Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout97-25 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 97-25
File Number: 2025-458
BOX GANG MANUFACTURING, LLC. / WASTEQUIP, LLC. / TOTER, LLC. / REHRIG, CO. (PURCHASE
AGREEMENTS):
A RESOLUTION TO AUTHORIZE THE PURCHASE OF RECYCLING AND TRASH COLLECTION
EQUIPMENT AND SERVICES FROM VARIOUS VENDORS WITHIN THE APPROVED BUDGET, PURSUANT
TO SOURCEWELL COOPERATIVE PURCHASING CONTRACTS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of equipment
including, but not limited to, carts, dumpsters, containers, and compactors and related services from Box Gang
Manufacturing, LLC, within the approved budget through June 2, 2025 and any future renewal periods, pursuant to
Sourcewell cooperative purchasing contract number 040621-BXG.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of equipment
including, but not limited to, carts, dumpsters, containers, and compactors and related services from Wastequip, LLC,
within the approved budget through June 2, 2025 and any future renewal periods, pursuant to Sourcewell cooperative
purchasing contract number 040621-WQI.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of equipment
including, but not limited to, carts, dumpsters, containers, and compactors and related services from Toter, LLC, within
the approved budget through May 28, 2026 and any future renewal periods, pursuant to Sourcewell cooperative
purchasing contract number 041521-TOT.
Section 4: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of equipment
including, but not limited to, recycling bins and containers and related services from Rehrig Pacific Company within
the approved budget through May 28, 2025 and any future renewal periods, pursuant to Sourcewell cooperative
purchasing contract number 041521-REH.
Page 1
Resolution: 97-25
File Number: 2025-458
PASSED and APPROVED on April 15, 2025
Approved:
N(ib -�O�
Molly Rawn, Mayor
Attest:
:vaverrceu,�, 3
9
Kara Paxton, City Clerk Treasurer
Page 2
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF APRIL 15, 2025
CITY COUNCIL MEMO
2025-458
TO: Mayor Rawn and City Council
THRU: Peter Nierengarten, Environmental Director
FROM: Daryl Brigman, Financial Analyst - RTC
SUBJECT: BOX GANG MANUFACTURING LLC, WASTEQUIP LLC, TOTER LLC, REHRIG
(PURCHASE AGREEMENT):
RECOMMENDATION:
Staff recommends authorizing purchases from Sourcewell Box Gang Manufacturing LLC Sourcewell
Contract number 040621-BXG for the purchase of carts, dumpsters, containers and compactors;
Wastequip LLC Sourcewell Contract number 040621-WQI, Toter LLC Sourcewell Contract number
041521-TOT for the purchase of carts, dumpsters, containers and compactors; and Rehrig Pacific
Company Contract number 041521-REH for the purchase of recycling bins and containers through the
contract expiration plus any additional future renewals.
BACKGROUND:
The City of Fayetteville purchases 2, 4, 6, and 8 Cubic Yard Containers from Box Gang Manufacturing
LLC for use with the City's collection program. The size and dimensions of the containers have remained
the same over time to allow for better collection efficiencies on route and interchanging of containers
when replacement containers are needed by the residents or businesses.
The City of Fayetteville purchases carts and containers from Toter LLC, a wholly -owned subsidiary of
Wastequip LLC, for use with the City's collection program. The sizes and dimensions of the carts and
containers have remained the same since the inception of the Pay -As -You -Throw program to allow for
better collection efficiencies on route and interchanging of carts and containers when replacement carts
and containers are needed.
The City of Fayetteville purchases recycling bins and lids from Rehrig Pacific for use in the City's
collection program. The size and dimensions of the bins have remained the same over time to allow for
better collection efficiencies on route and interchanging of recycling containers when replacement
containers are needed by the residents or businesses.
DISCUSSION:
The contract attached with this request is between Sourcewell and Box Gang Manufacturing LLC;
Wastequip LLC; Toter LLC; and Rehrig. Sourcewell is a State of Minnesota local government agency and
service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.
21) that offers cooperative procurement solutions to government entities. Participation is open to federal,
state/ province, and municipal governmental entities, higher education, K- 12 education, nonprofit, tribal
government, and other public entities located in the United States and Canada. Sourcewell issued a
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
public solicitation for Plastic Refuse and Recycling Containers with Related Technology Solutions from
which Toter, LLC was awarded a contract.
According to the terms of the contract, Box Gang Manufacturing LLC, Wastequip LLC, Toter LLC, and
Rehrig offers Sourcewell participating agencies the following discounts:
1. Pricing for Box Gang Manufacturing LLC contract #040621-BXG offers Sourcewell participating agencies
5% to 20% discount off list price based on the category type.
2. Pricing for Wastequip LLC contract #040621-WQI offers Sourcewell participating agencies the following
discounts:
■ Wastequip® Steel Container Products: Special Market Pricing
■ Wastequip® Compaction Products: 5% to 20% off Catalog List Pricing
■ Confab® Steel Container Products: Special Market Pricing
■ Galbreath® Mobile Products: 5% to 20% off Catalog List Pricing
■ Amrep® Mobile Products: Special Market Pricing
3. Pricing for Toter LLC contract 041521-TOT offers Sourcewell participating agencies the following discounts:
■ Toter residential does not have set list pricing, therefore we are offering a line -item ceiling pricing model
that is comparable to other cooperative contracts
■ Toter Pro — 30% off list price
4. Pricing for Rehrig Pacific Company contract #041521-REH offers Sourcewell participating agencies the
following discounts:
■ Rehrig's pricing is volume -tiered based on ceiling pricing that leaves the opportunity to receive more
competitive pricing on larger strategic opportunities
Term
1. The Box Gang Manufacturing contract (040621-BXG) expires June 2, 2025, unless it is cancelled
sooner pursuant to Article 22. This Contract may be extended up to one additional one-year period
upon request of Sourcewell and with written agreement by Vendor.
2. The Wastequip contract (040621-WQI) expires June 2, 2025, unless it is cancelled sooner pursuant to
Article 22. This Contract may be extended up to one additional one-year period upon request of
Sourcewell and with written agreement by Vendor.
3. The Toter contract (041521-TOT) expires May 28, 2026, unless it is cancelled sooner pursuant to
Article 22. This Contract may be extended up to one additional one-year period upon request of
Sourcewell and with written agreement by Vendor.
4. The Rehrig Pacific Company contract (041521-REH) expires May 28, 2025, unless it is cancelled
sooner pursuant to Article 22. This Contract may be extended up to one additional one-year period
upon request of Sourcewell and with written agreement by Vendor.
BUDGET/STAFF IMPACT:
The purchase of the 6 yards and 8 yards frontload containers will be $40,510.77 and has been budgeted
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
in 5500.750.5010-5227. No additional funds are requested.
ATTACHMENTS: SRF (#3) , Box Gang Estimate 11146 (#4), Sourcewell and Pricing 1. Box Gang Contract
040621 (#5), Sourcewell and Pricing 2. Wastequip Contract 040621 (#6), Sourcewell and Pricing 3. Toter
Contract 041521 (#7), Sourcewell and Pricing 4. Rehrig Pacific Contract 041521 (#8)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
Y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2025-458
BOX GANG MANUFACTURING LLC, WASTEQUIP LLC, TOTER LLC, REHRIG
(PURCHASE AGREEMENT):
A RESOLUTION TO AUTHORIZE THE PURCHASE OF RECYCLING AND TRASH
COLLECTION EQUIPMENT AND SERVICES FROM VARIOUS VENDORS WITHIN THE
APPROVED BUDGET, PURSUANT TO SOURCEWELL COOPERATIVE PURCHASING
CONTRACTS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of
equipment including, but not limited to, carts, dumpsters, containers, and compactors and related
services from Box Gang Manufacturing, LLC, within the approved budget through June 2, 2025 and any
future renewal periods, pursuant to Sourcewell cooperative purchasing contract number 040621-BXG.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of
equipment including, but not limited to, carts, dumpsters, containers, and compactors and related
services from Wastequip, LLC, within the approved budget through June 2, 2025 and any future renewal
periods, pursuant to Sourcewell cooperative purchasing contract number 040621-WQI.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of
equipment including, but not limited to, carts, dumpsters, containers, and compactors and related
services from Toter, LLC, within the approved budget through May 28, 2026 and any future renewal
periods, pursuant to Sourcewell cooperative purchasing contract number 041521-TOT.
Section 4: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of
equipment including, but not limited to, recycling bins and containers and related services from Rehrig
Pacific Company within the approved budget through May 28, 2025 and any future renewal periods,
pursuant to Sourcewell cooperative purchasing contract number 041521-REH.
Page 1
Daryl Brigman
Submitted By
City of Fayetteville Staff Review Form
2025-458
Item ID
3/15/2025
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
3/27/2025 RECYCLING/TRASH COLLECTION (750)
Submitted Date Division / Department
Action Recommendation:
Authorization to purchase from Box Gang Manufacturing LLC, Wastequip LLC (Toter), and Rehrig, for the purchase
of trash and recycling carts, Roll -Off Containers, Dumpsters, Compactors and related products and services through
April 30, 2030 plus any additional future renewals.
5500.750.5010-5227.00
Account Number
Project Number
Budgeted Item? Yes
Budget Impact:
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Does item have a direct cost? Yes Item Cost
Is a Budget Adjustment attached? No Budget Adjustment
Remaining Budget
Containers RTC
Fund
Project Title
$ 181,000.00
$ 15,143.90
$ 165,856.10
$ 40,510.77
125,345.33
V20221130
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number: Approval Date:
Original Contract Number:
Comments:
Box Gang Manufacturing LLC
16736 E Hardy
Houston, TX 77032 US
+17137425555
info@boxgangmfg.com
www.boxgangmfg.com
Estimate
ADDRESS
Glenda Reynolds - Eden
City of Fayetteville
1560 S Happy Hollow Rd
Fayetteville, AR 72701
Sourcewell Member Account#
34143
SALESPERSON
RM
DESCRIPTION
SHIP TO
City of Fayetteville
1560 S Happy Hollow Rd
Fayetteville, AR 72701
Attn: Brandon Bekemeier
Assistant Operations
Manager, Recycle & Trash C:
(479) 601-4717 0: (479)
444-3487
FL-6-NESTABLE
Nestable 6 Yard Frontload Slant - 10 gauge floor, 12
gauge sides, 5 foot floor supports, plastic lids, hinged
back plate, primed & painted Fayetteville Red
SOURCEWELL ITEM
SN:
Purchased off of Sourcewell Contract# 040621-BXG
Sourcewell Member Account# 34143
Due to the volatility of steel, prices must be confirmed at the time of
order. Freight is one truckload with 53' Step Deck and estimated at
$2200/load. Shipping is best rate at time of delivery. Containers are
subject to being scratched and dented during transportation. Touch up
paint to be provided with containers at time of shipping.
SUBTOTAL
TAX
SHIPPING
TOTAL
Box
GAINN G
MANUFA[TURIN6
ESTIMATE # 11145
DATE 02/21 /2025
EXPIRATION DATE 03/04/2025
Ty RATE AMOUNT
20 965.00 19,300.00T
Accepted By Accepted Date
19,300.00
1,666.25
2,200.00
$23,166.25
Box Gang Manufacturing LLC
16736 E Hardy
Houston, TX 77032 US
+17137425555
info@boxgangmfg.com
www.boxgangmfg.com
Estimate
ADDRESS
Glenda Reynolds - Eden
City of Fayetteville
1560 S Happy Hollow Rd
Fayetteville, AR 72701
Sourcewell Member Account#
34143
SALESPERSON
RM
SHIP TO
City of Fayetteville
1560 S Happy Hollow Rd
Fayetteville, AR 72701
Attn: Brandon Bekemeier
Assistant Operations
Manager, Recycle & Trash C:
(479) 601-4717 0: (479)
444-3487
Sox
AN
MANUFA[TURIN6
ESTIMATE # 11146
DATE 02/21 /2025
EXPIRATION DATE 03/04/2025
DESCRIPTION nTV RATE AMOUNT
FL-8 13 1,069.00 13,897.00T
Nestable 8 Yard Frontload Slant - 10 gauge floor, 12
gauge sides, 5 foot floor supports, plastic lids, hinged
back plate, primed & painted Fayetteville Red
SOURCEWELL ITEM
SN:
Purchased off of Sourcewell Contract# 040621-BXG
SUBTOTAL
13,897.00
Sourcewell Member Account# 34143
TAX
1,247.52
SHIPPING
2,200.00
Due to the volatility of steel, prices must be confirmed at the time of
TOTAL
$17r 344.52
order. Freight is one truckload with 53' Step Deck and estimated at
$2200/load. Shipping is best rate at time of delivery. Containers are
subject to being scratched and dented during transportation. Touch up
paint to be provided with containers at time of shipping.
Accepted By Accepted Date
Sou rcewel I R-0
Box Gang Manufacturing #040621-BXG
Pricing for contract #040621-BXG offers Sourcewell participating agencies 5% to 20% discount off list price based
on the category type.
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
Sourcewell q4'
Solicitation Number: RFP #040621
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Box Gang Manufacturing LLC, 16736 E. Hardy Road, Houston, TX 77032
(Vendor).
Sourcewell is a State of Minnesota local government agency and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to federal,
state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Bulk Solid Waste and Recycling Equipment from
which Vendor was awarded a contract.
Vendor desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires June 2, 2025, unless it is cancelled
sooner pursuant to Article 22. This Contract may be extended up to one additional one-year
period upon request of Sourcewell and with written agreement by Vendor.
C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this
Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
Rev. 10/2020 1
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
All Equipment and Products provided under this Contract must be new/current model. Vendor
may offer close-out or refurbished Equipment or Products if they are clearly indicated in
Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity's site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Vendor's dealers and
distributors must agree to assist the Participating Entity in reaching a resolution in any dispute
over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past
the expiration of the Vendor's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will
make available to Sourcewell a means to validate or authenticate Vendor's authorized dealers,
distributors, and/or resellers relative to the Equipment, Products, and Services related to this
Contract. This list may be updated from time -to -time and is incorporated into this Contract by
reference. It is the Vendor's responsibility to ensure Sourcewell receives the most current
version of this list.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's
Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity's requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Vendor must permit the Equipment and Products to be
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
Rev. 10/2020
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery.
Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally
delivers substandard or inferior Equipment or Products. In the event of the delivery of
nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon
as possible and the Vendor will replace nonconforming Equipment and Products with
conforming Equipment and Products that are acceptable to the Participating Entity.
B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax -
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At anytime during this Contract, Vendor may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Vendor may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Contract Administrator. This form is available
from the assigned Sourcewell Contract Administrator. At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
Rev. 10/2020
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
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 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. Vendor understands that a Participating
Entity's use of this Contract is at the Participating Entity's sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential 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. Vendor's employees maybe required to perform work at government -
owned facilities, including schools. Vendor's employees and agents must conduct themselves in
a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating
Entity issues a purchase order, it may use its own forms, but the purchase order should clearly
note the applicable Sourcewell contract number. All Participating Entity orders under this
Contract must be issued prior to expiration of this Contract; however, Vendor performance,
Participating Entity payment, and any applicable warranty periods or other Vendor or
Participating Entity obligations may extend beyond the term of this Contract.
Rev. 10/2020
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will
be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of
any Participating Entity.
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 Vendor, such as job or industry -specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entitles may require the use of a
Participating Addendum; the terms of which will be worked out directly between the
Participating Entity and the Vendor. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements (such as e-commerce specifications,
specialized delivery requirements, or other specifications and requirements) not addressed in
this Contract, the Participating Entity and the Vendor may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Vendor in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the goods to be purchased;
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements; or
3. Vendor commits any material breach of this Contract or the additional terms agreed to
between the Vendor and a Participating Entity.
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. Vendor will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
Rev. 10/2020
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, supply issues, customer issues, and any other
necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract
sales activity report (Report) to the Sourcewell Contract Administrator assigned to this
Contract. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made).
The Report must contain the following fields:
• Customer Name (e.g., City of Staples Highway Department);
• Customer Physical Street Address;
• Customer City;
• Customer State/Province;
• Customer Zip Code;
• Customer Contact Name;
• Customer Contact Email Address;
• Customer Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Vendor.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Vendor may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Vendor will submit 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
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Vendor'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.
Rev. 10/2020 6
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's
Authorized Representative changes at any time during this Contract, Vendor must promptly
notify Sourcewell in writing.
10. 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 this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or
obligations under this Contract without the prior consent of the parties and a fully executed
assignment agreement. Such consent will not be unreasonably withheld.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been fully executed by the parties.
D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not
waive the provision or the right to enforce it.
E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between
Sourcewell and Vendor. No other understanding regarding this Contract, whether written or
oral, may be used to bind either party. For any conflict between the attached Proposal and the
terms set out in Articles 1-22, 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
Rev. 10/2020
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master -servant, or principal -agent.
11. LIABILITY
Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their
agents and employees, harmless from any claims or causes of action, including attorneys' fees,
arising out of the performance of this Contract by the Vendor or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications.
12. GOVERNMENT DATA PRACTICES
Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Vendor under this Contract.
If the Vendor receives a request to release the data referred to in this article, the Vendor must
immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond
to the request.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
/_A1►1r1INxi1rRL111111a091all 2 WA
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and
license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Vendor.
b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and
license to use Vendor's Trademarks in advertising and promotional materials for the
purpose of marketing Vendor's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to its and their respective distributors, marketing
representatives, and agents (collectively "Permitted Sublicensees") in advertising and
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.
Rev. 10/2020
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
a. Sourcewell must not alter Vendor's Trademarks from the form provided by
Vendor and must comply with Vendor's removal requests as to specific uses of its
trademarks or logos.
b. Vendor must not alter Sourcewell's Trademarks from the form provided by
Sourcewell and must comply with Sourcewell's removal requests as to specific uses
of its trademarks or logos.
c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's Trademarks only in good faith and in a dignified manner consistent
with such party's use of the Trademarks. Upon written notice to the breaching party,
the breaching party has 30 days of the date of the written notice to cure the breach
or the license will be terminated.
4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its
Participating Entities against any and all suits, claims, judgments, and costs instituted or
recovered against Sourcewell or Participating Entities by any person on account of the use
of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor
in violation of applicable patent or copyright laws.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed
catalog of vendors which may be used until the next printing). Vendor must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Vendor individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator
assigned to this Contract.
D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment,
Products, or Services.
14. GOVERNING LAW, JURISDICTION, AND VENUE
Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its
breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls,
Minnesota.
Rev. 10/2020
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
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 to be illegal, unenforceable, or void then both
Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the
remainder of this Contract is capable of performance, it will not be affected by such declaration
or finding and must be fully performed.
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 Vendor will jointly develop a short briefing document that describes the
issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher
level of management. The Vendor will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Vendor must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Vendor fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result
of such failure to proceed will be borne by the Vendor.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Written notice of default and a reasonable opportunity to cure must be issued by the party
claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non -defaulting
party may:
Rev. 10/2020 10
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
• 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, Vendor must maintain insurance policy(ies) in effect at
all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Vendor will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office ("ISO") Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products -completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products -Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor
will maintain insurance covering all owned, hired, and non -owned automobiles in limits
of liability not less than indicated below. The coverage must be subject to terms no less
broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or
equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
Rev. 10/2020 11
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella
coverage over Workers' Compensation, Commercial General Liability, and Commercial
Automobile.
Minimum Limits:
$2,000,000
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Vendor will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Vendor's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data — including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Milli T1 u.0 u
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Vendor to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish
to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by
a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide
certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Vendor's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Vendor, and products and completed operations of
Vendor. The policy provision(s) or 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. Vendor waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
Rev. 10/2020 12
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
insurance applicable to the Vendor or its subcontractors. The waiver must apply to all
deductibles and/or self -insured retentions applicable to the required or any other insurance
maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require
similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/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. Vendor must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Vendor conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in
writing.
Vendor certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Vendor certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Vendor further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
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 also require
additional requirements based on specific funding specifications. Within this Article, all
Rev. 10/2020 13
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
references to "federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Vendor's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with
the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Vendor must be in
compliance with all applicable Davis -Bacon Act provisions.
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
Rev. 10/2020 14
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Vendor certifies that during the term of an
award for all contracts by Sourcewell resulting from this procurement process, Vendor must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award
meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Vendor
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Vendor must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor
certifies that during the term of this Contract will comply with applicable requirements as
referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file
any required certifications. Vendors must not have used federal appropriated funds to pay any
Rev. 10/2020 15
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures
required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. §
1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this
Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right
also includes timely and reasonable access to Vendor's personnel for the purpose of interview
and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
Rev. 10/2020 16
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
040621-BXG
22. CANCELLATION
Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60
days' written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Vendor's Proposal.
Cancellation of this Contract does not relieve either party of financial, product, or service
obligations incurred or accrued prior to cancellation.
Sourcewell
DocuSigned by,
E %Wayf,�
By: COFD2A139D06489...
Jeremy Schwartz
Title: Chief Procurement Officer
Date: 5/26/2021 1 11:42 AM CDT
Approved:
E
DoccuSigneedby,y
By:
7E42B8F817A64CC...
Chad Coauette
Title: Executive Director/CEO
5/26/2021 1 7:52 PM CDT
Date:
Box Gang Manufacturing LLC
EvDoccuSigned by:
6903DACD95B147B
aa' tl 11la—e.ro
1B\ ...
Rafael Marrero
Title: President
Date: 5/26/2021 1 10:16 AM PDT
Rev. 10/2020 17
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
RFP 040621 - Bulk Solid Waste and Recycling Equipment
Vendor Details
Company Name:
Box Gang Manufacturing LLC
Does your company conduct
business under any other name? If
TX
yes, please state:
16736 E HARDY RD
Address:
Houston, Texas 77032
Contact:
Rafael Marrero
Email:
rafael@boxgangmfg.com
Phone:
713-742-5555
Fax:
713-742-5555
HST#:
47-5269235
Submission Details
Created On:
Wednesday March 10, 2021 08:58:42
Submitted On:
Tuesday April 06, 2021 14:33:36
Submitted By:
Rafael Marrero
Email:
rafael@boxgangmfg.com
Transaction #:
6bd8b309-76fd-412d-aa11-fdb339fc8a22
Submitter's IP Address:
50.239.243.54
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
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/K if the
question does not apply to you (preferably with an explanation).
Line
Item
Question
Response"
1
Proposer Legal Name (and
Box Gang Manufacturing LLC
applicable d/b/a, if any):
2
Proposer Address:
16736 E Hardy Rd
Houston TX 77032
3
Proposer website address:
boxgangmfg.com
4
Proposer's Authorized
Rafael Marrero, President
Representative (name, title,
16736 E Hardy Rd
address, email address & phone)
Houston TX 77032
(The representative must have
rafael@boxgangmfg.com
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):
5
Proposer's primary contact for this
Rafael Marrero, President
proposal (name, title, address,
16736 E Hardy Rd
email address & phone):
Houston TX 77032
rafael@boxgangmfg.com
6
Proposer's other contacts for this
Susan Marrero, VP
proposal, if any (name, title,
16736 E Hardy Rd
address, email address & phone):
Houston TX 77032
susan@boxgangmfg.com
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
Table 2: Company Information and Financial Strength
Line
Item
Question
Response"
7
Provide a brief history of your company,
Box Gang Manufacturing LLC is a minority, veteran owned business that was
including your company's core values,
founded in Houston TX in 2015. Its founders, with over 55 years of experience in
business philosophy, and industry longevity
the solid waste and recycling industry, saw a need for a reliable, quality and
related to the requested equipment, products
customer centric container manufacturing facility in the fourth largest city in the
or services.
United States. The philosophy of "getting it done right" has enabled Box Gang
Manufacturing to become a leader in the container manufacturing business and a
proven source of container supply for not only the commercial sector but for the
public sector as well. Our customers include leading national waste hauling
companies as well as federal and local governments. The Company produces roll -off
hoists, open -top containers, compactors and specialty containers for a diversified
base of end users in the waste, recycling, scrap and construction industries
8
What are your company's expectations in the
Our company expects to provide the quality service we are known for to all
event of an award?
Sourcewell members in the US and Canada.
9
Demonstrate your financial strength and
Box Gang Manufacturing and its strategic alliance have over 120 years of combined
stability with meaningful data. This could
experience in the industry with a combined annual revenue exceeding $100 million.
include such items as financial statements,
The alliance is formed in the same mold as Sourcewell but on the supplier side.
SEC filings, credit and bond ratings, letters
We are working together as an alliance to bring our respective businesses
of credit, and detailed reference letters.
advantages like faster growth and access to additional knowledge and resources.
Upload supporting documents (as applicable)
As an alliance, we have agreed to share resources for this contract to create a
in the document upload section of your
competitive advantage.
response.
10
What is your US market share for the
Our combined Market share is over 20% for containers ( rolloffs and frontloads)
solutions that you are proposing?
21% in Cable/Hook hoists
15% Compactors
26% Compactor Odor control Solution
35% dewatering equipment ( used to transport solid waste after processing in
wastewater treatment plant)
11
What is your Canadian market share for the
10% Containers
solutions that you are proposing?
12
Has your business ever petitioned for
NO
bankruptcy protection? If so, explain in detail.
13
How is your organization best described: is
Box Gang Manufacturing is a manufacturer and has entered into an alliance
it a manufacturer, a distributor/dealer/reseller,
agreement with other regional container manufacturers to provide the products and
or a service provider? Answer whichever
services in this RFP. Our network spans the US and Canada in locations in
question (either a) or b) just below) best
California, Arizona, Texas, Indiana, Massachusetts, Florida. Louisiana and
applies to your organization.
Washington. Our Alliance is comprised of: Galfab, Iron Container, Glacier Ozone,
a) If your company is best described as
Spectrum Water, McLaughlin Group, International Containers, and Box Gag
a distributor/dealer/reseller (or similar entity),
Manufacturing.
provide your written authorization to act as a
Box Gang Manufacturing is also the exclusive US dealer for all Grimaldi hoists and
distributor/dealer/reseller for the manufacturer
equipment. Grimaldi is the largest hook hoist manufacturer in South America having
of the products proposed in this RFP. If
70% of the market. Grimaldi is a 55 year old company that has over $300MM in
applicable, is your dealer network
annual revenue. Grimaldi's hoists and parts are supported by our dealer network
independent or company owned?
See attached map) and has national reach. Grimalid's website ;
b) If your company is best described as
http://www.grimaldi.com.br/
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?
14
If applicable, provide a detailed explanation
We have obtained all local and state business licenses. I addition we have local,
outlining the licenses and certifications that
state and federal environmental permits to operate paint booths and in some
are both required to be held, and actually
locations sandblasting equipment
held, by your organization (including third
parties and subcontractors that you use) in
pursuit of the business contemplated by this
RFP.
15
Provide all "Suspension or Debarment"
N/A
information that has applied to your
organization during the past ten years.
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
Table 3: Industry Recognition & Marketplace Success
Line
Item
Question
Response*
16
Describe any relevant industry awards or
Houston Business Journal Fast 100 Companies 2019
recognition that your company has received
Houston Business Journal Top 10 Hispanic owned firms 2019
in the past five years
Houston Business Journal Top Veteran Owned Firm 2019
Houston Minority Business Council E10 Award 2018
US Dept Of Commerce Top Minority Manufacturer 2018
17
What percentage of your sales are to the
10-15%
governmental sector in the past three years
18
What percentage of your sales are to the
5%
education sector in the past three years
19
List any state, provincial, or cooperative
HGAC $1000000
purchasing contracts that you hold. What is
Texas Buy Board $500000
the annual sales volume for each of these
contracts over the past three years?
20
List any GSA contracts or Standing Offers
GSA Contract number 47QSWA20DOOOW Awarded Nov 2019
and Supply Arrangements (SOSA) that you
Annual sales $350000
hold. What is the annual sales volume for
each of these contracts over the past three
years?
Table 4: References/Testimonials
Line Item 21. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name *
Contact Name *
Phone Number*
City of Orlando
Kevin Hoolihan
407-246-2796
City of Lakeland
Gene Ginn
863-834-8777
Chambers County
Eddie Gallaway
409-267-8204
Table 5: Top Five Government or Education Customers
Line Item 22. Provide a list of your top five government, education, or non-profit customers (entity name is optional),
including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar
volumes from the past three years.
Entity Name
Entity Type *
State / *
Scope of Work *
Size of Transactions *
Dollar Volume Past Three
Province
Years
Department Of
Government
Texas - TX
Containers - Rolloffs and Front
$100K
$2000000
Defense
Loads
Federal Prison
Government
Texas -TX
Compactors
$50K
$1,500,000
Bureau
Dept of
Government
Texas - TX
Compactors
$25K
$300000
Veterans Affairs
Ft Bend
Government
Texas - TX
Compactors/ Service
$10K
$25000
County
Sherriffs Office
City of
Education
Florida - FL
Containers - Rolloffs and Front
$40000
$250000
Orlando FL
Loads
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
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.
Item
Question
Response*
23
Sales force.
All alliance members will have a dedicated alliance sales manager to cover their
territory. In some cases, due to geographic and demographics more than one sales
manager will be dedicated ensuring proper coverage and responsiveness. All sales
manager will report contacts and potential new member leads to the Alliance
coordinator. All sales personnel are direct employees. We will have a combined 26-
28 sales representatives.
In addiiton to the internal company's sales force we have a network of dealer and
sales representatives across the nation ( see attached map)
24
Dealer network or other distribution
Our products have various dealers based on product type. See attached maps for
methods.
dealer network for compactors, deatering equipment and hoists. For containers, our
territories are divided based on providing the product at the right time for the right
price. Please see the attached map of locations
25
Service force.
We have a robust service force that has national reach. Our combined workforce of
over 600 full time workers ensure we meet and exceed both quality and
responsiveness to our customers. Our full time employees are augmented by our
service network of 6 independent service providers. Please see the attached map
of service locations and coverage
26
Describe in detail the process and
There will be 2 dedicated personnel tracking any new orders. Orders will be turned
procedure of your customer service
around within the same day with estimated production lead times. Service calls will
program, if applicable. Include your
also be turned around on the same day with an estimated repair day. All personnel
response -time capabilities and
handling the customer service calls and performing the work whether at our locations
commitments, as well as any incentives
or at the customer's location will be under supervision of a direct employee.
that help your providers meet your stated
service goals or promises.
27
Describe your ability and willingness to
We intend to service all Sourcewell covered geographic areas and member sectors
provide your products and services to
Sourcewell participating entities in the
United States.
28
Describe your ability and willingness to
We intend to service all Sourcewell covered geographic areas and member sectors
provide your products and services to
Sourcewell participating entities in Canada.
29
Identify any geographic areas of the United
N/A
States or Canada that you will NOT be
fully serving through the proposed contract.
30
Identify any Sourcewell participating entity
N/A
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?
31
Define any specific contract requirements
No specific contract requiremt or restriction exists
or restrictions that would apply to our
participating entities in Hawaii and Alaska
and in US Territories.
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
Table 7: Marketing Plan
Line
Item
Question
Response*
32
Describe your marketing strategy for
Our Alliance manager will send an initial email and information on the award followed by
promoting this contract opportunity.
a sales call explaining the sales process of this ward and the expectation on sales and
Upload representative samples of your
marketing calls. Monthly, we will have a centralized infoblast that will discuss services
marketing materials (if applicable) in
equipment and potential opportunities to our sales force. A monthly sales call will go over
the document upload section of your
sales goals and metrics to make sure our sales force is not only taking care of current
response.
members but is also explaining the virtues of the program to potential members.
33
Describe your use of technology and
We have social media accounts in Facebook , Instagram, Twitter and Linkedin which
digital data (e.g., social media,
depicts our products and services. We are willing to tag Sourcewell and advertise the
metadata usage) to enhance
contract award and its benefits to current and prospective members. Our service offering
marketing effectiveness.
will be highlighted via social media as well.
34
In your view, what is Sourcewell's role
Our view is that we are responsible for the promotion and dissemination of the contract
in promoting contracts arising out of
award. We expect Sourcewwell to post the award on their board and send an initial
this RFP? How will you integrate a
email to its members. After that we would take over the sales marketing and execution
Sourcewell-awarded contract into your
of the contract
sales process?
35
Are your products or services
No
available through an e-procurement
ordering process? If so, describe your
e-procurement system and how
governmental and educational
customers have used it.
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
Table 8: Value -Added Attributes
Line
Item
Question
Response*
36
Describe any product, equipment,
We offer compactor training at our sites or at the Sourcewell Members location. We will
maintenance, or operator training
also offer compactor repair training at our facility. Training will be provided to any
programs that you offer to
Sourcewell member at no cost. Our technicians which are trained in compactor repair and
Sourcewell participating entities.
maintenance will train member personnel upon request.
Include details, such as whether
training is standard or optional,
We also stand ready to provide training of the safe use and operation of both cable and
who provides training, and any
hook hoists at no cost to Sourcewell members.
costs that apply.
37
Describe any technological
Our containers are manufacture with the latest technological advances and exceed ANSI
advances that your proposed
standards.
products or services offer.
Our above frame hoist designed, but not limited to CNG chassis, features outboard
mounted lift cylinders and a vertical lift assist cylinder. It is designed to operate with low
pressure, which will increase its life and reduce maintenance costs.
Auxiliary fold down stops used for short containers. This can allow for better weight
distribution for the chassis. More than one set can be used for containers of varying lengths.
38
Describe any "green" initiatives
We recycle our scrap metal. We also have instituted a waste recycling program at the plant
that relate to your company or to
your products or services, and
include a list of the certifying
agency for each.
39
Identify any third -party issued eco-
N/A
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 -cycle design
(cradle -to -cradle), or other
green/sustainability factors.
40
Describe any Women or Minority
Minority Owned business - HMSDC
Business Entity (WMBE), Small
SDVOB- US Dept of Veterans Affairs
Business Entity (SBE), or veteran
Texas HUB - State of Texas
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.
41
What unique attributes does your
We are alliance of 7 container, compactor and hoist manufacturers whose sole purpose is
company, your products, or your
to exceed our customer expectations. Individually we cannot compete because our
services offer to Sourcewell
geographical locations but together we can provide a national solution for Sourcewell
participating entities? What makes
members. Our combine experience and geographical reach makes us the best choice.
your proposed solutions unique in
your industry as it applies to
Sourcewell participating entities?
