a list of parts and drawings specific to their trailer. 70 Within this RFP category there may be subcategories of solutions. List subcategory titles that best describe your products and services. Trail King Finance — Offering Loan and lease options Trail King Refurb/Service — Extend the useful like of your equipment by bringing back to like new condition. Trail King Parts — Immediate parts availability with 24/7 ovine access 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. 71 Semi, utility, dump, lowboys, tags, hydraulic lift, flatbeds, deck overs, drop -deck tilt, rollbacks, slide axle, tanker, gooseneck, car haulers, stock, cargo, sport, walking floor, roll -off, storage, construction job, and refrigerated O Yes r No With the exception of the following statement. Trail King Industries does not currently offer tanker, livestock, enclosed cargo, walking floor, storage, construction job or refrigerated trailers 72 Mobile offices and concessions r' Yes 0 No Trail King Industries does not currently offer any of these x products. 73 Mobile command stations and incident response C Yes r: No Trail King Industries does not currently offer any of these x products. Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. VUUU.Dl ll CI IVCILI, IV. I! I:JJV/1-UCJU-YVOr-JGU4-/J�F!Yr V:!ICJU Table 15: Exceptions to Terms, Conditions, or Specifications Form Line Item 74. NOTICE: To identify any exception, or to request any modification, to the Sourcewell template Contract terms, conditions, or specifications, a Proposer must submit the exception or requested modification on the Exceptions to Terms, Conditions, or Specifications Form immediately below. The contract section, the specific text addressed by the exception or requested modification, and the proposed modification must be identified in detail. Proposer's exceptions and proposed modifications are subject to review and approval of Sourcewell and will not automatically be included in the contract. Contract Section Term, Condition, or Specification Exception or Proposed Modification Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." • Pricing - Trail King price pages 092122.xlsx - Monday September 26, 2022 08:28:31 • Financial Strength and Stability - Financial Strength - D&B, Experian, JP Morgan (Trail King) 092622.zip - Monday September 26, 2022 08:37:17 • Marketing Plan/Samples - Marketiing - Literature, Dealer Flyer, Finance, Parts & Refurb - Trail King.zip - Tuesday September 27, 2022 14:42:20 • WMBE/MBE/SBE or Related Certificates (optional) • Warranty Information - Warranty - Warranty, Procedure, Authorization - Trail King.zip - Monday September 26, 2022 09:12:33 • Standard Transaction Document Samples - Standard Transaction - Acknowledgement, Invoice & Quote Sample -Trail King.zip - Monday September 26, 2022 15:37:45 • Upload Additional Document - Additional Documents -Trail King.zip - Wednesday September 28, 2022 07:55:20 Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. UUUUJIIJ.I I CI IVCIUFJC IU. UN/Vr VU ICM, 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" fist 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://sam.gov/SAM/; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. L/UTA.101y.1I CI IVCIU, IL/. I /.7I JJL/M-OCJU-4UOr-ULU', J4/41-UJ 1C7U 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. P 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. - Mike Heschke, Dir of Government Sales, Trail King Industries, 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 a 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. File Name Addendum_5_Trailers Wed September 21 2022 04:26 PM Addendum_4_Trailers Tue September 20 2022 08:40 AM Addendum_3_Trailers Mon September 19 2022 12:24 PM Addendum_2_Trailers Wed September 14 2022 03:50 PM Addendum_1_Trailers Tue September 13 2022 07:51 AM I have reviewed the below addendum and attachments (if applicable) P P P P Pages Bid Number: RFP 092922 Vendor Name: Trail King Industries, Inc. JE�iNMENiq,yO V� FAG � O .n y Sourcewell RFP #092922 REQUEST FOR PROPOSALS for Trailers with Related Equipment, Accessories, and Services Proposal Due Date: September 29, 2022, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Trailers with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than September 29, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. SOLICITATION SCHEDULE Public Notice of RFP Published: August 11, 2022 Pre -proposal Conference: September 1, 2022, 10:00 a.m., Central Time Question Submission Deadline: September 21, 2022, 4:30 p.m., Central Time Proposal Due Date: September 29,2022, 4:30 p.m., Central Time Late responses will not be considered. Opening: September 29, 2022, 6:30 p.m., Central Time See RFP Section V.G. "Opening" Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 1 I. ABOUT SOURCEWELL A. SOURCEWELL Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ participating entities across the United States and Canada. Sourcewell's solicitation process complies with State of Minnesota law and policies, conforms to Canadian trade agreements (including Canadian Free Trade Agreement, Ontario -Quebec Trade and Cooperation Agreement, and Canada -European Union Comprehensive Economic and Trade Agreement, as applicable), and results in cooperative purchasing solutions from which Sourcewell's Participating Entities procure equipment, products, and services. Cooperative purchasing provides participating entities and suppliers increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings. At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted suppliers' potential pool of end users. Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which all proposals to this RFP must be submitted. B. USE OF RESULTING CONTRACTS In the United States, Sourcewell's contracts are available for use by: Federal and state government entities'; Cities, towns, and counties/parishes; Education service cooperatives; K-12 and higher education entities; Tribal government entities; Some nonprofit entities; and Other public entities. In Canada, Sourcewell's contracts are available for use by: • Provincial and territorial government departments, ministries, agencies, boards, councils, committees, commissions, and similar agencies; • Indigenous self-governing bodies • Regional, local, district, and other forms of municipal government, municipal organizations, school boards, and publicly funded academic, health, and social service Pursuant to HAR §3-128-2, the State of Hawaii, Department of Accounting and General Services, State Procurement Office, on behalf of the State of Hawaii and participating jurisdictions, has provided notice of its Intent to Participate in the solicitation as a participating entity. Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 2 entities referred to as MASH sector (this should be construed to include but not be limited to the Cities of Calgary, Edmonton, Toronto, Ottawa, and Winnipeg), as well as any corporation or entity owned or controlled by one or more of the preceding entities; Crown corporations, government enterprises, and other entities that are owned or controlled by these entities through ownership interest; Members of the Canoe procurement group of Canada, and their partner associations: Canoe members are regional, local, district or other forms of municipal government, school boards, publicly -funded academic, health and social service entities in Alberta and across Canada, as well as any corporation or entity owned or controlled by one or more of the preceding entities — as well as partner associations, including Saskatchewan Association of Rural Municipalities, Association of Manitoba Municipalities, Local Authorities Services/Association of Municipalities Ontario, Nova Scotia Federation of Municipalities, Federation of Prince Edward Island Municipalities, Municipalities Newfoundland Labrador, Union of New Brunswick Municipalities, North West Territories Association of Communities, Civiclnfo BC, and their members. For a listing of current United States and Canadian Participating Entities visit Sourcewell's website (note: there is a tab for each country): https://www.sourcewell-mn.gov/sourcewell-for- vendors/agency-locator. Participating Entities typically access contracted equipment, products, or services through a purchase order issued directly to the contracted supplier. A Participating Entity may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Participating Entities retain the right to obtain similar equipment, products, or services from other sources. To meet Participating Entities' needs, Sourcewell broadly publishes public notice of all solicitation opportunities, including this RFP. In addition, where applicable, other purchasing cooperatives and procurement officials receive notice and are encouraged to re -post the solicitation opportunity. Proof of publication will be available at the conclusion of the solicitation process. II. SOLICITATION DETAILS A. SOLUTIONS -BASED SOLICITATION This RFP and contract award process is a solutions -based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 3 B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Trailers with Related Equipment, Accessories, and Services, including open, enclosed and specialty trailers such as: a. Semi, utility, dump, lowboys, tags, hydraulic lift, flatbeds, deck overs, drop -deck tilt, rollbacks, slide axle, tanker, gooseneck, car haulers, stock, cargo, sport, walking floor, roll -off, storage, construction job, and refrigerated; b. Mobile offices and concessions; and, c. Mobile command stations and incident response. 2. The primary focus of this solicitation is on trailer manufacturing and not on a Proposer's ability to provide turn -key solutions by upfitting a trailer with trailer mounted equipment. 3. This solicitation does not include those equipment, products, or services covered under categories included in contracts currently maintained by Sourcewell: a. Heavy Construction Equipment with Related Accessories, Attachments, and Supplies (RFP #032119) b. Medium Duty and Compact Construction and Maintenance Equipment with Related Attachments, Accessories, and Supplies (RFP #040319) c. Portable Construction Equipment with Related Accessories and Attachments (RFP #041719) d. Grounds Maintenance Equipment, Attachments, and Accessories with Related Services (RFP #031121) e. Roadway Maintenance Equipment (RFP #080521) f. Public Utility Equipment with Related Accessories and Supplies (RFP #110421) g. Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies (RFP #101221) h. Snow and Ice Handling Equipment, Supplies, and Accessories (RFP #062222) i. Relocatable Building Solutions with Related Services (RFP #TBD) j. Electrical Energy Power Generation Systems with Related Parts, Attachments, Supplies, Installation & Services (RFP #092222) Proposers may include related equipment, accessories, and services to the extent that these solutions are complementary to the equipment, products, or service(s) being proposed. Generally, the solutions for Participating Entities are turn -key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 4 operating status. However, equipment -only or products -only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third - party contractors, to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment, products, and services provided under a resulting contract. If proposer is including the equipment, products, and services of its subsidiary entities, the proposer must also identify all included subsidiaries in its proposal. If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. Sourcewell encourages suppliers to offer the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. C. REQUIREMENTS It is expected that proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the proposal, equipment and products must be delivered to the Participating Entity as operational. 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. ANTICIPATED CONTRACT TERM Sourcewell anticipates that the term of any resulting contract(s) will be four years, with an optional one-year extension that may be offered based on the best interests of Sourcewell and its Participating Entities. Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 5 E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $50 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. F. MARKETING PLAN Proposer's sales force will be the primary source of communication with Participating Entities. The proposer's Marketing Plan should demonstrate proposer's ability to deploy a sales force or dealer network to Participating Entities, as well as proposer's sales and service capabilities. It is expected that proposer will promote and market any contract award. G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to proposers able to best meet the need of Participating Entities. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. A proposer may submit only one proposal. If related, affiliated, or subsidiary entities elect to submit separate proposals, rather than a single parent -entity proposal, each such proposal must be prepared independently and without cooperation, collaboration, or collusion. 3. If a proposer works with a consultant on its proposal, the consultant (an individual or company) may not assist any other entity with a proposal for this solicitation. 4. Proposers should include all relevant information in its proposal, since Sourcewell cannot consider information that is not included in the proposal. Sourcewell reserves the right to verify proposer's information and may request clarification from a proposer, including samples of the proposed equipment or products. 5. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Participating Entities. Awards may be based on a subcategory. 6. A proposer's documented negative past performance with Sourcewell or its Participating Entities occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. III. PRICING A. REQUIREMENTS All proposed pricing must be: Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 6 1. Either Line -Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line -item Pricing is pricing based on each individual product or services. Each line must indicate the proposer's published "List Price," as well as the "Contract Price." b. Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer's Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any contract resulting from this RFP. 2. The proposer's not to exceed price. A not to exceed price is the highest price for which equipment, products, or services may be billed to a Participating Entity. However, it is permissible for suppliers to sell at a price that is lower than the contracted price. 3. Stated in U.S. and Canadian dollars (as applicable). 4. Clearly understandable, complete, and fully describe the total cost of acquisition (e.g., the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Participating Entity's location). Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the proposer. Additionally, proposers should clearly describe any unique distribution and/or delivery methods or options offered in the proposal. B. ADMINISTRATIVE FEES Proposers awarded a contract are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Participating Entities for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. IV. CONTRACT Proposers awarded a contract will be required to execute a contract with Sourcewell (see attached template). Only those modifications the proposer indicates in its proposal will be available for discussion. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Minnesota law may result in the proposal being disqualified from further review and evaluation. Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 7 To request a modification to the template Contract, a proposer must submit the Exceptions to Terms, Conditions, or Specifications table with its proposal. Only those exceptions noted at the time of the proposal submission will be considered. Exceptions must: 1. Clearly identify the affected article and section. 2. Clearly note the requested modification; and as applicable, provide requested alternative language. Unclear requests will be automatically denied. Only those exceptions that have been accepted by Sourcewell will be included in the contract document provided to the awarded supplier for signature. If a proposer receives a contract award resulting from this solicitation it will have up to 30 days to sign and return the contract. After that time, at Sourcewell's sole discretion, the contract award may be revoked. V. RFP PROCESS A. PRE -PROPOSAL CONFERENCE Sourcewell will hold an optional, non -mandatory pre -proposal conference via webcast on the date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell Procurement Portal. The purpose of this conference is to allow potential proposers to ask questions regarding this RFP and Sourcewell's competitive contracting process. Information about the webcast will be sent to all entities that have registered for this solicitation opportunity through their Sourcewell Procurement Portal Vendor Account. Pre -proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. All questions, whether specific to a proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may disqualify the proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. C. ADDENDA Rev. 3/2022 Sourcewell RFP R092922 Trailers with Related Equipment, Accessories, and Services Page 8 Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the proposer by checking the box for each addendum. It is the responsibility of the proposer to check for any addenda that may have been issued up to the solicitation due date and time. If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the proposer's proposal status to INCOMPLETE. The proposer can view this status change in the "MY BIDS" section of the Sourcewell Procurement Portal Vendor Account. The proposer is solely responsible to check the "MY BIDS" section of the Sourcewell Procurement Portal Vendor Account periodically after submitting its proposal (and up to the Proposal Due Date). If the proposer's proposal status has changed to INCOMPLETE, the proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and iii) ensure the re -submitted proposal is received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time shown in the Solicitation Schedule above. D. PROPOSAL SUBMISSION Proposer's complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Late proposals will not be considered. It is the proposer's sole responsibility to ensure that the proposal is received on time. It is recommended that proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The time and date that a proposal is received by Sourcewell is solely determined by the Sourcewell Procurement Portal web clock. In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technical support posted in the portal. It may take up to 24 hours to respond to certain issues. Upon successful submission of a proposal, the Sourcewell Procurement Portal will automatically generate a confirmation email to the proposer. If the proposer does not receive a confirmation email, contact Sourcewell's support provider at support@bidsandtenders.ca. To ensure receipt of the latest information and updates via email regarding this solicitation, or if the proposer has obtained this solicitation document from a third party, the onus is on the Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 9 proposer to create a Sourcewell Procurement Portal Vendor Account and register for this solicitation opportunity. Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an authorized representative of the proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the proposer to remedies available by law. E. GENERAL PROPOSAL REQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. • Complete. A proposal will be rejected if it is conditional or incomplete. • Submitted in English. • Valid and irrevocable for 90 days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a proposer may withdraw its proposal. G. OPENING The Opening of proposals will be conducted electronically through the Sourcewell Procurement Portal. A list of all proposers will be made publicly available in the Sourcewell Procurement Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation Schedule. To view the list of proposers, verify that the Sourcewell Procurement Portal opportunities list search is set to "All" or "Closed." The solicitation status will automatically change to "Closed" after the Proposal Due Date and Time. VI. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible proposers offering the best overall quality, selection of equipment, products, and services, and price that meet the commonly requested specifications of Sourcewell and its Participating Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 10 Entities. The award(s) will be limited to the number of proposers that Sourcewell determines is necessary to meet the needs of its Participating Entities. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: • Total evaluation scores (giving consideration to natural breaks in the scoring of responsive proposals); • The number and geographic location of highest -scoring proposers that offer: o A comprehensive selection of the requested equipment, products, or services; o A sales and service network ensuring availability and coverage for Participating Entities' use; and o Other attributes of the proposer or contents of its proposal that assist Participating Entities in achieving environmental and social requirements, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product. B. AWARD(S) Award(s) will be made to the highest -scoring proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (a copy is available in the Sourcewell Procurement Portal): Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell's Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Box 219, Staples, MN 56479. All documents that comprise the complete protest package must Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 11 be received, and time stamped at the Sourcewell office by 4:30 p.m., Central Time, no later than 10 calendar days following Sourcewell's notice of contract award(s) or non -award. and must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A protest must allege a procedural, technical, or legal defect, with supporting documentation. A protest that merely requests a re-evaluation of a proposal's content will not be entertained A protest must include the following items: • The name, address, and telephone number of the protester; Identification of the solicitation by RFP number; A precise statement of the relevant facts; Identification of the alleged procedural, technical, or legal defect; Analysis of the basis for the protest; Any additional supporting documentation; The original signature of the protester or its representative; and Protest bond in the amount of $20,000 (except where prohibited by law or treaty). Protests that do not address these elements will not be reviewed. D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the proposer may be rejected. Sourcewell reserves the right to: Modify or cancel this RFP at any time; Reject any and all proposals received; Reject proposals that do not comply with the provisions of this RFP; Select, for contracts or for discussion, a proposal other than that with the lowest cost; Independently verify any information provided in a proposal; Disqualify any proposer that does not meet the requirements of this RFP, is debarred or suspended by the United States or Canada, State of Minnesota, Participating Entity's state or province; has an officer, or other key personnel, who have been charged with a serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a reasonable prospect; Waive or modify any informalities, irregularities, or inconsistencies in the proposals received; Clarify any part of a proposal and discuss any aspect of the proposal with any proposer; and negotiate with more than one proposer; Award a contract if only one responsive proposal is received if it is in the best interest of Participating Entities; and Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 12 • Award a contract to one or more proposers if it is in the best interest of Participating Entities. E. DISPOSITION OF PROPOSALS All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete. Sourcewell considers that negotiations are complete upon execution of a resulting contract. It is the proposer's responsibility to clearly identify any data submitted that it considers to be protected. Proposer must also include a justification for the classification citing the applicable Minnesota law. Sourcewell may reject proposals that are marked confidential or nonpublic, either substantially or in their entirety. Sourcewell will not consider the prices submitted by the proposer to be confidential, proprietary, or trade secret materials. Financial information, including financial statements, provided by a proposer is not considered trade secret under the statutory definition. Rev. 3/2022 Sourcewell RFP #092922 Trailers with Related Equipment, Accessories, and Services Page 13 Sourcewell 011 9/13/2022 Addendum No. 1 Solicitation Number: RFP 092922 Solicitation Name: Trailers with Related Equipment, Accessories, and Services Consider the following Questions and Answers to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: There are areas in the proposal that ask for the submitting vendors website to be entered. If we are partnered with other vendors, should the proposed vendors websites be placed in addition to our website? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of the proposer to provide the information they deem necessary to best reflect their proposal. Question 2: If our company is described as both a manufacturer and a distributor/dealer/reseller can we fill in both a) and b) under Table 2, Line 16? Answer 2: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. So, it is left to the discretion of each proposer to determine the information necessary to best demonstrate their ability to serve Sourcewell members and that they are willing to include. The solicitation is a competitive process and proposals are evaluated on the content submitted. End of Addendum Acknowledgement of this Addendum to RFP 092922 posted to the Sourcewell Procurement Portal on 9/13/2022, is required at the time of proposal submittal. Sourcewell 9/14/2022 Addendum No. 2 Solicitation Number: RFP 092922 Solicitation Name: Trailers with Related Equipment, Accessories, and Services Consider the following Question and Answer to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: What are the acceptable file formats for supporting document upload? Answer 1: Document uploads are allowed in Step 2 of the proposal preparation process. Refer to the instructions above the file upload tool in Step 2 for additional guidance: • "Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided." • "If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file." • "Maximum file upload size is 500MB" End of Addendum Acknowledgement of this Addendum to RFP 092922 posted to the Sourcewell Procurement Portal on 9/14/2022, is required at the time of proposal submittal. Sourcewell 9/19/2022 Addendum No. 3 Solicitation Number: RFP 092922 Solicitation Name: Trailers with Related Equipment, Accessories, and Services Consider the following Question and Answer to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: I am not sure that I understand the conflict of interest statement. Our company has no actual, potential, or foreseeable conflict of interest related to our submission. Would we answer "no" to the question in Step 3 within the Portal? Answer 1: The authorized signer for a Proposer declaring that it has no actual or potential conflict of interest, and no foreseeable actual or potential Conflict of Interest, will answer "No" to the question in Step 3 of the proposal preparation process in the Sourcewell Procurement Portal. The authorized signer for a Proposer declaring the existence of an actual, potential, or foreseeable conflict of interest will answer "Yes" to the question in Step 3. End of Addendum Acknowledgement of this Addendum to RFP 092922 posted to the Sourcewell Procurement Portal on 9/19/2022, is required at the time of proposal submittal. Sourcewell 9/20/2022 Addendum No. 4 Solicitation Number: RFP 092922 Solicitation Name: Trailers with Related Equipment, Accessories, and Services Consider the following Questions and Answers to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Does the pricing submitted need to include all option pricing or only base models? Answer 1: It is left to the discretion of each proposer to determine and propose the pricing approach that aligns with their business methods and satisfies all the requirements of RFP Article III - Pricing. Proposals are evaluated based on the criteria stated in the RFP. Question 2: Would you consider extending the bid until October 3rd? Answer 2: No extension of the due date is contemplated by Sourcewell at this time. End of Addendum Acknowledgement of this Addendum to RFP 092922 posted to the Sourcewell Procurement Portal on 9/20/2022, is required at the time of proposal submittal. Sourcewell 9/21/2022 Addendum No. 5 Solicitation Number: RFP 092922 Solicitation Name: Trailers with Related Equipment, Accessories, and Services Consider the following Questions and Answers to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Does a complete brochure or detailed specification sheet for each product being offered need to be provided or only a description in the pricing sheet? Answer 1: It is left to the discretion of each proposer to determine the documentation necessary to best demonstrate their ability to serve Sourcewell participating entities, and satisfies all the requirements of RFP Article III - Pricing. Proposals are evaluated based on the criteria stated in the RFP. Question 2: In Table 8, Question #40, what is meant by a hub partner? Answer 2: "HUB" is an acronym for historically underutilized business. End of Addendum Acknowledgement of this Addendum to RFP 092922 posted to the Sourcewell Procurement Portal on 9/21/2022, is required at the time of proposal submittal. The New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together This document printed Thursday, 08/11/2022 Contracting Opportunity Title: Trailers with Related Equipment, Accessories, and Services Agency: Sourcewell Division: Procurement Department Contract Number: 092922 Contract Term: 4 years, with potential 1 year extension Date of Issue: 08/11/2022 Due Date/Time: 09/29/2022 4:30 PM Central Time County(ies): All NYS counties Classification: Vehicles & Equipment - Commodities Opportunity Type: General Entered By: Chris Robinson Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Trailers with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal .sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than September 29, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. Service -Disabled Veteran -Owned Set Aside: No Business entities