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.
m LiQuestion Response*
Ite
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
42
Do your warranties cover all products, parts, and
Box Gang Manufacturing warrants only product of its manufacture against
labor?
operational failure caused by defective material or workmanship which occurs
during normal use within 12 months from the date the product is shipped
from the factory.
Box Gang Manufacturing will replace all parts of our manufacture free of
charge that prove to be defective after inspection at our factory. Before any
repairs are made permission must be obtained by Box Gang Manufacturing
Warranty for replacement parts is limited to the remaining portion of the
original warranty, or are warranted for 30 days from the date of shipment
This limited warranty is expressly in lieu of all other warranties, expressed or
implied, and of all other obligations or liabilities on the part of Box Gang
Manufacturing. It neither assures nor authorizes any other person to assure
to it any other liability in connection with the sale herein contemplated.
Box Gang Manufacturing does not assume any liability for loss of product,
time, income, or any other consequential damages including environmental.
43
Do your warranties impose usage restrictions or
Box Gang Manufacturing makes no warranty on any of its equipment used in
other limitations that adversely affect coverage?
any way except as it was designed, intended, and sold to perform. Any
misuse, damage due to accident, outside alterations or negligence voids
applicable warranty.
44
Do your warranties cover the expense of
No diagnostic, freight or travel cost shall be covered by this warranty. All
technicians' travel time and mileage to perform
labor cost allowed shall be in accordance with established rates. In case of
warranty repairs?
alleged defects, products shall be returned to Box Gang Manufacturing with
transportation charges prepaid.
45
Are there any geographic regions of the United
We have certified technicians able to perfom work nationally
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?
46
Will you cover warranty service for items made by
All product purchased by Box Gang Manufacturing from an outside vendor
other manufacturers that are part of your proposal,
shall be covered by the warranty of the respective vendor only. Box Gang
or are these warranties issues typically passed on
Manufacturing does not participate in or obligate itself to any such product
to the original equipment manufacturer?
or extended warranty.
47
What are your proposed exchange and return
Box Gang Manufacturing warrants only product of its manufacture against
programs and policies?
operational failure caused by defective material or workmanship which occurs
during normal use within 12 months from the date the product is shipped
from the factory.
All product purchased by Box Gang Manufacturing from an outside vendor
shall be covered by the warranty of the respective vendor only. Box Gang
Manufacturing does not participate in or obligate itself to any such product
or extended warranty.
Box Gang Manufacturing will replace all parts of our manufacture free of
charge that prove to be defective after inspection at our factory. Before any
repairs are made permission must be obtained by Box Gang Manufacturing.
Warranty for replacement parts is limited to the remaining portion of the
original warranty, or are warranted for 30 days from the date of shipment.
Box Gang Manufacturing makes no warranty on any of its equipment used in
any way except as it was designed, intended, and sold to perform. Any
misuse, damage due to accident, outside alterations or negligence voids
applicable warranty.
No diagnostic, freight or travel cost shall be covered by this warranty. All
labor cost allowed shall be in accordance with established rates. In case of
alleged defects, products shall be returned to Box Gang Manufacturing with
transportation charges prepaid.
This limited warranty is expressly in lieu of all other warranties, expressed or
implied, and of all other obligations or liabilities on the part of Box Gang
Manufacturing. It neither assures nor authorizes any other person to assure
to it any other liability in connection with the sale herein contemplated.
Box Gang Manufacturing does not assume any liability for loss of product,
time, income, or any other consequential damages including environmental.
All claims shall be processed through your authorized dealer or our factory,
48
Describe any service contract options for the
We can provide service contracts for the products we offer underthis RFP.
items included in your proposal.
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
Table 10: Payment Terms and Financing Options
Line
Item
Question
Response*
49
What are your payment terms (e.g., net 10, net 30)?
Net 30
50
Describe any leasing or financing options available for use
We currently work with 3 financing companies that will work with
by educational or governmental entities.
Sourcewell clients and provide financing or leasing options if required
51
Briefly describe your proposed order process. Include
Our Alliance manager will send an initial email and information on
enough detail to support your ability to report quarterly
the award followed by a sales call explaining the sales process of
sales to Sourcewell as described in the Contract template.
this ward and the expectation on sales and marketing calls.
For example, indicate whether your dealer network is
Monthly, we will have a centralized infoblast that will discuss
included in your response and whether each dealer (or
services equipment and potential opportunities to our sales force.
some other entity) will process the Sourcewell participating
A monthly sales call will go over sales goals and metrics to make
entities' purchase orders.
sure our sales force is not only taking care of current members but
is also explaining the virtues of the program to potential members.
We will report sales similar to the process we use to track GSA ,
Texas Buy Board and HGAC sales. The orders will be tagged in
the system as a Sourcewell order and tracked from rpoduction to
delivery by the Alliance manager. Once the product and delivered
the payment will be tracked until its received and in turn pay the
administrative fee to Sourcewell
52
Do you accept the P-card procurement and payment
We do accept Pcards as a form of payment, a 2.5% charge will
process? If so, is there any additional cost to Sourcewell
be added to a purchase order over $25000. No charge for any
participating entities for using this process?
order under $25000
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
Table 11: Pricing and Delivery
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can
be made during the term of an awarded Contract as desribed in the RFP, the template Contract, and the Sourcewell Price and Product
Change Request Form.
Item
Question
Response*
53
Describe your pricing model (e.g., line -item discounts or
Our pricing is divided by categories: Steel containers, compactors,
product -category discounts). Provide detailed pricing data
hoists, odor control and dewatering boxes. Sourcewell receives a
(including standard or list pricing and the Sourcewell
discount off List price. Due to the fluctuation and volatility of the
discounted price) on all of the items that you want
steel market we have added a column with a ceiling price for the
Sourcewell to consider as part of your RFP response. If
diferent line items. This will be the maximum dollar amount
applicable, provide a SKU for each item in your proposal.
charged in the contract in the event the price of steel continues to
Upload your pricing materials (if applicable) in the
increase
document upload section of your response.
54
Quantify the pricing discount represented by the pricing
The pricing discount is based on the category type and ranges
proposal in this response. For example, if the pricing in
from 5 to 20% off list price
your response represents a percentage discount from
MSRP or list, state the percentage or percentage range.
55
Describe any quantity or volume discounts or rebate
N/A
programs that you offer.
56
Propose a method of facilitating "sourced" products or
Open market items will be sourced at cost plus a percentage.
related services, which may be referred to as 'open
These items will be clearly outlined in the orders and will be
market' items or "nonstandard options". For example, you
offered at competitive prices
may supply such items "at cost' or "at cost plus a
percentage," or you may supply a quote for each such
request.
57
Identify any element of the total cost of acquisition that is
Items not included in the pricing are freight and installation. We
NOT included in the pricing submitted with your response.
provide site visits and training at no cost to Sourcewell members.
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.
58
If freight, delivery, or shipping is an additional cost to the
We maintain relationship with major carriers in the US and
Sourcewell participating entity, describe in detail the
Canada. The member will have the choice of obtaining shipping
complete freight, shipping, and delivery program.
on their own or having us arrange the shipping of the ordered
product. If we arrange shipping a minimum of 3 quotes will be
obtained.
59
Specifically describe freight, shipping, and delivery terms or
We maintain relationship with major international/overseas carriers in
programs available for Alaska, Hawaii, Canada, or any
the US and Canada. The member will have the choice of
offshore delivery.
obtaining shipping on their own or having us arrange the shipping
of the ordered product. If we arrange shipping a minimum of 3
quotes will be obtained.
60
Describe any unique distribution and/or delivery methods or
Customers will have the option of stacking containers to save on
options offered in your proposal.
freight costs. Members choosing this option will receive extra touch
up paint since scrapes are likely to happen using this method of
shipping. Members will be responsible for the touch up of the
container once delivered. Containers shipped under this option will
also be shipped without the lids installed for front loads and doors
for rolloffs. Customers will be responsible for lid and door
installation if they chose this shipping method
Table 12: Pricing Offered
Item
The Pricing Offered in this Proposal is: *
Comments
61
c. better than the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing
departments.
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
Table 13: Audit and Administrative Fee
Line
Item
Question
Response*
62
Specifically describe any self -audit process or program that you
Our process will be similar to the one we use for tracking
plan to employ to verify compliance with your proposed Contract
GSA contract sales. Once an order is placed, the order
with Sourcewell. This process includes ensuring that Sourcewell
will be "tagged" as a Sourcewell entity sale. Our contract
participating entities obtain the proper pricing, that the Vendor
administrator will verify that the correct pricing for the product
reports all sales under the Contract each quarter, and that the
is applied in accordance with the price list in the contract.
Vendor remits the proper administrative fee to Sourcewell.
On a monthly basis a report will be generated deliniating the
sales to Sourcewell entities and in turn the appropriate fee
will be paid to Sourcewell. This process is not only used
for GSA sales but also used for sales under the HGAC
and Texas Buy board contracts
63
Identify a proposed administrative fee that you will pay to
Box Gang Manufacturing proposes a fee of 2% . This fee
Sourcewell for facilitating, managing, and promoting the Sourcewell
aligns with the other purchasing cooperative contracts we
Contract in the event that you are awarded a Contract. This fee
have
is typically calculated as a percentage of Vendor's sales under the
Contract or as a per -unit fee; it is not a line -item addition to the
Member's cost of goods. (See the RFP and template Contract for
additional details.)
Table 14A: Depth and Breadth of Offered Equipment Products and Services
Line
Item
Question
Response*
64
Provide a detailed description of the
We intend to provide the following:
equipment, products, and services that you
1. Front Load Containers
are offering in your proposal.
2. Rear Load Containers
3. Rolloffs ( rectangle and Tub style)
4.Dewatering Containers - These are watertight rolloffs with specialized filters
used in wastewaster treatment plants. Water flows thru these containers prior to
entering the system. Solids that are flushed in the sewr are trapped in the
containers to prevent clogging of the plants. Once the containers are full the solid
that are filtered are taken to the landfill for disposal
5. Compactors. Staionary and self contained compactors
6. Hoists. Cable and Hook
65
Within this RFP category there may be
1. Dewatering. Watertight rolloffs with specialized filters used in wastewaster
subcategories of solutions. List subcategory
treatment plants. Water flows thru these containers prior to entering the system.
titles that best describe your products and
Solids that are flushed in the sewr are trapped in the containers to prevent clogging
services.
of the plants. Once the containers are full the solid that are filtered are taken to
the landfill for disposal
2. Odor Control . Ozone producing equipment that attche ozone molecules t othe
odor producing bacteria disrupting its composition and therefore neutralizing odors
Table 14B: Depth and Breadth of Offered Equipment Products and Services
Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional
comments in the text box provided, as necessary.
Line Item
Category or Type
Offered *
Comments
66
Commercial/Industrial-sized refuse and recycling
r Yes
Front Loads, Rear Loads, Rolloffs,
containers, roll -off containers and collection bins of
r No
Receivers, dewatering equipment
metal construction
67
Knuckleboom and grapple loaders
r Yes
NA
r No
68
Hook and hoist dumpster loaders
r Yes
Galfab Cable hoists and Grimaldi
r No
Hook Hoist
69
Roll -off trucks and container handlers
r Yes
NA
r No
70
Refuse and recyclable material balers and
r Yes
Compators only Not Balers
compactors
r No
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
Table 15: Industry Specific Questions
Line
Item
Question
Response*
71
If you are awarded a contract, provide a
1. Customer Engagement. Number of "touches" vs closed sales
few examples of internal metrics that will
2. Resolution rate - When a customer has a question or complaint, our goal is to
be tracked to measure whether you are
close the loop and resolve the issue.
having success with the contract.
3. Sales to date. Target Sourcewell members
4. Sales to date by product
72
Describe the serviceability of the products
Containers - Each container manufacturing facility carries parts for all steel
included in your proposal (parts availability,
containers and can deliver container parts nationally. All containers come with a 1
warranty and technical support, etc.).
year warranty
Hoists- Parts distribution centers are located in Indiana, Texas and Arizona. In
addition to those centers all hoists dealer carry parts for both hook and cable
hoists to facilitate a availability to our clients. Hook hoists offer a 1 year structural
warranty and cable hoist offe a 2 year tructural warranty.
Compactors - Each compactor manufacturing facility carries parts for all steel
containers and can deliver container parts nationally. Compactors come with a 6
month warranty
Odor Control- Glacier Ozone products come with a have a 1 (one) year
unconditional warranty on all parts
and labor with the exception of the lamps.
73
Describe advancements reflected in the
Our hoists offer the patented commmercially available hoist that provides a superior
equipment or products offered in your
solution for cable -hoists mounted on a compressed natural gas ("CNG") truck
proposal, such as safety, longevity or life
chassis. The location of CNG tanks has required hoist producers to rework their
cycle cost measures.
designs and Galfab believes that its CNG solution is superior to competitive
offerings and will be a source of market share wins as more national fleets move
towards CNG.
We also offer THE HOOKER"container securement system. This
Air operated container securement device used in lieu of the ratchet tie -down
system. Each hook (two per side) has a hold-down capacity of 40,000 lbs.
Table 16: 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 I Term, Condition, or Specification I Exception or Proposed Modification
Documents
Ensure your submission document(s) conforms to the following:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
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."
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
• Financial Strength and Stability - BG FINANCIALS.pdf - Monday April 05, 2021 06:02:24
• Marketing Plan/Samples (optional)
• WMBE/MBE/SBE or Related Certificates - SDVOB AND MINORITY CERTIFICATES.pdf - Monday April 05, 2021 06:06:02
• Warranty Information - WARRANTY.pdf - Tuesday April 06, 2021 13:08:41
• Pricing - PRICING.pdf - Tuesday April 06, 2021 14:31:16
• Upload Additional Document - MAPand prod uctofferi ng. pdf - Tuesday April 06, 2021 13:00:40
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
Proposer's Affidavit
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the
Proposer to this Affidavit and Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in
the jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for
contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the
Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under
this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not
directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of
this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or
competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the
consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this
solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or
circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a
vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an
employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this
solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in
accordance with the terms, conditions, and scope of a resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or
certifications necessary to deliver such equipment, products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are
acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and
related services to Sourcewell Members under an awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either
substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic
data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes
Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under
Minnesota's Data Practices Act.
11. Proposer its employees, agents, and subcontractors are not:
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control
of the United States Department of the Treasury found at: https://www.treasury_gov/ofac/downloads/sdnlist.pdf;
2. Included on the government -wide exclusions lists in the United States System for Award Management found at:
https://sam.gov/SAM/; or
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
DocuSign Envelope ID: 6AE1BOEB-7DB1-4137-9DD4-DF3154181CFE
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated
by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any
Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense
related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this
Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I
had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic
signature or electronic record was used in its formation. - Rafael Marrero, President, Box Gang Manufacturing LLC
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.
I have reviewed the
File Name below addendum and Pages
attachments (if
applicable)
Addendum_2_Bulk_Solid_Waste_Equipment_RFP_040621
Fri February 19 2021 08:07 AM
Addendum_1 _Bulk_Solid_Waste_Equipment_RFP_040621
Thu February 18 2021 01:07 PM
r
1✓
Bid Number: RFP 040621 Vendor Name: Box Gang Manufacturing LLC
Sou rcewel I 7o-.0
Wastequip #040621-WQI
Pricing for contract #040621-WQI offers Sourcewell participating agencies the following discounts:
• Wastequip® Steel Container Products: Special Market Pricing
• Wastequip® Compaction Products: 5% to 20% off Catalog List Pricing
• Confab® Steel Container Products: Special Market Pricing
• Galbreath® Mobile Products: 5% to 20% off Catalog List Pricing
• Amrep® Mobile Products: Special Market Pricing
DocuSign Envelope ID: 5B29OE55-F705-4D60-A76E-076252BOB96D
040621-WQI
Sourcewell q4'
Solicitation Number: RFP #040621
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Wastequip Manufacturing Company LLC, 6525 Morrison Blvd., Suite
300, Charlotte, NC 28211 (Vendor).
Sourcewell is a State of Minnesota local government agency and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to federal,
state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Bulk Solid Waste and Recycling Equipment from
which Vendor was awarded a contract.
Vendor desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires June 2, 2025, unless it is cancelled
sooner pursuant to Article 22. This Contract may be extended up to one additional one-year
period upon request of Sourcewell and with written agreement by Vendor.
C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this
Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
Rev. 10/2020
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
All Equipment and Products provided under this Contract must be new/current model. Vendor
may offer close-out or refurbished Equipment or Products if they are clearly indicated in
Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity's site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Vendor's dealers and
distributors must agree to assist the Participating Entity in reaching a resolution in any dispute
over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past
the expiration of the Vendor's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will
make available to Sourcewell a means to validate or authenticate Vendor's affiliates, authorized
dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related
to this Contract. This list may be updated from time -to -time and is incorporated into this
Contract by reference. It is the Vendor's responsibility to ensure Sourcewell receives the most
current version of this list.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's
Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity's requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Vendor must permit the Equipment and Products to be
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
Rev. 10/2020
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery.
Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally
delivers substandard or inferior Equipment or Products. In the event of the delivery of
nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon
as possible and the Vendor will replace nonconforming Equipment and Products with
conforming Equipment and Products that are acceptable to the Participating Entity.
B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax -
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At anytime during this Contract, Vendor may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Vendor may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Contract Administrator. This form is available
from the assigned Sourcewell Contract Administrator. At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
Rev. 10/2020
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
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 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. Vendor understands that a Participating
Entity's use of this Contract is at the Participating Entity's sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential 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. Vendor's employees maybe required to perform work at government -
owned facilities, including schools. Vendor's employees and agents must conduct themselves in
a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating
Entity issues a purchase order, it may use its own forms, but the purchase order should clearly
note the applicable Sourcewell contract number. All Participating Entity orders under this
Contract must be issued prior to expiration of this Contract; however, Vendor performance,
Participating Entity payment, and any applicable warranty periods or other Vendor or
Participating Entity obligations may extend beyond the term of this Contract.
Rev. 10/2020
DocuSign Envelope ID: 5B29OE55-F705-4D60-A76E-076252BOB96D
040621-WQI
Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will
be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of
any Participating Entity.
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 Vendor, such as job or industry -specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entitles may require the use of a
Participating Addendum; the terms of which will be worked out directly between the
Participating Entity and the Vendor. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements (such as e-commerce specifications,
specialized delivery requirements, or other specifications and requirements) not addressed in
this Contract, the Participating Entity and the Vendor may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Vendor in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the goods to be purchased;
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements; or
3. Vendor commits any material breach of this Contract or the additional terms agreed to
between the Vendor and a Participating Entity.
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. Vendor will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
Rev. 10/2020
DocuSign Envelope ID: 5B29OE55-F705-4D60-A76E-076252BOB96D
040621-WQI
B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, supply issues, customer issues, and any other
necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract
sales activity report (Report) to the Sourcewell Contract Administrator assigned to this
Contract. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made).
The Report must contain the following fields:
• Customer Name (e.g., City of Staples Highway Department);
• Customer Physical Street Address;
• Customer City;
• Customer State/Province;
• Customer Zip Code;
• Customer Contact Name;
• Customer Contact Email Address;
• Customer Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Vendor.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Vendor may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Vendor will submit 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
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Vendor'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.
Rev. 10/2020 6
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's
Authorized Representative changes at any time during this Contract, Vendor must promptly
notify Sourcewell in writing.
10. 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 this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or
obligations under this Contract without the prior consent of the parties and a fully executed
assignment agreement. Such consent will not be unreasonably withheld.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been fully executed by the parties.
D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not
waive the provision or the right to enforce it.
E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between
Sourcewell and Vendor. No other understanding regarding this Contract, whether written or
oral, may be used to bind either party. For any conflict between the attached Proposal and the
terms set out in Articles 1-22, 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
Rev. 10/2020
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master -servant, or principal -agent.
11. LIABILITY
Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their
agents and employees, harmless from any claims or causes of action, including attorneys' fees,
arising out of the performance of this Contract by the Vendor or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
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. In no event will
Vendor be liable for any loss of use, revenue, or profit, or for any consequential, incidental,
indirect, or exemplary damages, whether arising out of breach of contract, tort (including
negligence), or otherwise, regardless of whether such damage was foreseeable and whether or
not the indemnitee was advised of the possibility of such damages.
12. GOVERNMENT DATA PRACTICES
Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Vendor under this Contract.
If the Vendor receives a request to release the data referred to in this article, the Vendor must
immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond
to the request.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and
license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Vendor.
b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and
license to use Vendor's Trademarks in advertising and promotional materials for the
purpose of marketing Vendor's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to its and their respective distributors, marketing
representatives, and agents (collectively "Permitted Sublicensees") in advertising and
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.
Rev. 10/2020
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
Each party will be responsible for any breach of this Article by any of their respective
sublicensees.
3. Use; Quality Control.
a. Sourcewell must not alter Vendor's Trademarks from the form provided by
Vendor and must comply with Vendor's removal requests as to specific uses of its
trademarks or logos.
b. Vendor must not alter Sourcewell's Trademarks from the form provided by
Sourcewell and must comply with Sourcewell's removal requests as to specific uses
of its trademarks or logos.
c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's Trademarks only in good faith and in a dignified manner consistent
with such party's use of the Trademarks. Upon written notice to the breaching party,
the breaching party has 30 days of the date of the written notice to cure the breach
or the license will be terminated.
4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its
Participating Entities against any and all suits, claims, judgments, and costs instituted or
recovered against Sourcewell or Participating Entities by any person on account of the use
of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor
in violation of applicable patent or copyright laws.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed
catalog of vendors which may be used until the next printing). Vendor must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Vendor individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator
assigned to this Contract.
D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment,
Products, or Services.
Rev. 10/2020
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
14. GOVERNING LAW, JURISDICTION, AND VENUE
Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its
breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls,
Minnesota.
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 to be illegal, unenforceable, or void then both
Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the
remainder of this Contract is capable of performance, it will not be affected by such declaration
or finding and must be fully performed.
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 Vendor will jointly develop a short briefing document that describes the
issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher
level of management. The Vendor will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Vendor must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Vendor fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result
of such failure to proceed will be borne by the Vendor.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Rev. 10/2020 10
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
Written notice of default and a reasonable opportunity to cure must be issued by the party
claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non -defaulting
party may:
• 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, Vendor must maintain insurance policy(ies) in effect at
all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Vendor will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office ("ISO") Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products -completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products -Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor
will maintain insurance covering all owned, hired, and non -owned automobiles in limits
of liability not less than indicated below. The coverage must be subject to terms no less
Rev. 10/2020 11
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or
equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella
coverage over Workers' Compensation, Commercial General Liability, and Commercial
Automobile.
Minimum Limits:
$2,000,000
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Vendor will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Vendor's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data — including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Vendor to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish
to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by
a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide
certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Vendor's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Vendor, and products and completed operations of
Vendor. The policy provision(s) or endorsement(s) must further provide that coverage is
Rev. 10/2020 12
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Vendor or its subcontractors. The waiver must apply to all
deductibles and/or self -insured retentions applicable to the required or any other insurance
maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require
similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/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. Vendor must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Vendor conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in
writing.
Vendor certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Vendor certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Vendor further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
Rev. 10/2020 13
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
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 also require
additional requirements based on specific funding specifications. Within this Article, all
references to "federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Vendor's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with
the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Vendor must be in
compliance with all applicable Davis -Bacon Act provisions.
Rev. 10/2020 14
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Vendor certifies that during the term of an
award for all contracts by Sourcewell resulting from this procurement process, Vendor must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award
meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Vendor
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Vendor must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor
certifies that during the term of this Contract will comply with applicable requirements as
referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
Rev. 10/2020 15
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file
any required certifications. Vendors must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures
required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. §
1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this
Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right
also includes timely and reasonable access to Vendor's personnel for the purpose of interview
and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
Rev. 10/2020 16
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
040621-WQI
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.
22. CANCELLATION
Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60
days' written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Vendor's Proposal.
Cancellation of this Contract does not relieve either party of financial, product, or service
obligations incurred or accrued prior to cancellation.
Sourcewell
�D�o/cyu�S�iigned by,
,,1�
COFD2A139
J�^ J (I.'a 1
By; DD6489...
Jeremy Schwartz
Title: Chief Procurement Officer
Date: 5/26/2021 1 2:57 PM CDT
Approved:
� ID,oc�u,Signeed�by,
1
g\ ; l
7E42B8F817A64CC...
Chad Coauette
Title: Executive Director/CEO
6/2/2021 1 1:39 PM CDT
Date:
Wastequip Manufacturing Company LLC
DocuSigned by
By; 0D14p1
John Defenbaugh
Title: President -Commercial
Date: 6/2/2021 1 2:32 PM EDT
Rev. 10/2020 17
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
RFP 040621 - Bulk Solid Waste and Recycling Equipment
Vendor Details
Company Name:
Does your company conduct
business under any other name? If
yes, please state:
Wastequip Manufacturing Company LLC
Wastequip LLC
841 Meacham Road
Address:
Bid Location
Statesville, NC 28677
Contact:
Marya Jenkins
Email:
mjenkins@wastequip.com
Phone:
800-424-0422 09587
Fax:
800-424-0422
HST#:
223191624
Submission Details
Created On:
Submitted On:
Submitted By:
Email:
Transaction #:
Submitter's IP Address
Thursday February 18, 2021 14:24:47
Tuesday April 06, 2021 11:17:52
Marya Jenkins
mjenkins@wastequip.com
7520c546-beb0-4e2b-9423-af6d89d3f024
65.158.142.90
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
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/K if the
question does not apply to you (preferably with an explanation).
Line
Item
Question
Response"
1
Proposer Legal Name (and
Wastequip LLC
applicable d/b/a, if any):
2
Proposer Address:
6525 Morrison Blvd, Ste 300
Charlotte, NC 28211
3
Proposer website address:
www.wastequip.com
4
Proposer's Authorized
John Defenbaugh, President, Commercial
Representative (name, title,
6525 Morrison Blvd, Ste 300
address, email address & phone)
Charlotte, NC 28211
(The representative must have
JDefenbaugh@wastequip.com
authority to sign the "Proposer's
704.366.7140
Assurance of Compliance" on
behalf of the Proposer and, in the
event of award, will be expected
to execute the resulting contract):
5
Proposer's primary contact for this
Marya Jenkins, Bid/Contract Specialist
proposal (name, title, address,
841 Meacham Road
email address & phone):
Statesville, NC 28677
MJenkins@wastequip.com
800-242-0422 Ext 09587
6
Proposer's other contacts for this
None
proposal, if any (name, title,
address, email address & phone):
Table 2: Company Information and Financial Strength
Line Question
Item
Provide a brief history of your company,
including your company's core values,
business philosophy, and industry longevity
related to the requested equipment, products
or services.
Response'
Privately held, Wastequip is the leading North American manufacturer of waste
handling equipment. Headquartered in Charlotte, North Carolina with manufacturing
and service facilities throughout North America, the company has over 2,000
employees across North America.
With locations throughout the United States, we serve our customer base on a local
level while delivering economies of scale that smaller manufacturers cannot achieve.
Since many of our brand companies serve sectors in which it can be difficult and
costly to ship products from remote locations, this gives us a distinct advantage
over competitors with a smaller footprint.
Wastequip was created to consolidate the highly fragmented and regionalized waste
equipment manufacturing sector. Our vision was to provide the large and growing
base of national haulers with a single source for their waste hauling needs, including
standardized equipment, highly durable products, inventory availability, faster delivery
and outstanding customer service.
Wastequip established an extensive North American manufacturing and service
footprint. Over the course of three decades, Wastequip strategically purchased the
top companies and best brands — from refuse trucks, to hoists, carts and tarping
systems — and united them under the Wastequip name.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
8
What are your company's expectations in the
As a possible incumbent awardee, Wastequip expects to:
event of an award?
1. Continue to increase awareness in the marketplace regarding our Sourcewell
contract, our products and services by offering total product purchase solutions using
our Sourcewell contract and teaming with other Awarded Sourcewell Vendors.
2. Continue to promote Sourcewell within our existing customer base and expand
this offering to newly acquired divisions within Wastequip.
3. Continue to improve upon our dealer networks understanding of Sourcewell and
how to utilize our Sourcewell contract to gain the competitive advantage.
4. Continue revenue growth by continuing to gain market share.
9
Demonstrate your financial strength and
Please see the attachment labeled: 2. RFP 040621 Wastequip Q9 Financial
stability with meaningful data. This could
Strength and Stability
include such items as financial statements,
This attachment includes our 2020 unaudited financials and current bond rating letter.
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.
10
What is your US market share for the
While Wastequip's exact market share information is company confidential and
solutions that you are proposing?
critical to our strategy for success, we can share more about our market position.
Based on our internal estimates, we determined that most of Wastequip's business
units enjoy a number one or number two position in the marketplace, including our
Steel Group and Galbreath Mobile Group.
11
What is your Canadian market share for the
Most of our divisions do a very small amount of business in Canada therefore we
solutions that you are proposing?
do not track our Canadian market share.
12
Has your business ever petitioned for
No
bankruptcy protection? If so, explain in detail.
13
How is your organization best described: is
b). Wastequip is best described as a manufacturer.
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?
14
If applicable, provide a detailed explanation
Wastequip has all requisite permits and licenses to operate in each local facility
outlining the licenses and certifications that
and service area. While there are no particular national licenses or certifications
are both required to be held, and actually
required to be held in our industry, Wastequip has implemented QUALITY
held, by your organization (including third
ASSURANCE PROGRAM built on the same structure as ISO.
parties and subcontractors that you use) in
1.The purpose of our Kanban implementation is to produce exactly what the
pursuit of the business contemplated by this
customer wants, when the customer wants and in the quantity the customer wants.
RFP.
2. Our WPS system is a 5 step process for organizing our workplace. This
organization establishes a workplace standard/normal condition. It creates a
standardized, safe and better working environment. It enables us to work more
effectively. It encourages ownership and teamwork and creates visual management
tool by enabling quick recognition of abnormalities in order to take actions to return
or improve the standard.
2. Wastequip operates facilities that are OSHA compliant.
3. Wastequip products offer full compliance with the following American National
Standards Institute (ANSI) Standards to ensure consistent quality:
ANSI Z245.30 — 2008 Waste Containers -Safety Requirements and Z245.60-2008
Waste Containers -Compatibility Dimensions
ANSI Z245.2-2013 Stationary Compactors and Z245.5-2013 Baling Equipment
ANSI Z245.1 Mobile Wastes and Recyclable Materials Collection
Wastequip employees from several divisions have or are currently serving on
National Waste and Recycling Association committees or subcommittees.
15
Provide all "Suspension or Debarment"
None
information that has applied to your
organization during the past ten years.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
Table 3: Industry Recognition & Marketplace Success
Line
Item
Question
Response*
16
Describe any relevant industry awards or
2020 - Nick Wiseman, Wastequip's CHRO, was recognized by the HRO Today
recognition that your company has received
Association as a 2020 Finalist for the Engagement Strategy Excellence Awards for
in the past five years
the North America Region.
2019 - Wastequip was recognized by Charlotte Magazine as the Best Company to
Work For
2019 - Kristin Kinder, Wastequip's VP of Research and Waste Stream
Sustainability, was recognized by Waste360 for 40 Under 40.
2019 - Henry Retamal, Wastequip's President of Operations, was recognized by
Waste360 for 40 Under 40.
2018 - Steve Klueg, Wastequip's CFO, was recognized by the Charlotte Business
Journal as CFO of the Year.
2018 - Rich Sedory, Wastequip's General Council, was recognized by the Charlotte
Business Journal as Outstanding General Counsel of the Year.
2017 - Wastequip was recognized by the Charlotte Business Journal as the Middle
Market Leader of the Year
17
What percentage of your sales are to the
For the product line being offered in this RFP, over the past three years approx.
governmental sector in the past three years
6% of our total sales were to the government sector.
18
What percentage of your sales are to the
For the product line being offered in this RFP, over the past three years approx.
education sector in the past three years
1 % of our total sales were to the education sector.
19
List any state, provincial, or cooperative
Sourcewell: National Co -Operative Contract; $9.44 M; $15.2 M; $13.9 M
purchasing contracts that you hold. What is
Houston Galveston Area Council (HGAC): National Co -Operative Contract; $762K;
the annual sales volume for each of these
$924K; $1.06 M
contracts over the past three years?
Texas BuyBoard: National Co -Operative Contract; $944K; $1.48 M; $821K
20
List any GSA contracts or Standing Offers
None at this time.
and Supply Arrangements (SOSA) that you
hold. What is the annual sales volume for
each of these contracts over the past three
years?
Table 4: References/Testimonials
Line Item 21. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name *
Contact Name *
Phone Number*
City of Huntsville
Darrel Luker
936-581-6417
City of Nacogdoches
Cary Walker
936-559-2582
Calcasieu Parish
LJ Wimberly
337-721-3760
Table 5: Top Five Government or Education Customers
Line Item 22. Provide a list of your top five government, education, or non-profit customers (entity name is optional),
including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar
volumes from the past three years.
Entity Name
Entity Type *
State / *
Scope of Work *
Size of Transactions *
Dollar Volume Past Three
Province
Years
CITY OF
Government
Arizona - AZ
Provide refuse equipment
Varies
$1.72M
ALBUQUERQU
E
CITY OF
Government
Texas -TX
Provide refuse equipment
Varies
$796K
MISSION
CITY OF
Government
Texas - TX
Provide refuse equipment
Varies
$708K
HARLINGEN
CITY OF
Government
Utah - UT
Provide refuse equipment
Varies
$525K
LOGAN
LOWER
Government
Texas - TX
Provide refuse equipment
Varies
$479K
VALLEY
WATER
DISTRICT
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
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*
23
Sales force.