awarded an identical or substantially similar procurement contract within the past five years: Felling Trailers Globe Trailers Towmaster Trailers Trail King 1 of 4 Contact Information Primary contact: Sourcewell Procurement Department Chris Robinson Procurement Manager 202 12th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-895-4168 rfppsou rcewell-mn.gov Submit to contact: Sourcewell Procurement Department Chris Robinson Procurement Manager 202 12th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-895-4168 rfppsourcewell-mn.gov 2 of 4 Bid Results Bid Results have not been entered 3 of 4 Awards Awards have not been entered © 2022, Empire State Development http://www.esd.ny.gov/ 4 of 4 AFFIDAVIT OF PUBLICATION OFFICIAL DJCOREGON 11 NE Martin Luther King Jr. Blvd. Suite 201 / Portland, OR 97232-3579 (503) 226-1311 STATE OF OREGON, COUNTY OF MULTNOMAH--ss. I, Nick Bjork , being first duly sworn, depose and say that I am a Publisher of the Daily Journal of Commerce , a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.010 and 193.020; published at Portland in the aforesaid County and State; that I know from my personal knowledge that the Goods and Services notice described as Case Number: NOT PROVIDED TRAILERS WITH RELATED EQUIPMENT, ACCESSORIES, AND SERVICES Sourcewell; Bid Location Staples, MN, Todd County; Due 09/29/2022 at 04:30 PM a printed copy of which is hereto annexed, was published in the entire issue of said newspaper for 1 time(s) in the following issues: 8/12/2022 State of Oregon County of Multnomah SIGNED OR ATTESTED BEFORE ME ON THE 15th DAY OF August, 2022 Nick Bjork Notary Public-Stat Oregon ♦ -;, OFFICIAL STRAP MICHELLE ANNE AOPP NOTARY PUBLIC -OREGON COMMISSION NO 981091 MY COMMISSION EXPIRES NOVEMBER 05. 2022 Carol Jackson Sourcewell 202 12th St NE Staples, MN 56479-2438 SOURCEWELL TRAILERS WITH RELATED EQUIPMENT, ACCESSORIES, AND SERVICES Proposals due 4:30 pm, September 29, 2022 REQUEST FOR PROPOSALS Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Trailers with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proporta I.sourcewell-Mn .90V1. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than September 29, 2022, at 430 p.m. Central Time, and late proposals will not be considered. Published Aug. 12, 2022. 121461 84 Order No.: 12146184 Client Reference No: LOCALIQ The Oklahoman PROOF OF PUBLICATION Sourcewell Sourcewell PO BOX 219 STAPLES MN 56479 STATE OF OKLAHOMA, COUNTY OF OKLAHOMA The Oklahoman, a daily newspaper of general circulation in the State of Oklahoma, and which is a daily newspaper published in Oklahoma County and having paid general circulation therein; published and personal knowledge of the facts herein state and that the notice hereto annexed was Published in said newspapers in the issues dated on: 08/11/2022, 08/18/2022 and that the fees charged are legal. Swom to and subscribed before on 08/18/2022 Legal Cl Notary, Stare of Wf(Jounty of Brown My commision expires Publication Cost: $46.00 Order No: 7635093 Customer No: 727698 PO #: THIS IS NOT AN INVOICE! Please do not use this form for payment remittance. SHELLY HORA Notary Public State of Wisconsin # of Copies: PO Box 631643 Cincinnati, OH 45263-1643 Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Trailers with Related Equipment, Accessories, and Services to result in a contracting solution far use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [)baps f1p,rQporta l.sou rcewe l l-mn.gQl . Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than September 29, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. Page 1 of 1 al!&,.A1( ( .E:,vJ ( :[iv E aut, ua,tte E:-11- ille rJ-='. C� •rr=+-ra". 8-=11in�aham Her sld Brad.r;t-n Centre DTI Time., Fr -sr, B = :I Pla Hral - rllami Sun td .,;_ t'•,rY!e E_a.h t9_,] t,Eee Th. rd_., ir�un T_ --n, Tr Th=��I_;,11'Fd:3I5 __riL� C_L.,r.TtiGu�� acrarner,t_ 8-= Tri Th. _,tat- - C iumtwa AFFIDAVIT OF PUBLICATION Account # Order Number Identification Order PO Amount Cols Depth 34474 301175 Print Legal Ad - IP10084842 5132.13 18L Attention: Carol Jackson SOURCEWELL PO BOX 219 STAPLES, MN 56479 REQUEST FOR PROPOSALS ourcewell, a State of Minnesota bcal gov- emment unit and service cooperative, is re- questing proposals for Trailers with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sou ell Parfic- ie t ing Entities include thousands of gov- ernmental, higher education, K-12 educa- tion, nonprofit, tribal government, and other public agencies located in the United States and Canada A full copy of the Request for Proposals can be found on the Source - well Procurement Portal ihttps//proporaal. sourcewellann.govj. Only proposals sub- mtted through the Sou c.r Procurement Portal will be considered. Proposals are due no later than September 29, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. IPL0084842 Aug 71 2022 State of South Carolina County of Richland I, Tara Pennington, makes oath that the advertisment, was published in The State, a newspaper published in the City of Columbia, State and County aforesaid, in the issue(s) of No. of Insertions: 1 Beginning Issue of: 08/11/2022 Ending Issue of: 08/11/2022 -.76krio-Rfinn Tara Pennington Sworn to and subscribed before me this 11th day of August in the year of 2022 Notary Public in and for the state of Texas, residing in Dallas County Errors- theliabilityofthe publisher onaccount oferrors in or omissions from any advertisement willinno way exceed the amount of the charge for the space occupied by the item in error, and then only for the first incorrect insertion. " Extra charge for lost or duplicate affidavits. Legal document phase do not destroy! SPORTS USA TODAY I 5 THINGS TO CONSIDER Observations from LIV-PGA Tow Jason Lusk Golfweek I USA TODAY Network While the most important thing to come out of the federal court hearing in San Jose, California, was that Judge Beth Labson Freeman wouldn't grant a temporary restraining order to allow three LIV Golf players to compete in the PGA Tour's FedExCup Playoffs, several other nuggets were discussed Tuesday that are worth another look. LIV golfers Talor Gooch, Matt Jones and Hudson Swafford had requested the restraining order that was denied. They would have earned enough points in the season -long FedExCup qualifying to have made the playoffs, but they won't be allowed to tee it up Thursday in the FedEx St. Jude Championship after Freeman ruled their Tour suspensions would stand, at least for now. From the amounts the players were paid by LIV Golf, which were apparently eye -popping for the judge but were re- dacted and not verbalized in detail, to the fact that some other players might have misled the media and fans in inter- views about how their contracts and winnings mesh, there is plenty to dis- sect. Let's take a look. No irreparable harm Freeman said in her ruling that there was no irreparable harm to Gooch, Jones and Swafford even if they are not allowed to compete in the playoffs. From the opening of the hearing, the judge pointed out that irreparable harm would need to be proved by the plaintiff golfers for her to allow them to compete and thereby change the status quo, which is that they are suspended by the PGA Tour. Without irreparable harm, they had no justification fora temporary restraining order to compete in the Tour events. Freeman also repeated several times that money alone would not be grounds for finding irreparable harm, because money can be paid later if the ensuing lawsuit by LIV golfers against the PGA Tour goes in those golfers' favor. The plaintiffs' lead attorney who pre- sented their case Tuesday, Robert Wal- ters, argued that the FedExCup Playoffs are an elite series of events. The olavers Elliot Peters, left, was the lead attorney representing the PGA Tour at Tuesday's hearing. GODOFREDO A. VASQUEZ/AP Trial timeline for other LIV suit A group of LIV players - including the three who requested the temporary re- straining order as well as Phil Mickel - son, Bryson DeChambeau and others - has joined to sue the PGA Tour to regain playing status and end suspensions. That trial won't begin anytime soon. After ruling against the temporary restraining order, Freeman - who also is assigned that case - told the litigators the earliest a trial on that suit might be- gin will be August 2023. That would ac- tually be a compressed timeline for such a trial, with various evidentiary dates and other hearings coming before that. If the litigators are unable to prepare their cases on that compressed time- line, the case will be heard at the earliest in 2025 because the judge has other cases already on her docket. Basically, that suit is likely to drag out for years. Is LIV player roster complete? Walters was asked by Freeman why the plaintiffs didn't wait until the end of their annual PGA Tour contracts to sign with LIV Golf. He responded that LIV Golf's roster might be full and complete by that time, which comes at the end of as soon as this fall. LIV has laid out plans for how players might be dropped based on performance, but there is no clear indication of how it plans to con- tinue to stack its lineup and who might lose out. About those LIV Golf contracts At various times in Tuesday's hear- ing, Freeman commented on the high dollar figures associated with LIV con- tracts signed by players and their re- strictive nature. At one point, Freeman mentioned how the LIV contracts are worth more than the three plaintiffs have earned on the PGA Tour. The exact payments were redacted from public view, but the judge and the litigators were privy to the dol- lar figures. For comparison, Gooch has $9.5 million in career PGA Tour earn- ings, Jones has $18 million and Swafford has $10 million. The judge also at one point said the LIV contracts were more restrictive than PGA Tour contracts, effectively so- lidifying a point of speculation among some pundits in recent months. LIV golfers are required to play all LIV events, while the Tour allows players to nick and choose among a greater field of LII LII als es≤ pa; bo he ph cot se( cot he tra ter pr( iss ter Is me To ink ny evt he sup no dic juc by sig pr( ket in€ ers tin 20 cot PG me pei act es, the the We To' set crE tra op hir he apc Alberta Purchasing Connection Government Opportunity Notice Trailers with Related. Equipment, Accessories, and Services Opportunity Information Organization: Organization Address: Reference Number: Solicitation Number: Solicitation Type: Posting (MM/dd/yyyy): Closing (MM/dd/yyyy): Last Update (MM/dd/yyyy): Agreement Type: Region of Opportunity: Region of Delivery: Opportunity Type: Commodity Codes: 52330W: Trailer, Dump 52330B: Trailer, Cargo Van N2330G: Trailer, Maintenance 52330F: Trailer, Low Bed 523305: Trailer, Auto 523302: Trailer, Refrigerator N2330V: Trailer, Specially Equipped 52330M: Trailer, Tank 52330Q: Trailer, Utility 52330: Trailers 52330E: Trailer, Light, 5th Wheel 52330P: Trailer, Tilt Deck Canoe Procurement Group of Canada AB -2022-04994 AB -2022-04994 Request for Proposal 08/11/2022 09:00:00 AM Alberta Time 09/29/2022 03:30:00 PM Alberta Time 08/11/2022 08:45:15 AM Alberta Time NW PTA/TILMA & CFTA & CETA & TCA Open Alberta Open & Competitive Category: Goods This opportunity is now dosed. APC "OprtunityNotices" This notice is provided for information purposes only. Refer to the ”Opportunity Documentspo" in the bid package for authoritative information. All queries pertaining to the language, content or any missing or inaccurate information within this abstract must be sent to its originator of the abstract, as specified in the opportunity notice. C APC - All rights re -served. No part of the information contained in this Web Site may be reproduced, stored in a retrieval system or transmitted in any form or by any means, electronic, mechanical, photocopying, recording or otherwise without the prior written permission of the Manager, Centre of Expertise via; APCWquests@gov.ab.ca. His Majesty the King in right of Alberta and the Alberta public sector entities that use APC are not responsible or liable for the accuracy of the information contained in the publication. It is the responsibility of interested parties to review the opportunity posting for changes or updates prior to the opportunity closing date/time. Public Yurchase- hat`'• j Help "� Lou,. ourcewell Bid RFP #092922 - Trailers with Related Equipment, Accessories, and Services Bid Type RFP Bid Number 092922 Title Trailers with Related Equipment, Accessories, and Services Expected Start Date Aug 11, 2022 12:00:00 AM CDT Expected End Date Sep 29, 2022 4:30:00 PM CDT Agency Sourcewell Bid Contact Chris Robinson (218) 6954168 rfp®eourcew ell -m n.gov 2g2 12th Street NE P. Box 2M19N Staples, 56479-0219 Date Sep 1, 2022 10:00:00 AM CDT Location Online Conference Notes Login information will be entailed two business days prior to the event. No Documents for this bid Puhlii I (;itlill} Sourcewell View Details Click here to return to the Sourcewell Procurement Portal home page_ Jr Bid Details Bid Classification: Bid Type: Bid Number: Bid Name: Bid Status: Bid Closing Date: Question Deadline: Electronic Auctions: Language for Bid Submissions: Submission Type: Submission Address: Public Opening: Description: Bid Document Access: Categories: Meeting Locations Bids Homepage Find more bids Create Account Logir Goods RFP - General RFP 092922 Trailers with Related Equipment, Accessories, and Services Closed Thu Sep 29, 2022 4:30:00 PM (CDT) Wed Sep 21, 2022 4:30:00 PM (CDT) Not Applicable English unless specified in the bid document Online Submissions Only Online Submissions Only No Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Trailers with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entitles indude thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportai.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than September 29, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. Bid Opportunity notices and awards and a free preview of the bid documents is available on this site free of charge without registration. Please note, some documents may be secured and you will be required to register for the bid to download and view the documents. There Is no cost to obtain an unsecured version of the document and /or to participate in this solicitation. Show Categories 14-) The following are the meeting times and locations for the opportunity: Meeting Location Description Online Pre -Proposal Conference Download o:c Documents' Date / Time - 1 Mandatory Me... Meeting Document Login instructions will be posted to the Thursday "Documents" section and available to registered September 1, 2022 suppliers two business days prior to the web 10:00 AM to 11:00 conference. AM (CDT) Documents File Name RFP 092922 Trallers Wednesday August 10, 2022 01:03 PM RFP 092922 Trailers Contract Template Wednesday July 27, 2022 03:25 PM RFP 092922 Trailers22-00 PreProposal_Login_Instructions Tuesday August 30, 2022 00:43 AM No Pages 13 B Download 10 H Download 1 ® Download Content Sourcewell =w Edit Delete Revisions Sourcewell Cooperative Purchasing Services & Programs News cc Trailers with Related Equipment, Accessories, and Services Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Trailers with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell mn.govj. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than September 29, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. Important Dates Pre -Proposal Conference: September 1, 2022 at 10:00 am CDT Proposals Due: September 29, 2022 at 4:30 pm CDT To obtain a copy of the complete RFP, ask questions related to the RFP, or submit a proposal, please use the link below. Sourcewell Procurement Portal l About Careers Compliance & Legal Contact News Terms&Conditions Privacy Policy Accessibility All Solutions 3 Minnesota -Only Solutions + Supplier Resources + Register fl1'inC O 2022 Sourcewell. All rights reserver Bidding Cial Bid Notice Only Publish Ver=fyt=ontents Solicitation Setting .v Internal Approval V Enable Collaboration with other Users Solicitation Details No No No Mandatory information Solicitation Type RFP Solicitation Name hailers with Related Equipment, Accessories, and Services Accept Questions Not Applicable Solicitation Number 092922 Procurement Type Ooods, Sei Published By sourcewNl Internal Information (For Internal Use Only) roject Name 092922 Trailers Advertisement Open to all suppliers Publish Date 08/11/2022 Publish Option ed Contract 5200,000,000.00 Closing Date&Time 09/29/202216:30:00 CT Value Range for this 10.000.001 over Selected Categories FAutomothan Industrial Industrial Vehicles/ Equipment Fre[rurks,Ambulanc.stjrc i7tri Trucks.C,arbage Trucks.Bus iii-foo s.'dormmercialj. Utility Trucks, Rde-on Lawn Mowers, decontamination traiters, sireetrars, ice �resurfacers. office trailers, trains etc 8 Solicitation Overview Sour; Ewell Trailers with Related Equipment, Accessories, and Services 092922 Closing Date: 09/24!2022 04:30:00 PM CT Sourcewell, a state of Minnesota land government unit and +arviu cooperative, Is an:w sting proposals far Trailers with Related Equipment, Aaessorwe, and Swan. to result in a ...tang solution an tan by its Participating EntlHu. SounvwMH Participating Bean. Mande thousands of gang an ntal, higher eduntion, R-12 education, nonprofit, Mbal gan nmmt, and other public egandes!anted M the United Seas and Canada. A fug copy of the Request for Proposes nn be found on the saurnwell Procurement Portal [hope://nroportal.sourceweli-mn.gov]. Only an... Is submitted through the Sourpxywll Procoramern Poral will be oonid...vd. Pm,. a e due no later than September 29, 2022, ar 6;30 v.m. Central Time, and late proposals will not be considered. 2024 R2Cow.An Rights Reser M.P.... ryMdAlypma (u_xSMAN KIA R2«t.$1 092922 - Trailers with Related Equipment, Accessories, a... Notice Basic Information Estimated Contract Value (CAD) Reference Number Issuing Organization Owner Organization Solicitation Type Solicitation Number Title Source ID Details Location Purchase Type Description $200,000,000.00 (Not shown to suppliers) 0000230033 Sourcewell RFP - Request for Proposal (Formal) 092922 Trailers with Related Equipment, Accessories, and Services PP.CO. USA.868485.C88455 All of Canada, All of Canada Duration:4 years Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Trailers with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal[https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than September 29, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. Dates Publication 2022/08/11 09:01:47 AM EDT Question Acceptance Deadline 2022/09/21 05:30:00 PM EDT Questions are submitted online No Bid Intent Not Available Closing Date 2022/09/29 05:30:00 PM EDT Prebid Conference Contact Information Procurement Department 218-894-1930 rfp@sourcewell-mn.gov Pre -Bidding Events Event Type Attendance Event date Location Event Note Bid Submission Process Bid Submission Type Pricing Pricing Bid Documents List 2022/09/01 01:00:00 AM EDT Prebid Conference Recommended 2022/09/01 01:00:00 AM EDT Online Conference Login informations will be emailed two business days prior to the event. Electronic Bid Submission In attached document In attached document em Name Description. Bid Documents Documents defining the proposal Mandatary Yes 2022/08/11 09:02:18 AM EDT Page 1 of 2 092922 - Trailers with Related Equipment, Accessories, a... Categories Selected Cateaories MERX Category (1) G Goods Goods G28 UNSPSC Category (1) 25000000 Commercial and Military and Private Vehicles and their Accessories and Components 25180000 Vehicle bodies and trailers 25181700 Product and material trailers 2022/08/11 09:02:18 AM EDT Page 2 of 2 UUUUJIy1I CI IVCIVFlC IU. DVUOVUr I -GO/ F-4. I V4-ML.LO-UMOULAJLIOLJVD 2V r W� O N Z Sourcewell Proposal Opening Record Date of opening: September 29, 2022 Sourcewell posted Request for Proposal 9092922, for the procurement of Trailers with Related Equipment, Accessories, and Services, on the Sourcewell Procurement Portal [proportal.sourcewell-mn.gov] on Thursday, August 11, 2022, and the solicitation remained in an open status within the portal until September 29, 2022, at 4:30 pm CT. The RFP required that all proposals be submitted through the Sourcewell Procurement Portal no later than 4:30 pm CT on September 29, 2022, the date and time specified in the Solicitation Schedule. The undersigned certify that all responses received on Request for Proposal 9092922 were submitted through the Sourcewell Procurement Portal, and that each Proposer's response material was digitally sealed upon submission and remained inaccessible until the due date and time specified in the Solicitation Schedule. Responses were received from the following: 1010776996 Saskatchewan, Ltd. (North Country Customs Heavy Duty (NCCHD) - Submitted 