The majority of Wastequip sales are made directly by Wastequip employed Regional
Sales Managers (RSM). Our direct Wastequip employed sales network consist of the
following:
Wastequip Steel Group to include compaction equipment consists of (18) RSM's that
cover the continental US, Hawaii, Alaska, and Canada and (8) Customer Services
Representatives (CSR)
Confab Steel Group consists of (3) RSM's that cover the lower US West Coast and
Hawaii and (6) CSR's
Galbreath Mobile Group consists of (5) RSM's that cover the continental US and
Canada and (3) CSR's
Amrep Mobile Hoist Group consists of (5) RSM's that cover the continental US and
Canada and (8) CSR's
All groups are supported by our Wastequip Bid Team and our Wastequip Call Center
Inside Sales Team members. Wastequip also provides product group specific
Warranty Teams. Together these team members perform all actions necessary to
produce an acceptable level of sales, including, but not limited to: making sales calls
necessary to cover territory, assisting with test programs and warranty administration.
All dealers and service providers are independent third party contractors and employ
their own teams consisting of sales, service and warranty staff.
24
Dealer network or other distribution
All Wastequip Groups rely on a wide and geographically diverse independent third
methods.
party dealer network and service providers who aid in developing new business and
provide additional support services to Wastequip.
1. Wastequip/Confab Steel Groups offer approx. fourteen (14) Preferred Dealers who
employ sales and service staffs.
2. Galbreath Mobile Group touts a robust dealer network for the cable hoist market
consisting of approximately fifty (50) qualified Galbreath dealers located strategically
across the US.
3. Amrep Mobile Hoist Group offers a geographically diverse independent third party
dealer network consisting of (6) dealers with (11) locations, who aid in developing
new business and provide additional support services to Amrep. Wastequip's Amrep
division services our customers and dealer network from (5) factory owned locations.
Our dealer network and service providers are fully supported by the Wastequip sales,
service and warranty teams.
25
Service force.
All Wastequip Groups rely on a wide and geographically diverse independent third
party dealer network and service providers who aid in developing new business and
provide additional support services to Wastequip.
Our Wastequip/Confab Group offers a nationwide service provider network of
approximately 526 independently owned service provider companies who provide
warranty, preventative maintenance, service and repair of equipment.
Our Galbreath Mobile Group dealer network also provides warranty, preventative
maintenance, service and repair of equipment assistance.
All Wastequip Groups employ division specific engineering staff who are available for
specific design projects or technical requirements.
Our dealer network and service providers are fully supported by the Wastequip sales,
service and warranty teams.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
26
Describe in detail the process and
Wastequip prides itself on superior customer service and has significant experience
procedure of your customer service
servicing both large and small municipal and privately owned accounts as well as
program, if applicable. Include your
multi -location organizations. Our extensive customer base demands rigorous, just -in -
response -time capabilities and
time delivery performance and responsive customer service. Wastequip's Customer
commitments, as well as any incentives
Service Representative (CSR) handle customer needs prior to, during, and after
that help your providers meet your stated
orders are placed with our company. Our goal for standard product order entry is to
service goals or promises.
have customers' orders submitted, entered, and confirmed with ship dates within 48
hours of receiving the Purchase Order. Non -Standard or Special Products go
through a similar process that includes engineering, sales drawing submittal for
approval, and then from approval on to confirmed ship date.
At Wastequip we want all customers to have a great experience with our products —
from our first contact with us all the way through product delivery. As such, we have
adopted the following customer service credo:
Commitment:
• We will treat all customers with respect (regardless of size)
• We will follow up with customers upon receipt of order to ensure satisfaction
• We will resolve any issues quickly
Support:
• We will provide a dedicated Customer Service Representative (CSR ) for each
participating member
• We will respond quickly on quotes (same -day response in most cases)
• We will provide an order confirmation (within 48 hours in most cases)
• We will call customers with shipping & delivery information and provide early
notification should there be any issues with orders
27
Describe your ability and willingness to
All Wastequip Groups are able to fully serve all 50 states and U.S. Territories
provide your products and services to
Sourcewell participating entities in the
United States.
28
Describe your ability and willingness to
All Wastequip Groups are able to fully serve Canadian Provinces
provide your products and services to
Sourcewell participating entities in Canada.
29
Identify any geographic areas of the United
All Wastequip Groups are able to fully serve all 50 states, U.S. territories, and
States or Canada that you will NOT be
Canadian provinces.
fully serving through the proposed contract.
30
Identify any Sourcewell participating entity
All Wastequip Groups are able to fully serve all 50 states, U.S. territories, and
sectors (i.e., government, education, not -for-
Canadian provinces.
profit) that you will NOT be fully serving
Wastequip's Amrep Mobile Hoist Group currently has a stronger presence in the
through the proposed contract. Explain in
Western Region of the United States. In 2018 an Eastern production facility was
detail. For example, does your company
opened in Salisbury N.C. to manufacture for the Eastern market. Since 2018 Amrep
have only a regional presence, or do other
has been widening its reach and presence in the Central and Eastern U.S.
cooperative purchasing contracts limit your
Wastequip's Amrep Group intends to maintain the expansion by continually adding
ability to promote another contract?
support dealers in areas where service facilities are limited.
There are no current contracts nor relationships that limit our ability to serve the
aforementioned markets.
31
Define any specific contract requirements
No specific contract requirements or restrictions would apply.
or restrictions that would apply to our
Wastequip is able to serve these areas with all of our offered products. We find
participating entities in Hawaii and Alaska
that the difference in our service involves Ocean Freight, different sized sea
and in US Territories.
containers (different container quantities than over -the -road semi truck loads), and
varying schedules for shipments. The shipments may vary due to restricted passage
to these outlying states/territories whose path of shipment may involve extreme
seasonal and other weather related issues. We find that these customers are more
than aware of the issues surrounding their shipments, and they are most accepting of
these differences for shipments.
Table 7: Marketing Plan
Line Question Response*
Item
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
32
Describe your marketing strategy for
Please see attached 7. RFP 040621 Wastequip Q32 Marketing Plan Samples
promoting this contract opportunity.
Upload representative samples of your
Within selected media channels, Wastequip will announce its continuing partnership with
marketing materials (if applicable) in
Sourcewell via a press release or other content delivery form. This will be directed at
the document upload section of your
those market categories with whom this message and value will resonate.
response.
Wastequip will advertise via digital and print platforms, including social media outlets, with
paid and organic creative. The target audience will include Government buyers in such
segments as Public Works and Municipalities, and in such publications as American City
and County and/or Government Product News.
Our association and partnership with Sourcewell will be prominently displayed at
appropriate trade show events. Wastequip participates in a variety of major/national trade
shows, as well as having a presence in numerous regional shows and events. We will
promote the partnership by incorporating the Sourcewell logo on various show assets
(such as banner stands) and literature as appropriate.
Wastequip has numerous web properties that promote our value to the markets we serve,
and we will include Sourcewell information and possibly a link back to Sourcewell
(depending on link feasibility) on our web properties.
33
Describe your use of technology and
—CONFIDENTIAL INFORMATION —
digital data (e.g., social media,
Facebook: Wastequip utilizes both paid and organic posts to promote partnerships,
metadata usage) to enhance
product release, service offerings, and our dedication to creating and maintaining a
marketing effectiveness.
sustainable environment. We are able to hone our message and be exacting in who we
reach, and our Facebook property allows for interaction with both customers (such as
municipalities) and the general consumer. We are able to capture these visits to our
page and understand if our messaging is resonating, and then adjust accordingly (if
necessary).
Linkedln: This platform allows Wastequip to reach specific job titles and companies that
have an interest in our product, and also allows us to open the door to new market
opportunities and reaching new segments for penetration.
Wastequip website properties: Within our websites, we provide the value we offer to the
market and answer the question of "Why choose Wastequip." Our sites are segment
focused, with a sub focus on product. We are able to capture data on visitors and gain
a better understanding of what the market desires and what is important to them when
selecting a supplier of products and services.
Banner ads: Wastequip tracks site visits and conversions from keywords and banner ads
as seen in publications of interest. Email inquiries are tracked through the sales cycle in
Salesforce by lead source. Wastequip uses Google Analytics, Pardot tracking, Salesforce
reporting, and pay per click data to enhance the effectiveness of our marketing
campaigns.
The Wastequip YouTube channel allows interested users (customers, consumers) to actually
view a variety of products in use. This helps enhance reputation in the market, and
broadens our message as being a provider of sustainable, durable, and effective
products.
Wastequip uses Twitter to share more news oriented content or retweet relevant waste
industry news content.
34
In your view, what is Sourcewell's role
Wastequip believes the Sourcewell role in promoting the contract is similar to
in promoting contracts arising out of
Wastequip's'. Based on the success we have enjoyed with Sourcewell for the past 11
this RFP? How will you integrate a
years we believe we have a good understanding of and appreciation for Sourcewells'
Sourcewell-awarded contract into your
promotion of our contract to its member agencies. Wastequip will continue to share the
sales process?
responsibilities.
1. Networking - In light of the current COVID pandemic and networking opportunity
limitations, Wastequip and Sourcewell should share and exchange information in order to
help each organization to promote the contract. Our organizations can share newsletters,
participate in e-mail networks, or meet at seminars and conferences once open to the
public events occur.
2. Multisector Collaborator - Sourcewell and Wastequip should continue to work together to
look for ways to expand product offerings based on Sourcewell Member needs, if those
needs were not initially included into the RFP. Sourcewell and Wastequip should work
together to offer more in depth dealer/distributor network training.
By sharing the above listed responsibilities Wastequip's aim is to strengthen the
relationship between our Regional Sales Managers with the Sourcewell professional staff.
We also look forward to more pro -active marketing of this contract through our Wastequip
Marketing team using electronic media, shows and meetings.
The Wastequip Bid Department will continue to be a primary conveyor of our partnership
with Sourcewell, and include the appropriate logo and data in bid/contract packages as
deemed necessary. This will extend the reach of Sourcewell into markets that Sourcewell
currently may not serve and aide in bringing awareness to those markets.
35
Are your products or services
No, due to the special requirements of the products Wastequip manufactures, our products
available through an e-procurement
are not currently available for e-procurement to municipal/government entities.
ordering process? If so, describe your
e-procurement system and how
governmental and educational
customers have used it.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
Table 8: Value -Added Attributes
Line
Item
Question
Response*
36
Describe any product, equipment,
Wastequip Steel Group offers specific Sales and Compaction Technical training consisting of
maintenance, or operator training
the following:
programs that you offer to
1. Compaction Sales Training: Training is provided at no charge and consists of basic
Sourcewell participating entities.
overview of compaction operation and usage. Nine classroom training modules cover
Include details, such as whether
fundamentals, process, applications, waste flow analysis, equipment types, feeding
training is standard or optional,
recommendations, electrical requirements, location analysis, site surveys, and available
who provides training, and any
equipment options. Sales Training can be geared for 1 day or broken into smaller multiple
costs that apply.
sessions.
2. Compaction Technical Training: Training is a 2-day classroom and hands-on course for
service and maintenance personnel of compaction and baler equipment. The course is $350
per student and each attendee receives a service training manual, training competitions
certificate and an electric volt meter. The curriculum includes the following:
1. Plant Tour
2. Hydraulics
3. Electrical Theory
4. Hands-on hydraulic and electrical demonstrations
5. Troubleshooting systems
6. Application of classroom knowledge to achieve solutions
7. Guardian Control System
8. ANSI (American National Standards Institute)
9. Lock out/tag out procedures
10. Review of new equipment features
37
Describe any technological
Wastequip manufactures a full range of garbage collection, compaction, transportation, and
advances that your proposed
disposal equipment for residential, commercial, and industrial applications. Wastequip's
products or services offer.
commitment and continued investment into product innovation will lead to continuous
improvement in every phase of waste management.
1. Wastequip has partnered SSAB, a global specialty steel supplier, to develop a high
strength roll -off container for the construction and demolition industry. This container
incorporates SSAB's Hardox 450 wear plate for better performance and sustainability to
withstand the abuse of containers used in these dense waste applications. Wastequip's
RockBox containers are twice as strong and last four times as long as standard containers
used in these applications. The use of Hardox 450 wear plate and a unique floating body
design allows this to be done without increasing the container tear weight.
2. Galbreath Mobile Group provides alternate fuel compatible roll -off hoists to meet the
needs of customers desire to operate compressed natural gas (CNG) powered vehicles.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
38
Describe any "green" initiatives
At Wastequip, we're focused on building a bright future for our employees, our communities,
that relate to your company or to
and our environment. And our CORE program — reflecting our COrporate REsponsibility
your products or services, and
commitment to sustainability, diversity and philanthropy — exhibits our dedication to:
include a list of the certifying
Helping define the future of the waste industry with progressive thinking and leadership
agency for each.
Developing products with consideration for the environmental impact to future
generations
Employing a diverse workforce, providing development opportunities and valuing diverse
perspectives
Continuing to demonstrate social consciousness so our team members and customers
are proud to work for or do business with Wastequip
As part of the CORE program, Wastequip is committed to creating more sustainable
products, processes and facilities, without sacrificing our legendary quality. Future
generations are counting on us to create better products, and to do so more responsibly.
As a manufacturer, identifying efficiencies in how we source materials and manufacture and
distribute our Steel and Galbreath products is among our most environmentally impactful
opportunities.
Incoming packaging efficiency: For incoming shipments, Wastequip has been
standardizing our reusable pallets and containers and implementing circular take -back
models with our pallet suppliers.
Material efficiency: We reprocess all scraps, cuts, and drops of remaining steel. We
actively separate alternative materials (bronze, aluminum, carbon steel) for recycling to aid in
processing and reducing costs.
Energy efficiency: Across our Steel and Galbreath facilities, we've currently replaced
about 15-20% of our welding units with new units that use a quarter to a third less
electricity, and about 60% of our steel plants will LED lighting.
Distribution efficiency: We're continuously innovating our products. Recently, we've been
employing nesting improvements in the distribution of our steel containers, allowing us to
nest and ship up to 50% more product on each truckload.
Additionally, our employees designed "solar powered" signage in Tyler, TX facility — and
many plants and offices are equipped with motion sensing lights, and have been upgraded
to use newer LED ballasts to reduce energy consumption and waste. As we have
acquired new Steel facilities, we have also replaced welding gas tanks that could be prone
to leakage.
39
Identify any third -party issued eco-
None for the products offered in this proposal.
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 -cycle design
(cradle -to -cradle), or other
green/sustainability factors.
40
Describe any Women or Minority
Wastequip nor any of our subsidiaries are considered a Woman or Minority Business Entity
Business Entity (WMBE), Small
(WMBE) or a Small Business Entity (SBE).
Business Entity (SBE), or veteran
However, Wastequip is committed to the utilization of disadvantaged entities whenever
owned business certifications that
possible, and we set out to identify possible use of MWBE's as subcontractors on a case
your company or hub partners
by case basis in a concerted attempt to meet the encouraged goals of our
have obtained. Upload
municipal/governmental customers.
documentation of certification (as
While Wastequip does not possess certification as a disadvantages business, we do seek
applicable) in the document
to employ and do business with disadvantages businesses. We use a WMBE's or SBE's
upload section of your response.
to purchase office supplies, work with many disadvantaged businesses to perform work on
projects, and are constantly seeking ways in which we may employ or do business with
disadvantaged companies in both special projects and daily business.
As in many projects, there are several possibilities for use of disadvantaged businesses.
We are always prepared to search for specific businesses that may provide the following:
1. Utilization of teaming partners for specific government set aside project opportunities
2 Over -the -road trucking of products to the our municipal/government customers (typically 53
foot trailers)
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
41
What unique attributes does your
1. The entire Wastequip product line streamlines purchasing for Sourcewell member
company, your products, or your
agencies. Our product offering includes virtually every possible container and related lifting
services offer to Sourcewell
equipment need from the residence to the convention center to the city office building to the
participating entities? What makes
farmers' market. Wastequip offers Sourcewell Members an aggregate waste stream flow for
your proposed solutions unique in
waste material from waste generation to final waste disposition.
your industry as it applies to
2. With the awarded Sourcewell Contract #081716 for Class 6,7, and 8 Chassis with
Sourcewell participating entities?
Related Equipment, Accessories, and Services, Wastequip is available to offer Sourcewell
Members a Sole Source full product solution transaction as it relates to the Galbreath hoist
product line.
3. Galbreath touts many value add items including a full staff of Engineers, including
design a group which utilizes the latest 3D modeling software with Dynamic Finite Element
Analysis and a full staffed Research and Development group which allow for superior
validation processes and ensuring the latest technological developments are being utilized in
the design of our products.
4. Other branches of Engineering include Application, to support ensuring the correct
product is used for the customer's application, and manufacturing, who in tandem with the
OPEX group work towards instituting the best processes which maximize efficiencies and
control customer costs.
Table 9: Warranty
Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure,
and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document
upload section of your response in addition to responding to the questions below.
Line
Item
Question
Response*
42
Do your warranties cover all products, parts, and
Please see attached: 9. RFP 040621 Wastequip Q42 Warranty for full
labor?
details.
Yes, specific products, parts and labor are covered.
43
Do your warranties impose usage restrictions or
Please see attached: 9. RFP 040621 Wastequip Q42 Warranty for full
other limitations that adversely affect coverage?
details.
No, however, all equipment under warranty must be used in accordance with
the Owner's manual or guidelines to include preventative maintenance, if
required. Wastequip warranties shall not apply to any unit, which has been
subject to misuse, misapplication, negligence, alteration or accident.
44
Do your warranties cover the expense of
Please see attached: 9. RFP 040621 Wastequip Q42 Warranty for full
technicians' travel time and mileage to perform
details.
warranty repairs?
Compaction Products: Yes, Wastequip will reimburse our service providers
for their travel time or mileage incurred when performing warranty service.
Galbreath Mobile Products: No, Wastequip does not reimburse our service
providers as the product is expected to be taken to the service facility for
any warranty work.
45
Are there any geographic regions of the United
No, Wastequip has service providers located in all 50 states to perform any
States or Canada (as applicable) for which you
required warranty repairs.
cannot provide a certified technician to perform
warranty repairs? How will Sourcewell
participating entities in these regions be provided
service for warranty repair?
46
Will you cover warranty service for items made by
Yes, Wastequip will cover warranty service for items made by other
other manufacturers that are part of your proposal,
manufacturers that are sold with our manufactured equipment. Original
or are these warranties issues typically passed on
equipment manufacturers warranty will apply and any service needed will be
to the original equipment manufacturer?
coordinated with OEM.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
47
What are your proposed exchange and return
Product Return Policy
programs and policies?
a) All returns must be authorized by Wastequip prior to shipping and
acceptance. Product must be returned in the same condition as shipped by
Wastequip, which may include original packaging, and Buyer must include a
copy of the Invoice with any return. Buyer must complete and return a
Warranty Registration Form for some Products, where applicable. Product
may not be returned by Buyer to Wastequip after 30 days of Invoice date,
without applicable Warranty Registration or proof of purchase or ownership.
Go To Parts' supplementary Return Policy can be found by clicking here a
hard copy of which is available upon request. If there is any conflict
between the Go To Parts Return Policy and the Product Return Policy
contained in this Section 5, the terms of the Go To Parts Return Policy shall
control.
b) A Return Authorization Number must be obtained from Wastequip
within five (5) days of receipt of Product and before such Product may be
returned for credit. No Product shall be returned to Wastequip without
Wastequip's written consent. If any portion of the Product delivered to Buyer
are defective or are otherwise not in accordance with contract specifications,
Wastequip shall have the right in its discretion either to replace such
defective Product or to refund the portion of the purchase Price applicable
thereto. Any returned Product shall become the property of Wastequip; Buyer,
Buyer's customer or end -user is not authorized to otherwise dispose of, sell
or recycle such Product, parts or components. In no event shall Wastequip
be liable for the cost of processing, lost profits, injury to goodwill or any
other special incidental or consequential damages.
c) Buyer is responsible for prepayment of, and all other related freight
costs associated with returning Products to Wastequip unless previously
agreed to in writing by Wastequip. Buyer is responsible for any missing or
damaged Product. Risk of loss or damage to Product shall pass from Buyer
to Wastequip upon physical receipt by Wastequip.
d) Special order or non -stock items or other Product specified by
Wastequip are not eligible for return.
e) Any and all Product claimed defective or as a warranty matter must
include a written explanation of how the Product was stored, maintained,
installed and/or operated, as further described herein. Buyer must complete
a Warranty Claim Form, where applicable.
f) If, in Wastequip's judgment, a returned Product is not defective or not
shipped in error, Wastequip may apply a service charge of 20% and/or a
restocking fee up to 20% of the Product purchase price.
g) Wastequip reserves the right to dispose of, return to Buyer (at Buyer's
cost of freight and related charges), allow Buyer retrieval within seven (7)
calendar days, or any other remedy, in Wastequip's discretion, for any
attempted Product returns in contravention of the Wastequip Terms.
48
Describe any service contract options for the
Wastequip does not offer any service contract options for the items included
items included in your proposal.
in our proposal. Any service contract option would be provided by an
outside third party and be provided at customers expense.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
Table 10: Payment Terms and Financing Options
Line
Item
Question
Response*
49
What are your payment terms (e.g., net 10, net 30)?
Payment shall be due as stated on the Wastequip Invoice for the
Product. All payments shall be made in U.S dollars. Payment
Terms are set at Net 30 Days with Approved Credit
50
Describe any leasing or financing options available for use
Wastequip makes available financing solutions for state and local
by educational or governmental entities.
governments through 3rd party financial institutions. Most recently,
Wastequip has teamed with NCL Government Capital, an existing
Sourcewell Contract holder (#011620-NCL), to offer financing options
to Sourcewell Member agencies. Through our financing options
Wastequip offers Fixed Interest rates that are based on the credit
quality of the governmental entity and terms that are up to 10 years
with annual payments in arrears.
Additional information can be found by visiting our financing web
page at: https://www.wastequip.com/about-us/financing
51
Briefly describe your proposed order process. Include
—CONFIDENTIAL INFORMATION**
enough detail to support your ability to report quarterly
Wastequip utilizes the Salesforce.com CRM system to create
sales to Sourcewell as described in the Contract template.
accounts, create and enter project opportunities, verify contact
For example, indicate whether your dealer network is
information, and produce quality and professional quotes. Our CRM
included in your response and whether each dealer (or
system follows opportunities from creation to closure.
some other entity) will process the Sourcewell participating
Salesforce.com allows Wastequip to input Sourcewell Member
entities' purchase orders.
information that flows onto approved Wastequip/Sourcewell logo
quotes. By selecting the Wastequip/Sourcewell logo when creating
the opportunity immediate notification is sent to the Sourcewell
contract point of contact, notifying them of a new quote opportunity
for Sourcewell. Every quote created is reviewed and sent through a
3 to 5 channel approval process. Once approved, the quote is
sent through the CRM system to the requesting Sourcewell
Member. After which, the system tracks the status of the
opportunity and provides ongoing updates if information had been
changed.
Reports are currently automatically generated and forwarded to the
Sourcewell contract point of contact every Tuesday morning. At
quarter end, a refreshed report is generated listing all Sourcewell
opportunities. Opportunities are tracked on the "Stage" basis
(Budgetary, Pipeline, Expected, Commit, Pending OE, Closed Won
and Closed Lost). Information pertaining to all "Closed Won"
opportunities are then uploaded to the Sourcewell provided Sales
Reporting spreadsheet for quarterly submission.
Wastequip offers Sourcewell Member direct from Wastequip
purchases and Sourcewell Member direct from Authorized Wastequip
dealer purchases. With Wastequip direct purchases, purchase
orders are placed directly with Wastequip and processed and
tracked as indicated above. With Sourcewell Member direct from
Authorized Wastequip dealer purchases, the Sourcewell Members
submits a purchase order directly to our Authorized dealer. Our
Wastequip dealer then provides Wastequip with a purchase order
for the Sourcewell Member order and the order is processed and
tracked as indicated above.
52
Do you accept the P-card procurement and payment
Yes, Wastequip accepts P-card and credit card payments with no
process? If so, is there any additional cost to Sourcewell
additional fees charged. Our preferred method of payment is Wire,
participating entities for using this process?
ACH, or Check.
Table 11: Pricing and Delivery
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can
be made during the term of an awarded Contract as desribed in the RFP, the template Contract, and the Sourcewell Price and Product
Change Request Form.
tm Question Response*
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
53
Describe your pricing model (e.g., line -item discounts or
Wastequip is offering the below product group specific pricing
product -category discounts). Provide detailed pricing data
models. Each price guide will include a listing of options available
(including standard or list pricing and the Sourcewell
as upgrades to the base pricing for that specific product line. All
discounted price) on all of the items that you want
products will be identified by model numbers.
Sourcewell to consider as part of your RFP response. If
Wastequip Steel Container products are offered on a line item by
applicable, provide a SKU for each item in your proposal.
manufacturing facility location basis. Pricing document labeled:
Upload your pricing materials (if applicable) in the
11. RFP 040621 Wastequip Q53 Wastequip Steel Container Pricing
document upload section of your response.
Confab Steel Container products are offered on a line item by
manufacturing facility location basis. Pricing document labeled:
11. RFP 040621 Wastequip Q53 Confab Steel Container Pricing
Wastequip Compaction products are offered on a product catalog
basis. Pricing document labeled: 11. RFP 040621 Wastequip
Q53 Compaction Pricing
Galbreath Mobile products are offered on a product catalog basis.
Pricing document labeled: 11. RFP 040621 Wastequip Q53
Galbreath Mobile Pricing
Amrep Mobile products are offered on a product line item. Pricing
document labeled: 11. RFP 040621 Wastequip Q53 Amrep
Mobile Pricing
54
Quantify the pricing discount represented by the pricing
Wastequip is offering the below product group specific pricing
proposal in this response. For example, if the pricing in
discount ranges to Sourcewell Members.
your response represents a percentage discount from
Wastequip Steel Container Products: Special Market Pricing
MSRP or list, state the percentage or percentage range.
Confab Steel Container Products: Special Market Pricing
Wastequip Compaction Products: 5% to 20% off Catalog List
Pricing
Galbreath Mobile Products: 5% to 20% off Catalog List Pricing
Amrep Mobile Products: Special Market Pricing
55
Describe any quantity or volume discounts or rebate
Wastequip may offer discounts off the Sourcewell Member price for
programs that you offer.
large projects when possible, giving the Member the benefit of
making larger purchases and permitting Wastequip the opportunity
to be flexible in competitive situations as required. We believe that
it will be to both Wastequip's and the Member's advantage for this
contract to allow flexibility with larger quantity discounts. As such,
we do not feel it is in either of our best interests to set prices for
large projects but rather offer discounted pricing based on the
details of each such project and per current market conditions at
time of request.
56
Propose a method of facilitating "sourced" products or
Wastequip is offering the following sourced good solutions:
related services, which may be referred to as "open
1. Nonstandard external options or open market items: Wastequip
market" items or "nonstandard options". For example, you
will offer these items to Sourcewell Members on a Supply Quote
may supply such items "at cost" or "at cost plus a
basis. Wastequip or Wastequip Authorized Dealer will provide the
percentage," or you may supply a quote for each such
Sourcewell Member with quote for all items not listed on the
request.
awarded Sourcewell contract. These items will be sourced at a
Cost plus max of 20% basis. These items will not include the
1.5% proposed administrative fee.
2. Sourcewell Member direct purchase form Wastequip: Non-
standard Wastequip/Confab Steel Container(s), Compaction
Products, and options will be provided at a Price on Request
(P.O.R.) basis. The items are listed in the price guides
a "Specials". These items manufactured by Wastequip/Confab will
include the 1.5% proposed administrative fee.
3. Sourcewell Member direct purchase from Authorized Wastequip
Dealer: Non-standard Wastequip/Confab Steel Container(s),
Compaction Products, and options will be provided at a Price on
Request (P.O.R.) basis. These items will be P.O.R to Sourcewell
Member at a Dealer Cost plus max of 20% basis. The items are
listed in the price guides a "Specials". These items manufactured
by Wastequip/Confab will include the 1.5% proposed administrative
fee.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
57
Identify any element of the total cost of acquisition that is
1. Installation: Cost of installation, as required, shall be paid by the
NOT included in the pricing submitted with your response.
end user. Due to the customized nature of our business, each
This includes all additional charges associated with a
customer's project installation is unique, and therefore, quoted
purchase that are not directly identified as freight or
individually. Unique installations may include, and are not limited to
shipping charges. For example, list costs for items like pre-
requirements such as installation of equipment, assembly and
delivery inspection, installation, set up, mandatory training,
distribution of containers to end users, additional labor for customer
or initial inspection. Identify any parties that impose such
preferences, etc. This cost will not include the 1.5% Administrative
costs and their relationship to the Proposer.
Fee.
2. Taxes: Local, State and Federal Sales or Use Taxes or any
applicable ferry costs, customs duties, levies and taxes are not
included in our proposed pricing models. If required, these items
will be added at time of quote. Also, Canadian GST/PST/HST
taxes are not included in our proposed pricing models, and are not
paid by Wastequip. If required to be paid by Wastequip, then the
Member will be required to reimburse Wastequip for these
taxes.
3. Surcharges: Steel costs continue their historic rise, with hot
rolled steel increasing nearly 150% since September 1, 2020 to the
current all-time high. Wastequip has been working closely with our
supply chain to help minimize these costs, but our suite of products
continue to be impacted directly by the escalating commodity
prices. Therefore, Wastequip is including a surcharge option to our
RFP proposal. To maintain transparency with Sourcewell Members,
this charge, if needed, will be shown as a separate line item at
time of quote. This surcharge provides Wastequip the flexibility to
adjust product pricing up or down quickly in response to cost
increases such as steel and components without having to change
customer discount levels established on the contract.
58
If freight, delivery, or shipping is an additional cost to the
Wastequip has locations throughout the U.S., which allows us to
Sourcewell participating entity, describe in detail the
serve our customer base on a local level while delivering
complete freight, shipping, and delivery program.
economies of scale not possible with smaller manufacturers. With
over 24 manufacturing facilities, Wastequip can stock and ship
product from around the country to aid in reducing freight costs.
Wastequip has extensive import/export experience and an expansive
logistics group available to assist Sourcewell Members. Wastequip
is able to involve outside logistic companies to participate in
shipping by freight hauler/common carrier, subcontracted off-loading,
assembly, installation and distribution as required by the Sourcewell
Member needs and demands. Wastequip will evaluate each order
as a unique opportunity and consider the Sourcewell Members
order volume and location.
1. Freight: Cost of shipping/delivery shall be paid by the End User.
Calculations of the freight/delivery charges will be based on
prevailing rates at the time of quote and included on quote as a
separate line item. Sourcewell Member is responsible for offloading
equipment at time of delivery unless otherwise noted at time of
order. This cost will not include the 1.5% Administrative Fee.
59
Specifically describe freight, shipping, and delivery terms or
Wastequip is able to serve these areas with all of our offered
programs available for Alaska, Hawaii, Canada, or any
products. We find that the difference in our service involves Ocean
offshore delivery.
Freight, different sized sea containers (different container quantities
than over -the -road semi truck loads), and varying schedules for
shipments. The shipments may vary due to restricted passage to
these outlying states/territories whose path of shipment may involve
extreme seasonal and other weather related issues. We find that
these customers are more than aware of the issues surrounding
their shipments, and they are most accepting of these differences
for shipments.
60
Describe any unique distribution and/or delivery methods or
The Wastequip/Confab Group is able to ship steel containers from
options offered in your proposal.
17 steel manufacturing facilities. Compaction equipment can be
shipped from 7 manufacturing/finishing facilities ensuring Wastequip
is able to provide the most economical freight rates to our
customers. Wastequip/Confab steel slant and flat top containers are
nestable meaning one container nests inside another container,
therefore saving on freight charges. Our Confab Group also offers
a double deck delivery trailer option for delivery in California only.
This allows for small steel container to be shipped unstacked, fully
assembled and ready to use.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B29OE55-F705-4D60-A76E-076252BOB96D
Table 12: Pricing Offered
Line
Item
The Pricing Offered in this Proposal is: *
Comments
61
c. better than the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing
departments.
Table 13: Audit and Administrative Fee
tm
Question
Response'
62
Specifically describe any self -audit process or program that you
—CONFIDENTIAL INFORMATION —
plan to employ to verify compliance with your proposed Contract
Wastequip utilizes the Salesforce.com CRM system to create
with Sourcewell. This process includes ensuring that Sourcewell
accounts, create and enter project opportunities, verify
participating entities obtain the proper pricing, that the Vendor
contact information and produce quality and professional
reports all sales under the Contract each quarter, and that the
quotes. Our CRM system follows opportunities from creation
Vendor remits the proper administrative fee to Sourcewell.
to closure. Salesforce.com allows Wastequip to input
Sourcewell Member information that flows onto approved
Wastequip/Sourcewell logo quotes. By selecting the
Wastequip/Sourcewell logo when creating the opportunity
immediate notification is sent to the Sourcewell contract point
of contact, notifying them of a new quote opportunity for
Sourcewell. Every quote created is reviewed and sent
through a 3 to 5 channel approval process. Once approved,
the quote is sent through the CRM system to the requesting
Sourcewell Member/Authorized Dealer. After which, the
system tracks the status of the opportunity and provides
ongoing updates.
Reports are currently automatically generated and forwarded
to the Sourcewell contract point of contact every Tuesday
morning. At quarter end, a refreshed report is generated
listing all Sourcewell opportunities. Opportunities are tracked
on the "Stage" basis (Budgetary, Pipeline, Expected,
Commit, Pending OE, Closed Won and Closed Lost).
Information pertaining to all "Closed Won" opportunities are
then uploaded to the Sourcewell provided Sales Reporting
spreadsheet for quarterly fee submission.
63
Identify a proposed administrative fee that you will pay to
Wastequip is proposing a 1.5% administrative fee.
Sourcewell for facilitating, managing, and promoting the Sourcewell
For Sourcewell Member direct to Wastequip purchases, the
Contract in the event that you are awarded a Contract. This fee
administration fee will be incorporated in the Sourcewell
is typically calculated as a percentage of Vendor's sales under the
Member Price. For Sourcewell Member direct purchases
Contract or as a per -unit fee; it is not a line -item addition to the
through an Authorized Wastequip dealer, the administration
Member's cost of goods. (See the RFP and template Contract for
fee will be incorporated in the price to the dealer not to the
additional details.)
Sourcewell Member. Please note that freight, installation,
surcharges and other "Total Cost of Acquisition" costs will
not include this fee.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
Table 14A: Depth and Breadth of Offered Equipment Products and Services
Line
Item
Question
Response"
64
Provide a detailed description of the
1. Wastequip Steel Container product offering consist of the following:
equipment, products, and services that you
Environmental Containers
are offering in your proposal.
Front Load Containers
Other Large Containers
Other Small Containers
Rear Load Containers
Receiver Containers
Roll Off Containers (Rectangle and Tub)
Scrap Bins
Self Dumping Hoppers
Side Load Containers
Container Factory Options
2. Confab Steel Container product offering consist of the following:
Front Load Containers
Other Large Containers
Other Small Containers
Rear Load Containers
Receiver Containers
Roll Off Containers (Rectangle and Tub)
Self Dumping Hoppers
Side Load Containers
Container Factory Options
3. Wastequip Compaction product offering consist of the following:
Stationary Compactors
Pre -Crusher Compactors
Self -Contained Compactors
Apartment Compactors
Pak -Man Compactors
Accu-Pak Compactors
Vertical Balers
Container Lifters
Compaction Factory Options
4. Galbreath Mobile product offering consist of the following:
Cable Hoists
Hook Hoists
Container Delivery Units
Trail Hoist Trailers
Pup Trailers
Roll Off Trailers
Tarps
Mobile Factory Options
5. Amrep Mobile product offering consist of the following:
Cable Hoists
Chain Hoists
Pup Trailers
Transfer/Pull Trailers
Tarps
Mobile Factory Options
Additional product information can be found by visiting our website at
www.wastequip.com
65
Within this RFP category there may be
Wastequip believes that the following subcategory of solutions should be included:
subcategories of solutions. List subcategory
1. Factory Options: Wastequip has included in our price guides additional factory
titles that best describe your products and
available add on features that are readily available to Sourcewell Members. These
services.
factory options are enhancers to our standard products.
2. Custom Options: Any custom feature requested by the customer may be
provided and will be made available as a "Special' and provided as a Price On
Request item.
3. Services: Wastequip can provide additional services to Sourcewell Members.
These services may include unloading, assembly, equipment installation, and
training. These services will be made available as a "Special' and provided as a
Price On Request item.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
Table 14113: Depth and Breadth of Offered Equipment Products and Services
Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional
comments in the text box provided, as necessary.
Line Item
Category or Type
Offered *
Comments
66
Commercial/Industrial-sized refuse and recycling
r Yes
Wastequip's Steel Group
containers, roll -off containers and collection bins of
r No
manufactures a wide range of front -
metal construction
load, roll -off, and rear -load containers,
as well as self -dumping hoppers for
all types of waste and recycling. The
division also makes specialty
containers for handling sludge,
grease, and other tough waste, along
with dewatering, vacuum, and
intermodal containers.
67
Knuckleboom and grapple loaders
r Yes
No Bid
r No
68
Hook and hoist dumpster loaders
r Yes
Wastequip's branded Galbreath
r No
Mobile Group products are
engineered to withstand the
punishment of hauling waste,
recyclables, and scrap. The division
includes branded products such as
Galbreath@ hoists, container handlers,
and trailers; Mountain TarpTm and
PioneerTM tarping systems.
For decades, AmrepO has been
meeting our customers' needs by
designing durable, high -performing roll-
"
off hoists that minimize weight and
maximize payload. At Amrep, we
understand that our customers'
requirements vary based on
application and budget, and we
accommodate their needs by offering
a variety of roll -off cable hoists. From
refuse and construction hauling to
product delivery and yard transport,
Amrep can help you choose the right
product.
69
Roll -off trucks and container handlers
r Yes
Wastequip's branded Galbreath
r No
Mobile Group products are
engineered to withstand the
punishment of hauling waste,
recyclables, and scrap. The division
includes branded products such as
Galbreath@ hoists, container handlers,
and trailers; Mountain TarpTm and
PioneerTM tarping systems.
70
Refuse and recyclable material balers and
r Yes
Wastequip's Steel Group
compactors
r No
manufactures Wastequip@-branded
compactors and industrial balers.
These powerful products withstand
the demands of both commercial and
industrial use.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
Table 15: Industry Specific Questions
Line
Item
Question
Response*
71
If you are awarded a contract, provide a
Wastequip will measure our performance of an awarded contract by the following
few examples of internal metrics that will
methods:
be tracked to measure whether you are
1. Comparing a Previous Year to Current Year Sales Analysis
having success with the contract.
2. Track and monitor Quote activity
3. Continue to emphasis the value and improtance of the Sourcewell contract
during sales meetings/calls
4. Maintain onboard sale training for new associates and refresher training for
existing associates.
72
Describe the serviceability of the products
All Wastequip Groups rely on a wide and geographically diverse independent third
included in your proposal (parts availability,
party dealer network and service providers who aid in developing new business and
warranty and technical support, etc.).
provide additional support services to Wastequip.
Our Wastequip/Confab Group offers a nationwide service provider network of
approximately 526 independently owned service provider companies who provide
warranty, preventative maintenance, service and repair of equipment.
Our Galbreath Mobile Group dealer network also provides warranty, preventative
maintenance, service and repair of equipment assistance.
All Wastequip Groups employ division specific engineering staff who are available
for specific design projects or technical requirements.
Our dealer network and service providers are fully supported by the Wastequip
sales, service and warranty teams.
73
Describe advancements reflected in the
1. Wastequip compactors are equipped with AMS (Automatic Maintenance
equipment or products offered in your
Scheduler) that notifies you when preventative maintenance is due based on actual
proposal, such as safety, longevity or life
usage. With AMS you don't have to guess when maintenance is due or try and
cycle cost measures.
keep track as an indicator light illuminates when maintenance should be scheduled
while still allowing you to operate the compactor. The light is reset after maintenance
is performed.
2. Wastequip's guided ram system has been incorporated into high cycle
compactors. This system suspends the ram off the floor and significantly reduces
friction and wear. The use of ultra high molecular weight (UHMW) guide shoes
provides a long lasting, low noise, low vibration solution to traditional floor riding
rams. The guided ram system extends the life of the equipment and allows
Wastequip to offer an industry leading warranty on our self-contained compactors.
3. The incorporation of SSAB high strength steels including Hardox and Strenx in
our roll -off containers as well as in high wear areas of other equipment increase life
expectancy and decrease maintenance costs.
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
Exceptions to Terms, Conditions, or Specifications Form
Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been
incorporated into the contract text.
Documents
Ensure your submission document(s) conforms to the following:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to
ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed
by Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the
zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding
to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan."
• Financial Strength and Stability - 2. RFP 040621 Wastequip 09 Financial Strength and Stability.pdf - Monday April 05, 2021
14:47:13
• Marketing Plan/Samples - 7. RFP 040621 Wastequip 032 Marketing Plan Samples.pdf - Monday April 05, 2021 14:52:09
• WMBE/MBE/SBE or Related Certificates (optional)
• Warranty Information - 9. RFP 040621 Wastequip 042 Warranty.pdf - Monday April 05, 2021 14:47:25
• Pricing - 11. RFP 040621 Wastequip Price Offerings Zip.zip - Tuesday April 06, 2021 07:05:22
• Upload Additional Document - 16RFP0--1.PDF - Tuesday April 06, 2021 11:16:00
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
Proposer's Affidavit
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the
Proposer to this Affidavit and Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in
the jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for
contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the
Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under
this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not
directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of
this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or
competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the
consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this
solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or
circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a
vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an
employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this
solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in
accordance with the terms, conditions, and scope of a resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or
certifications necessary to deliver such equipment, products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are
acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and
related services to Sourcewell Members under an awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either
substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic
data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes
Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under
Minnesota's Data Practices Act.
11. Proposer its employees, agents, and subcontractors are not:
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control
of the United States Department of the Treasury found at: https://www.treasury_gov/ofac/downloads/sdnlist.pdf;
2. Included on the government -wide exclusions lists in the United States System for Award Management found at:
https://sam.gov/SAM/; or
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
DocuSign Envelope ID: 5B290E55-F705-4D60-A76E-076252BOB96D
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated
by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any
Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense
related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this
Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I
had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic
signature or electronic record was used in its formation. - John Defenbaugh, Commercial President, Wastequip LLC
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.
I have reviewed the
File Name below addendum and Pages
attachments (if
applicable)
Addendum_2_Bulk_Solid_Waste_Equipment_RFP_040621
Fri February 19 2021 08:07 AM
Addendum_1 _Bulk_Solid_Waste_Equipment_RFP_040621
Thu February 18 2021 01:07 PM
r
1✓
Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC
Sou rcewel I R-0
Toter #041521-TOT
Pricing for contract #041521-TOT offers Sourcewell participating agencies the following discounts.
• Toter residential does not have set list pricing, therefore we are offering a line -item ceiling pricing model
that is comparable to other cooperative contracts
• Toter Pro — 30% off list price
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
Sourcewell q4l'
Solicitation Number: RFP #041521
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Toter, LLC, 841 Meacham Road, Statesville, INC 28677 (Vendor).
Sourcewell is a State of Minnesota local government agency and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to federal,
state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Plastic Refuse and Recycling Containers with Related
Technology Solutions from which Vendor was awarded a contract.
Vendor desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires May 28, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional
one-year period upon request of Sourcewell and with written agreement by Vendor.
C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this
Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
Rev. 10/2020
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
All Equipment and Products provided under this Contract must be new/current model. Vendor
may offer close-out or refurbished Equipment or Products if they are clearly indicated in
Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity's site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Vendor's dealers and
distributors must agree to assist the Participating Entity in reaching a resolution in any dispute
over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past
the expiration of the Vendor's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will
make available to Sourcewell a means to validate or authenticate Vendor's affiliates, authorized
dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related
to this Contract. This list may be updated from time -to -time and is incorporated into this
Contract by reference. It is the Vendor's responsibility to ensure Sourcewell receives the most
current version of this list.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's
Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity's requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Vendor must permit the Equipment and Products to be
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
Rev. 10/2020
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery.
Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally
delivers substandard or inferior Equipment or Products. In the event of the delivery of
nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon
as possible and the Vendor will replace nonconforming Equipment and Products with
conforming Equipment and Products that are acceptable to the Participating Entity.
B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax -
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At anytime during this Contract, Vendor may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Vendor may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Contract Administrator. This form is available
from the assigned Sourcewell Contract Administrator. At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
Rev. 10/2020
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
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 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. Vendor understands that a Participating
Entity's use of this Contract is at the Participating Entity's sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential 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. Vendor's employees maybe required to perform work at government -
owned facilities, including schools. Vendor's employees and agents must conduct themselves in
a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating
Entity issues a purchase order, it may use its own forms, but the purchase order should clearly
note the applicable Sourcewell contract number. All Participating Entity orders under this
Contract must be issued prior to expiration of this Contract; however, Vendor performance,
Participating Entity payment, and any applicable warranty periods or other Vendor or
Participating Entity obligations may extend beyond the term of this Contract.
Rev. 10/2020
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will
be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of
any Participating Entity.
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 Vendor, such as job or industry -specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entitles may require the use of a
Participating Addendum; the terms of which will be worked out directly between the
Participating Entity and the Vendor. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements (such as e-commerce specifications,
specialized delivery requirements, or other specifications and requirements) not addressed in
this Contract, the Participating Entity and the Vendor may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Vendor in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the goods to be purchased;
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements; or
3. Vendor commits any material breach of this Contract or the additional terms agreed to
between the Vendor and a Participating Entity.
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. Vendor will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
Rev. 10/2020
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, supply issues, customer issues, and any other
necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract
sales activity report (Report) to the Sourcewell Contract Administrator assigned to this
Contract. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made).
The Report must contain the following fields:
• Customer Name (e.g., City of Staples Highway Department);
• Customer Physical Street Address;
• Customer City;
• Customer State/Province;
• Customer Zip Code;
• Customer Contact Name;
• Customer Contact Email Address;
• Customer Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Vendor.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Vendor may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Vendor will submit 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
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Vendor'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.
Rev. 10/2020 6
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's
Authorized Representative changes at any time during this Contract, Vendor must promptly
notify Sourcewell in writing.
10. 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 this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or
obligations under this Contract without the prior consent of the parties and a fully executed
assignment agreement. Such consent will not be unreasonably withheld.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been fully executed by the parties.
D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not
waive the provision or the right to enforce it.
E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between
Sourcewell and Vendor. No other understanding regarding this Contract, whether written or
oral, may be used to bind either party. For any conflict between the attached Proposal and the
terms set out in Articles 1-22, 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
Rev. 10/2020
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master -servant, or principal -agent.
11. LIABILITY
Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their
agents and employees, harmless from any claims or causes of action, including attorneys' fees,
arising out of the performance of this Contract by the Vendor or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
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. In no event will
Vendor be liable for any loss of use, revenue, or profit, or for any consequential, incidental,
indirect, or exemplary damages, whether arising out of breach of contract, tort (including
negligence), or otherwise, regardless of whether such damage was foreseeable and whether or
not the indemnitee was advised of the possibility of such damages.
12. GOVERNMENT DATA PRACTICES
Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Vendor under this Contract.
If the Vendor receives a request to release the data referred to in this article, the Vendor must
immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond
to the request.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and
license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Vendor.
b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and
license to use Vendor's Trademarks in advertising and promotional materials for the
purpose of marketing Vendor's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to its and their respective distributors, marketing
representatives, and agents (collectively "Permitted Sublicensees") in advertising and
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.
Rev. 10/2020
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
Each party will be responsible for any breach of this Article by any of their respective
sublicensees.
3. Use; Quality Control.
a. Sourcewell must not alter Vendor's Trademarks from the form provided by
Vendor and must comply with Vendor's removal requests as to specific uses of its
trademarks or logos.
b. Vendor must not alter Sourcewell's Trademarks from the form provided by
Sourcewell and must comply with Sourcewell's removal requests as to specific uses
of its trademarks or logos.
c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's Trademarks only in good faith and in a dignified manner consistent
with such party's use of the Trademarks. Upon written notice to the breaching party,
the breaching party has 30 days of the date of the written notice to cure the breach
or the license will be terminated.
4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its
Participating Entities against any and all suits, claims, judgments, and costs instituted or
recovered against Sourcewell or Participating Entities by any person on account of the use
of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor
in violation of applicable patent or copyright laws.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed
catalog of vendors which may be used until the next printing). Vendor must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Vendor individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator
assigned to this Contract.
D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment,
Products, or Services.
Rev. 10/2020
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
14. GOVERNING LAW, JURISDICTION, AND VENUE
Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its
breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls,
Minnesota.
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 to be illegal, unenforceable, or void then both
Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the
remainder of this Contract is capable of performance, it will not be affected by such declaration
or finding and must be fully performed.
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 Vendor will jointly develop a short briefing document that describes the
issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher
level of management. The Vendor will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Vendor must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Vendor fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result
of such failure to proceed will be borne by the Vendor.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Rev. 10/2020 10
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
Written notice of default and a reasonable opportunity to cure must be issued by the party
claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non -defaulting
party may:
• 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, Vendor must maintain insurance policy(ies) in effect at
all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Vendor will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office ("ISO") Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products -completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products -Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor
will maintain insurance covering all owned, hired, and non -owned automobiles in limits
of liability not less than indicated below. The coverage must be subject to terms no less
Rev. 10/2020 11
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or
equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella
coverage over Workers' Compensation, Commercial General Liability, and Commercial
Automobile.
Minimum Limits:
$2,000,000
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Vendor will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Vendor's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data — including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Vendor to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish
to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by
a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide
certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Vendor's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Vendor, and products and completed operations of
Vendor. The policy provision(s) or endorsement(s) must further provide that coverage is
Rev. 10/2020 12
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Vendor or its subcontractors. The waiver must apply to all
deductibles and/or self -insured retentions applicable to the required or any other insurance
maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require
similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/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. Vendor must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Vendor conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in
writing.
Vendor certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Vendor certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Vendor further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
Rev. 10/2020 13
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
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 also require
additional requirements based on specific funding specifications. Within this Article, all
references to "federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Vendor's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with
the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Vendor must be in
compliance with all applicable Davis -Bacon Act provisions.
Rev. 10/2020 14
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Vendor certifies that during the term of an
award for all contracts by Sourcewell resulting from this procurement process, Vendor must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award
meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Vendor
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Vendor must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor
certifies that during the term of this Contract will comply with applicable requirements as
referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
Rev. 10/2020 15
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file
any required certifications. Vendors must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures
required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. §
1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this
Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right
also includes timely and reasonable access to Vendor's personnel for the purpose of interview
and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
Rev. 10/2020 16
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
041521-TOT
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.
22. CANCELLATION
Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60
days' written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Vendor's Proposal.
Cancellation of this Contract does not relieve either party of financial, product, or service
obligations incurred or accrued prior to cancellation.
Sourcewell
DocuSigned by,
y J &Wavf�
B�/ COFD2A139D06489...
Jeremy Schwartz
Title: Chief Procurement Officer
Date: 5/24/2021 1 7:43 PM CDT
Approved:
� ID,oc�u,Signeed�by,
By:l7E42B8F817A64CC...
Chad Coauette
Title: Executive Director/CEO
5/25/2021 1 10:47 AM CDT
Date:
Toter, LLC
DocuSigned by:
(,auva P. Atdew�
B\ : 834FF567BB0940B...
Laura P. Hubbard
Title: Director of Municipal Sales
Date: 5/25/2021 1 10:46 AM CDT
Rev. 10/2020 17
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
RFP 041521 - Plastic Refuse and Recycling Containers with
Related Technology Solutions
Vendor Details
Company Name:
Toter, LLC
841 Meacham Road
Address:
Statesville, North Carolina 28677
Contact:
Kellie Clark
Email:
toterbids@toter.com
Phone:
800-424-0422 09584
Fax:
833-930-1124
HST#:
56-1362422
Submission Details
Created On:
Thursday February 25, 2021 07:42:29
Submitted On:
Thursday April 15, 2021 13:38:28
Submitted By:
Kellie Clark
Email:
toterbids@toter.com
Transaction #:
ell 8be8d7-Oc74-4464-b735-48eb35840831
Submitter's IP Address:
173.92.230.77
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
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/K if the
question does not apply to you (preferably with an explanation).
Line
Item
Question
Response*
1
Proposer Legal Name (and
Toter, LLC
applicable d/b/a, if any):
2
Proposer Address:
841 Meacham Road, Statesville, North Carolina 28677
3
Proposer website address:
www.toter.com
4
Proposer's Authorized
Laura P. Hubbard, Director of Municipal Sales, 841 Meacham Road, Statesville, North Carolina
Representative (name, title,
28677, Ihubbard@wastequip.com, 704-682-3398
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):
5
Proposer's primary contact for this
Laura P. Hubbard, Director of Municipal Sales, 841 Meacham Road, Statesville, North Carolina
proposal (name, title, address,
28677, Ihubbard@wastequip.com, 704-682-3398
email address & phone):
6
Proposer's other contacts for this
Kellie K. Clark, Sr. Manager of Bids and Contracts, 841 Meacham Road, Statesville, North
proposal, if any (name, title,
Carolina 28677, kclark@toter.com, 800-424-0422 Ext 09584, or 704-768-2584.
address, email address & phone):
Table 2: Company Information and Financial Strength
Line Question
Item
Provide a brief history of your company,
including your company's core values,
business philosophy, and industry longevity
related to the requested equipment, products
or services.
Response*
Toter has been in continuous operation since 1962, originally as a subsidiary of
Rubbermaid Incorporated. Our headquarters is in North Carolina. The company
was organized as a private corporation in 1983 as Applied Products, Inc., changed
the name to Toter Incorporated in 1988. In 2007, Toter was acquired by Wastequip
and became its largest acquisition at the time. Wastequip is the leading North
American manufacturer of waste handling and recycling equipment focused on
manufacturing expertise and product innovation. Toter and other Wastequip divisions
position our parent company to offer a full line of products, systems and solutions to
collect and transport just about any type of waste and recyclables. Toter products
have been included in Wastequip's Sourcewell contracts since 2014.
Toter introduced an automated cart system for curbside garbage collection
in the 1960s, earning us our well -deserved reputation as the go -to cart brand for
the collection of waste, recycling, and organics. We focus on developing products
that combine practical convenience, extreme durability and long-term value through
proven industry leading performance and warranty. Today we serve waste haulers
and municipalities as well as commercial, industrial and institutional customers
through regional manufacturing/distribution facilities located in Statesville, NC; Acuna,
Mexico; and Del Rio, TX. It is important to note that we are dedicated to the
waste industry, not manufacturing for any other industry.
Our company's core values include:
We always act with safety, honesty and integrity.
We serve customers to total satisfaction by delivering value oriented,
market leading products and services.
We act quickly but thoughtfully.
We identify and improve the things that matter most.
- We provide challenging opportunities with clear expectations.
We embrace change.
- We make commitments and keep them, earn trust and create respect.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
8
What are your company's expectations in the
Toter anticipates a seamless transition from the current Wastequip contract to a
event of an award?
Toter plastic refuse and recycling containers contract. Our sales force, dealers and
distributors are ready to sell and provide solutions to our customers' needs. We
already have tools and staffing in place to promote the Sourcewell contract in the
marketplace among existing and potential customers to showcase our products and
services as total solutions using this contract. Toter would continue and increase
promotion in this way throughout the contract term. Toter will involve and improve
our dealer and distributor networks' understanding of how Sourcewell satisfies the
bidding/proposal processes of customers, and allows the customer to obtain product
they want and deserve, which also gains for Toter a competitive advantage. We
intend to continue revenue growth by continuing to gain market share.
9
Demonstrate your financial strength and
Toter, LLC is wholly -owned subsidiary of Wastequip, LLC. As a privately held
stability with meaningful data. This could
company, our financial statements are not made public and we do not require audits
include such items as financial statements,
of our divisions. Our unaudited financial statements for Toter, LLC for the year
SEC filings, credit and bond ratings, letters
ended December 31, 2020 are attached. Our trade references and banking
of credit, and detailed reference letters.
information is also attached in unredacted format for Sourcewell's eyes only, and a
Upload supporting documents (as applicable)
redacted format for maintenance of confidentiality with entities requesting copies of
in the document upload section of your
our information provided in this RFP response.
response.
10
What is your US market share for the
While Toter's exact market share information is company confidential and critical to
solutions that you are proposing?
our strategy for success, we can share more about our market position. Based on
our internal estimates, we determined that Toter Residential consistently enjoys a top
3 position in the US market. Toter ProProducts maintains a top 5 position in the
US market.
11
What is your Canadian market share for the
While Toter's exact market share information is company confidential and critical to
solutions that you are proposing?
our strategy for success, we can share more about our market position. Even
though the Canadian market is not tracked as thoroughly as the US market, we
believe Toter Residential also holds a top 3 position in the Canadian market. We
would like to continue to grow our Canadian market share by continuing to try and
convince Canadian municipalities to utilize our contract with the help of groups like
RMA.
12
Has your business ever petitioned for
No.
bankruptcy protection? If so, explain in detail.
13
How is your organization best described: is
Toter, LLC Is a manufacturer and service provider, with a network of distributors and
it a manufacturer, a distributor/dealer/reseller,
dealers and best fall within item "b". The majority of Toter Residential sales are
or a service provider? Answer whichever
made directly by 10 Regional Sales Managers (RSM) and supported by 2 Division
question (either a) or b) just below) best
Sales Directors, 1 Municipal Sales Director and 1 Vice President of Sales. We
applies to your organization.
also rely on well established dealers in certain states who aid in developing new
a) If your company is best described as
business and provide additional support services to Toter across the US and
a distributor/dealer/reseller (or similar entity),
Canada. Our RSMs, dealer network and service providers are fully supported by a
provide your written authorization to act as a
team of Customer Satisfaction Specialists, specialists at the Wastequip Call Center,
distributor/dealer/reseller for the manufacturer
as well as a dedicated Bid/Contracts staff and a specific Warranty Team. All
of the products proposed in this RFP. If
dealers and service providers are independent third party contractors and employ
applicable, is your dealer network
their own teams consisting of sales, service and warranty staff. Toter Pro Products
independent or company owned?
are represented by third party sales agents and dealers.
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?
14
If applicable, provide a detailed explanation
Toter has applicable licenses to operate in the State of North Carolina, the state of
outlining the licenses and certifications that
our headquarters. We obtain licenses in municipalities and localities in which we
are both required to be held, and actually
are required by contracts to register and obtain licenses as required. We operate
held, by your organization (including third
facilities that are OSHA compliant, our roll carts for residential use meet or exceed
parties and subcontractors that you use) in
the American National Standards Institute (ANSI) Standards to ensure consistent
pursuit of the business contemplated by this
quality and safety: ANSI Z245.30-2008 - Waste Containers - Safety Requirements
RFP.
and Z245.60-2008 Waste Containers - Compatibility Dimensions. Our roll carts
have been independently certified with Wind Tunnel Testing of empty Toter carts by
nationally recognized schools of aeronautical engineering and well as the Interagency
Grizzly Bear Committee (IGBC) approval of Toter Bear Carts.
15
Provide all "Suspension or Debarment"
None.
information that has applied to your
organization during the past ten years.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
Table 3: Industry Recognition & Marketplace Success
Line
Item
Question
Response*
16
Describe any relevant industry awards or
As the parent company of Toter, Wastequip has received several recognitions:
recognition that your company has received
- In 2019, Wastequip was recognized by Charlotte Magazine as the Best Company
in the past five years
to Work For
- In 2017, Wastequip was recognized by the Charlotte Business Journal as the
Middle Market Leader of the Year
- In 2016, Charles Walton, founder of Wastequip, was named to the National Waste
& Recycling Association's Hall of Fame. The Award is presented annually to select
industry visionaries and icons that have created an enduring legacy through their
inspirational leadership, core values and significant contributions.
- In 2014, Wastequip was recognized by the North Carolina Chamber for the
Honorable Mention for the North Carolina Manufacturer of the Year (more than 5
years old)
Toter recognition:
- In 2020, Toter was named by Plastics News as the second highest rotational
molder in North America, as ranked by Plastics News. Toter continues to be rated
the highest ranked rotational molder of plastic waste containers in North America
(many years running) from this publication.
Executive Team Awards:
- Waste 360 awarded Toter's Chance Hennig, Southwest Regional Sales Manager,
to the 2021 class of '40 under 40" awards. Wastequip's Kristin Kinder (Vice
President of Research and Waste Stream Sustainability) and Henry Retamal
(President of Operations over Toter and other Wastequip divisions) were awarded
the same in 2019. The program recognizes inspiring and innovative professionals
under the age of 40 whose work in waste, recycling and organics has made a
significant contribution to the waste and recycling industry.
- In 2020, Nick Wiseman, Wastequip's CHRO, was recognized by the HRO Today
Association as a 2020 Finalist for the Engagement Strategy Excellence Awards for
the North America Region.
- In 2018, Steve Klueg, Wastequip's CFO, was recognized by the Charlotte
Business Journal as CFO of the Year.
- In 2018, Rich Sedory, Wastequip's General Council, was recognized by the
Charlotte Business Journal as Outstanding General Counsel of the Year.
17
What percentage of your sales are to the
Toter's sales to the governmental sector from 2018-2020 was 31%.
governmental sector in the past three years
18
What percentage of your sales are to the
Toter's sales to the governmental sector from 2018-2020 was 0.3%
education sector in the past three years
19
List any state, provincial, or cooperative
Our annual sales volumes on the aggregate for state or cooperative purchasing
purchasing contracts that you hold. What is
contracts over the past three years is $28,180,661 in 2018, $37,439,412 in 2019,
the annual sales volume for each of these
and $32,849,179 in 2020 (restrictions under the respective cooperative purchasing
contracts over the past three years?
agreements prevent our ability to specifically identify annual sales volumes for each
such contract).
20
List any GSA contracts or Standing Offers
None.
and Supply Arrangements (SOSA) that you
hold. What is the annual sales volume for
each of these contracts over the past three
years?
Table 4: References/Testimonials
Line Item 21. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name *
Contact Name *
Phone Number*
City of Memphis, TN
Phillip Davis
(901) 417-4027
City of Sheboygan, WI
Jason Blasiola
(920) 459-3447
City of Chattanooga, TN
Roshonda Woods
(423) 643-6837
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
Table 5: Top Five Government or Education Customers
Line Item 22. Provide a list of your top five government, education, or non-profit customers (entity name is optional),
including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar
volumes from the past three years.
Entity Name
Entity Type *
State /
Province *
Scope of Work *
Size of Transactions *
Dollar Volume Past Three
Years *
Municipality
Government
Texas - TX
96 Gallon, 64 Gallon , 32 Gallon
Average size of
$9,447,000
and 24 Gallon Carts for
Transactions = $787,000
Garbage, Recycling and Organics
with A&D Services
Municipality
Government
Texas - TX
96 Gallon, 64 Gallon and 32
Average size of
$6,369,000
Gallon Carts for Garbage,
Transactions = $172,000
Recycling and Yard Waste with
Full Maintenance Services
Municipality
Government
Texas - TX
96 Gallon, 64 Gallon and 48
Average size of
$6,255,000
Gallon Carts for Garbage,
Transactions = $139,000
Recycling and Organics
Municipality
Government
California - CA
96 Gallon Carts for Garbage and
Average size of
$5,733,000
Recycling with A&D Services
Transactions = $249,000
Municipality
Government
Texas - TX
96 Gallon, 64 Gallon and 48
Average size of
4,269,000
Gallon Carts for Garbage and
Transactions = $388,000
Recycling
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*
23
Sales force.
The majority of Toter Residential sales are made directly by 10 Regional Sales
Managers (RSM) and supported by 2 Division Sales Directors, 1 Municipal Sales
Director and 1 Vice President of Sales. Our Regional Sales Managers are based
in key locations throughout the US and will be responsible for field support of all
current and potential Sourcewell members. These industry experts perform all actions
necessary to produce a superior level of sales, including, but not limited to: making
sales calls necessary to cover territory, assisting with test programs and warranty
administration, and all other field service support. Toter Pro has 4 direct national
sales managers that work closely with distributors across the US. Our sales team,
dealer and distributor networks and service providers are fully supported by a team
of Customer Satisfaction Specialists, specialists at the Wastequip Call Center, as well
as a dedicated Bid/Contracts staff and a specific Warranty Team.
24
Dealer network or other distribution
Toter Residential has well established dealers in certain states who aid in developing
methods.
new business and provide additional support services to Toter across the US and
Canada. Toter Pro has a network of approximately 5 independent dealers and
approximately 100 national distributors. Our dealer network and service providers are
fully supported by our sales, service and warranty teams.
25
Service force.
We have a Service Division called ContainerPros that provides services to our
customers throughout the United States. ContainerPros provides services to plastic
and steel containers, carts and bins. ContainerPros employs a number of individuals
at multiple levels to manage and operate the services requested. These individuals
range from Directors, Project Managers, Project Coordinators, Project Supervisors,
Leads, etc. ContainerPros also utilizes multiple third -party vendors to assist in
projects across the US and Canada. There is no project too Large or too Small!
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
26
Describe in detail the process and
Toter prides itself on superior customer service and has significant experience
procedure of your customer service
servicing both large and small municipal and privately -owned accounts, multi -location
program, if applicable. Include your
organizations like The Home Depot, Lowes, Walmart, True Value, Ace, Do -It Best,
response -time capabilities and
Amazon, Wayfair, Meijer, and other retail entities. Our extensive customer base
commitments, as well as any incentives
demands rigorous, just -in -time delivery performance and responsive customer service.
that help your providers meet your stated
We believe, simply stated, that our commitment to preventing issues is the
service goals or promises.
key to satisfied customers. We want all customers to have a great experience with
our products — from their first contact with us all the way through product delivery
and warranty service. As such, we have adopted the following customer service
credo:
COMMITMENT -
We will treat all customers with respect (regardless of size)
We will follow up with you upon receipt of your order to ensure satisfaction
We will resolve any issues quickly
SUPPORT -
We will provide a dedicated Customer Service Satisfaction (CSS) specialist for
each participating member (plus each CSS backs others' territories to ensure
seamless service)
We will respond quickly on quotes (same -day response in most cases)
We will provide an order confirmation (within 24-48 hours)
We will call you with shipping & delivery information and provide early notification
should there be any issues with your order
Each Member will be assigned a dedicated Customer Satisfaction Specialist
(CSS). All CSSs are cross -trained on this contract and they will be available for
back-up and high -volume situations. The CSS team is managed by Toter's
Customer Service Supervisor, on -site with CSSs at Toter headquarters and available
to help in any situation. CSSs handle customer needs prior to, during, and after
orders are placed with our company. Routine services include assisting with
customer choices, quoting, entering orders, obtaining customer approvals on custom
markings and features, constant order tracking with production and traffic
departments, handling intricate detail on large and small orders/projects and situations
such as drop shipments and timing of shipments, and problem solving when order
issues arise and when technical feedback is obtained.
The Warranty period begins at the date of original purchase. Toter's Warranty
Manager processes Warranty Claims and issues to provide accurate and expedited
service to all customers.
In the field are Toter's Regional Sales Managers who are industry experts
ready to assist with municipal contract issues, unique product applications, and all
other field service issues. They may also be responsible for reporting contract
updates, as well as forecasting large projects, coordinating non -core program items,
and general contract facilitation. Other RSMs will be available for back-up in
emergency situations. Toter's executive level will ensure that long term strategic
partner issues such as ongoing cost reductions and new product innovations are
pursued aggressively.
27
Describe your ability and willingness to
Toter has enjoyed the benefits of offering the Sourcewell contract to our customers
provide your products and services to
over the last 7 years and are excited about the opportunity to continue our
Sourcewell participating entities in the
relationship with Sourcewell and growing sales off this contract over the next 5
United States.
years. All resources are in place for a seamless transition and our sales team is
very familiar with the contract and ready to promote a new contract to existing and
new agencies across the US. If awarded, we would notify existing customers
immediately so they can seamlessly transition from purchasing off our current contract
to our new contract.