9/29/22 at 3:13:55 PM American Cargo Group Trailers, LLC - Submitted 9/22/22 at 4:46:57 PM Certified Stainless Service, Inc. dba West -Mark - Submitted 9/27/22 at 3:17:46 PM Etnyre International - Submitted 9/29/22 at 1:19:06 PM EZ STAK, LLC - Submitted 9/29/22 at 12:18:12 PM Felling Trailers, Inc. - Submitted 9/27/22 at 10:55:12 AM Globe Trailer Manufacturing, Inc. - Submitted 9/29/22 at 4:09:15 PM Interstate Trailers, Inc. - Submitted 9/28/22 at 12:37:59 PM J&J Truck Bodies & Trailers - Submitted 9/28/22 at 12:56:38 PM JHB Group, Inc. - Submitted 9/22/22 at 2:05:55 PM MAC Trailer Manufacturing, Inc. - Submitted 9/29/22 at 5:26:24 AM Monroe Towmaster, LLC - Submitted 9/29/22 at 2:45:38 PM Nomad Global Communication Solutions, Inc. - Submitted 9/29/22 at 11:14:46 AM Pitts Enterprises, Inc. - Submitted 9/29/22 at 3:50:53 PM PondMedics, LLC - Submitted 9/29/22 at 3:30:23 PM ProPac, Inc. - Submitted 9/26/22 at 11:19:03 AM SmithCo Mfg., Inc. - Submitted 9/29/22 at 7:38:49 AM Talbert Manufacturing, Inc. - Submitted 9/29/22 at 2:30:09 PM TPD Trailers, Inc. - Submitted 9/27/22 at 12:10:45 PM Trail King Industries, Inc. - Submitted 9/28/22 at 10:27:12 AM VUIiUJIy1I CIOvuunar I-LOI r-'41 V•F-Ml,.LO-VMJVI..UVJLJUD TriVan Truck Body, LLC - Submitted 9/29/22 at 3:52:06 PM The Proposals were opened electronically, and a list of all Proposers was made publicly available in the Sourcewell Procurement Portal, on September 29, 2022, at 4:32:03 PM CT. All responsive proposals were then submitted for review by the Sourcewell Evaluation Committee. FDocuSigned by: ar.) o 7DDDCEFD883D45D... .QI A-DocuSignedby: IJd.ck� 91� ,---6EE63AEDED5F46E... Greg Grunig, MS, Procurement Lead Analyst Carol Jackson, Procurement Analyst ocuSign Envelope ID: C540AE35-381D-4867-8E03-66EFD5ABD81C Proposal Evaluation Trailers with Related Equipment, Accessories, and Services RFP #092922 Sourcewell gl; 1010776996 Saskatchewan, Ltd. Certified Stainles Inc. E2 STAR, LLC Manufactu nc 1&1 Truck Bodies & Trailers MB Group, Inc. Possible Points Pricing Financial Viability and Marketplace Success Ability to Sell and Deliver Service Marketing Plan Value Added Attributes Warranty Depth and Breadt FP 50 400 75 35 275 47 38 334 56 43 345 64 42 340 35 326 53 42 319 62 42 324 39 324 60 39 310 58 41 325 100 50 75 50 200 67 32 54 38 162 710 75 39 52 39 164 797 83 44 64 82 42 62 64 30 52 164 848 153 823 145 745 40 67 42 163 816 82 43 64 43 80 36 158 817 40 153 783 69 39 56 40 148 759 41 156 794 Total Points Rank Order 1,000 Possible Points 17 Nomad Global Monroe Towmaster, LLC PondMedics, LLC SmlthCo Mfg, Inc. Talbert ManuInc.facturing, TPD Trailers, Inc. TriVan Truck Body Conformance to "PRequirements Pricing Fin Ma Ahility Service Marketing Plan Value Added Attributes Warranty Depth and Breadth of Offered Equipment, lal Viability and 400 75 42 339 63 37 270 60 42 341 58 253 49 309 58 273 52 40 334 38 313 43 341 66 40 323 Selland Deliver 100 75 200 42 61 43 162 834 67 39 53 40 136 702 42 62 158 819 64 32 49 38 133 649 72 69 73 52 39 161 771 52 40 148 710 16.5 54 156 795 34 55 39 153 746 43 63 67 40 56 40 163 844 149 773 Total Points Rank Order 1,000 EtiD7?0nTh 20 21 14 30 c5w.doby,, 16 CDocuapmd by: IY' 7yebw� LAJUUJII�f.11 CI IVtl1UFlC IU. 'FLOC/ U IJ-O/ a/ / V ��oy�RNMEN7gNG�o N4 Sourcewell COMMENT AND REVIEW to the REQUEST FOR PROPOSAL (RFP) #092922 Entitled Trailers with Related Equipment, Accessories, and Services The following advertisement was placed August 11, 2022 in USA Today, in South Carolina's The State, and on the Sourcewell website www.sourcewell-mn.gov, Sourcewell Procurement Portal https://proportal.sourcewell- mn.gov, Biddingo, Merx, The New York State Contract Reporter www.nyscr.ny.gov, PublicPurchase.com, August 12, 2022 in Oregon's Daily Journal of Commerce, and on August 11 and August 18, 2022 in The Oklahoman: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Trailers with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.govj. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than September 29, 2Q22, at 4:30 p.m. Central Time, and late proposals will not be considered. The solicitation process was conducted through the Sourcewell Procurement Portal. The following parties expressed interest in the solicitation by registering for this opportunity within the portal: 1010776996 Saskatchewan, Ltd. (North Country Customs Heavy Duty (NCCHD) Lloyd Trailer Co., LLC Advance Engineered Products, Ltd. Lunar Contracting Advance Tank Production MAC Trailer Manufacturing, Inc. American Cargo Group Trailers, LLC Mobile Modular Management Corp. Apeiron Energy, Inc. Monroe Towmaster, LLC Boald Construction Management, Ltd. Nomad Global Communication Solutions, Inc. Brandt Tractor Pitts Enterprises, Inc. Cellutrak PondMedics, LLC Certified Stainless Service, Inc. dba West -Mark Prime Vendor, Inc. Diamond International Trucks, Ltd. ProPac, Inc. EASTERN EQUIPMENT SERVICES, LLC PWXPress Equipter, LLC Reelstrong, LLC Etnyre International Regina Construction Association UULIUJlly11 CI1U. VI,OC/ J '0-01 01 1-OHy/1'UUCLLI- CI,IJ I ! L/ Sourcewell Page 2 of 6 EZ STAK, LLC SmithCo Mfg., Inc. Felling Trailers, Inc. Southland International Trucks, Inc. Fontaine Specialized STEC EQUIPMENT General Engines Co., Inc. STJOHN TRUCK & TRAILER SERVICE, INC. Globe Trailer Manufacturing, Inc. Talbert Manufacturing, Inc. GUARDITRON, INC. Total Quality Logistics Highway Maintenance Solutions, LLC TPD Trailers, Inc. Interstate Trailers, Inc. Trail King Industries, Inc. J&J Truck Bodies & Trailers Trailers Plus, Inc. JHB Group, Inc. TriVan Truck Body, LLC K&K Manufacturing, Inc. Truck Builders of CT LANE Trailer Manufacturing TruckPro Holding Corporation All Proposals remained sealed within the Sourcewell Procurement Portal until the scheduled due date and time. Proposals were electronically opened, and the list of all Proposers was made publicly available on the Sourcewell Procurement Portal, on September 29, 2022, at 4:32:03 pm CT. Proposals were received from the following: 1010776996 Saskatchewan, Ltd. (North Country Customs Heavy Duty (NCCHD) American Cargo Group Trailers, LLC Certified Stainless Service, Inc. dba West -Mark Etnyre International EZ STAK, LLC Felling Trailers, Inc. Globe Trailer Manufacturing, Inc. Interstate Trailers, Inc. J&J Truck Bodies & Trailers JHB Group, Inc. MAC Trailer Manufacturing, Inc. Monroe Towmaster, LLC Nomad Global Communication Solutions, Inc. Pitts Enterprises, Inc. PondMedics, LLC ProPac, Inc. SmithCo Mfg., Inc. Talbert Manufacturing, Inc. TPD Trailers, Inc. Trail King Industries, Inc. TriVan Truck Body, LLC Proposals were reviewed by the Proposal Evaluation Committee: Greg Grunig, MS, Procurement Lead Analyst Craig West, Procurement Analyst Carol Jackson, Procurement Analyst Beverly Hoemberg, Procurement Analyst LJUUU,Dlyll CI IVCIVF.IC ILJ. 4,0C/ J I J -O/ J/-'IUM I-o47/1-Vyoccr ClJli 1/ Sourcewell Page 3 of 6 The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee applied the Sourcewell RFP evaluation criteria and determined that all proposal responses met the scope and mandatory submittal requirements and were evaluated. American Cargo Group Trailers, LLC offers a range of cargo, sport, gooseneck, car haulers, storage, and construction, and mobile office and concessions trailers. Their sales and service staff are capable of supporting Sourcewell participating entities across the United States and Canada. They are offering a range of competitive pricing discounts from list price by product category and brand. Certified Stainless Service, Inc. dba West -Mark is a manufacturer providing equipment such as tank type products, lowboy, gooseneck, drop deck and flatbed trailers. Certain product lines offer hydraulic tail and sliding axle options. The Certified sales team will provide sales and service to the United States and is expanding into Canada. They are offering Sourcewell participating entities a solid discount from MSRP, with additional volume discounts available. Etnyre International, builds multiple types of trailers including lowboy, live bottom, liquid asphalt, fixed gooseneck, rear loading, and paver special trailers. Etnyre and their dealer network provide sales and service to all of the United States and Canada. They offer "start-up" training with all trailer purchases as well as regional schools for the use of their products. Their pricing represents significant discounts off list pricing. Felling Trailers, Inc., manufactures over 240 models of trailers in their standard product line that include semi, utility, dump, lowboy, hydraulic lift, flatbed, deck -over, drop -deck and tilt varieties. Felling's dealer network totals more than 500 locations to provide sales and service to Sourcewell Members throughout North America. Their trailers include features such as Air Ramps, Air Tilt and EZ Tilt solutions to make loading equipment simpler and safer. Felling Trailers offers Sourcewell participating entities a solid discount from their MSRP pricing. Globe Trailer Manufacturing, Inc., offers a broad selection of trailers including tag -along, lowboy, demolition dump, narrow fixed -neck, hydraulic tail, flatbed, drop -deck, sliding axle, folding neck, goose neck, enclosed and military -style models. Globe Trailer's dealer sales and service network covers all 50 states, US Territories and Canada along with over 350 locations additionally included in their service network. Globe Trailers backs up their products with structural warranties up to 10 years depending on the model of trailer purchased. Globe Trailers provides Sourcewell Members a competitive discount from their standard price list. JHB Group, Inc., manufactures mobile restroom, mobile shower, offices events trailers, incident command, and health incident trailers. JHB's dealer network provides sales and services and virtual training to all of the United States and Canada. JHB's UV light disinfection system, tablet control, solar charging and thermal camera systems offer entities various capabilities. Their pricing represents significant discounts off published commercial pricing. MAC Trailer Enterprises, Inc, provides a large variety of trailers such as moving floor, tipper, aluminum frame dump, aluminum and steel frameless half round, ejector style and pneumatic tank trailers. Their sales and service staff can and will support Sourcewell participating entities across the United States and Canada. They are offering a range of competitive pricing discounts from base trailer prices. Monroe Towmaster, LLC, provides a wide variety of trailers which include utility, drop -deck, drop -deck tilt, deck - over, rigid gooseneck, hydraulic tail, hydraulic detachable gooseneck, hydraulic dump, cable reel, tank, and generator trailers. Their dealer network is comprised of over 1,300 locations across the United States and Canada. UUI:UJIIJII CI IVCIU, IU. "1 ,OC/ J IO-OI J!