28
Describe your ability and willingness to
Toter has been fortunate to have our current Sourcewell contract adopted by RMA
provide your products and services to
and has worked with them and other Canadian agencies on several opportunities.
Sourcewell participating entities in Canada.
We hope to continue that momentum with a new Sourcewell contract and work to
expand our sales across Canada.
29
Identify any geographic areas of the United
None.
States or Canada that you will NOT be
fully serving through the proposed contract.
30
Identify any Sourcewell participating entity
None.
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?
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
31
Define any specific contract requirements
Toter serves all these areas, with all of our products. We find that the difference in
or restrictions that would apply to our
our service involves Ocean Freight, different sized sea containers (different container
participating entities in Hawaii and Alaska
quantities than over -the -road semi truck loads), and varying schedules for shipments.
and in US Territories.
The shipments may vary due to restricted passage to these outlying states/territories
whose path of shipment may involve extreme seasonal and other weather -related
issues. We find that these customers are more than aware of these issues
surrounding their shipments, and they are most accepting of these differences for
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
Table 7: Marketing Plan
Line
Item
Question
Response*
32
Describe your marketing strategy for
Within selected media channels, Toter may announce its continuing partnership with
promoting this contract opportunity.
Sourcewell via a press release or other content delivery form. This will be directed at
Upload representative samples of your
those market categories with whom this message and value will resonate.
marketing materials (if applicable) in
Toter may advertise via digital and print platforms, including social media outlets,
the document upload section of your
with paid and organic creative. The target audience will include Government buyers in
response.
such segments as Public Works and Municipalities, and in such publications as American
City and County and/or Government Product News.
Our association and partnership with Sourcewell will be prominently displayed at
appropriate trade show events. Wastequip participates in a variety of major/national trade
shows, as well as having a presence in numerous regional shows and events. We will
promote the partnership by incorporating the Sourcewell logo on various show assets
(such as banner stands) and literature as appropriate.
The Toter Bids and Contracts Department will continue to be a primary conveyor
of our partnership with Sourcewell, and include the appropriate logo and data in quoting
and outreach as deemed necessary. This will extend the reach of Sourcewell into
markets that they currently may not serve and bring awareness to those markets.
Wastequip has numerous web properties that promote our value to the markets
we serve, and we will include Sourcewell information and possibly a link back to
Sourcewell (depending on link feasibility) on our web properties.
33
Describe your use of technology and
FACEBOOK: Toter utilizes both paid and organic posts to promote partnerships, product
digital data (e.g., social media,
releases, service offerings, and our dedication to creating and maintaining a sustainable
metadata usage) to enhance
environment. We are able to hone our message and be exacting in who we reach, and
marketing effectiveness.
our Facebook property allows for interaction with both customers (such as municipalities)
and the general consumer. We are able to capture these visits to our page and
understand if our messaging is resonating, and then adjust accordingly (if necessary).
LINKEDIN: This platform allows Toter to reach specific job titles and companies
that have an interest in our product, and also allows us to open the door to new market
opportunities and reaching new segments for penetration.
WASTEQUIP WEBSITE PROPERTIES: Within our websites, we provide the
value we offer to the market and answer the question of "Why choose Wastequip?" Our
sites are segment focused, with a sub focus on product. We are able to capture data
on visitors and gain a better understanding of what the market desires and what is
important to them when selecting a supplier of products and services.
BANNER ADS: Toter tracks site visitors and conversions from keywords and
banner ads as seen in publications of interest. Email inquiries are tracked through the
sales cycle in SalesForce by lead source. Toter uses Google Analytics, Pardot tracking,
SalesForce reporting, and pay per click data to enhance the effectiveness of our
marketing campaigns.
WASTEQUIP YOUTUBE CHANNEL: Allows interested users (customers,
consumers) to actually view a variety of Toter products in use. This helps enhance
reputation in the market, and broadens our message as being a provider of sustainable,
durable, and effective products.
TWITTER: Toter uses Twitter to share more news oriented content or retweet
relevant waste industry news content.
34
In your view, what is Sourcewell's role
By sharing the above listed responsibilities, Toter's aim is to strengthen the relationship
in promoting contracts arising out of
between our Regional Sales Managers with Sourcewell's professional staff. We also look
this RFP? How will you integrate a
forward to more proactive marketing of this contract through our Wastequip Marketing
Sourcewell-awarded contract into your
team using electronic media, email blitzes, product shows and promotional meetings. We
sales process?
feel we have the base information and knowledge to provide solutions to our customers
through Sourcewell, and we expect the contract change to be seamless, where we can
build on our existing efforts for meaningful and impactful efforts to raise awareness of the
contract.
35
Are your products or services
Due to the special requirements and customizations of Toter products, Toter does not have
available through an e-procurement
an e-procurement ordering platform. We accept purchase orders via Toter dedicated
ordering process? If so, describe your
email address, toterpo@wastequip.com, via mail and facsimile. We have worked with
e-procurement system and how
customers to utilize Ariba to generate purchase orders from draft carts that Toter has
governmental and educational
entered into Ariba Supplier Solutions. We also provide invoices via Ariba. Toter can
customers have used it.
enter order updates (delivery information) in a few customers' e-procurement systems, as
well as invoices into municipal systems. Therefore, we have the ability to work with our
customers to accomplish what is needed when practicable.
Table 8: Value -Added Attributes
Line Question Response*
Item
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
36
Describe any product, equipment,
Toter offers plant tours for our customers upon request, and our staff is on hand for trouble -
maintenance, or operator training
shooting issues with containers or services.
programs that you offer to
In the field, we offer assembly instructions at the end of each project for containers
Sourcewell participating entities.
being serviced. This instruction usually takes 30 minutes or less due to the excellent design
Include details, such as whether
of the products provided, at no charge to the customer.
training is standard or optional,
Toter offers Wastequip's technology solutions. Customers who subscribe for a
who provides training, and any
technology offering will receive a standardized user online training. This user training will be
costs that apply.
performed by Wastequip's product specialists for technology solutions and addresses the
major functionalities of the software and hardware solutions, which are intended to be
utilized by the customer. Additional training programs are available with pricing on request.
Pricing depends on scope and length of the requested training(s). After the training,
standardized user guidelines will be available at no charge.
37
Describe any technological
advances that your proposed
products or services offer.
For Toter's Professional Members:
Toter Pro national and local sales representatives can provide training and selling
support when needed. Plant tours are available for customers upon request, and our staff
is on hand for trouble -shooting issues with containers or services.
All technology solutions are based on modern technical and technological infrastructures to
ensure a sustainable and future oriented solution landscape. These infrastructures are also
laid out to be highly available and data security has been implemented in depth. Compared
to other solutions and offerings in the industry, there are no system or server requirements
on the member side, as long as a modern browser is used to access the software
solutions. All technology solutions are developed to be as user friendly as possible and the
implementation process is streamlined to the maximum.
We offer these technology solutions to increase revenue and gain market share,
reduce costs, provide greater stewardship of staff time/efforts resources, and improve
customer experiences overall.
Organics collection stresses carts because the density of food waste (6.25
pounds/gallon) is much higher than that of municipal solid waste (garbage) and recyclables
(max of 3.5 pounds/gallon). Sourcewell member agencies needing to collect residential and
commercial food waste should not face the decision of deploying small, two wheel carts
that do not have sufficient load rating for the application. In order to provide member
agencies with safe food waste carts, Toter offers a unique line of 21, 32 and 48 gallon
automated Organics carts that are load rated and independently certified to regularly receive
and dump food waste at a density of 6.25 pounds/gallon. In addition, we offer the 2
Gallon bin for collection of food waste in the resident's kitchen and a 13 gallon manual bin
for curbside collection. Toter also offers 2 and 3 Cubic Yard FELs with higher load ratings
to handle heavy food waste.
Only Toter offers a fully automated lid latch, Dural-atch, that latches automatically
when the lid is dropped, opens with one finger, and opens automatically when the cart is
dumped by the truck. DuraLatch meets the long requested industry demand for the return
to a latching cart but without interfering with fully automated collection.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
38 Describe any "green" initiatives Our parent company, Wastequip, is focused on building a bright future for our employees,
that relate to your company or to our communities, and our environment. And our CORE program — reflecting our Corporate
your products or services, and REsponsibility commitment to sustainability, diversity and philanthropy — exhibits our
include a list of the certifying dedication to:
agency for each. Helping define the future of the waste industry with progressive thinking and
leadership
39
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 -cycle design
(cradle -to -cradle), or other
green/sustainability factors.
Developing products with consideration for the environmental impact to future
generations
• Employing a diverse workforce, providing development opportunities and valuing
diverse perspectives
• Continuing to demonstrate social consciousness so our team members and
customers are proud to work for or do business with Wastequip and Toter.
As part of the CORE program, Toter is committed to creating more sustainable
products, processes and facilities, without sacrificing legendary Toter quality. Future
generations are counting on us to create better products, and to do so more responsibly.
In 2020, we commissioned a survey of more than 100 municipalities and waste
haulers and a lifecycle analysis (LCA) of a Toter cart over its entire life, to better
understand our carbon footprint and help us set the most impactful goals to reduce our
carbon footprint. This survey confirmed that Municipalities and waste haulers consider Toter
carts to be the most sustainable on the market today, and the LCA study reaffirmed the
importance of durability and recycled content:
• Toter consistently delivers on durability with customers reporting service life much
longer than the 9 years of average service life of competitor carts owned by surveyed
entities, dramatically lowering the carbon footprint by longevity alone, plus the added
advantage of recycled resin inclusion listed below.
• Further, Toter's ultra -low warranty claim rate (0.3%), ease of repair and recyclability
help reduce the raw material consumption and resources required to produce new carts.
• Currently, Toter carts can use up to 50% recycled content — and we are striving to
reduce the virgin resin we manufacture with, while ensuring a durable cart that meets strict
quality standards for sun exposure, weight limits, extreme temperature changes, and impacts
from servicing. We also look for efficiencies in sourcing our materials and have switched
primarily to receiving resin via rail car, optimizing fuel -efficiency and reducing the number of
trucks on the road.
More information is available at Toter.com/about-us/sustainabi
In 2020, we commissioned a survey of more than 100 municipalities and waste haulers and
a lifecycle analysis (LCA) of a Toter cart over its entire life, to better understand our carbon
footprint and help us set the most impacfful goals to reduce our carbon footprint.
This survey confirmed that municipalities and waste haulers consider Toter carts to
be the most sustainable on the market today, and the LCA study reaffirmed the importance
of durability and recycled content:
• Toter consistently delivers on durability with customers reporting service
life much longer than the 9 years of average service life of competitor carts owned by
surveyed entities, dramatically lowering the carbon footprint by longevity alone, plus the
added advantage of recycled resin inclusion listed below.
• Further, Toter's ultra -low warranty claim rate (0.3%), ease of repair and
recyclability help reduce the raw material consumption and resources required to produce
new carts.
• Currently, Toter carts can use up to 50% recycled content — and we are
striving to reduce the virgin resin we manufacture with, while ensuring a durable cart that
meets strict quality standards for sun exposure, weight limits, extreme temperature changes,
and impacts from servicing.
More information is available at Toter.com/about-us/sustainability.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
40
Describe any Women or Minority
Toter and Wastequip are not certified as any type of disadvantaged business. We do
Business Entity (WMBE), Small
foster diversity and our previously stated values set a common standard for all employees
Business Entity (SBE), or veteran
with equal opportunity for employment, training, performance evaluations and performance
owned business certifications that
rewards and advancements.
your company or hub partners
Toter is adept at meeting customer needs by attributing to goals that may be set
have obtained. Upload
by our customers for subcontracting with certified Women or Minority Business Entities
documentation of certification (as
(WMBE), Small Business Entities (SBE) or veteran owned business entities (VBE). For
applicable) in the document
example, Toter has served the City of Memphis, TN in recent years to provide carts and
upload section of your response.
cart assembly and distribution services, under Wastequip's Sourcewell Contracts. When a
municipality has such goals to be met for projects and orders, we are committed to utilizing
disadvantaged businesses whenever possible through Good Faith Efforts. We set out to
break down a given scope of work into tasks/service segments and then identify possible
use of disadvantaged businesses (usually certified by the municipality or required area or
entities) as subcontractors on a case by case basis. Toter has made a concerted attempt
to meet customer requested/required levels of participation. We believe it is our
responsibility as a well -established company, to help to grow and strengthen smaller,
disadvantaged businesses. An example of our commitment to furthering the health and
well-being of disadvantaged businesses is when our logistics team routinely uses certified
(and uncertified) disadvantaged/small trucking companies which meet Toter logistics
standards, to transport goods all over the US and Canada. In another example, Toter also
uses a certified Women Owned Business to obtain office supplies for routine business
operations.
41
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?
Toter maintains our focus on solutions within the waste industry, and we do not manufacture
for any other industry. We also have long-term experience with Sourcewell under
Wastequip's Sourcewell Contracts. We have already established routine Sourcewell
customers. We have mastered the ability to win deals with Sourcewell offerings, and we
have proven the ability to have successful sales off a Sourcewell contract. Our Internal and
field sales, customer service, and all departments of Toter (as well as all divisions of
Wastequip) are well familiar with, devoted to, and appreciative of Sourcewell Contracts.
We are ready to further the action of satisfying all -consuming bid/proposal
processes of individual customers to allow both the customer and Toter to focus on
solutions for each customer, simultaneously conserving time, energy and resources through
Sourcewell's already -proposed and awarded full RFP process. We believe we have
experienced fewer bids through recent years as a result of our efforts at utilizing Sourcewell
to help customers to obtain the product and service that they deserve through a
piggyback. And with the proper tools, knowledge base, commitment and drive already in
place to build upon, we look forward to our customers getting more of what they want
through Sourcewell and Toter, as a "Win -Win" for all concerned.
Toter introduced the automated curbside cart system in North America during the
late 1960's, and Toter is the largest rotational molder in North America (as rated by
Plastics News). Toter is the leading supplier of wheeled, rollout carts (21-96 gallons) used
for curbside automated waste, recycling, organics/yard waste by cities and government
entities, as well as private waste haulers. We offer Organics Carts with a higher load
rating (6.25 Ibs per gallon versus the required ANSI Standard load ratings for carts at 3.5
Ibs per gallon). And our Bear Tough Carts have a double -walled lid and steel -reinforced
rim to withstand repeated clawing and chewing, tested to withstand the wiles and vast
strength of bears. We tell the toughest bears to grin and bear it!
Toter is the "go to" for private haulers and recyclers to build cart fleets for
collection services. We work with Recology, Casella, EDCO, Waste Pro, Santek, CR&R
and hauling/recycling companies varying in size; with resources readily in place for
production, assembly, distribution to residents, cart maintenance and retired carts recycling
services. We specialize in on -time detailed projects to set out carts to residential and
commercial properties to meet municipal collection start/set dates and deadlines. Our
containers for industrial, commercial and institutional customers complete the circle of
solutions in the marketplace.
Toter also supplies containers in the Retail Market to Lowes Home Improvement
Centers, The Home Depot, True Value, Ace Hardware, Do -It -Best Hardware, Wal-Mart,
Amazon, Wayfair, Meijer Stores, and other retailers. Retail customers and individual buyers
both find our retail products to out -last and out -task other products offered in stores.
ADVANCED ROTATIONAL MOLDING TM — In 1994, Toter introduced its patented
Advanced Rotational MoldingTM process which has revolutionized both the rotational molding
and waste industry. With this new state-of-the-art manufacturing process, Toter molds
intricate designs heretofore impossible for conventional rotomolders. Toter's "zero stress"
molding technology offer important higher strength to weight ratios and durability advantages
over "high stress" processes such as injection molding. Toter carts are different from others
in the industry. During our molding process, molds are filled with a pre -measured amount
of plastic micro -pellets, then moved into an oven to melt the plastic material while the
machine rotates. This rotation in heat causes the plastic to coat the inside of the mold.
This method does not require high-pressure hydraulic equipment to fill the mold, so no
stress is introduced during the molding cycle (unlike stress created by injection molding).
The mold is transferred to a cooling chamber to cure, where a microprocessor controls the
cooling cycle to optimize impact strength and performance of the final product. After slowly
cooling with air and water, the cart is removed from the mold to be trimmed, imprinted and
assembled. Important products such as kayaks and bridge barriers are rotationally molded
because both products must withstand impact, just like carts must bounce back when
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
serviced by an automated arm, and especially in cold temperatures. Customers in extreme
environments have proved that advantage. Many of our customers have tried injection
molded carts and switched (or switched back) to our rotationally molded product due to the
lowest lifecycle cost of our carts. Our molding process and material afford a 15-20+ year
cart life expectancy, which in turn allows Toter to back our carts with a 12 year cart body
warranty and 10 years on all other components.
UNIQUE 12-YEAR CART BODY WARRANTY AND LOWEST COST OF
OWNERSHIP — Our roll cart warranty EXCEEDS INDUSTRY WARRANTY TERMS with cart
bodies covered by a unique and unprecedented 12 year non -prorated warranty (all other
cart components have a 10 year non -prorated warranty) since early 2016. Because we
Rotationally Mold our carts rather than injection molding them as others do, we have a
proven life expectancy of 15 to 20+ years. Our 12 year body warranty avoids the
premature replacement of the body, which is the part of the cart that the cart lifting device
engages. This warranty is "putting our money where our mouth is." We believe our
customers will see a reduction in replacement cost of about $7 to $9 per cart over the first
12 years of service. As a result, all our roll cart customers obtain a currently unmatched
warranty in the roll cart industry!
In addition to the above roll cart warranty, our Front Load Containers carry a 3
year container warranty (90 days for casters and non -plastic components). Toter's warranty
claim process for all products is available upon request.
Toter carts offer the City the lowest total cost of ownership. Toter carts are more
durable and last significantly longer than competitors' carts. The City already has an
inventory of parts and is familiar with the cart repairs and high performance. All of these
advantages point to a product that will be environmentally friendly and highly sustainable in
maintenance and lasting service.
INNOVATION - NOT JUST A PLASTIC CONTAINER — We continue to be the first
and only manufacturer to design roll carts that are truly nestable/stackable when fully
assembled and "Ready to Roll". Our customers realize savings in storage/inventory costs
and experience savings in reduced number of replacement trips. Unlike injection molded
carts that nest no more than 2 carts high because of protruding wheels, Toter carts can be
stacked up to 6-8 carts high as they require fewer square feet. Toter carts can be
delivered 3x more quickly than other brands by eliminating trips with more carts per load.
Cities and haulers save between $2-3 per cart in fuel, truck usage and labor expenses due
to Toter's nestability feature. Injection molders often claim this feature, but offer wheels that
pivot/slide, or even still need wheels attached.
Toter is the first container manufacturer to have introduced a new color option for
the industry — Granite color bodies. This upscale look allows municipalities and haulers to
provide a low cost, premium finish to highlight new automated container programs.
Our 48 gallon size is often chosen for garbage, recycling or organics. A 64
gallon cart is 2/3 the volume of a 96 gallon cart, and many small quantity waste generators
are stuck with 64 gallon carts that are still too big to meet their needs. The 48
gallon "half cart" matches the lower waste/recycling output of these customers. Lower
handles (4.25" to 5" lower than our 64 gallon cart) makes tilting significantly easier for all
users, including small and elderly residents, increasing user safety and reducing requests for
exemption from rolling out carts to the curb.
Our roll carts feature a patented "Rugged Rim®" — with an upper rim engineered
as a closed tubular design, similar to square steel tubing, for maximum strength during
collection. The rim serves as a ledge on which the lid rests to create a tight seal between
body and lid, and it strengthens the upper lift point and all sides of the cart body. The lid
and rim together create a tight seal to keep odors in, not attracting vermin.
Toter carts and containers are an environmentally sustainable investment. Although
our carts are the "World's Toughest CartsTM", and our carts last for 15-20+ years in active
service life, Toter carts are 100% recyclable, supporting the recycling of retired carts for
municipalities and sustainably closing the loop between new carts and retired carts with the
recycling of retired carts, then molding back into new carts. As a leader in the
environmental industry, we constantly strive to do our part in being both a good corporate
citizen and a leader in new technology to improve our world. Fewer cart failures means
fewer carts replaced to maintain a perpetual cart system, reduced vehicle traffic for service,
and fewer pounds of raw materials (plastic and steel) consumed. We are also proud to
offer more carts from the factory per truckload than most competitors (often with a higher
level of assembly from the factory). This will reduce the amount of deliveries needed to
fulfill your orders. In short, a more sustainable program results, yielding a reduced impact
on our environment.
In addition to our proven long service life and very low repair rate, key parts on
Toter carts are interchangeable among our various cart sizes: sunburst wheels, stop bars,
and lid hardware. This simplifies maintenance and reduces parts inventory/costs. We
recognize the City's commitment to providing carts, parts, and services that will support the
best cart for its citizens.
Toter provides total cart fleet maintenance services, and Toter is currently servicing
the City of Fort Worth, TX with a maintenance program for its entire cart fleet.
Maintenance service options available include, but are not limited to: repairs, cart washing,
swapping one cart size for another, management of cart inventory, and recycling of unusable
carts or components, with response time from 2 to 5 business days.
Besides roll carts, Toter has a complete line of 1, 2, 3 and 4 cubic yard plastic
front load containers. Each container features: steel rod reinforcement, ribbed bottom wear
chimes, double -walled lift pockets, integrated bumpers, and more. These features afford
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
customers with enhanced durability, maximum pocket strength, protection for longer life, and
maximum space for custom signage. Our stackable design provides better
truckload/shipment and storage efficiency and are even stackable/nestable when the
container is fully assembled and ready for use!
PROFESSIONAL PRODUCTS - Toter manufactures an entire line of Professional
Products — commercial, industrial and specialized superior containers. Product offerings
include Two -Wheeled and Caster Carts, Organics, Medical Waste and Secure Document
Management Carts with standard single -wall or rotationally molded double -wall lids for
sealing off medical waste and organics (wet) materials, and for securing confidential
documents. These containers may be towable for additional efficiency and safety in moving
waste. Toter offers Atlas commercial -grade, large -capacity, Rugged Rim® cans with a
detachable lid and are fitted for dollies to roll and move materials smoothly. Slimline
Containers and Litter Containers provide effective, sustainable waste collection for industrial,
commercial and institutional inside and outside applications — and are available in a wide
range of styles for varied environments. Cube Trucks, Tilt Trucks, and Mobile Trucks are
perfect or moving large, heavy materials and waste to its final destination for use or
disposal. Many containers in this line are also towable for efficient and safe movement to
final disposal areas. You will find these various products in hospitals, colleges/universities,
research facilities, manufacturing industries, store environments, offices, public streets, malls,
sports arenas, convention centers, gas stations and convenience stores, and practically
anywhere you may venture!
Our Professional Products also include a comprehensive collection of
commercial/industrial mobile and stationary lift units, to also include truck mounted lifters
which are popular among haulers for municipal roll -cart collection. All are designed for
safety (meeting all applicable ANSI Standards for safety and dimensions), and the lifters
simply make work safer and easier.
In short, our containers and accessories are always extremely flexible and impact -
resistant, and easily handle the day-to-day abuse of waste collection. We promise that
every cart, every can, and every product will be built for extreme toughness, extreme wear,
and extreme purpose. They stand up to just about anything that's tossed in them — or at
them! Choosing Toter means you will secure a partner you can depend on, now and in the
future.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
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.
Item
Question
Response*
42
Do your warranties cover all products, parts, and
Yes, certain product warranties cover products and parts, but not labor for
labor?
container repairs provided by Toter.
43
Do your warranties impose usage restrictions or
Please see attached Toter warranties for full details and terms. Our
other limitations that adversely affect coverage?
warranties do not apply to any container which has been subjected to
misuse, misapplication, negligence, alternation or accident.
44
Do your warranties cover the expense of
Toter only replaces the warrantied item or component/part as a part for part
technicians' travel time and mileage to perform
replacement (replace failed wheel with a wheel, failed lid with a lid, failed
warranty repairs?
body with a body, etc.). Standard container warranties in the cart/container
industry do not include repairs of containers, but only provide the parts for
customers to make repairs. Toter does, however, offer a Full Service Cart
Maintenance Program that is included in our products and service offerings
section of this proposal.
45
Are there any geographic regions of the United
Toter only replaces the warrantied item or component/part as a part for part
States or Canada (as applicable) for which you
replacement (replace failed wheel with a wheel, failed lid with a lid, failed
cannot provide a certified technician to perform
body with a body, etc.). Replacing product parts are simple and easy
warranty repairs? How will Sourcewell
actions, with most requiring only 3 minutes or less for repairs, thus not
participating entities in these regions be provided
requiring warranty repair services. For large fleets of roll carts owned by
service for warranty repair?
municipalities. Toter offers a Full Service Cart Maintenance Program that is
included in our products and service offerings section of this proposal.
46
Will you cover warranty service for items made by
Original equipment manufacturers warranty will apply and any service needed
other manufacturers that are part of your proposal,
will be coordinated with Toter through our standard warranty procedure.
or are these warranties issues typically passed on
to the original equipment manufacturer?
47
What are your proposed exchange and return
Toter backs all products with its return and restocking policy. A Return
programs and policies?
Authorization Number must be obtained from Toter Customer Service
(Phone — 800-424-0422 or 704-872-8171, and Fax — 704-930-1124) within
five (5) days of receipt of goods and before merchandise may be returned
for credit. Returns must be completed within sixty (60) days of invoice date.
All transportation charges for returned merchandise must be PREPAID by
the shipper. Returned saleable merchandise accepted by Toter for credit is
subject to a 15% restocking charge. If any portion of the goods delivered to
the Buyer are defective or are otherwise not in accordance with contract
specifications, Toter shall have the right in its discretion either to replace
such defective goods or to refund the portion of the purchase price
applicable thereto. No goods shall be returned to Toter without Toter's written
consent. Carts with custom markings cannot be returned. In no event shall
Toter be liable for the cost of processing, lost profits, injury to goodwill or
any other special incidental or consequential damages.
48
Describe any service contract options for the
For large fleets of roll carts owned by municipalities, Toter offers a Full
items included in your proposal.
Service Cart Maintenance Program that is included in our pricing section of
this RFP. The Maintenance Program may provide repairs for just Toter
carts, or may also include maintenance of other brands of carts.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
Table 10: Payment Terms and Financing Options
Line
Item
Question
Response*
49
What are your payment terms (e.g., net 10, net 30)?
Toter, LLC standard payment terms are Net 30 Days if credit has
been established.
50
Describe any leasing or financing options available for use
As a benefit of being a Wastequip division, Toter provides a bridge
by educational or governmental entities.
to solutions for educational or governmental entities to find leasing
and financing options through Wastequip Finance, with our finance
partner, NCL Government Capital (NCL), the only leasing and
financing company in the nation with a leasing and financing
contract on Sourcewell (Contract #011620-NCL). We are pleased
to offer NCL's over 20 years of specializing in providing competitive
equipment financing programs for entities across the nation,
providing Sourcewell members access to financing that multiplies
their purchasing power potentially six -fold. We understand that funds
aren't always available for new and adequate equipment, and the
Tax Exempt Municipal financing offered by Wastequip Finance/NCL
through Toter allows agencies to get that equipment now through
manageable installment payments that come from their operating
budget. We believe that Sourcewell, Toter/Wastequip Finance, and
NCL have a common goal to provide solutions to Sourcewell
members that will substantially alter the future for all in the most
positive ways. Please also refer to a NCL flyer at the end of our
file uploaded under "Pricing".
51
Briefly describe your proposed order process. Include
Our general outline for order processing is:
enough detail to support your ability to report quarterly
1. Toter prepares proposal documents based on product selection
sales to Sourcewell as described in the Contract template.
by Sourcewell Member
For example, indicate whether your dealer network is
2. Sourcewell Awarded Contract logo quote is provided to the
included in your response and whether each dealer (or
Sourcewell member utilizing our SalesForce.com CRM system
some other entity) will process the Sourcewell participating
3. Upon quote acceptance, the Sourcewell Member issues a
entities' purchase orders.
Written Purchase Order to Toter.
4. Order is inputted electronically into the Toter MACOLA order
entry system.
5. Order details are confirmed in writing by the customer with an
Order Confirmation and Markings Approvals Forms.
6. Once signed order acknowledgement is received, order is
released for production.
7. Toter logistics team contacts Sourcewell Member to schedule
delivery
9. Order is delivered to Sourcewell Member
10. Sourcewell Member is invoiced
11. Report of Sales is generated our of the Toter Macola order
system for specific reporting periods as needed.
12. Sales from Macola are reported to Sourcewell, and
administrative fee is paid per the percentage to be determined by
time of Sourcewell Award/Contract (per contract established
schedule).
52
Do you accept the P-card procurement and payment
Toter accepts P-card procurements/payments. Our preferred method
process? If so, is there any additional cost to Sourcewell
of payment is wire, ACH or check.
participating entities for using this process?
Table 11: Pricing and Delivery
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can
be made during the term of an awarded Contract as desribed in the RFP, the template Contract, and the Sourcewell Price and Product
Change Request Form.
tm Question Response*
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
53
Describe your pricing model (e.g., line -item discounts or
Toter Residential does not have set list pricing, therefore we are
product -category discounts). Provide detailed pricing data
offering a line item ceiling pricing model that is comparable to
(including standard or list pricing and the Sourcewell
other co-operative contracts and gives us the flexibility to price
discounted price) on all of the items that you want
competitively while allowing our dealer network to utilize the contract
Sourcewell to consider as part of your RFP response. If
(and they always prefer using the Sourcewell contract above other
applicable, provide a SKU for each item in your proposal.
co-operative contracts). Toter Pro Products pricing model is a
Upload your pricing materials (if applicable) in the
discount off list price. We have provided a detailed price list for
document upload section of your response.
all products and services that include model numbers and
descriptions. Each price guide will include options available as
upgrades to the base pricing for that specific product line.
54
Quantify the pricing discount represented by the pricing
For Toter Residential, please refer to responses to questions 53
proposal in this response. For example, if the pricing in
and 55. Toter Pro pricing model to Sourcewell is discounted at
your response represents a percentage discount from
30% off of list price.
MSRP or list, state the percentage or percentage range.
55
Describe any quantity or volume discounts or rebate
Toter Residential has provided incremental volume discounts in our
programs that you offer.
pricing structure. We may offer discounts off the base price for
large projects when possible, giving the customer the benefit of
making larger purchases and permitting Toter the opportunity to be
flexible in competitive situations as required. We believe that it will
be to both Toter's and the Member's advantage for this contract to
allow flexibility with larger quantity discounts. As such, we do not
feel it is in either of our best interests to set prices for large
projects but rather offer discounted pricing based on the details of
each such project. Relevant details could include the quantity of
each product size needed, project timing, and services included.
56
Propose a method of facilitating "sourced" products or
We believe we have the broadest range of products and services
related services, which may be referred to as "open
for waste and recycling containers in the market and have included
market" items or "nonstandard options". For example, you
all our offerings in our proposal. As any new products are
may supply such items "at cost" or "at cost plus a
developed, we will reach out to Sourcewell and request those be
percentage," or you may supply a quote for each such
added to our contract. Any "sourced" products or related services
request.
will be offered to Sourcewell Members on a Supply Quote basis.
We will provide the member with a quote for all items not listed on
our Sourcewell contract (the 2% fee is and/or will be included in all
Toter quoted prices, except for freight charges).
57
Identify any element of the total cost of acquisition that is
We have tried to be extremely thorough in including pricing to cover
NOT included in the pricing submitted with your response.
all products, options and services a customer may need with the
This includes all additional charges associated with a
purchase of waste and recycling containers. However, due to the
purchase that are not directly identified as freight or
unique nature of our industry, there may be a few instances where
shipping charges. For example, list costs for items like pre-
the total cost of acquisition is not included in our proposal pricing.
delivery inspection, installation, set up, mandatory training,
1. Installation: Due to the customized nature of our business,
or initial inspection. Identify any parties that impose such
each customer's project installation is unique, and therefore, quoted
costs and their relationship to the Proposer.
individually. Unique installations may include, and are not limited to
requirements such as RFID tailored inventory and container
management systems, interim storage of containers, additional labor
for customer preferences, and more. Any of these products or
services outside what we have provided in our proposal will
be "Priced on Request".
2. Assembly and Delivery: Special needs for Assembly and
Distribution related projects will be "Priced on Request" due to the
unique needs of municipalities for each project at hand. the site,
or "staging area", if provided by Toter, will be "Price on Request"
also due to the unique needs of each project, in addition to wide
price variables for locations. Cart Lifters for Residential Collection
Vehicles can be installed with "Price on Request". Cart Lifters for
Toter Pro Products will be quoted and installed with "Price on
Request" due to the unique needs of each project.
3. Taxes - Local, State and Federal Sales or Use Taxes or any
applicable ferry costs, customs duties, levies and taxes are not
included in our proposed pricing models. If required, taxes will be
added at time of quote and/or invoice. Also, Canadian
GST/HST/PST taxes are not included in our proposed pricing
models, and PST is not paid by Toter. If we are required to pay
PST, then the Member will be required to reimburse Toter for these
taxes. Any applicable taxes will be added to our quote and/or
invoice.
4. Canadian members may require pricing to be provided in
Canadian Dollars/Currency (CAD). While our pricing is listed in
United States Dollars/Currency (USD), we are certainly able to
provide the CAD equivalent pricing based on our USD Sourcewell
price list and Foreign Exchange rates from Bank of Canada
resources.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
58
If freight, delivery, or shipping is an additional cost to the
Sourcewell participating entity, describe in detail the
complete freight, shipping, and delivery program.
Toter has strategically located in the US which allows us to best
service our customers. We have extensive import/export experience
and an expansive logistics group available to assist Sourcewell
Members. Toter is able to involve outside logistic companies to
participate in shipping by freight hauler/common carrier,
subcontracted off-loading, assembly, installation and distribution as
required by the Member needs and demands. We will evaluate
each order as a unique opportunity and consider the Sourcewell
Member's order volume and location. Cost of shipping/delivery
shall be paid by the End User. Calculations of the freight/delivery
charges will be based on prevailing rates at the time of quote and
included on quote as a separate line item. This cost will not
include the 2% Administrative Fee.