-4VM II ! U Sourcewell Page 4 of 6 Monroe Towmaster utilizes Finite Element Analysis in the design and engineering of their trailers to develop a 2 to 1 margin safety factor. They are offering Sourcewell Members a considerable discount from list price. Pitts Enterprises, Inc. selection of equipment covers Sourcewell participating entities' trailer requirements for lowboy, tagalong, gooseneck, log, knuckleboom loader, RGN, fixed neck, rear loading, intermodal, pintle hitch and plantation trailers. Pitts' 152 dealer locations provide sales and service to all of the United States and Canada. Their pricing represents significant discounts off published MSRP list pricing. Talbert Manufacturing, Inc., manufactures a range of dump, rollback, tanker, car hauler, walking floor, roll -off, storage, and refrigerated trailers. Their sales and service staff can support, and various trainings to Sourcewell participating entities across the United States and Canada. Talbert has determined that 92% of their trailers built since 1985 are still in service demonstrating their durability. They are offering competitive discounts from list price. Trail King Industries, Inc., manufactures an extensive selection of trailers including semi, utility, dump, lowboys, tags, flatbeds, deck-overs, drop -deck tilt, rollbacks, slide axle, tanker, gooseneck and live bottom trailers. In addition, they can offer custom and hybrid versions of their trailers. Trail King's dealer network includes over 400 locations spread across the United States and Canada. Trail King's pricing proposal provides Sourcewell participating entities a significant discount from MSRP. For these reasons, the Sourcewell Proposal Evaluation Committee recommends award of Sourcewell Contract #092922 to: American Cargo Group Trailers, LLC Certified Stainless Service, Inc. dba West -Mark Etnyre International Felling Trailers, Inc. Globe Trailer Manufacturing, Inc. JHB Group, Inc. Monroe Towmaster, LLC MAC Trailer Enterprises, Inc. Pitts Enterprises, Inc. Talbert Manufacturing, Inc. Trail King Industries, Inc. The preceding recommendations were approved on December 16, 2022. #092922 -AGO #092922-CER #092922-ETN #092922-FTS #092922-GLB #092922-JHB #092922-MNR #092922-MCT #092922 -PTT #092922-TBT #092922-TKI L/UUUJIy1I CI IVCIUFIC IU. 41,0C/ J IJ-0/ J/ W3/, I-04V,-UUDGLI-Cl,l, I / L/ Sourcewell Page 5 of 6 ,--DocuSigned by: —7DDDCEFD8B3D45D... Greg Grunig, MS, Procurement Lead Analyst DocuSigned by: ,-6EE63AEDED5F46E.. Craig West, Procurement Analyst r—DocuSigned''A`by:: \--7F41572C858B4BA... Carol Jackson, Procurement Analyst r-DocuSigned by: ,--36394C13F1 E94C7... Beverly Hoemberg, Procurement Analyst L/VI,JII�j. 1I CI IVCIV, IL/. 4 ,i0C/ J 1,01 Of WM, I-O'k,M-V.7DLLI-CIA., I / L/ Sourcewell Page 6 of 6 STATEMENT OF COMPLIANCE As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee and the accompanying support materials documenting the process followed for RFP #092922 for Trailers with Related Equipment, Accessories, and Services. The committee accepted, deemed responsive, evaluated, and recommended proposals for award. Under authority granted to the Chief Procurement Officer in Sourcewell's bylaws, the recommendations set forth above are approved. I hereby certify: 1. Sourcewell is a government agency, created and authorized by Minnesota law to provide cooperative procurement contracts. 2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21(, and in conformity to Sourcewell's Procurement Policy. r---DocuSigned by: `- C O F D 2 A 1(390 06489... Jeremy Schwartz, CSSBB, CPPO, NIGP-CPP Chief Procurement Officer LJUL.UJIIy. I1 CI IVCIL,JC ILJ. I I M7J I LJV-l.M4 U -4f I O-JL.7U-.JNr D:J4J0JUML SOURCEWELL STATE OF MINNESOTA Member Thomas moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE -SOLICITATION OF CATEGORIES 7/19/2022 Resolution No. 2022-20 die Sourcewell WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation, for the categories listed on Appendix A, which is attached and incorporated. WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program; and WHEREAS, the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. The motion for the adoption of the foregoing resolution was duly seconded by Member Ki rcher and the following voted in favor: (list names here) zylka, Nagel, Thiel, Thomas, Barrows, Arts, Kircher and the following voted against: (list names here or "NONE") None whereupon said resolution was declared duly passed and adopted. ATTEST: —DocuSigned by: Sava —98EF5D6F66D1408... Clerk to the Board of Directors uUl:uJlyll CI IVCIVFIC IU. 11IUU-t�/1'4 u-Vr 10-yGJV-:J'Fr oJ'tJOJVF1c APPENDIX A Continued WWRC, Inc. Junior Builders NM-R3-HVAC-060222-WRI New Mexico - Region 3 - Mechanical/HVAC New Mexico - Region 3 - Plumbing New Mexico - Region 3 - Plumbing New Mexico - Region 3 - Roofing New Mexico - Region 3 - Roofing New Mexico - Region 3 - Roofing New Mexico - Region 4 - Electrical New Mexico - Region 4 - General Construction New Mexico - Region 4 - General Construction New Mexico - Region 4 - General Construction New Mexico - Region 4 - General Construction New Mexico - Region 4 - General Construction New Mexico - Region 4 - Mechanical/HVAC New Mexico - Region 4 - Plumbing New Mexico - Region 4 - Plumbing New Mexico - Region 4 - Plumbing New Mexico - Region 4 - Roofing New Mexico - Region 4 - Roofing New Mexico - Region 4 - Roofing New Mexico - Region 4 - Roofing New Mexico - Region 4 - Roofing New Mexico - Region 5 - Electircal New Mexico - Region 5 - Electircal New Mexico - Region 5 - General Construction New Mexico - Region 5 - General Construction New Mexico - Region 5 - General Construction New Mexico - Region 5 - General Construction New Mexico - Region 5 - General Construction New Mexico - Region 5 - Roofing New Mexico - Region 5 - Roofing New Mexico - Region 5 - Roofing New Mexico - Region 5 - Roofing New Mexico - Region 5 - Roofing NM R3 P 060222-JU B WWRC, Inc. GM Builders, Inc. NM-R3-P-060222-WRI NM R3 R 060222-GM B Jim Sena Construction Co., Inc. NM -R3 R-060222-JSC WWRC, Inc. NM-R3-R-060222-WRI Mans Construction Company Consolidated Builders of NM NM Ft4 E 060222-MCO NM -R4 -GC -060222 -COB Jim Sena Construction Co., Inc. Junior Builders NM-R4-GC-060222-JSC N M -R4 -G C -060222-J U B National Construction, Inc. WWRC, Inc. WWRC, Inc. Junior Builders NM -R4 -GC -060222 -NCI N M-R4-GC-060222-WRI NM-R4-HVAC-060222-WRI NM R4 P 060222-JU B Master Plumbers, LLC NM -R4 -P -060222 -MAP WWRC, Inc. NM R4 P 060222-WRI DKG & Associates, Inc. NM R4-R-060222-DKG GM Builders, Inc. NM-R4-R-060222-GMB Jim Sena Construction Co., Inc. NM R4 R-060222-JSC Mans Construction Company NM Ft4 R 060222-MCO WWRC, Inc. NM Ft4 R 060222-WRI Mans Construction Company Ross Wes Electrical Services NM-R5-E-060222-MCO NM-R5-E-060222-RWE Core Construction Services of Texas N M-R5-GC-060222-CCT Consolidated Builders of NM NM -R5 -GC -060222 -COB GM Builders, Inc. HB Construction, Inc. White Sands Construction, Inc. DKG & Associates, Inc. GM Builders, Inc. Mans Construction Company National Roofing Company, Inc. Smith Roofing, Inc. IDIQ Contract Extensions C©mpanyName Place Services, Inc. The Lusk Group Calhoun Construction Services NM-R5-GC-060222-GMB NM-R5-GC-060222-HCO N M-R5-GC-060222-WSC NM-R5-R-060222-DKG NM-R5-R-060222-GMB NM-R5-R-060222-MCO N M -R5 -R -060222-N RC NM-R5-R-060222-SMR Contract Number KY-E-GC01-062420-PLS KY- E- R W 01 -062420 -LM C KY- N C -G C02-06 2420 -CAC The Lusk Group Tecta America Corp. Place Services, Inc. Place Services, Inc. The Lusk Group The Lusk Group The Lusk Group Tecta America Corp. Tecta America Corp. Triton Services, Inc. The Lusk Group The Lusk Group The Lusk Group The Lusk Group The Lusk Group Place Services, Inc. Place Services, Inc. KY-W-E02-062420-LMC KY -W -R W02 -062420 -TEA KY-NC-GC03-062420-PLS KY-NC-E01-062420-PLS KY -NC -R W01-062420-LMC KY- N C -E02-062420- LM C KY- W- R W 01-062420- L M C KY -N C -R W 02 -062420 -TEA KY-E-RW02-062420-TEA KY -N C -H VAC01-062420-TRS KY- W -G C03-062420- L M C KY -E -H VAC01-062420-LM C KY-E-E02-062420-LMC KY -N C-GC05-062420-LMC KY- E -O 003-062420- LM C KY-W-E01-062420-PLS KY- W -G C01-062420-PLS Place Services, Inc. KY-E-E01-062420-PLS Triton Services, Inc. The Lusk Group F.H. Paschen, S.N. Nielsen & Associates, LLC F.H. Paschen, S.N. Nielsen & Associates, LLC F.H. Paschen, S.N. Nielsen & Associates, LLC KY-NC-GC01-062420-TRS KY-W-HVAC01-062420-LMC KY-NC-GC04-062420-F H P KY-W-GC02-062420-FHP KY- E -G C02 -062420-F H P The Lusk Group KY -N C -H VAC02-062420-LM C L/VUUJIIyII GI 'VCR.), IU. ULJI..IDUJ-4/10 1-4L/DC-DJL//-OUJU/UOMC/Ur SOURCEWELL STATE OF MINNESOTA Member Thiel moved the adoption of the following Resolution: Sourcewell RESOLUTION TO RATIFY COOPERATIVE CONTRACTING AWARDS 1/17/2023 Resolution No. 2023_03 WHEREAS, the Sourcewell Board of Directors previously authorized the solicitations for the cooperative categories listed on Appendix A, which is attached and incorporated; and WHEREAS, Sourcewell issued the cooperative contracting solicitations for the authorized categories; and WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program and to award all competitively solicited contracts, without limitation; and WHEREAS, the Chief Procurement Officer made the awards listed based on the results of the competitive solicitation process; and WHEREAS, the Board acknowledges that the awards made by the Chief Procurement Officer are valid and binding; however, based upon some members' legal requirements the Chief Procurement Official is required to seek subsequent Board ratification of all cooperative purchasing awards. NOW THEREFORE BE IT RESOLVED by the Board of Directors ratifies the cooperative contracting awards made by the Chief Procurement Officer listed on Appendix A. The motion for the adoption of the foregoing resolution was duly seconded by Member Barrows and the following voted in favor: (list names here) zylka, veronen, Nagel, Thiel, Thomas, Barrows, Arts