59
Specifically describe freight, shipping, and delivery terms or
We use a combination of contracted motor carriers and freight
programs available for Alaska, Hawaii, Canada, or any
forwarders to deliver shipments destined for locations such as (but
offshore delivery.
not limited to) Alaska, Hawaii, American Samoa, and Puerto Rico.
We also have dozens of carriers already under contract that
participate in delivering all modes of freight across the Canadian
provinces. We have extensive import/export experience and an
expansive logistics group available to assist Sourcewell Members.
Toter is able to involve outside logistic companies to participate in
shipping by freight hauler/common carrier, subcontracted off-loading,
assembly, installation and distribution as required by Member needs
and demands. We will evaluate each order as a unique opportunity
and consider the Members' order volume and location. Note that
Freight: Cost of shipping/delivery shall be paid by the End User.
Calculations of the freight/delivery charges will be based on
prevailing rates at the time of quote and included on the quote as
a separate line item. This cost will not include the 2%
Administrative Fee.
60
Describe any unique distribution and/or delivery methods or
Toter has the ability to meet unique customer needs with Driver
options offered in your proposal.
Assistance (truck driver moves product to the entrance/exit of 53'
truck for customer to remove off the trailer), lift gates (to meet
special circumstances with no dock, etc.), combined loads (multi -
stop capability to drop at up to 3 locations close together). For
our Pro Products and individual customer orders (".COM"
customers), we provide drop ship delivery.
Obtained over decades, we have experience in the field
delivering the assets to their final location -- a resident's dwelling.
We offer all types of delivery, to include alley, curbside, up -to -door
and special location deliveries per requirements of customers. We
recognize that no two projects are alike and that every customer
could have specific needs. That allows us to be flexible to meet
those specific needs. We do this by thoroughly vetting the customer
scope of work. In simple terms, "What are you trying to accomplish
and what challenges do you foresee"? We believe that Data is
King? Being able to discuss the project, with the customer, and to
understand the data, allows us to customize our services to provide
the best experience! We do not provide "cookie cutter" services, we
provide solutions.
Toter offers the industry's best and most unique delivery
option, Fully Factory Assembled or "Ready to Roll". Member
agencies can forget about missing parts, lack of available labor to
assemble carts, and other normal assembly related issues.
Because Toter carts nest when fully assembled, neat and safe
stacks of 6 fully assembled carts high make the work of Public
Works and Solid Waste Managers easier and more predictable.
For member agencies who want to pay less freight per cart, our
standard shipment of carts "2/3rd's Assembled" means that the only
assembly is attaching the wheels after carts are delivered to
member locations. Then the cost savings of Nestability kicks in as
up to three (3) times as many fully assembled Toter carts will fit on
a city delivery truck as compared to any other brand (none are fully
Nestable).
Table 12: Pricing Offered
Item
The Pricing Offered in this Proposal is: *
Comments
61
c. better than the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing
Except as otherwise
departments.
contractually obligated.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
Table 13: Audit and Administrative Fee
Line
Item
Question
Response*
62
Specifically describe any self -audit process or program that you
Toter discusses needs with the Sourcewell Member to
plan to employ to verify compliance with your proposed Contract
identify solutions and generate a quote that includes the
with Sourcewell. This process includes ensuring that Sourcewell
Sourcewell logo and Contract number/information of
participating entities obtain the proper pricing, that the Vendor
reference. Once the Member's Purchase Order is received,
reports all sales under the Contract each quarter, and that the
Toter enters the order coded as a "Sourcewell" sale into
Vendor remits the proper administrative fee to Sourcewell.
Macola, or order system. Quarterly, a report is generated
from the order system and spot checked for accuracy by
comparing to quotes from our Salesforce application to
ensure the order was coded appropriately and included in
the reporting.
63
Identify a proposed administrative fee that you will pay to
Toter is proposing a 2% administrative fee that is calculated
Sourcewell for facilitating, managing, and promoting the Sourcewell
and included in the contract dollar amount for products listed
Contract in the event that you are awarded a Contract. This fee
in our pricing section. Please note that freight costs will not
is typically calculated as a percentage of Vendor's sales under the
be included in this fee.
Contract or as a per -unit fee; it is not a line -item addition to the
Member's cost of goods. (See the RFP and template Contract for
additional details.)
Table 14A: Depth and Breadth of Offered Equipment Products and Services
Line
Item
64
Question
Provide a detailed description of the
equipment, products, and services that you
are offering in your proposal.
Response*
Toter, LLC is a Wastequip brand which is a manufacturer and marketer of high -
quality plastic containers and related products, solely dedicated to the waste industry
for residential, hauler, industrial, commercial and retail accounts. We are dedicated
to the waste industry, not manufacturing for any other industry. Our products are built
to last and manufactured using our Advanced Rotational Molding process, which
results in "Built for Extremes" stronger, more durable products than those from
injection -molded manufacturers.
Our containers are categorized into two areas:
RESIDENTIAL PRODUCTS AND SOLUTIONS - primarily for
municipalities/government entities for waste collection. We "cart" entire cities,
counties, townships, parishes, and regions with carts for refuse, recycling, organics,
yard waste and other specialized needs. We offer the options and features to
customize containers, and when combined with the advantages of Toter carts, our
customers have successful waste programs. We also offer the options and services
solutions to round out the customers' programs, with lifters to mount onto collection
vehicles, special recycling lid features, and a seemingly endless list of available
options, based on our long-term and current experience with customer needs.
PRO PRODUCTS AND SOLUTIONS - primarily for industrial,
commercial and institutional customers, we have designed containers and end -to -end
solutions designed to safely and efficiently collect, transport and dispose of waste
and recyclables. Our containers and waste handling equipment offer end -to -end
solutions designed for educational, healthcare, food service, manufacturing, hospitality,
convention centers, stadiums, public spaces, facility management, retail (back of
house), construction, and more!
For all our offerings, we specialize in consulting with our customers to
create customized products and solutions, considering waste streams, volume,
staffing, layout, footprint, flow, environmental requirements and storage limitations.
Unlike competitors who may sell off -the -shelf products„ we specialize in consulting
with our customers to create customized waste management solutions. We also
offer technology solutions identified in later questions within this platform.
Specific to Toter Residential Products and Solutions, we offer a wide range
of services:
Receiving and Unloading: Receive the loads as they arrive from
Toter, per a predetermined ship schedule, then unload the stacks of carts and
arrange them on the customer site by size and waste stream, if applicable.
Assembly: Assemble the stacks of carts in preparation of delivery
to the resident address listing, or for storage, as determined in the scope of work
meetings. Assembled carts will be stacked according to size and waste stream, if
applicable.
Distribution: Distribution of carts to the service area residents as
predetermined during scope of work meetings. Carts will generally be placed at the
curbside of the appropriate address, unless special attention is called out during the
scope meetings.
Data Collection - Record Serial Numbers: Serial numbers of the
cart delivered to a specific address will be recorded to the address listing provided
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
by the customer. This will assist customers in tracking their assets in the field. Upon
completion of the project, we will provide customers with a completed address
listing showing the appropriate serial number of the cart delivered to each address.
This will be done when a single cart per address is delivered, as well as when
multiple carts and streams are delivered to a single address. When project is
complete, customer will have the most up to date data on assets and where they
are located.
Data Collection - RFID Scanning: RFID tags will be scanned, to
the address listing provided by the customer per each cart delivered and associated
to that particular address. When RFID tags are scanned as a delivery method, the
following data will also be collected: RFID tag number, Serial Number, time stamp,
and geo coordinates. This will assist customer in tracking their assets in the field.
Upon completion of the project, we will provide customer with the completed
address listing showing the appropriate data set of the cart delivered to each
address. This will be done when single cart per address is delivered, as well as,
when multiple carts and streams are delivered to an address. When project is
complete, customer will have the most up to date data on assets and where they
are located.
Sticker/Label Application: A customer provided sticker/label will be
applied to the cart/container as described in scope of work. This can be done on
new project where all new carts receive label/sticker prior to distribution. Or, labels
can be applied to carts that were previously in the field.
Old Cart Retrieval: Old carts may be retrieved and brought back to
the customer site for either future use or disposal (recycling). This service can be
provided in conjunction with new cart deliveries to ensure no disruption of waste
services. Additional items can be contracted: sorting of old carts to specifications,
disassembly of carts to be recycled, loading of carts to be recycled onto trailers for
transport to recycler. We would manage the whole process to provide a seamless
solution for retrieval and disposal of any old carts.
Route Audits: Route auditing service could include: auditing service
levels, auditing income, route ID verification, waste characterization, lid flips,
contamination material ID, etc. We would determine your route auditing needs and
provide a plan and the associated crews to complete that plan. At the end of the
project, the customer would have a cleansed route and all associated data points
required to adequately understand those routes and how it is affecting their business.
Commercial Bin Delivery: Delivery of commercial bin (FEL's and
REL's) to all associated commercial addresses. Receiving of commercial bins and
assembling commercial bins is also offered. Just as with the residential deliveries, a
scope of work will be established to provide a comprehensive solution to your
commercial bin needs.
Commercial Bin Exchange: Exchange of commercial bins (FEL's
and REL's) for all associated commercial addresses. This service provides delivery
of new bins and removal of old bins at the same time. Receiving of commercial
bins and assembling commercial bins is also offered. Just as with the residential
deliveries, a scope of work will be established to provide a comprehensive solution
to your commercial bin needs.
Cart Maintenance: Cart Maintenance Services are offered to
provide a seamless solution for all of the customer cart maintenance needs. From
new deliveries, cart removals, cart repairs, and more, we provide piece of mind that
all resident requests will be fulfilled within the agreed upon service level agreement.
We provide inventory level management to ensure that you always have assets to
keep each resident with the appropriate carts for waste disposal. Assist in
managing warranty claims, and keeping all carts cleaned and prepped for return to
service. Managing all parts associated with the cart inventory ensures a cost
savings may be repurposing where appropriate. Having a cart maintenance provider
will give you piece of mind and produce a cost savings.
65
Within this RFP category there may be
Please see our answer to Question #64. Additionally, subcategories will address
subcategories of solutions. List subcategory
challenges with any customer by providing user-friendly containers to efficiently collect
titles that best describe your products and
waste, plus subcategories of solutions to provide effective automated
services.
collection/transportation/disposal systems/equipment and more. We can assemble,
distribute and maintain entire fleets of containers. Container users experience
elimination of potential injury and improved productivity with mechanical
lifters/dumpers, towing and other options, choosing from a seemingly endless
provision of solutions Our technology assists customers to manage cart fleets and
container maintenance and inventory. As a service provider, we are prepared to
offer any customized service needed. We realize that the waste industry encounters
some interesting opportunities and we are willing to work with each customer to
provide a solution to needs as thev arise. No iob is too Bio or too Small!
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.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
Line
Item
Category or Type
Offered *
Comments
66
Residential -sized refuse and recycling containers,
r Yes
Toter, LLC is a Wastequip brand which is a manufacturer and
collection bins, dumpsters, and carts of principally
r No
marketer of high -quality plastic containers and related products,
non-metallic composition
solely dedicated to the waste industry for residential, hauler,
industrial, commercial and retail accounts. We are dedicated
to the waste industry, not manufacturing for any other industry.
Our products are built to last and manufactured using our
Advanced Rotational Molding process, which results in "Built for
Extremes" stronger, more durable products than those from
injection -molded manufacturers.
Our containers are categorized into two areas:
Residential Products and Solutions - primarily for
municipalities/government entities for waste collection.
We "cart" entire cities, counties, townships, parishes, and
regions with carts for refuse, recycling, organics, yard waste
and other specialized needs. We offer the options and
features to customize containers, and when combined with the
advantages of Toter carts, our customers have successful waste
programs. We also offer the options and services solutions to
round out the customers' programs, with lifters to mount onto
collection vehicles, special recycling lid features, and a
seemingly endless list of available options, based on our long-
term and current experience with customer needs.
Pro Products and Solutions - primarily for industrial,
commercial and institutional customers, we have designed
containers and end -to -end solutions designed to safely and
efficiently collect, transport and dispose of waste and
recyclables. Our containers and waste handling equipment
offer end -to -end solutions designed for educational, healthcare,
food service, manufacturing, hospitality, convention centers,
stadiums, public spaces, facility management, retail (back of
house), construction, and more!
67
Commercial and institutional -sized refuse and
r Yes
Toter, LLC is a Wastequip brand which is a manufacturer and
recycling containers, collection bins, dumpsters, and
r No
marketer of high -quality plastic containers and related products,
carts of principally non-metallic composition
solely dedicated to the waste industry for residential, hauler,
industrial, commercial and retail accounts. We are dedicated
to the waste industry, not manufacturing for any other industry.
Our products are built to last and manufactured using our
Advanced Rotational Molding process, which results in "Built for
Extremes" stronger, more durable products than those from
injection -molded manufacturers.
Our containers are categorized into two areas:
Residential Products and Solutions - primarily for
municipalities/government entities for waste collection.
We "cart" entire cities, counties, townships, parishes, and
regions with carts for refuse, recycling, organics, yard waste
and other specialized needs. We offer the options and
features to customize containers, and when combined with the
advantages of Toter carts, our customers have successful waste
programs. We also offer the options and services solutions to
round out the customers' programs, with lifters to mount onto
collection vehicles, special recycling lid features, and a
seemingly endless list of available options, based on our long-
term and current experience with customer needs.
Pro Products and Solutions - primarily for industrial,
commercial and institutional customers, we have designed
containers and end -to -end solutions designed to safely and
efficiently collect, transport and dispose of waste and
recyclables. Our containers and waste handling equipment
offer end -to -end solutions designed for educational, healthcare,
food service, manufacturing, hospitality, convention centers,
stadiums, public spaces, facility management, retail (back of
house), construction, and more!
68
Lift and tipping solutions for stationary carts and
r Yes
Toter also offers lift and tipping solutions for attachment to
dumpsters
f No
collection vehicles and as stationary units which collect and
remove waste from roll carts located at households and
commercial properties and buildings.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
69
Technology solutions related to the management of,
r: Yes
Toter offers our technology solutions for cart and container
or planning for, collection of refuse and recycling
r No
deliveries and the subsequent management of these assets.
materials from containers of the type described in
The combination of a web -based operations management
RFP Section 1. a - b.
software and a mobile workforce App allows planning and
execution of deliveries, work orders and service requests highly
efficient. Major features of the technology offering are Assembly
& Distribution Management, Inventory Management as well as
Solutions to execute services in the field (Work Orders, Service
Requests, etc.). This solution also provides data visualization
and data reporting tools. The web -based Software solutions
covers all required processes for delivery of carts and
containers, as well as asset management. In addition to this,
Wastequip's technology solution comes with a mobile App and
the required Hardware (Scanner with RFID and Barcode
Reader) to perform services in the field. Service Verification
data can be collection by the means of a truck -mounted RFID
System, which delivers positive verification (RFID Reads), GPS
Positions as well as date and time information of the service
verification. These data are visualized in the web -based
platform.
Table 15: Industry Specific Questions
Line
Item
Question
Response*
70
If you are awarded a contract, provide a
Toter develops monthly, quarterly and annual targets to drive business to include
few examples of internal metrics that will
municipal sales. This is tracked closely to make sure our sales team is proactively
be tracked to measure whether you are
working to meet theses goals. We will also run quarterly reports specific to sales off
having success with the contract.
the contract to review and compare to prior sales history.
71
Describe your organization's approach to
Data Collection - We collect data in order to provide our goods and services, to
the collection, storage, usage, ownership,
process requests received (including warranty requests), and to provide support. We
and rights of customer data that is
do not knowingly collect personal information from children under 13 years of age.
gathered in the normal course of business.
Additional reasons for data collection may be viewed in our Privacy Policy at
www.wastequip.com/privacy-policy. This data may include personally identifiable
information such as name, postal address, e-mail address, and telephone number.
Information collected automatically by our website or systems may include usage
details, IP addresses, browser type, operating system and information collected
through cookies, web beacons, and other tracking technologies.
Storage - Information you provide to us is stored on our systems using, at a
minimum, industry standard data security practices. Any payment transactions are
processed through third party providers using SSL and other encryption technology.
Data - We use information that we collect, including any personal information
to provide information, products, or services that are requested from us. We provide
our third -party vendors, service providers, and contractors with information in order to
service our accounts or provide repair/warranty services for products purchased from
us.
Ownership and Rights - Wastequip customers own their own personal data.
Wastequip follows all applicable local, state, and federal privacy laws including the
California Consumer Privacy Act (CCPA). Customers and others may contact
Wastequip at any time to confirm, correct, or delete their personal information
provided to us as allowed by applicable law.
The above represents a summary of key Privacy Policy terms relevant to
Sourcewell's Participating Agencies. Please visit www.wasetquip.com to view our full
Privacy Policies.
72
Explain your organization's approach to
We have implemented measures designed to secure personal information and other
data protection and access.
data from accidental loss and from unauthorized access, use, alteration, and
disclosure. Only authorized Wastequip personnel have access to the data on our
Wastequip servers. We follow strict procedures to ensure that all data is transmitted
between systems securely (HTTPS, TLS, etc.).
All Wastequip systems, including servers, firewalls, switches, etc., are
updated, secured (physically and logically), and systems are continually monitored to
protect against unauthorized access of sensitive data. Any decommissioned hardware
is required to have all hard drive wiped in accordance with our policies.
Data collected by or provided to Wastequip is shared with Wastequip
contractors, service providers, and other third parties when needed or required to fulfill
contractual obligations with our customers. We strive to ensure that our third -party
providers provide at least the same level of data protection as we do.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
73
Describe how your offering encourages
The Recycling Partnership's latest report on the state of curbside recycling shows that
increased participation in recycling and
cart collection can increase the weight of recyclables collected by almost 30% (pg 18)
diversion programs.
so purchasing any cart increases recycling participation, improves efficiency for
haulers, and fosters single -stream, which is easier for consumers.
Curbside recycling programs depend on resident participation, and resident
participation depends on education and convenience. Purchasing a Toter cart further
improves recycling participation, because Toter's rotomolded carts are more durable.
With an ultra -low warranty claim rate of 0.3%, Toter customers rarely encounter issues
with our carts. Additionally, Toter customers report an average service life much longer
than the 9 years of average service life of competitor carts owned by surveyed
entities, dramatically lowering the carbon footprint by longevity alone. Toter carts also
feature a best -in -class tilt -to -roll ratio, which means residents can maneuver their Toter
cart with ease. With high quality equipment, residents can focus on what to put in
their carts, not replacing them or working with faulty equipment.
Higher durability and fewer warranty claims mean a lower carbon footprint,
but equally important, mean a lower total cost of ownership for municipalities, which
can allow municipalities to invest more of their budget in education and outreach
programs to improve recycling.
Cart colors and graphics are the primary education points for residents. Toter
carts are available in a variety colors that can help distinguish different streams for
waste and recyclables. Additionally, Toter offers a variety of options for cart graphics
to educate residents about acceptable recyclables.
Toter also offers cart colors and sizes for collecting organic waste, and their
durability is well -suited to handle heavier food waste.
74
Identify if your offered technology solutions
Wastequip's technology solutions for Assembly & Distribution as well as Asset
are available through mobile device
Management and Service Verification are available through a web -based Platform and
applications and with what operating
thus are compatible with the majority of modern operating systems. The recommended
systems they are compatible.
browsers are GOOGLE CHROME or FIREFOX. In addition to this, the mobile App is
available for modern ANDROID Systems. This App is used by crews in the field to
perform Work Orders, Service Requests or Deliveries. RFID Scanning requires
specific hardware which is available through this contract.
75
Describe any design and manufacturing
Advanced Rotational MoldingTm eliminates built-in stress, weakness and brittleness
processes or materials utilized that
associated with injection molded products, and increases durability. Toter carts are the
contribute to product attributes such as
only rotomolded carts on the market and consistently show up as the most durable.
longevity, ease of use, safety, or reduced
In 2020, we commissioned a survey of more than 100 municipalities and
life cycle costs.
waste haulers and a lifecycle analysis (LCA) of a Toter cart over its entire life, to
better understand our carbon footprint and help us set the most impactful goals to
reduce our carbon footprint.
Toter consistently delivers on durability with customers reporting service life
much longer than the 9 years of average service life of competitor carts owned by
surveyed entities, dramatically lowering the carbon footprint by longevity alone, plus the
added advantage of recycled resin inclusion listed below.
Toter's ultra -low warranty claim rate (0.3%), ease of repair and recyclability
help reduce the raw material consumption and resources required to produce new
carts and ensure that residents are able to use our products with fewer issues.
Reducing the amount of virgin resin that we use in manufacturing is one of
the most important ways we can lower our environmental impacts. We believe in
continuously improving our efficiency with our own scrap material and using recycled
material from reliable sources, whether from end -of -life consumer waste or other
plastic manufacturers.
We also recognize that purchasing recycled content from consumers through
curbside (or residential) recycling programs supports the businesses and markets that
drive recycling programs providing both economic and environmental benefit to local
communities.
As we strive to replace virgin resin in our products with as much recycled
content as possible while maintaining durability, we are guided by standards and
definitions directed by regulations such as 40CFR Part 247 and industry partners like
The Recycling Partnership and the Association of Plastic Recyclers:
Post Consumer Recycle (PCR) - 40 CFR, 247.3 Definitions:
Postconsumer material means a material or finished product that
has served its intended use and has been diverted or recovered from waste destined
for disposal, having completed its life as a consumer item. Postconsumer material is
a part of the broader category of recovered materials.
Recovered Materials — 40 CFR, 247.3 Definitions:
Recovered materials means waste materials and byproducts which have been
recovered or diverted from solid waste, but such term does not include those
materials and byproducts generated from, and commonly reused within, an original
manufacturing process.
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
Exceptions to Terms, Conditions, or Specifications Form
Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been
incorporated into the contract Text.
Line Item 76. NOTICE: To identify any exception, or to request any modification, to the Sourcewell template Contract terms, conditions, or specifications, a
Documents
Ensure your submission document(s) conforms to the following:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to
ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed
by Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the
zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding
to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan."
• Financial Strength and Stability - Toter Answer #9 - Financial Strength and Stability (4-2021).pdf - Wednesday April 14, 2021
15:18:21
• Marketing Plan/Samples - Toter Answer #32 - Marketing Samples.pdf - Wednesday April 14, 2021 15:18:37
• WMBE/MBE/SBE or Related Certificates (optional)
• Warranty Information - Toter Answers #42-#48 - Warranty and Warranty Claims.pdf - Wednesday April 14, 2021 15:18:53
• Pricing - Toter Price List for Sourcewell 041521 (with Price Adj, Leasingj) 4-15-2021.pdf - Wednesday April 14, 2021 15:19:47
• Upload Additional Document - Toter Answers #64, #65 - Toter Products.pdf - Wednesday April 14, 2021 15:20:42
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
Proposer's Affidavit
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the
Proposer to this Affidavit and Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in
the jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for
contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the
Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under
this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not
directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of
this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or
competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the
consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this
solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or
circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a
vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an
employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this
solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in
accordance with the terms, conditions, and scope of a resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or
certifications necessary to deliver such equipment, products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are
acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and
related services to Sourcewell Members under an awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either
substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic
data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes
Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under
Minnesota's Data Practices Act.
11. Proposer its employees, agents, and subcontractors are not:
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control
of the United States Department of the Treasury found at: https://www.treasury_gov/ofac/downloads/sdnlist.pdf;
2. Included on the government -wide exclusions lists in the United States System for Award Management found at:
https://sam.gov/SAM/; or
Bid Number: RFP 041521 Vendor Name: Toter, LLC
DocuSign Envelope ID: A510278C-A351-4E34-B535-9A3AB79ECE90
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated
by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any
Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense
related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this
Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I
had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic
signature or electronic record was used in its formation. - Laura Hubbard, Director of Municipal Sales, Toter, LLC
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.
I have reviewed the
File Name
below addendum and
Pages
attachments (if
applicable)
Addend um_4_Plastic Refuse_Recycling_Containers_RFP_041521
1
Wed March 17 2021 03:40 PM
Addendum _3_ Plastic _Refuse_Recycling_Containers_RFP_041521
1
Mon March 8 2021 09:41 AM
Addendum _2_ Plastic _Refuse_Recycling_Containers_RFP_041521
F
1
Fri March 5 2021 04:19 PM
Addendum _1_ Plastic _Refuse_Recycling_Containers_RFP_041521
1
Mon March 1 2021 04:31 PM
Bid Number: RFP 041521 Vendor Name: Toter, LLC
Sourcewell F10
Rehrig Pacific Company #041521-REH
Pricing for contract #041521-REH offers Sourcewell participating agencies the following discounts:
■ Rehrig's pricing is volume -tiered based on ceiling pricing that leaves the opportunity to receive more
competitive pricing on larger strategic opportunities
I Appendix C- PRICING SCHEDULE FOR PARTICIPATING PUBLIC AGENCIES
l� Quantity Breaks Unit Pricing Schedule
ef�rig �acifu Qompanp
� � � Pricing Sheet for RFP-00254
January 1, 2025
Price Notes: NOTE: Pricing includes a comprehensive menu of containers, technology and services for agencies to customize their specific container needs for their municipality/agency. As such,
All pricing is FOB: Destination - Rehrig will bill Unit Price + actual freight for all orders. each project must be priced individually. Please contact your Program Mgr to connect you with your Rehrig Pacific sales rep, or contact your Rehrig Pacific sales rep directly to review
Lead Time for all orders is 31-60 Days after receipt of order. the options and pricing so that all of your needs and questions are met. For additional information, please email Customerservice@Rehrig.com or call (800) 421-6244.
All products can be manufactured with up to 30% Recycled Polyethylene.
ecycling Bins
Pa rt#
Part
Wght
JAN 2025
Revised Unit Price
112-250
JAN 2025
Revised Unit Price
251-500
JAN 2025
Revised Unit Price
501-1000
JAN 2025
Revised Unit Price
1001+
#of Units in
Truckloa
14-Gallon, Curbside, Rectangular
RB-14 (RB_N)
4
$ 9.63
$ 9.19
$ 8.79
$ 8.41
6000
18-Gallon, Curbiside, Rectangular
RB-18 (RB-NL)
4.4
$ 11.25
$ 10.73
$ 10.24
$ 9.79
4800
25-Gallon, Curbisde, Round
Round Can-25
8.5
$ 22.80
$ 21.73
$ 20.72
$ 19.79
1456
32-Gallon, Curbside, Round
Round Can-32
9.5
$ 24.26
$ 23.14
$ 22.09
$ 21.12
1456
4 Gallon, Office
ORB-4G
1.5
$ 6.36
$ 6.01
$ 5.69
$ 5.40
14000
6-Gallon, Apartment
ARB-6G
2.2
$ 7.24
$ 6.87
$ 6.53
$ 6.211
10920
Food Waste Collection Container - 2 Gallon
FWC-2G
1.73
$ 6.74
$ 6.38
$ 6.05
$ 5.741
14000
Options
Lid with ut Outs - fits 25 & 32 Gallon can -
Min Order 251
RB Lid Cut Outs
1.9
$ 9.32
$ 8.87
$ 8.45
$ 8.06
Lid without Cut Outs - fits 25 & 32 Gallon can - Min
Order 251
RB Lidw out Cut
Outs
1.9
$ 8.11
$ 7.73
$ 7.37
$ 7.04
Customized Logos -One Time Set Up Fee for Custom Brand
Plate. Min. order of 250 bins. Fee is for logo only; there is no
fee for imprinting brand onto bins.
RB Brand Plate
n/a
$350.00
Min. Order 250
$ 350.00
$ 350.00
$ 357.00
Residentialarts or Recycling, Waste,
and OrganicsNard Waste Collection
Part #
Part
Wght
JAN 2025
Unit Price
112.485
JAN 2025
Unit Price
48e-10,000
JAN 2025
Unit Price
10,001-19,999
JAN 2025
Revised Unit Price
20,000+
Number of Units
in Truckload
Unif Price for 1 x purchase orannual volume wifhing range. Orders fo be in frkld quantities
35 Gallon Wheeled Carts for Recycling, MSW, Organics
ROC-35EG
17
$ 52.10
$ 49.52
$ 47.12
$ 45.48
1080
35 Gallon Wheeled Cart for Recycling, MSW, Organics
ROC-35MB
17.9
$ 52.77
$ 50.20
$ 47.79
$ 46.16
1080
65 Gallon Wheeled Cart for Recycling, MSW, Organics
ROC-65U/NB
27.5
$ 67.51
$ 64.44
$ 61.58
$ 59.63
648
95 Gallon Wheeled Cart for Recycling, MSW, Organics
ROC-95NB
34.1
$ 77.36
$ 73.98
$ 70.81
$ 68.66
486
95 Gallon Wheeled Cart for Recycling, MSW, Organics
ROC-95EG
29.5
$ 73.91
$ 70.53
$ 67.36
$ 65.21
702
18 Gallon Wheeled Carts for Organics
ROC-18
17.6
$ 54.08
$ 51.41
$ 48.91
$ 47.21
20 Gallon Wheeled Carts for Organics
ROC-20
17.6
$ 54.08
$ 51.41
$ 48.91
$ 47.21
-700
40 Liter Wheeled Carts for Organics
ROC-40L
7.5
$ 25.48
$ 24.19
$ 22.97
$ 22.15
-1000
Bear Resistant Roll -Out Carts
7RIC911.ar
Price
Uni315,5+
95 Gallon Bear Cart - added Oct 2017
37
$ 425.00
$ 365.00
315
Options
RFID Tag with min. order of 112
ROC-RFID Tag
n/a
$ 1.25
$ 1.00
$ 0.90
$ 0.77
Customized Logos -One Time Brand Plate Set Up Fee Min.
order of 200 carts. Fee is for brand plate only; there is no
fee for imprinting brand onto carts.
ROC Brand Plate
n/a
$650.00
Min. Order 200
$ 650.00
$ 650.00
$ 650.00
Custom Colors. Add cost to cart price
Custom Colors
n/a
Not Available
+$1.75
+$1.25
+$0.75
Treaded Wheels. Add cost to cart price
Treaded Wheels
n/a
+$2.00
+$1.75
+$1.50
+$1.50
In -Mold Labels (IML)
Less than a T/L *9
Colors or Less More Colors or Less
35-Gallon IML (3.25" x 11")
$3.78 $1.94
65 or 95-Gallon IML (8" x 12")
$3.98 $1.99
32-Gallon/100 Liter IML
$3.82 $1.94
Specialty No an n-Mold Labels
5.897" x 15.4"
$4.66 $2.33
9.5" x 14.5"
$6.23 $3.11
ontainer Buy Back Credit
Rehrig will buyback scrap containers less freight costs at the established per pound rates below. Credits to be issued to customer returning containers. Truckload volume preferred to
maximize payout.
HDPE (Rehrig, Otto, Cascade and Schaefer)
No credits will be issued for warrantied containers
RGO01 H
n/a
Credit $0.05-$0.08 per pound less freight
LDPE (Toter)
RG001 L
n/a
No Offer
Other Scrap (miscellaneous returns)
RG001O
n/a
No Offer
Part
ervice Offering
Part #
JAN 2025
Wght
Unit Price
Assembly and Distribution to residents. Min. order of 3000
deliveries. Pricing is for a franchise delivery to every house within
246641
a community. Customer must provide staging yard, electronic
address list and delivery maps.
n/a
1 $8.00 per cart
Assembly and Distribution to residents. Min. order of 3000
deliveries. Pricing is for a subscription delivery. Customer must
246641
provide staging yard, electronic address list and delivery maps.
n/a
$10.00 per cart
JUL 2022
Price Range for all
quantities. Min. Order
may apply.
Route Audit. Min. homes needed 5000. Price is a range due to
multiple parameters and will be determined once a questionnaire
246633
for a scope of services is completed.
n/a
$3.00 per home
Work Orders. When Rehrig resources are in the area or a
246633
$2000 per crew
minimum of 3 days of work required.
n/a
per day
Work Orders after performing Assembly and Distribution.
customer must provide electronic work order list and all
246633
$2000 per crew
parts/components for completion of work orders
n/a
per day
Container Reclamation. Franchise container reclamation and
customer provides staging area, electronic address list, and route
292656
$9.00 per cart per
maps. Price will be determined once a questionnaire is complete
n/a
attempt
Residential UHF RFID Retrofit. Min. 5000 residential
containers. Pricing does not include RFID tag. Service is also
246633
available for commercial containers and final price will be
$7.25 per cart per
provided upon completion of a questionnaire.
n/a
attempt
Commercial UHF RFID Retrofit. Pricing does not include RFID
tag and final price will be provided upon completion of a
246633
$30.00 per
nuestionnaire.
n/a
container/attempt
Container Maintenance Estimated Rate. Pricing provided for
two employee, two trucks, working out of the customer facility for
no additional cost. Final price will be determined upon completion
250544
of questionnaire, site visit, and customer Service Level
$35,000 per month
Agreements. Minimum three year agreement.
for 35 work orders
per day, drive up to
n/a
125 miles per day.
MAILER PRINTING. Mailer Design, printing, and outbound
404515
$7
postage. Minimum 2,000. Per Postcard
n/a
MAILER POSTAGE. USPS Postage for returned mailer
404523
$0.90
nnstcards_ Per nnstnard suhmissinn_
n/a
MAILER POSTCARD PROCESSING FEE. Collection of Mailers
at the PO box, enter resident selection in database. Per postcard
submission
404507
n/a
$1
WEBSITE SETUP. Website Design, custom renders, selection
setup.
403441
n/a
$4,000
WEBSITE HOSTING FEES. Cloud Database Hosting. Minimum
1 month. Per month.
404460
n/a
$400
WEBSITE ONLINE SIGNUPS. Server data extraction of website
resident responses. Per website submission
404486
n/a
$0.60
Technology Offerings
Part ID
Part
WghtVision
U it/User
Notes
SAAS—WOI Desktop User
303087
$250
Per Desktop user per month. Minimum of 2 Users Per Month.
Vision SAAS—WOI Mobile User
303095
$275.00
Per Mobile user per month. Customer Provided iOS/Android Smart Phone of Tablet Required
Implementation Services
246684
$2,000/day
2 days minimum for initial implementation. Installation of hardware and additional training beyond
2 days will be quoted by the TPM for resources. Pricing is $2,000 per TPM per day. Estimated
installation of two trucks per person per day.
Vision Database Setup
287283
$2,500.00
1 minimum for initial implementation. Vision Database Setup. Address scrubbing and import
Vision SAAS—SV Truck
302279
$150.00
Per truck per month. Rehrig RFID Reader Hardware Required
Vision RFID Reader
246570
$9,900.00
Includes One -Year Warranty, power cable, antenna
Observation Panel Kit
434108
$1,500.00
Includes Observation Panel and cable
Vision SAAS—SV Desktop User
303079
$250.00
Per Desktop user per month. Minimum of 2 Users Per Month. Big Data Analytics Feature
Included
Analytics Solution Add On
509000
$50.00
Per Desktop user per month. Only applicable to legacy customers before Big Data Analytics
become standard with our desktop pricing.
Vision SAAS— ICT Desktop User
303204
$250.00
Per Desktop user per month. Minimum of 2 Users Per Month. Big Data Analytics Feature
Included
Vision SAAS— ICT Mobile User
303191
$275.00
Per Mobile user per month. Customer Provided iOS/Android Smart Phone of Tablet Required
Vision SAAS-CR Desktop
531039
$1,200.00
Per Desktop user per month.
Vision SAAS- CR Mobile
531047
$275.00
Per Mobile user per month.
Collection Route Optimization
531522
Pricing Varies Per Project
Vision SAAS VV Desktop
531063
$200.00
Per Desktop user per month. Minimum of 2 Users Per Month.
Vision SAAS- VV Truck
531071
$200.00
Per truck per month. Rehrig RFID Reader Hardware and Camera VV Kit Required
Camera VV Kit
531021
$2,000.00
2 bundle camera set. Rehrig RFID Reader Hardware required.
Printed Barcode Label
246431
$5.00
Printed Barcode label.
Printed Barcode/RFID Label
246406
$5.00
Printed Barcode/RFID Label
Commercial Container RFID Tags
246406
$25.00
Commercial Container RFID Tags
Antenna/Annunciator
346502
$600.00
External GSM/GPS/WiFi Antenna
50' Power Cable
302501
$187
50' Waterproof Power Cable to 12V DC Truck
75' Power Cable
302519
$290
75' Waterproof Power Cable to 12V DC Truck
100' Power Cable
302527
$320
100' Waterproof Power Cable to 12V DC Truck
50' Observation Cable
246481
$320
50' Observation cable compatible with 3 button observation panel
80' Observation Cable
1246490
1
$545
70' Observation cable compatible with 3 button observation panel
Mounting Bracket
303360
$320
Adjustable mounting bracket for rear load trucks
Service Request Website
509026
n/a
Costs vary based on customer requirements.
Website Maintenance
509018
n/a
Costs very based on customer requirements.
Communication Service
508998
n/a
Costs vary based on customer requirements (location in US or Canada, volume, etc.)
Communication Service SMS
508947
$0.04
Price per sms (text).
Communication Phone Calls
508955
$0.04
Price per minute (pre-recorded phone call).
Communication Email
508963
$0.004
Price per email over allowable 100,000 emails per month.
100K Communication Email
511142
$400.00
Price per month for 100,000 emails.
Look up
516980
$0.04
Per look up.
Answering Machine Detection
516998
$0.04
Per answering machine detection.
FMDPS - Device
509034
$800
Fleet management & Driver Performance hardware device
FMDPS - Seatbelt Sensor
509051
$100
Seatbelt sensor
FMDPS - Cell Service
508980
$35
Fleet management & Driver Performance monthly cell service
FMDPS - Camera
509042
$500
Camera hardware — outward & inward facing camera
FMDPS - Camera Cell Service
517190
$35
Camera monthly cell service
Software Development
246625
$300
Custom Development Cost
Data Handling
395284
$150
Data Handling
Technology Bundling Offerings
Part ID
Part
Wght
Price
Unit/User
Notes
VISION 3 USER TEAMS TRAINING
589935
$1,020
up to 3 users can be desktop or mobile with a 3 hours virtual training and yearly maintenance
VISION 3 USER ONSITE TRAINING
589943
$1,295
up to 3 users can be desktop or mobile with onsite training and yearly maintenance
VISION 5 USER TEAMS TRAINING
589951
$1,520
up to 5 users can be desktop or mobile with a 3 hours virtual training and yearly maintenance
VISION 5 USER ONSITE TRAINING
589960
$1,795
up to 5 users can be desktop or mobile with onsite training and yearly maintenance
VISION 10 USER TEAMS TRAINING
589978
$2,770
up to 10 users can be desktop or mobile with a 3 hours virtual training and yearly maintenance
VISION 10 USER ONSITE TRAINING
589986
$3,045
up to 10 users can be desktop or mobile with onsite training and yearly maintenance
VISION 15 USER TEAMS TRAINING
589994
$4,020
up to 15 users can be desktop or mobile with a 3 hours virtual training and yearly maintenance
VISION 15 USER ONSITE TRAINING
590004
$4,295
up to 15 users can be desktop or mobile with onsite training and yearly maintenance
VISION 20 USER TEAMS TRAINING
590012
$5,270
up to 20 users can be desktop or mobile with a 3 hours virtual training and yearly maintenance
VISION 20 USER ONSITE TRAINING
590021
$5,545
up to 20 users can be desktop or mobile with onsite training and yearly maintenance
VISION TRUCK SERVICE
590101
$250
Truck service for RFID reader and/ or cameras
VISION RFID READER
590266
$10,650
Vision RFID Reader (Reader Kit includes accessories and installation)
VISION RFID READER OBS
590274
$11,400
Vision RFID Reader (Reader Kit includes accessories, OBS Panel, and installation)
VISION RFID READER OBS 1CAM
590282
$13,650
Vision RFID Reader (Reader Kit includes accessories, OBS Panel, 1 Camera and installation)
VISION RFID READER OBS 2CAM
590291
$14,150
Vision RFID Reader (Reader Kit includes accessories, OBS Panel, 2 Camera sets and installation)
VISION RFID READER RL
590303
$10,970
Vision RFID Reader (Reader Kit includes accessories, brakets and installation)
VISION RFID READER RL OBS
590311
$12,470
Vision RFID Reader (Reader Kit includes accessories, brakets, OBS panels, and installation)
VISION RFID READER RL OBS 1CAM
590320
$13,970
Vision RFID Reader (Reader Kit includes accessories, brakets, OBS panels,1 camera, and installation)
VISION RFID READER RL OBS 2CAM
590338
$14,470
Vision RFID Reader (Reader Kit includes accessories, brakets, OBS panels,2 camera, and installation)
lastic Litter Containers (PLC's)
Part
Part
Wght
JAN 2025
1.100 Price of
PLC's
JAN 2025 JAN 2025 JAN 202
Price of Priceo Price of
101-250 PLC's 51.500 PLC's 501+PLC's
Public Litter Container-60 Gallon
PLC-60
60
$ 406.00
$ 406.00 $ 406.00 $ 406.00
Public Litter Container-75 Gallon
PLC-75
74
$ 438.00
$ 438.00 $ 438.00 $ 438.00
Mold on Graphics. Min order of 240 for either size PLC
ommercial Contai
Pricing includes (2) lids, (4) Casters
2 Yard Front Load
PLC-MOG
Part #
CC-2YFL
n/a
Wght
184.4
n/a
J
Price for 1.20
$ 892.00
n/a $25.00 per label 25.00 per label
$ 878.00 $ 878.00 42
3 Yard Front Load
CC-3YFL
199.4
$ 905.00
$ 887.00 $ 887.00 36
4 Yard Front Load
CC-4YFL
254.8
$ 1,034.00
$ 1,020.00 $ 1,020.00 20
2 Yard Rear Load
3 Yard Rear Load
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
Sourcewell q4l'
Solicitation Number: RFP #041521
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Rehrig Pacific Company, 4010 E. 261" Street, Los Angeles, CA 90058
(Vendor).
Sourcewell is a State of Minnesota local government agency and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to federal,
state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Plastic Refuse and Recycling Containers with Related
Technology Solutions from which Vendor was awarded a contract.
Vendor desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires May 28, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional
one-year period upon request of Sourcewell and with written agreement by Vendor.
C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this
Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
Rev. 10/2020
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
All Equipment and Products provided under this Contract must be new/current model. Vendor
may offer close-out or refurbished Equipment or Products if they are clearly indicated in
Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity's site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Vendor's dealers and
distributors must agree to assist the Participating Entity in reaching a resolution in any dispute
over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past
the expiration of the Vendor's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will
make available to Sourcewell a means to validate or authenticate Vendor's authorized dealers,
distributors, and/or resellers relative to the Equipment, Products, and Services related to this
Contract. This list may be updated from time -to -time and is incorporated into this Contract by
reference. It is the Vendor's responsibility to ensure Sourcewell receives the most current
version of this list.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's
Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity's requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Vendor must permit the Equipment and Products to be
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
Rev. 10/2020
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery.
Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally
delivers substandard or inferior Equipment or Products. In the event of the delivery of
nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon
as possible and the Vendor will replace nonconforming Equipment and Products with
conforming Equipment and Products that are acceptable to the Participating Entity.
B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax -
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At anytime during this Contract, Vendor may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Vendor may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Contract Administrator. This form is available
from the assigned Sourcewell Contract Administrator. At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
Rev. 10/2020
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
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 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. Vendor understands that a Participating
Entity's use of this Contract is at the Participating Entity's sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential 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. Vendor's employees maybe required to perform work at government -
owned facilities, including schools. Vendor's employees and agents must conduct themselves in
a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating
Entity issues a purchase order, it may use its own forms, but the purchase order should clearly
note the applicable Sourcewell contract number. All Participating Entity orders under this
Contract must be issued prior to expiration of this Contract; however, Vendor performance,
Participating Entity payment, and any applicable warranty periods or other Vendor or
Participating Entity obligations may extend beyond the term of this Contract.
Rev. 10/2020
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will
be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of
any Participating Entity.
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 Vendor, such as job or industry -specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entitles may require the use of a
Participating Addendum; the terms of which will be worked out directly between the
Participating Entity and the Vendor. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements (such as e-commerce specifications,
specialized delivery requirements, or other specifications and requirements) not addressed in
this Contract, the Participating Entity and the Vendor may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Vendor in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the goods to be purchased;
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements; or
3. Vendor commits any material breach of this Contract or the additional terms agreed to
between the Vendor and a Participating Entity.
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. Vendor will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
Rev. 10/2020
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, supply issues, customer issues, and any other
necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract
sales activity report (Report) to the Sourcewell Contract Administrator assigned to this
Contract. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made).
The Report must contain the following fields:
• Customer Name (e.g., City of Staples Highway Department);
• Customer Physical Street Address;
• Customer City;
• Customer State/Province;
• Customer Zip Code;
• Customer Contact Name;
• Customer Contact Email Address;
• Customer Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Vendor.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Vendor may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Vendor will submit 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
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Vendor'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.
Rev. 10/2020 6
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's
Authorized Representative changes at any time during this Contract, Vendor must promptly
notify Sourcewell in writing.
10. 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 this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or
obligations under this Contract without the prior consent of the parties and a fully executed
assignment agreement. Such consent will not be unreasonably withheld.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been fully executed by the parties.
D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not
waive the provision or the right to enforce it.
E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between
Sourcewell and Vendor. No other understanding regarding this Contract, whether written or
oral, may be used to bind either party. For any conflict between the attached Proposal and the
terms set out in Articles 1-22, 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
Rev. 10/2020
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master -servant, or principal -agent.
11. LIABILITY
Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their
agents and employees, harmless from any claims or causes of action, including attorneys' fees,
arising out of the performance of this Contract by the Vendor or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications.
12. GOVERNMENT DATA PRACTICES
Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Vendor under this Contract.
If the Vendor receives a request to release the data referred to in this article, the Vendor must
immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond
to the request.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
/_A1►1r1INxi1rRL111111a091all 2 WA
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and
license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Vendor.
b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and
license to use Vendor's Trademarks in advertising and promotional materials for the
purpose of marketing Vendor's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to its and their respective distributors, marketing
representatives, and agents (collectively "Permitted Sublicensees") in advertising and
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.
Rev. 10/2020
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
a. Sourcewell must not alter Vendor's Trademarks from the form provided by
Vendor and must comply with Vendor's removal requests as to specific uses of its
trademarks or logos.
b. Vendor must not alter Sourcewell's Trademarks from the form provided by
Sourcewell and must comply with Sourcewell's removal requests as to specific uses
of its trademarks or logos.
c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's Trademarks only in good faith and in a dignified manner consistent
with such party's use of the Trademarks. Upon written notice to the breaching party,
the breaching party has 30 days of the date of the written notice to cure the breach
or the license will be terminated.
4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its
Participating Entities against any and all suits, claims, judgments, and costs instituted or
recovered against Sourcewell or Participating Entities by any person on account of the use
of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor
in violation of applicable patent or copyright laws.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed
catalog of vendors which may be used until the next printing). Vendor must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Vendor individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator
assigned to this Contract.
D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment,
Products, or Services.
14. GOVERNING LAW, JURISDICTION, AND VENUE
Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its
breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls,
Minnesota.
Rev. 10/2020
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
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 to be illegal, unenforceable, or void then both
Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the
remainder of this Contract is capable of performance, it will not be affected by such declaration
or finding and must be fully performed.
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 Vendor will jointly develop a short briefing document that describes the
issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher
level of management. The Vendor will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Vendor must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Vendor fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result
of such failure to proceed will be borne by the Vendor.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Written notice of default and a reasonable opportunity to cure must be issued by the party
claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non -defaulting
party may:
Rev. 10/2020 10
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
• 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, Vendor must maintain insurance policy(ies) in effect at
all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Vendor will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office ("ISO") Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products -completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products -Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor
will maintain insurance covering all owned, hired, and non -owned automobiles in limits
of liability not less than indicated below. The coverage must be subject to terms no less
broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or
equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
Rev. 10/2020 11
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella
coverage over Workers' Compensation, Commercial General Liability, and Commercial
Automobile.
Minimum Limits:
$2,000,000
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Vendor will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Vendor's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data — including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Milli T1 u.0 u
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Vendor to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish
to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by
a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide
certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Vendor's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Vendor, and products and completed operations of
Vendor. The policy provision(s) or 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. Vendor waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
Rev. 10/2020 12
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
insurance applicable to the Vendor or its subcontractors. The waiver must apply to all
deductibles and/or self -insured retentions applicable to the required or any other insurance
maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require
similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/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. Vendor must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Vendor conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in
writing.
Vendor certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Vendor certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Vendor further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
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 also require
additional requirements based on specific funding specifications. Within this Article, all
Rev. 10/2020 13
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
references to "federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Vendor's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FIR 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. Vendor must be in
compliance with all applicable Davis -Bacon Act provisions.
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
Rev. 10/2020 14
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Vendor certifies that during the term of an
award for all contracts by Sourcewell resulting from this procurement process, Vendor must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award
meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Vendor
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Vendor must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor
certifies that during the term of this Contract will comply with applicable requirements as
referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file
any required certifications. Vendors must not have used federal appropriated funds to pay any
Rev. 10/2020 15
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures
required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. §
1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this
Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right
also includes timely and reasonable access to Vendor's personnel for the purpose of interview
and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
Rev. 10/2020 16
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
041521-REH
22. CANCELLATION
Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60
days' written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Vendor's Proposal.
Cancellation of this Contract does not relieve either party of financial, product, or service
obligations incurred or accrued prior to cancellation.
Sourcewell
DocuSigned by,
E %Wayf,�
By: C9FD2A139D06489...
Jeremy Schwartz
Title: Chief Procurement Officer
5/26/2021 1 2:29 PM CDT
Date:
Approved:
E
DocuSigneedby,y
By: 7E42BSF817A64CC...
Chad Coauette
Title: Executive Director/CEO
6/30/2021 1 10:50 AM CDT
Date:
Rehrig Pacific Company
�Do�ccuS�iigned by:
vLI' t� rittk
By:
C842979228F64BB...
Derek Fields
Title: Senior Vice President of Sales
Date: 6/30/2021 1 10:47 AM CDT
Rev. 10/2020 17
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
RFP 041521 - Plastic Refuse and Recycling Containers with
Related Technology Solutions
Vendor Details
Company Name:
Rehrig Pacific Company
Does your company conduct
business under any other name? If
CA
yes, please state:
4010 E. 26th Street
Address:
Los Angeles, CA 90058
Contact:
Jack Weber
Email:
jweber@rehrig.com
Phone:
949-254-5781
HST#:
95-4608797
Submission Details
Created On:
Thursday February 25, 2021 10:22:57
Submitted On:
Monday April 12, 2021 13:29:22
Submitted By:
Jack Weber
Email:
jweber@rehrig.com
Transaction #:
119a00de-0271-41 a7-9a92-6cd0223da697
Submitter's IP Address:
68.5.83.197
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
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/K if the
question does not apply to you (preferably with an explanation).
Line
Item
Question
Response"
1
Proposer Legal Name (and
Rehrig Pacific Company
applicable d/b/a, if any):
2
Proposer Address:
Rehrig Pacific Company
4010 E. 26th Street
Los Angeles, CA 90058
(Headquarters)
3
Proposer website address:
www.Rehrig.com
4
Proposer's Authorized
Raj Luhar
Representative (name, title,
Chief Financial Officer
address, email address & phone)
4010 E. 26th Street
(The representative must have
Los Angeles, CA 90058
authority to sign the "Proposer's
RLuhar@rehrig.com
Assurance of Compliance" on
(323) 262-5145
behalf of the Proposer and, in the
event of award, will be expected
to execute the resulting contract):
5
Proposer's primary contact for this
Jack Weber
proposal (name, title, address,
National Account Manager- Municipal Sector
email address & phone):
4010 E. 26th Street
Los Angeles, CA 90058
jweber@Rehrig.com
(949) 254-5781 (mobile)
6
Proposer's other contacts for this
Rebecca Vara
proposal, if any (name, title,
Director of Sales
address, email address & phone):
4010 E. 26th Street
Los Angeles, CA 90058
RVara@Rehrig.com
(610) 909-5099 (mobile)
Table 2: Company Information and Financial Strength
Line Question
Item
Provide a brief history of your company,
including your company's core values,
business philosophy, and industry longevity
related to the requested equipment, products
or services.
Response"
Rehrig Pacific Company is an American -owned and operated manufacturer founded
in 1913. A family tradition of growth, service, and innovation began over 100 years
ago with the supply of wooden crates for the automotive industry and today has
evolved into logistics optimization for over eleven (11) industries. Rehrig Pacific is
a world -leading plastic container manufacturer, technology provider, and supply chain
expert that believes in providing exceptional value and partnership for our
customers. For the past thirty (30) years Rehrig has grown to become the largest
roll -out cart and recycling bin manufacturer in North America with six (6) company -
owned manufacturing facilities strategically located nation-wide. Rehrig also has a
manufacturing facility in Queretaro, Mexico that serves our customers in Mexico,
Central and South America. By having the industry's largest production capacity (roll-
out cart producing machines and molds), Rehrig has the ability to not only meet
short time frames but also handle order quantities of any size and type. Having
multiple manufacturing plants strategically located brings our manufacturing closer to
our customers which helps reduce freight costs and reduce harmful carbon
emissions.
Rehrig's Mission Statement: The Rehrig Pacific Family celebrates our people and
empowers them to create innovative solutions that effectively and responsibly move
goods, resources and ideas.
Rehrig's Core Values: Family, Service, Growth, Intrapreneurship and Innovation.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
8
What are your company's expectations in the
Rehrig Pacific will work closely with Sourcewell and the growing number of
event of an award?
municipalities who are utilizing the Sourcewell Cooperative agreement to mutually
grow our business. With our large and far reaching sales force Rehrig is looking
to drive our Core Plastic Container and Technology products to the Municipal
Sector. With the industry's largest market share in roll -out carts, Rehrig would be
using this contract to allow our prospective municipal customers to purchase our
products more easily by avoiding the lengthy and costly bid process. Our projected
growth for our Municipal business is 2% annually with much of this growth via the
Municipal Sector (Sourcewell contract).
9
Demonstrate your financial strength and
Rehrig Pacific Company maintains a healthy financial position. Our strong financial
stability with meaningful data. This could
standing has allowed Rehrig to invest back into and grow our business by being
include such items as financial statements,
able to produce roll -out carts and recycling bins in SIX company -owned facilities.
SEC filings, credit and bond ratings, letters
Please see uploaded financials as representative of Rehrig Pacific Company's
of credit, and detailed reference letters.
financial strength.
Upload supporting documents (as applicable)
in the document upload section of your
response.
10
What is your US market share for the
Rehrig Pacific has been supplying the Solid Waste & Recycling Industry with various
solutions that you are proposing?
recycling bins and residential automated collection roll -out carts since the 1980's and
early 1990's respectively. Over this period Rehrig has sold over 45 million roll -out
carts throughout North America having successfully partnered with some of the North
America's more elite Solid Waste & Recycling operations including Los Angeles,
Seattle, Milwaukee, Madison, San Diego, Phoenix and Chicago. During this same
period Rehrig has also gained supplier status with several of the industry's largest
regional and national private haulers including Waste Management, Republic Waste,
Waste Connections, Rumpke, and GFL. Today, our combined market share ranges
anywhere from 30-40%.
11
What is your Canadian market share for the
Our Canadian market share is 40% and growing.
solutions that you are proposing?
12
Has your business ever petitioned for
No
bankruptcy protection? If so, explain in detail.
13
How is your organization best described: is
b)
it a manufacturer, a distributor/dealer/reseller,
Rehrig Pacific Company is a manufacturer who produces proprietary products and
or a service provider? Answer whichever
sells them directly to the end user (Municipal and Private Sectors).
question (either a) or b) just below) best
All of our products being proposed are sold by Rehrig Pacific's company -employed
applies to your organization.
direct sales team. Employing the industry's largest sales team, Rehrig's
a) If your company is best described as
Environmental Business Group consists of a VP -Sales, a Director of Sales, (3)
a distributor/dealer/reseller (or similar entity),
Regional Sales Managers, (3) National Account Managers, and (12) Territory Sales
provide your written authorization to act as a
Representatives. Our sales team also consists of seven (7) Account Specialists
distributor/dealer/reseller for the manufacturer
who provide daily customer service support of our sales team and customers.
of the products proposed in this RFP. If
Our infrastructure does not necessitate the need for dealer or distributor network.
applicable, is your dealer network
Our sales team and our (6) manufacturing locations provide the sales and
independent or company owned?
production support required to meet our existing and growing number of customers.
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?
14
If applicable, provide a detailed explanation
Rehrig Pacific Company is required to maintain proper DOT Registration &
outlining the licenses and certifications that
Licensing for over the road shipping and Assembly & Distribution. Our roll -out carts
are both required to be held, and actually
are industry ANSI -Standard compliant.
held, by your organization (including third
parties and subcontractors that you use) in
pursuit of the business contemplated by this
RFP.
15
Provide all "Suspension or Debarment"
Rehrig Pacific Company has never been suspended or disbarred.
information that has applied to your
organization during the past ten years.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
Table 3: Industry Recognition & Marketplace Success
Line
Item
Question
Response*
16
Describe any relevant industry awards or
In the past five (5) years Rehrig Pacific has been recognized for several
recognition that your company has received
accomplishments in various areas of the industry. One of the recent
in the past five years
accomplishments includes being certified two years in a row as a Great Place to
Work (2019-20 & 2020-21). This certification came through surveys where
employees expressed their satisfaction and positive sentiment of working for such a
great company. In 2020 Rehrig Pacific was awarded the Sustainability Partnership
Game Changer Award by the National Waste & Recycling Association for its effort
to increase post -consumer resin (PCR) in roll -out carts by 10 percent. In 2018,
Rehrig Pacific was awarded the Large Supply Chain Pioneer of the Year award for
leading innovation in the Supply Chain Industry. Rehrig Pacific is a proud recipient
of multiple OSHA awards for safety across a number of our US plants ensuring
team member injuries continue to decrease year over year. Also, Rehrig Pacific
prioritizes community service and each year partners with organizations that help
give back to the community including Habitat for Humanity, Los Angeles Regional
Food Bank, Kenosha's Pollinator Patch Program, and more.
17
What percentage of your sales are to the
Rehrig Pacific's sales to the Governmental Sector have ranged from 26-30% of our
governmental sector in the past three years
Environmental Group's sales. Our Government or Municipal sales vary each year
depending on the number of municipalities who are seeking to automate their
collection service with plastic automated containers. Things like the Covid-19
pandemic, recessions, and tight budget constraints can affect a municipality's
decision to automate their collection in any given year. Strategically, Rehrig is
forecasting that cities will continue to convert their collection systems to automated
collection and will begin to add Technology solutions to their operations.
18
What percentage of your sales are to the
Less than one percent. It is important to understand that Educational institutions do
education sector in the past three years
not purchase our products directly. The municipalities and private waste haulers
who collect their waste & recyclables are the entities who purchase our products.
That being said, Rehrig Pacific will sell any Educational institution who is interested
in purchasing our products and services directly.
19
List any state, provincial, or cooperative
1) Omnia Partners with an average of $12 Million annually.
purchasing contracts that you hold. What is
2) Massachusetts State Contract with an average of $300K annually.
the annual sales volume for each of these
contracts over the past three years?
20
List any GSA contracts or Standing Offers
We do not hold any GSA contracts.
and Supply Arrangements (SOSA) that you
hold. What is the annual sales volume for
each of these contracts over the past three
years?
Table 4: References/Testimonials
Line Item 21. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name *
Contact Name *
Phone Number*
Orange County, FL
Josue Lugo
407-836-6619
City of San Diego
Matthew Cleary
858-526-2302
City of Los Angeles, CA
Jonathan Zari
213-840-6547
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
Table 5: Top Five Government or Education Customers
Line Item 22. Provide a list of your top five government, education, or non-profit customers (entity name is optional),
including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar
volumes from the past three years.
Entity Name
Entity Type *
State /
Province *
Scope of Work *
Size of Transactions *
Dollar Volume Past Three
Years *
City of LA
Government
California - CA
Awarded sole -supplier contract
$192+ Million
$12 Million annually
for roll -out carts and ancillary
products and services
City of Toronto
Government
ON - Ontario
Awarded sole -supplier contract
$40 Million
$2+ Million Annually
for containers and ancillary
products and services
Sarasota
Government
Florida - FL
Purchased 130K roll -out carts for
$5.6 Million
$5.6 Million
County
county -wide collection program
City of
Government
AB - Alberta
Awarded sole -supplier contract
$28+ Million
Starting 2021
Edmonton
for containers and ancillary
services
City of Chicago
Government
Illinois - IL
Awarded sole -supplier contract
$9 Million
$243 Million
for roll -out carts over a period of
three years
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*
23
Sales force.
Rehrig Pacific Company utilizes and employs a direct sales force that is highly
trained and experienced in selling our many products and ancillary service and
technology offerings. Within the Environmental Business Group, our sales team
consists of (12) sales representatives located strategically throughout North America.
Our sales organization is comprised of (3) Regions, North, Central, and West with
each region managed by a Regional Sales Manager. Our Sales Managers report
directly to our VP- Environmental Business Group. In addition, each of our (3)
regions are supported daily by seven (7) Account Specialists (Customer Service).
Our Account Specialists are assigned specific sales representatives/territories and
assist our sales representatives with managing all of our customer's needs. This
organizational structure provides our customers with professional and prompt
responses along with a sense of partnership between them, our sales representatives
and Rehrig Pacific. Our Sales team also includes (2) National Account Managers
who are responsible for managing the private sector of our business (private waste
haulers) and one (1) National Account Manager who is responsible for managing the
Municipal Sector. National Account Managers report directly to the Director of Sales
and support each of our (12) sales representatives daily. As the National Account
Manager for the Municipal Sector, I will be managing and supporting the Sourcewell
agreement daily.
24
Dealer network or other distribution
Rehrig Pacific Company and our company -employed sales team sell our proprietary
methods.
products directly to the end -user. With six (6) roll -out cart producing plants
strategically located throughout the country, Rehrig can provide the industry's shortest
lead times and shortest freight lanes, eliminating any reason to utilize a distribution
network.
25
Service force.
N/A. All of our customer's needs and follow up are performed by our company -
employed sales team.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
26
Describe in detail the process and
The purpose of the Customer Service (Account Specialist) role is to be Rehrig
procedure of your customer service
Pacific's primary contact for our customers and are responsible for maintaining
program, if applicable. Include your
customer accounts and files and providing product and service information across all
response -time capabilities and
aspects of Rehrig's vertical businesses and industries. The position partners with the
commitments, as well as any incentives
Sales Team, fellow Account Specialists, Production, Inventory Control, Scheduling,
that help your providers meet your stated
Shipping, Logistics and Finance teams to ensure customer accounts, order status,
service goals or promises.
production receipts, and shipping are accurate in the system. Responsible for
scalability of multiple accounts to small accounts and medium customers with high
complexity. The Account Specialist Team reports to the Account Specialist Manager,
Environmental Business Group.
Our Environmental Account Specialist Team consists of seven (7) members
strategically assigned to Sales Representatives. With seven (7) Account Specialists
covering twelve (12) sales representatives, our better than 1:2 ratio ensures our
customers are receiving prompt accurate and professional customer service.
Some of the key accountabilities for our Account Specialists include:
* Setting up new customer accounts
• Maintaining and updating customer records and files
* Take customer orders either directly from customers or Sales Representatives
• Lead all post sales efforts to ensure customers' needs are met and their
experience is positive
Communicate with customers regarding items such as order status, quotations,
order changes and confirmations, as well as any complaints or questions
Expedite, track and review customer scheduling requirements
* Initiate correction process to resolve customer complaints and service requests
Review customer warranty and submit warranty claims
27
Describe your ability and willingness to
Rehrig Pacific Company currently offers and sells our products to municipalities in all
provide your products and services to
50 states. Our six (6) manufacturing facilities make the prospect of servicing such a
Sourcewell participating entities in the
large customer base in a large country that much easier.
United States.
28
Describe your ability and willingness to
All of Rehrig Pacific Company's products and services offered in our proposal are
provide your products and services to
available for sale in Canada. Rehrig Pacific employs a Canadian national who has
Sourcewell participating entities in Canada.
been very successful in selling our containers and technology solutions to cities in
Canada. Our manufacturing facilities in Kenosha, WI and Erie, PA provide nearby
manufacturing to service and support the Canadian market. Toronto, Calgary, and
Edmonton are just three of Rehrig's largest municipal customers.
29
Identify any geographic areas of the United
Rehrig Pacific Company will service any qualified Sourcewell members in North
States or Canada that you will NOT be
America.
fully serving through the proposed contract.
30
Identify any Sourcewell participating entity
As stated earlier, Rehrig Pacific typically does not sell our products to the Education
sectors (i.e., government, education, not -for-
Sector but would certainly sell these members if they had any reason to purchase
profit) that you will NOT be fully serving
our containers directly. Once again, we are a company with a far reaching sales
through the proposed contract. Explain in
force and the ability to service Sourcewell members in all regions. Our competitors
detail. For example, does your company
are part of several cooperative purchasing contracts. Currently Rehrig has only one
have only a regional presence, or do other
contract with a nationally recognized cooperative purchasing organization and only one
cooperative purchasing contracts limit your
with a state contract.
ability to promote another contract?
31
Define any specific contract requirements
No restrictions would apply to members in Hawaii, Alaska or US Territories.
or restrictions that would apply to our
participating entities in Hawaii and Alaska
and in US Territories.
Table 7: Marketing Plan
Line Question Response'
Item
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
32
Describe your marketing strategy for
Rehrig Pacific Company's marketing strategy to promote the contract with Sourcewell will
promoting this contract opportunity.
align with our current marketing key initiatives in sharing the complete story and full
Upload representative samples of your
capabilities of our products, services, and people. We will implement this marketing
marketing materials (if applicable) in
strategy across all of the following segments:
the document upload section of your
response.
Trade Shows: Rehrig Pacific Company exhibits at several regional and national trade
shows annually where our products and services are displayed, and municipalities have
the opportunity to experience our products first hand. Rehrig is a major sponsor of the
National Waste & Recycling Association (NWRA) which hosts Waste Expo, the Solid
Waste & Recycling Industry's largest trade show. This national trade show attracts
thousands of people from both the Municipal and Private sectors each year. In addition,
Rehrig Pacific is also a major sponsor and member of The Solid Waste Association of
North America (SWANA). SWANA is an organization of public and private sector
professionals advancing Solid Waste as a resource. SWANA hosts the annual WasteCon
trade show where Rehrig Pacific exhibits our full menu of products and ancillary services.
Lastly, our Sales Team participates and attends numerous regional industry trade shows
throughout the year representing Rehrig proudly. We plan to bring awareness to our
partnership with Sourcewell via our booth design at all trade shows.
Literature: Rehrig Pacific Company has invested in a vast amount of literature and
marketing collateral that includes product sell sheets, brochures, white paper case studies,
sustainability initiatives, product specifications, product test results, company history, contact
information, and more. All of our marketing literature resources are available to the teams
to support in proposals, presentations, customer meetings, new customer outreach, and
more.
33
Describe your use of technology and
digital data (e.g., social media,
metadata usage)to enhance
marketing effectiveness.
Website: Rehrig Pacific Company has recently updated our user-friendly website where
Sourcewell members can learn in-depth information about our product and services while
obtaining product specifications, technology services information, case studies, brand and
product videos, company sustainability efforts, office locations, contact information, and
more. Using our website, we would amplify our partnership with Sourcewell and how this
partnership has gotten us closer to other great partner brands and companies we continue
to grow our network with.