and the following voted against: (list names here or "NONE") NONE whereupon said resolution was declared duly passed and adopted. ATTEST: E-DocuSigned by: Sara , `-98EF5D6FBSD1406... Clerk to the Board of Directors L/UI.UJII�f.II CI IVCIVFIC IL/. ULJ, IDJ:J-4f1V 1-4UDC-DJU/-COOL,/ VOP1V/ Ur APPENDIX A Continued Shill Construction & Development, Inc. FL-R7-GC03-111821-SCD RAM Construction & Development FL-R3-GC07-111821-RAM Shill Construction & Development, Inc. FL-R6-GC03-111821-SCD Mechanical Services of Central Florida, Inc. FL-R6-HVAC03-111821-MSF Place Services, Inc. FL-R9-GC06-111821-PLA Place Services, Inc. FL-R10-GC08-111821-PLA Mechanical Services of Central Florida, Inc. FL-R4-HVAC03-111821-MSF RAM Construction 8, Development FL-R2-GC07-111821-RAM Nichols Contracting, Inc. FL-R7-GC07-111821-NIC Nichols Contracting, Inc. FL-R10-E02-111821-NIC Place Services, Inc. FL-R4-GC03-111821-PLA Mechanical Services of Central Florida, Inc. FL-R3-HVAC03-111821-MSF Mechanical Services of Central Florida, Inc. FL-R9-HVAC03-111821-MSF Mechanical Services of Central Florida, Inc. FL-R5-HVAC03-111821-MSF Nichols Contracting, Inc. FL-RI-GC05-111821-NIC Nichols Contracting, Inc. FL-R1-E01-111821-NIC Nichols Contracting, Inc. FL-R4-E02-111821-NIC Nichols Contracting, Inc. FL-R9-E02-111821-NIC Nichols Contracting, Inc. FL-R10-GC09-111821-NIC Place Services, Inc. FL-R6-GC06-111821-PLA Place Services, Inc. FL-R8-GC09-111821-PLA Shiff Construction & Development, Inc. FL-R9-GC01-111821-510 Solares Electrical Services, Inc. FL-R10-E03-111821-SES Johnson-Laux Construction, LLC FL-R5-GC07-111821-JLC Johnson-Laux Construction, LLC FL-R10-GC11-111821-JLC RAM Construction & Development FL-RI-GC08-111821-RAM Salomon Construction & Roofing FL-RIO-RW02-111821-SCR Nichols Contracting, Inc. FL-R5-GC06-111821-NIC Nichols Contracting, Inc. FL-R8-GC10-111821-NIC Shiff Construction 8, Development, Inc. FL-R8-GC04-111821-SCD Mechanical Services of Central Florida, Inc. FL-R7-HVAC03-111821-MSF Mechanical Services of Central Florida, Inc. FL-R8-HVAC03-111821-MSF Mechanical Services of Central Florida, Inc. FL-RIO-HVAC03-111821-MSF Mechanical Services of Central Florida, Inc. FL-R2-HVAC03-111821-MSF Millers Plumbing & Mechanical, Inc. FL-R2-HVAC01-111821-MPM Nichols Contracting, Inc. FL-R7-E02-111821-NIC Nichols Contracting, Inc. FL-R8-E02-111821-NIC Place Services, Inc. FL-R2-GC03-111821-PLA Millers Plumbing & Mechanical, Inc. FL-RI-HVAC01-111821-MPM Millers Plumbing & Mechanical, Inc. FL-R4-HVAC01-111821-MPM Millers Plumbing & Mechanical, Inc. FL-R5-HVAC01-111821-MPM Nichols Contracting, Inc. FL-R6-E02-111821-NIC McKenzie Contracting, LLC FL-R8-CC03-111821-MCL Advanced Roofing, Inc. FL-R10-RW01-111821-ADR F.H. Paschen, S.N. Nielsen & Associates, LLC FL-R2-GCO2-111821-FHP F.H. Paschen, S.N. Nielsen & Associates, LLC FL-R7-GCO2-111821-FHP F.H. Paschen, S.N. Nielsen & Associates, LLC FL-R8-GC03-111821-FHP Advanced Roofing, Inc. FL-RI-5C07-111821-ADR Jewel of the South FL-R10-GC06-111821-JOS JOC Construction FL-R5-GC04-111821-LRI Advanced Roofing, Inc. FL-R5-GC05-111821-ADR Advanced Roofing, Inc. FL-R6-GC04-111821-AIR David Mancini & Sons, Inc. FL-R9-CC01-111821-DMS David Mancini & Sons, Inc. FL-R10-GC04-111821-DMS David Mancini & Sons, Inc. FL-RIO-PAC01-111821-DMS David Mancini & Sons, Inc. FL-R1O-CC01-111821-DMS F.H. Paschen, S.N. Nielsen & Associates, LLC FL-R3-GCO2-111821-FHP Advanced Roofing, Inc. FL-R3-RW01-111821-ADR Advanced Roofing, Inc. FL-R4-GC05-111821-ADR Advanced Roofing, Inc. FL-RS-RW01-111821-AIR Advanced Roofing, Inc. FL-R7-E01-111821-ADR HCR Construction, Inc. FL-R3-GC08-111821-HCR Integrated Fire & Security Solutions, Inc. FL -R7 -E03 -111821 -IFS Integrated Fire & Security Solutions, Inc. FL -R9 -E03 -111821 -IFS David Mancini & Sons, Inc. FL-R6-PAC01-111821-DMS F.H. Paschen, S.N. Nielsen & Associates, LLC FL-RI-GCO2-111821-FHP L/UUUJIly1I CI IVCIUFIC IL/. ULJV I OJ:Y4MU I-4UOC-OJU I-OVJV! UO/W Ur" APPENDIX A Continued Hall Mechanical and Air Conditioning LLC FL-R6-HVAC01-111821-HMA Amici Engineering Contractors FL-R7-CC03-111821-AME Amici Engineering Contractors FL-R10-GC10-111821-AME Hall Mechanical and Air Conditioning LLC FL-R7-HVAC01-111821-HMA Johnson-Laux Construction, LLC FL-R4-GC07-111821-JLC Advanced Roofing, Inc. FL-RS-HVAC02-111821-ADR Advanced Roofing, Inc. FL-RI0-HVAC02-111821-ADR JOC Construction FL-R3-GC04-111821-LRI Advanced Roofing, Inc. FL-84-RW01-111821-ADR Amici Engineering Contractors FL-R7-GC08-111821-AME Hall Mechanical and Air Conditioning, LLC FL-R10-HVAC01-111821-HMA Amici Engineering Contractors FL-R3-CC03-111821-AME Amici Engineering Contractors FL-R4-CC01-111821-AME Amici Engineering Contractors FL-R5-CC03-111821-AME David Mancini & Sons, Inc. FL-R4-CC02-111821-DMS Advanced Roofing, Inc. FL-R7-RW01-111821-ADR David Mancini & Sons, Inc. FL-RS-CC01-111821-DMS Jewel of the South FL-R5-GC01-111821-1OS Jewel of the South FL-R9-GC02-111821-JOS Centennial Contractors Enterprises, Inc. FL-R9-GC08-111821-CCE F.H. Paschen, S.N. Nielsen & Associates, LLC FL-R4-GC02-111821-FHP JOC Construction FL-R4-GC04-111821-LRI David Mancini & Sons, Inc. FL-R3-PAC02-111821-DMS HCR Construction, Inc. FL-R4-GC09-111821-HCR JOC Construction FL-R6-GC05-111821-LRI JOC Construction FL-R9-GC07-111821-LRI Advanced Roofing, Inc. FL-R1-E02-111821-ADR David Mancini & Sons, Inc. FL-RS-CC01-111821-DMS Integrated Fire & Security Solutions Inc FL -R6 -E03 -111821 -IFS David Mancini & Sons, Inc. FL-R8-GC05-111821-DMS Harbour Construction, Inc. FL-R8-GC01-111821-HBC F.H. Paschen, S.N. Nielsen & Associates, LLC FL-R5-GC02-111821-FHP Integrated Fire & Security Solutions, Inc. FL -R8 -103 -111821 -IFS Jewel of the South FL-R3-GC01-111821-JOS JOC Construction FL-RI-GC04-111821-LRI Advanced Roofing, Inc. FL-R6-RW01-111821-ADR Advanced Roofing, Inc. FL-R8-HVAC02-111821-ADR Advanced Roofing, Inc. FL-RS-RW01-111821-ADR Amici Engineering Contractors FL-R8-PAC04-111821-AME David Mancini & Sons, Inc. FL-R4-PAC03-111821-DMS David Mancini & Sons, Inc. FL-R7-PAC01-111821-DMS David Mancini & Sons, Inc. FL-R9-GC04-111821-DMS David Mancini & Sons, Inc. FL-R9-PAC01-111821-DMS Jewel of the South FL-R4-GC01-111821-JOS Jewel of the South FL-87-GC01-111821-1O5 Advanced Roofing, Inc. FL-R8-E01-111821-ADR Amici Engineering Contractors FL-RI-CC03-111821-AME Amici Engineering Contractors FL-R4-PAC01-111821-AME JOC Construction FL-R7-GC05-111821-LRI Advanced Roofing, Inc. FL-R4-HVAC02-111821-ADR Centennial Contractors Enterprises, Inc. FL-R6-GC07-111821-CCE Johnson-Laux Construction, LLC FL-R2-GC06-111821-JLC Amici Engineering Contractors FL-R9-PAC03-111821-AME Amici Engineering Contractors FL-R9-CC03-111821-AME Amici Engineering Contractors FL-RI0-PAC04-111821-AME David Mancini & Sons, Inc. FL-R6-CC01-111821-DMS David Mancini & Sons, Inc. FL-R7-CC01-111821-DMS Advanced Roofing, Inc. FL-R9-GC05-111821-ADR Advanced Roofing, Inc. FL-R9-RW01-111821-ADR Advanced Roofing, Inc. FL-R10-GC05-111821-AIR Centennial Contractors Enterprises, Inc. FL-88-GC07-111821-CCE Centennial Contractors Enterprises, Inc. FL-R10-GC12-111821-CCE F.H. Paschen, S.N. Nielsen & Associates, LLC FL-R10-5C07-111821-FHP Integrated Fire & Security Solutions, Inc. FL -R2 -E02 -111821 -IFS Amici Engineering Contractors FL-R6-PAC03-111821-AME Amici Engineering Contractors FL-R7-PAC03-111821-AME UUUUJIIJII CI IVCIU, IV. ULU, I OJ:Y'FMU 1-4VOC-OJV /-OVJUI VOIAUI Vr APPENDIX A Continued Amici Engineering Contractors FL-RI0-1104-111821-AME Advanced Roofing, Inc. FL-R2-HVAC02-111821-ADR David Mancini & Sons, Inc. FL-RI-PAC02-111821-DMS Advanced Roofing, Inc. FL-R7-GC04-111821-ADR Advanced Roofing, Inc. FL-R9-HVAC02-111821-ADR Advanced Roofing, Inc. FL-R8-RW01-111821-ADR Advanced Roofing, Inc. FL-R10-E01-111821-ADR F.H. Paschen, S.N. Nielsen & Associates, LLC FL-R6-GC02-111821-FHP F.H. Paschen, S.N. Nielsen & Associates, LLC FL-R9-GC03-111821-FHP Jewel of the South FL-R2-GC01-111821-JOS Jewel of the South FL-R6-GC01-111821-JOS Jewel of the South FL-R8-GC02-111821-JOS Advanced Roofing, Inc. FL-R7-HVAC02-111821-ADR JOC Construction FL-R8-GC08-111821-LRI Amici Engineering Contractors FL-R2-PAC03-111821-AME Advanced Roofing, Inc. FL-R2-GC05-111821-ADR Harbour Construction, Inc. FL-R10-6101-111821-HBC HCR Construction, Inc. FL-R2-GC08-111821-HCR Jewel of the South FL-RI-6101-111821-JOS JOC Construction FL-R2-GC04-111821-LRI Amici Engineering Contractors FL-R3-PAC03-111821-AME Advanced Roofing, Inc. FL-R2-RW01-111821-ADR Advanced Roofing, Inc. FL-R3-HVAC02-111821-ADR Amici Engineering Contractors FL-R5-PAC03-111821-AME Amici Engineering Contractors FL-R6-CC03-111821-AME Amici Engineering Contractors FL-R8-0004-111821-AME Hall Mechanical and Air Conditioning LLC FL-R8-HVAC01-111821-HMA Hall Mechanical and Air Conditioning LLC FL-R9-HVAC01-111821-HMA Advanced Roofing, Inc. FL-83-5C05-111821-ADR Advanced Roofing, Inc. FL -83 -E01 -111821 -All Johnson-Laux Construction, LLC FL-RI-6106-111821-JLC Amici Engineering Contractors FL-R2-CC03-111821-AME David Mancini & Sons, Inc. FL-12-PAC03-111821-DMS Advanced Roofing, Inc. FL-R5-E01-111821-ADR Advanced Roofing, Inc. FL-R1-HVAC02-111821-ADR Johnson-Laux Construction, LLC FL-R3-GC06-111821-JLC Advanced Roofing, Inc. FL-14-E01-111821-ADR Advanced Roofing, Inc. FL-16-HVAC02-111821-ADR Advanced Roofing, Inc. FL-88-GC06-111821-AIR David Mancini & Sons, Inc. FL-R2-CC01-111821-DMS David Mancini & Sons, Inc. FL-13-0001-111821-DMS David Mancini & Sons, Inc. FL-R4-GC08-111821-DMS David Mancini & Sons, Inc. FL-R5-0108-111821-DMS David Mancini & Sons, Inc. FL-R5-PAC01-111821-DMS David Mancini & Sons, Inc. FL-R8-PAC01-111821-DMS David Mancini & Sons, Inc. FL-R8-CC01-111821-DMS Advanced Roofing, Inc. FL-R2-E01-111821-ADR Advanced Roofing, Inc. FL-R6-E01-111821-ADR Advanced Roofing, Inc. FL-R9-E01-111821-ADR Trail King #092922-TKI Sourcewell io Pricing for contract #092922-TKI is provided at 15% off published list price to Sourcewell participating agencies. Trail King Industries may offer additional discount incentives pertinent to manufacturing pressure, discount programs, and market share opportunities. BILL OF SALE AND INVOICE TERMS AND CONDITIONS FOR EMERGENCY PURCHASE OF SLIDING AXEL TRAILER - TRANSWEST TRUCK TRAILER RV APP 'OV-.TO SUBSTANCE: Electe:r' ''al, or D-partment Head APPROVED AS TO FUNDING: Chief Financial afficer, or Controller APPROVED AS TO FORM: 1O,°'1', • County Attorney Hello