Social Media: Rehrig Pacific maintains a highly engaging presence on Social media
across Linkedln, Facebook, Twitter, and YouTube publishing unique content weekly
regarding the brand, product, services, trade shows, conferences, awards, recognitions,
and more. The past year has focused around amplifying our social media presence
specifically on Linkeln while also sharing our story as an integrated solutions provider. In
addition, highlighting new product launches through video content, new partnerships with
social banner posts, and sharing employee recognitions has also been a focus.
Advertising: Rehrig Pacific Company advertises in several industry publications including
Waste 360. We develop and execute digital marketing campaigns featuring new products
across various platforms to reach specific target audiences. Digital platforms that we
have used in past campaigns include Facebook (banner ads and video ads), Google
(Google ads, display banners, video pre -rolls), and Linkeln (video ads, sponsored ads). In
addition, paid search ads were developed to run on both Facebook and Instagram.
Direct mail advertisement was also developed to distribute 25,000 post cards in a local
city. And to highlight new product releases, partnerships, and municipal contract
acquisitions, we publish press releases to share in the media.
National & Business Group Meetings: Rehrig Pacific Company enjoys having special
guests at the national sales meetings especially partners and customers. As a vendor on
the Sourcewell contract, we would certainly encourage a representative from Sourcewell to
attend and to speak to our sales team. These types of meetings help educate our sales
team on the benefits of using cooperative purchasing contracts and could also provide
Sourcewell with a better understanding of what Rehrig sells and how we approach the
market. We also encourage having partners and customers visit our RISE (Rehrig
Innovation Showcase Experience) Center in our Dallas plant, where customers and
partners have an opportunity to experience the history of the company, take a look at the
products, services, and programs we offer as well as get an insight of the future of our
business.
Rehrig Pacific Company is a proud partner to Salesforce and utilize communication tools
such as Pardot to help effectively create marketing e-mail blasts and digital campaigns to
reach the targeted audience using tactical messaging. Using their CRM we will reach
new sales leads and diligently communicate through the sales funnel process. Each
month Rehrig reviews its website and digital platforms' analytics reporting, to do a full
analysis of the success of the past month's messages to see if any adjustments are
needed in banners, copy, etc. On the Social media front, the past year has been about
amplifying our story, products, services, sustainability efforts through unique content
including videos, banners, and sell sheets across the Linkedln platform. Our presence has
grown in the digital space where we have grown our network, company followers,
increased our monthly impressions, visitors, and best of all engagement on our posts.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
34
In your view, what is Sourcewell's role
We view Sourcewell's role in this partnership as more of a support role rather than a
in promoting contracts arising out of
promoting role. We will certainly accept all of the support Sourcewell can offer but the
this RFP? How will you integrate a
promotion and the execution of this contract will be the responsibility of Rehrig's sales
Sourcewell-awarded contract into your
team. Over the past 30-years Rehrig has enjoyed tremendous success in the Municipal
sales process?
Sector having partnered with some of the country's more elite Solid Waste & Recycling
operations. During the period Rehrig has been awarded hundreds of municipal contracts
to supply cities and counties alike with our automated roll -out carts and ancillary products
and services. Rehrig has garnered the respect of the industry and has established
outstanding relationships in hundreds of municipalities throughout North America. Our
focus as a sales organization is selling our value-added products and services to both the
Private and Municipal sectors. With the addition of our Vision software technology, Rehrig
sees tremendous growth opportunities within our existing customer base as well as future
customers. City and County leaders are hungry for technology (Big Data) that will provide
transparency and cost savings within a municipality's operation. Municipal contracts are
historically more difficult to secure as many municipalities are required to award contracts
through the RFP process. With the Sourcewell cooperative contract, Rehrig's sales team
will be able to sell our unique proprietary technology solutions (Vision) to those members
who see the value and WANT to avoid the RFP process.
35
Are your products or services
EDI is an industry -accepted form of eProcurement, and we regularly receive PO's and
available through an e-procurement
send invoices via EDI to a number of our larger customers. We also have customers
ordering process? If so, describe your
that leverage services like Ariba and Coupa for which we can selectively publish catalog
e-procurement system and how
items for more advanced use cases.
governmental and educational
customers have used it.
Table 8: Value -Added Attributes
Line
Item
Question
Response*
36
Describe any product, equipment,
Our industry's automated roll -out carts do not typically require any user training. Municipal
maintenance, or operator training
Public Works Departments and Sanitation Divisions are well educated in the use of our
programs that you offer to
products. Rehrig's containers include markings on the containers that provide instruction
Sourcewell participating entities.
(the Do's and Do nots) in how to operate and handle our containers. Our Sales team is
Include details, such as whether
trained to perform any specific product training sessions our customers request.
training is standard or optional,
who provides training, and any
With our Vision Technology products, Rehrig Pacific Company provides training for these
costs that apply.
products. Our technology products typically involve hardware installation where there is
installation training associated with the programs start up. Rehrig also provides training on
the software side as well.
37
Describe any technological
Vison Software: Rehrig Pacific's proprietary Vision Software was designed internally to
advances that your proposed
offer city and county's collection operations greater visibility into their operation. Our various
products or services offer.
offerings include Work Order + Inventory Management, Service Verification, Visual
Verification, Industrial Container Tracking as well as several other applications designed to
help cities gain efficiencies and drive out costs in their collection operations.
Co -Injection Manufacturing & the Use of PCR: Rehrig Pacific Company has invested
heavily into Co -Injection technology. Producing roll out carts using the co -injection process
allows Rehrig to utilize recycled material while still maintaining our customer's brand (color).
Please see the EnviroCore brochure in the uploaded Documents Section 2. As state and
federal legislation continues to demand compliance regarding products made with recycled
material, municipalities are requiring that the roll out carts they purchase be made with at
least 30% post -consumer plastic (PCR). The PCR material used is typically multi -colored
making it virtually impossible for competing manufacturers to produce a cart in a color other
than black. With Co -injection, Rehrig Pacific can utilize multi -colored PCR material and still
produce the standard color carts (green, blue, brown, yellow, grey, etc). The co -injection
process allows us to introduce the PCR material into the mold and then introduce the
remaining virgin material and color separately. The result is a roll out cart produced with
multi -colored PCR material on the inside (core) and the municipality's choice of color on the
outside (skin). (See Co -Injection attachment).
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
38 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.
39
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 -cycle design
(cradle -to -cradle), or other
green/sustainability factors.
Green Initiatives: For over a century Rehrig Pacific Company has provided containers to
various industries, including waste and recycling containers to an array of customers
throughout North America. Throughout our history, environmental awareness and
sustainability have been cornerstones of our company. Sustainability is our core.
In the early 1970's using new grades of recyclable resins and high-pressure molding, Rehrig
Pacific began to develop environmentally friendly products. Our containers are manufactured
to last, ensuring that quality and length of time used is part of our sustainable promise.
We can design and build the right solutions for our customers using a variety of recycled
material to meet their needs, while keeping their branding intact. Here is a snapshot of
some additional Sustainable initiatives Rehrig Pacific practices.
Recyclability: Today, all Rehrig Pacific's waste and recycling products are 100%
recyclable. Because they are 100% recyclable Rehrig offers a Buy Back program (included
in our pricing proposal) that allows our customers to return their end -of -useful life (Rehrig)
containers back to Rehrig for scrap value. Rehrig uses this material in the manufacturing
of new products. As a company, Rehrig Pacific uses nearly 60 million pounds of recycled
plastic sourced from both post-industrial and post -consumer waste streams. Every Rehrig
product made can be recycled into another Rehrig product at the end of its service. Eco-
friendly products are not just good for the environment; they are good for business and an
integral strategic part of how we operate.
Carbon Footprint: Our six (6) manufacturing facilities are strategically located throughout the
country, decreasing the distance it takes to transport our products to our customers and
reducing the amount of carbon emissions released into the atmosphere. In addition, our
efficient design of our carts means we can fit more product per truckload, reducing the
number of required shipments for the same overall amount of product. With the industry's
greatest capacity (6 locations) we estimate a carbon emissions reduction of 6.6 million
pounds (an 86% reduction by comparison) when compared to other cart suppliers who have
far greater freight lanes. Rehrig's manufacturing footprint, design innovation, and efficiency
in serving every corner of the country means less emissions, less complexity, and a lot
more value to the Municipal customer base.
Zero Waste Production: Rehrig takes great pride in our effort to create a "waste free
environment" in our manufacturing facilities. Our "Zero Waste" Production Processes ensure
that all scrap resin, packaging, and byproduct is reused in the manufacturing process. No
aspect of our roll out cart production is wasted; as we recirculate cooling water used in our
molds and reclaim our hydraulic fluid.
Returnable Packing Containers: At our core, Rehrig Pacific Company has been
manufacturing returnable, reusable shipping containers since the early 1960's. Companies
such as Walmart, Pepsi -Cola, Coca-Cola, Kroger and Anheuser-Busch have been
purchasing unique proprietary containers from Rehrig to ship their products to market.
These containers are designed to be returned and re -used again, often making hundreds of
turns. These products have essentially replaced one-way packaging that often ends up in
our country's landfills.
Affiliations with TRIP and APR: Today Rehrig Pacific Company has partnered with
organizations like The Recycling Partnership (TRP) and the Association of Plastics
Recyclers (APR). Our partnerships with these two organizations are a commitment by
Rehrig Pacific Company to become leaders in the reuse of various recycled materials.
This commitment is helping today's struggling recycling industry find a home for recycled
material that is no longer accepted in China and is destined for our landfills and oceans.
Our investment in our Co -Injection molding process allows Rehrig to purchase and reuse
bulky rigid recycled material. Our commitment is to close the loop and help municipalities
meet increasing state and federal recycling goals. (See Bulky Rigid Brochure)
Ocean Plastics & Bulky Rigid PCR: In partnership with TRIP, Rehrig Pacific Company has
committed to the reuse of ocean plastics. With our commitment, Rehrig is helping to find
a home for bulky rigid material and reduce the amount of plastics from entering our oceans.
N/A. See Zero Waste and other Green initiatives above in Item 38.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
40
Describe any Women or Minority
Rehrig Pacific can sub -contract out portions of our contracts to MBE/WBE, DVBE
Business Entity (WMBE), Small
companies who are able to obtain certification in the municipalities we service. Because
Business Entity (SBE), or veteran
we are a direct manufacturer, we are limited to what we can sub -contract business out to.
owned business certifications that
That said, when possible Rehrig Pacific Company will perform outreach and look to out -
your company or hub partners
source freight to MBW/WBE/DVBE companies.
have obtained. Upload
documentation of certification (as
applicable) in the document
upload section of your response.
41
What unique attributes does your
With the cart industry's largest menu of containers and ancillary products and services
company, your products, or your
offered, Sourcewell members can purchase ALL their container needs, technology needs,
services offer to Sourcewell
and ancillary service needs from ONE VENDOR. As an example, municipalities can
participating entities? What makes
purchase roll -out carts, specialized roll out carts for Organics collection, plastic commercial
your proposed solutions unique in
containers, award winning bear -resistant carts, public litter containers, office and apartment
your industry as it applies to
recycling bins, and rectangular and round recycling bins ALL FROM ONE SOURCE. In
Sourcewell participating entities?
addition, Sourcewell members are also able to purchase Rehrig' s proprietary Vision
Technology solution without having to source this technology from a 3rd party. Conversely,
many competing roll -out cart manufacturers who offer technology are buying 3rd party
technology or using off the shelf technology.
Rehrig Pacific's Buy Back plan allows Sourcewell members to return their old containers to
Rehrig to earn scrap value for their containers at the end of their useful life.
Lastly, and most important to Sourcewell members, Rehrig Pacific's infrastructure of twelve
(12) sales representatives, seven (7) Account Specialists, and the industry's greatest
capacity gives more Sourcewell members the opportunity to take advantage of shorter lead
times, shorter freight lanes, freight cost savings, and a more satisfied customer experience
without having to purchase their needs from several manufacturers.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
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.
Item
Question
Response
42
Do your warranties cover all products, parts, and
All of Rehrig Pacific products are covered by a warranty. Our Recycling
labor?
Bins have a 5-year warranty, our PLC's have a 5-year warranty, our
Commercial Containers have a 3-year warranty and our Roll -Out Carts have
a 10-year warranty. For our Vision Technology, our standard warranty
includes a 1-year warranty on the RFID Reader and components with
optional purchases for multiple years beyond the first year. Labor for
removing the RFID Reader and shipping it back is NOT included. Please
see the specifics of our uploaded warranty plans in the Document Section.
43
Do your warranties impose usage restrictions or
Our warranty coverages do include language that specifically outlines proper
other limitations that adversely affect coverage?
usage of our products along with language describing where improper usage
voids the warranty. Please see our attached warranty plans for our various
products.
44
Do your warranties cover the expense of
Our sales representatives are responsible for addressing warranty issues
technicians' travel time and mileage to perform
with our customers for our core plastic collection containers including
warranty repairs?
recycling bins, commercial containers, public litter containers and our line of
automated roll -out carts. These visits are at no cost to the customer. With
respect to Rehrig' s warranty for our Technology hardware we have a
standard warranty. If the technology hardware is broken and under warranty,
it would be the responsibility of the customer to remove that unit, ship it
back for repair, and re -install when it returns. Labor is not included under
warranty for the technology hardware. If a customer determines they require
additional onsite service, Rehrig charges $1500 per day (minimum of 2
days).
45
Are there any geographic regions of the United
Rehrig Pacific Company does not utilize technicians for our warranties, nor
States or Canada (as applicable) for which you
do we perform warranty repairs. If our core plastic containers fall under the
cannot provide a certified technician to perform
warranty period, the customer's Rehrig sales representative is responsible
warranty repairs? How will Sourcewell
for starting the warranty process. Our sales representatives will, but do not
participating entities in these regions be provided
always need to visit the customer's site for warranty inspection. We have
service for warranty repair?
protocols in place where our warranty claims can be completed without a
visit. We currently handle warranty claims for customers in all 50 states and
Canada.
46
Will you cover warranty service for items made by
All of Rehrig Pacific Company's products warranty plans are covered by
other manufacturers that are part of your proposal,
Rehrig Pacific including our Commercial Containers and Public Litter
or are these warranties issues typically passed on
Containers.
to the original equipment manufacturer?
47
What are your proposed exchange and return
If a product is deemed to be defective our Account Specialists are
programs and policies?
immediately notified, and a ticket is submitted into our system and is
assigned a case. This protocol alerts our Operations Team of the specific
problem which helps eliminate similar issues moving forward. The customer
is immediately issued a credit for the defective product. Our policy is then
to work closely with our customer to quickly determine a production and
delivery date to replace the defective product. Rehrig Pacific Company is
responsible for the freight on any returned defective products.
48
Describe any service contract options for the
N/A
items included in your proposal.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
Table 10: Payment Terms and Financing Options
Line
Item
Question
Response*
49
What are your payment terms (e.g., net 10, net 30)?
Payment Terms: Net 30 Days
50
Describe any leasing or financing options available for use
Rehrig Pacific Company offers leasing and financing options through
by educational or governmental entities.
Rehrig Financial Services (RFS). Rehrig has been successful in
helping cities with financing our various products, especially during
tight budget constraints brought on by the Covid-19 pandemic.
Upon request, Rehrig will also work with Sourcewell members 3rd
party financing companies.
51
Briefly describe your proposed order process. Include
Rehrig Pacific Company implements JD Edwards (JDE) as its
enough detail to support your ability to report quarterly
Enterprise Resource Planning system. As such, sales orders are
sales to Sourcewell as described in the Contract template.
submitted into JDE, and Sales Representatives work closely with
For example, indicate whether your dealer network is
their Account Specialists in submitting sales orders. Upon
included in your response and whether each dealer (or
submission into JDE, sales order forms are input with a category
some other entity) will process the Sourcewell participating
code that keys the order as a Sourcewell Cooperative purchasing
entities' purchase orders.
order. For the purposes of reporting sales, quarterly sales reports
are generated from JDE by selecting and running the report using
the Sourcewell category code. Subsequently, the report is reviewed
by the relevant Sales Representatives, Account Specialists, and
Sales Managers. Upon review and approval by the relevant parties,
the sales report is sent to Sourcewell and, simultaneously, Accounts
Payable for processing and payment.
52
Do you accept the P-card procurement and payment
Rehrig Pacific does accept P-Card but will not offer terms through
process? If so, is there any additional cost to Sourcewell
this process. Payment would be due upon receipt. If the customer
participating entities for using this process?
requests our terms of Net 30 then they would be required to send
a check or wire payment.
Table 11: Pricing and Delivery
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can
be made during the term of an awarded Contract as desribed in the RFP, the template Contract, and the Sourcewell Price and Product
Change Request Form.
Line
Item
Question
Response*
53
Describe your pricing model (e.g., line -item discounts or
Rehrig Pacific Company has submitted line item, volume -tiered
product -category discounts). Provide detailed pricing data
pricing. Our pricing model is one that is proposing "ceiling pricing"
(including standard or list pricing and the Sourcewell
for our products and ancillary services and technology. This price
discounted price) on all of the items that you want
model protects Rehrig Pacific from volatile fluctuations in our raw
Sourcewell to consider as part of your RFP response. If
material (resin) costs. Historically, we have found that municipal
applicable, provide a SKU for each item in your proposal.
orders can vary in size and scope, with some cities needing as
Upload your pricing materials (if applicable) in the
few as a hundred containers, to other municipalities who are
document upload section of your response.
potentially purchasing thousands and tens of thousands of
containers. Our pricing model includes language that would allow a
Sourcewell member to work with their Rehrig sales representative
for large strategic opportunities. In essence, our pricing is always
somewhat negotiable but never higher than the proposed pricing we
have submitted in our proposal.
54
Quantify the pricing discount represented by the pricing
N/A. There is no set discount. Rehrig's pricing is volume -tiered
proposal in this response. For example, if the pricing in
based ceiling pricing that leaves the opportunity for municipalities to
your response represents a percentage discount from
receive more competitive pricing on larger strategic opportunities.
MSRP or list, state the percentage or percentage range.
55
Describe any quantity or volume discounts or rebate
Pricing is volume -tiered pricing with pricing being "discounted"
programs that you offer.
based on volume. Also, each tiered price is "ceiling pricing".
56
Propose a method of facilitating "sourced" products or
N/A. Our pricing includes a pricing tab for spare parts,
related services, which may be referred to as "open
components and accessories.
market" items or "nonstandard options". For example, you
may supply such items "at cost" or "at cost plus a
percentage," or you may supply a quote for each such
request.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
57
Identify any element of the total cost of acquisition that is
All of our Sourcewell pricing is exclusive of freight and applicable
NOT included in the pricing submitted with your response.
sales tax. Freight cost can vary depending on which Rehrig
This includes all additional charges associated with a
location the product(s) are produced and shipped from. Spare
purchase that are not directly identified as freight or
parts components for our products are available and listed on our
shipping charges. For example, list costs for items like pre-
proposal and are exclusive of freight and applicable sales tax. For
delivery inspection, installation, set up, mandatory training,
our Vision Technology products, Rehrig has submitted pricing for
or initial inspection. Identify any parties that impose such
such items as hardware installation, training, set up, and warranty
costs and their relationship to the Proposer.
calls.
58
If freight, delivery, or shipping is an additional cost to the
Rehrig Pacific Company makes great efforts to assure that our
Sourcewell participating entity, describe in detail the
products are received by our customers in a safe, secure,
complete freight, shipping, and delivery program.
professional, and timely manner. As we do with all our customers,
Rehrig will negotiate the most competitive freight rates for the
Sourcewell members. Rehrig Pacific Company works directly with
3rd party logistics companies where our annual volume and long-
standing relationships provide Rehrig with very competitive freight
rates. Once a customer requests a quotation for our products,
Rehrig Pacific's Logistics Manager solicits freight quotes from our
list of Rehrig-qualified freight carriers. Based on the quotes
received, and considering their availability and price, Rehrig then
determines which freight carrier will be chosen. Freight charges
are always included in our quotations and will appear on the
Sourcewell member's invoices.
59
Specifically describe freight, shipping, and delivery terms or
Rehrig uses the same process for Alaska, Hawaii and offshore
programs available for Alaska, Hawaii, Canada, or any
locations as we use in the contiguous 48 states. The freight
offshore delivery.
carrier base we utilize is also the same. Our freight quotations to
these locations include all applicable taxes and tariffs. Our
shipments to Hawaii are loaded directly onto the shipping container
in which we load. For Alaska, the process is different. Rehrig
loads our product onto 53' dry vans and the goods are then
delivered to the Port of Seattle and trans -loaded onto an intermodal
or ocean container and then a barge for their destination. Here
they are then trans -loaded into dry -van trailers for final mile
delivery. The freight rate Rehrig quotes include all of these services.
60
Describe any unique distribution and/or delivery methods or
As part of our Services product offerings, Rehrig Pacific offers the
options offered in your proposal.
Assembly & Distribution of our roll -out carts to the Sourcewell
member's residences. What is unique to Rehrig is that we perform
this service internally using company -employed personnel and
equipment to offload, assemble and deliver our residential roll -out
carts to the individual residences city-wide. Having this service
integrated into our offerings eliminates any setbacks or delays by
any sub -contracted 3rd party Assembly & Distribution company.
Rehrig is the only roll -out cart manufacturer who offers and
manages this service in-house.
Table 12: Pricing Offered
Line
Item
The Pricing Offered in this Proposal is:
Comments
61
b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing
The nature of our business is
departments.
to offer the Municipality the
most competitive pricing at
the time. Each individual
opportunity is viewed based
on timing, size and scope.
Pricing will vary from
opportunity to opportunity
because of this. Rehrig
Pacific' commitment will be
that we offer the same
pricing we would offer them
under any other cooperative
purchasing agreement.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
Table 13: Audit and Administrative Fee
Line
Item
Question
Response*
62
Specifically describe any self -audit process or program that you
Rehrig Pacific sales representatives who are working with
plan to employ to verify compliance with your proposed Contract
Sourcewell members who wish to purchase off of the
with Sourcewell. This process includes ensuring that Sourcewell
Sourcewell contract will provide a quotation with Sourcewell
participating entities obtain the proper pricing, that the Vendor
pricing documented on the quotation. These quotations are
reports all sales under the Contract each quarter, and that the
stored in Salesforce under the account (Sourcewell member
Vendor remits the proper administrative fee to Sourcewell.
city) and can be made available to Sourcewell upon
request. All invoicing for subsequent orders from Sourcewell
members will be coded as Sourcewell sales and will be
recorded and made available quarterly for Sourcewell.
63
Identify a proposed administrative fee that you will pay to
Rehrig Pacific Company will agree to pay Sourcewell a two
Sourcewell for facilitating, managing, and promoting the Sourcewell
percent (2%) administrative fee on all sales (less freight and
Contract in the event that you are awarded a Contract. This fee
applicable taxes) completed and signed through the
is typically calculated as a percentage of Vendor's sales under the
Sourcewell/Rehrig contract. Administrative fee to be paid
Contract or as a per -unit fee; it is not a line -item addition to the
quarterly or as frequently as Sourcewell prefers.
Member's cost of goods. (See the RFP and template Contract for
additional details.)
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
Table 14A: Depth and Breadth of Offered Equipment Products and Services
Line
Item
Question
Response"
64
Provide a detailed description of the
Rehrig Pacific Company is proposing the industry's most complete menu of plastic
equipment, products, and services that you
containers routinely used within the Solid Waste & Recycling Industry today. In
are offering in your proposal.
addition, Rehrig Pacific Company is proposing vertically integrated Technology and
Service Solutions which were developed to bring visibility to Solid Waste &
Recycling collection operations, helping them to gain efficiencies and drive out cost.
Recycling Bins
Our vast menu of products include various sizes of curbside recycling bins used in
manual recycling collection programs. These products include 14 and 18-gallon
curbside recycling bins, 25 and 32-gallon Round curbside recycling bins, a 4-gallon
Office Paper recycling bin, a 6-gallon Apartment recycling bin and a 2-gallon Food
Waste collection bin.
Residential Roll -Out Carts for Recycling, Solid Waste, Yard Waste/Organics Collection
Our complete line of residential collection containers used in semi -automated and
fully -automated collection programs include the commonly preferred sizes of 35-
gallon, 65-gallon and 95-gallon roll -out carts. In addition, Rehrig also offers a 18-
gallon (65-liter), a 20-gallon (80-liter) and a 100-liter container for Organics
collection. Lastly, Rehrig Pacific offers a patented IGBC certified Bear Resistant
roll -out cart in 35, 65 and 95-gallon sizes. Rehrig also offers various accessories
and styles of gravity locks designed for programs who experience high scavenging
rates or simply want to protect the waste stream inside the container. Rehrig's roll-
out carts have been the choice of some of the Solid Waste Industry's more elite
collection programs including the city of Los Angeles, the city of Seattle, the city of
Edmonton, the city of San Diego, and the city of Toronto.
Commercial Containers & Public Litter Containers
Rehrig Pacific also offers a line of plastic commercial containers used in the
collection of commercial waste and recycling. Our Public Litter Containers (PLC's)
are also offered and are used for the collection of waste in city parks and
downtown areas.
Services
Rehrig Pacific Company, under our our Field Service Group, offers services related
to the Solid Waste Industry. These services are performed internally by Rehrig
Pacific employees and include Assembly & Distribution, Container
Management,
Cart Reclamation/Removal, RFID Retrofitting Services, Route Auditing, Yard
Cleanups, Mailers and Mobile Washing.
Software Technology
Rehrig's proprietary Vision software platform includes several applications to track
assets in real time using RFID and GPS. Our Vision technology provides multi -level
visibility that helps reduce operating costs, increase sales, and preserve capital.
Applications include Work Order + Inventory, Service Verification, and Industrial
Container Tracking.
Material Buy Back
Rehrig Pacific Company provides a buy back program where Rehrig Pacific
Company will repurchase Rehrig's containers that have reached the end of their
useful life. The repurchase will be at the current rate of scrap high density
polyethylene (HDPE) at the time of sale multiplied by the number of pounds of
material retrieved from each container minus freight.
65
Within this RFP category there may be
In addition to our core plastic container products, Rehrig Pacific offers ancillary
subcategories of solutions. List subcategory
products and services related to the Solid Waste & Recycling
titles that best describe your products and
industry.
services.
These products can be categorized as Technology and Services Offerings and are
included in our proposed pricing.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
Table 14113: Depth and Breadth of Offered Equipment Products and Services
Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional
comments in the text box provided, as necessary.
Line
Category or Type
Offered *
Comments
66
Residential -sized refuse and recycling containers,
r Yes
Rehrig has proposed all of these products.
collection bins, dumpsters, and carts of principally
r No
non-metallic composition
67
Commercial and institutional -sized refuse and
r Yes
Rehrig Pacific Company does offer commercial size plastic
recycling containers, collection bins, dumpsters, and
r No
commercial containers (dumpsters).
carts of principally non-metallic composition
68
Lift and tipping solutions for stationary carts and
r Yes
dumpsters
r No
69
Technology solutions related to the management of,
r Yes
Rehrig Pacific is proposing our proprietary Vision Software
or planning for, collection of refuse and recycling
c' No
Solution. Literature attached.
materials from containers of the type described in
RFP Section 1. a - b.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
Table 15: Industry Specific Questions
Line
Item
Question
Response*
70
If you are awarded a contract, provide a
Sales growth within the Municipal sector, and specifically those sales made through
few examples of internal metrics that will
the Sourcewell contract is how we will measure success. As previously stated,
be tracked to measure whether you are
Rehrig's intentions are to use the Sourcewell agreement in every municipal opportunity
having success with the contract.
we encounter. Our strategy is to continue to be our customer's expert on containers
and technology so when the time comes for them to purchase our various offerings,
the municipalities will be more motivated to utilize the Sourcewell contract, avoid the
RFP process, and receive Rehrig's unique value-added products and ancillary
services. All Sourcewell sales will be tracked by individual sales representatives and
by region.
71
Describe your organization's approach to
Data that is required to service a customer is regularly collected by Rehrig Pacific
the collection, storage, usage, ownership,
solely for the purpose of executing the business relationship that Rehrig has with that
and rights of customer data that is
customer. Collected data is retained only for the useful life of the data; extraneous
gathered in the normal course of business.
data elements that may be collected during the course of the business relationship
that are not necessary for Rehrig to provide services or products is regularly purged
from our systems.
72
Explain your organization's approach to
Rehrig Pacific maintains a comprehensive security program in accordance with the
data protection and access.
NIST Cybersecurity Framework v1.1, which includes published policies on data
classification and protection, system access, network security, etc. In support of that
program, audits are regularly performed and appropriate security controls have been
put in place to log data access, ensure that all access to data is allowed only for
employees with a legitimate need to access said data, and otherwise ensure the
confidentiality, integrity and availability of all business data.
73
Describe how your offering encourages
Municipalities have been converting their collection operations from manual collection
increased participation in recycling and
to semi and fully -automated collection since the late 1970's. Plastic roll -out carts have
diversion programs.
been the essential component to this conversion. Data shows that collection
operations have seen an increase in participation and diversion after implementing an
automated collection program. Containerizing a collection program is more efficient
and more cost effective. Automated collection using plastic roll -out carts is also safer
and reduces the number of workman's compensation claims. Our Vision Technology
Solution has several applications that municipal collection operations are installing to
gain efficiencies in the collection of solid waste, recycling and organics waste.
74
Identify if your offered technology solutions
Rehrig's Vision Technology is available through mobile device applications using Apple
are available through mobile device
(ios) and Android operating systems.
applications and with what operating
systems they are compatible.
75
Describe any design and manufacturing
Rehrig Pacific Company is an injection -molder and uses the injection -molding process
processes or materials utilized that
to manufacture almost all of our products. Five of the six (6) leading manufacturers
contribute to product attributes such as
of roll -out carts use the injection -molding process. You will hear equally compelling
longevity, ease of use, safety, or reduced
rationale behind the injection -molding versus rotational molding processes. In the end,
life cycle costs.
the quality of a roll -out cart is not so much about the manufacturing process but rather
more centered around three crucial components; 1) product design, 2) material quality,
and 3) manufacturing. For example, a roll -out cart vendor can have a well designed
roll -out cart but if there is sub -par material being used, or if there isn't enough of the
required UV Stabilizer being used, the cart will fail. Same thing is true for
manufacturing, regardless if its a rotationally -molded cart or an injection -molded cart.
If the production of the cart is jeopardized in any way, (run too quickly, not cooled
long enough, the mold is not filled completely, etc.) the product will fail. That being
said there are some important inherent advantages to injection molding. As an
injection molder, our molds are designed to include varying geometry in the container's
design. Simply, an injection cart mold can have several different wall thicknesses
throughout its design. Conversely, a rotationally molded roll -out cart can only have
one (or the same) wall thickness throughout the cart. Having the ability to incorporate
greater or thicker wall stock in areas of the roll -out cart that sustains greater abuse
from the lifting equipment is crucial to the longevity of the cart. The Rehrig cart for
example, has greater wall thickness in the bottom and gripping areas by the grab -bar
and by the handles where the lids are attached. The rotational molded process only
allows for ONE wall thickness, meaning they cannot "beef up" their roll -out cart in
places where the roll -out cart experiences the most wear and tear.
Injection molders can incorporate more PCR and more types of PCR into their
products versus a rotational molder. A rotational molder uses a powder form of resin,
making it difficult at best, to incorporate various types of PCR. Lastly, injection
molders can produce roll -out carts faster compared to rotational molders. This is
crucial to consider when municipalities are looking to purchase large quantities of roll-
out carts in a short period of time.
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
Table 16: Exceptions to Terms, Conditions, or Specifications Form
Line Item 76. 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 I Exception or Proposed Modification
N/A
Documents
Ensure your submission document(s) conforms to the following:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to
ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed
by Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the
zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding
to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan."
• Financial Strength and Stability - Financial Strength and Stability.zip - Tuesday March 02, 2021 11:23:20
• Marketing Plan/Samples - Marketing Plan.pdf - Monday March 08, 2021 16:29:34
• WMBE/MBE/SBE or Related Certificates - WMBE MBE SBE.zip - Thursday March 11, 2021 17:42:30
• Warranty Information - Warranty Information (2).zip - Tuesday March 09, 2021 21:28:05
• Pricing - Sourcewell RFP Pricing 4-15-21.zip - Tuesday April 06, 2021 15:30:12
• Upload Additional Document - Company & Product Overview Slide Deck.zip - Thursday March 11, 2021 18:39:23
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
Proposer's Affidavit
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the
Proposer to this Affidavit and Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in
the jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for
contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the
Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under
this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not
directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of
this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or
competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the
consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this
solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or
circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a
vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an
employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this
solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in
accordance with the terms, conditions, and scope of a resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or
certifications necessary to deliver such equipment, products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are
acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and
related services to Sourcewell Members under an awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either
substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic
data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes
Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under
Minnesota's Data Practices Act.
11. Proposer its employees, agents, and subcontractors are not:
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control
of the United States Department of the Treasury found at: https://www.treasury_gov/ofac/downloads/sdnlist.pdf;
2. Included on the government -wide exclusions lists in the United States System for Award Management found at:
https://sam.gov/SAM/; or
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company
DocuSign Envelope ID: BB984801-9AEA-4B04-8ACF-DD02CB9FCE85
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated
by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any
Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense
related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this
Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I
had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic
signature or electronic record was used in its formation. - Jack Weber, National Account Manager- Municipal Sector, Rehrig Pacific
Company
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.
I have reviewed the
File Name below addendum and Pages
attachments (if
applicable)
Addend um_4_Plastic Refuse_Recycling_Containers_RFP_041521
Wed March 17 2021 03:40 PM
Addendum _3_ Plastic _Refuse_Recycling_Containers_RFP_041521
Mon March 8 2021 09:41 AM
Addend um_2_Plastic_Refuse_Recycling_Containers_RFP_041521
Fri March 5 2021 04:19 PM
Addendum _1_ Plastic _Refuse_Recycling_Containers_RFP_041521
Mon March 1 2021 04:31 PM
r
r
r
r
Bid Number: RFP 041521 Vendor Name: Rehrig Pacific Company