Loading...
HomeMy WebLinkAbout031-26 RESOLUTIONPage 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 31-26 File Number: 2025-2619 A RESOLUTION TO APPROVE THE PURCHASE OF POLICE VEHICLE UPFITTING SUPPLIES, INSTALLATION AND LABOR SERVICES IN THE AMOUNT OF $182,316.30 FROM SUPERIOR CHEVROLET OF SILOAM SPRINGS, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT, PLUS ANY APPLICABLE SURCHARGES, FREIGHT CHARGES, AND DELIVERY FEES UP TO 10% OF THE ORIGINAL PURCHASE PRICE 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 Police vehicle upfitting supplies, installation and labor services in the amount of $182,316.30 from Superior Chevrolet of Siloam Springs d/b/a Superior Chevrolet Buick GMC, pursuant to a Sourcewell Cooperative purchasing contract, plus any applicable surcharges, freight charges, and delivery fees up to 10% of the original purchase price. PASSED and APPROVED on January 6, 2026 Approved: _______________________________ Molly Rawn, Mayor Attest: _______________________________ Kara Paxton, City Clerk Treasurer Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2025-2619 MEETING OF JANUARY 6, 2026 TO: Mayor Rawn and City Council THROUGH: Terry Gulley, Asst Public Works Director - Ops FROM: Ross Jackson, Jr., Fleet Operations Superintendent SUBJECT: PURCHASE OF POLICE VEHICLE UPFITTING SUPPLIES AND SERVICES THROUGH SUPERIOR AUTOMOTIVE GROUP DBA SUPERIOR CHEVROLET BUICK GMC RECOMMENDATION: A RESOLUTION TO APPROVE THE PURCHASE OF POLICE VEHICLE UPFITTING SUPPLIES, INSTALLATION AND LABOR SERVICES THROUGH SUPERIOR CHEVROLET OF SILOAM SPRINGS FOR THE PURCHASE PRICE OF $182,316.30 PLUS ANY ADDITIONAL TAXES, SURCHARGES OR FREIGHT CHARGES UP TO 10% OF THE ORIGINAL PRICE PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT (090122-WHL). BACKGROUND: On March 19, 2024, the City Council approved resolution 102-24 approving the purchase of Whelen products and services through cooperative contract 090122-WHL. DISCUSSION: Approval of this resolution will authorize the purchase and upfitting of the new Fayetteville Police Department vehicles presented on this agenda. Historically, Fleet Operations has completed this work in-house; however, due to limited staffing in 2025 and into 2026, the department will need to sublet these services to ensure the timely upfitting of fifteen (15) new hybrid police vehicles. Contracting this work will support operational efficiency, expedite the deployment of new units, and help maintain the replacement of existing assets. Fleet Operations and the Fayetteville Police Department respectfully recommend approval and adoption of this purchase. BUDGET/STAFF IMPACT: All vehicle parts and upfitting equipment will be purchased through the Fleet budget. ATTACHMENTS: 3. Staff Review Form, 4. Superior PIU SRO Upfit $12,154.42 (Including Tax) - Per Vehicle, 5. Superior Chevrolet - Whelen Quote for 15 Vehicles, 6. Whelen Contract, 7. Whelen Pricing Structure, 8. RFP and Addendums-Law Enforcement Equip. 090122, 9. Approved Arkansas Whelen Vendors, 10. Resolution 102-24 Sourcewell Contract 090122-WHL Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2025-2619 A RESOLUTION TO APPROVE THE PURCHASE OF POLICE VEHICLE UPFITTING SUPPLIES, INSTALLATION AND LABOR SERVICES IN THE AMOUNT OF $182,316.30 FROM SUPERIOR CHEVROLET OF SILOAM SPRINGS, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT, PLUS ANY APPLICABLE SURCHARGES, FREIGHT CHARGES, AND DELIVERY FEES UP TO 10% OF THE ORIGINAL PURCHASE PRICE 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 Police vehicle upfitting supplies, installation and labor services in the amount of $182,316.30 from Superior Chevrolet of Siloam Springs d/b/a Superior Chevrolet Buick GMC, pursuant to a Sourcewell Cooperative purchasing contract, plus any applicable surcharges, freight charges, and delivery fees up to 10% of the original purchase price. City of Fayetteville Staff Review Form 2025-2619 Item ID 1/6/2026 City Council Meeting Date - Agenda Item Only N/A for Non-Agenda Item Ross Jackson 12/9/2025 FLEET OPERATIONS (770) Submitted By Submitted Date Division / Department Action Recommendation: A RESOLUTION TO APPROVE THE PURCHASE OF POLICE VEHICLE UPFITTING SUPPLIES, INSTALLATION AND LABOR SERVICES THROUGH SUPERIOR CHEVROLET OF SILOAM SPRINGS FOR THE PURCHASE PRICE OF $182,316.30 PLUS ANY ADDITIONAL TAXES, SURCHARGES OR FREIGHT CHARGES UP TO 10% OF THE ORIGINAL PRICE PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT (090122-WHL). Budget Impact: 9700.770.1920-5802.00 Shop Account Number Fund 97001.1010.200 97000.1010.200 Fleet Vehicle Replacements Expansions Project Number Project Title Budgeted Item?Yes Total Amended Budget $554,000.00 Expenses (Actual+Encum)$- Available Budget $554,000.00 Does item have a direct cost?Yes Item Cost $182,316.30 Is a Budget Adjustment attached?No Budget Adjustment Remaining Budget $371,683.70 V20221130 Purchase Order Number:Previous Ordinance or Resolution # Change Order Number:Approval Date: Original Contract Number: Comments: 11/13/2025 JV sourcewell 090122-whl Vehicle 2025 FORD PIU HYBRID 4WD Emergency Equipment Upfit PRICES GOOD FOR 90 DAYS FROM DATE OF QUOTE Qty Description Price Total 1 EB8SP3B LEGACY 48 IN LB KIT INCLUDES C399 CORE ($3,400.00) CCTL7 SA315U SAK75D C399SP CV2V MKEZ105 2 MCRNTB GRILL LIGHT ($189.98) 2 IONB 1/4 WIN LIGHT ($210.04) 1 WX2230F WCX BAR TA B/A ($687.94) 1 DBKT4 WCX MOUNT ($19.47) 1 ARGES1 SPOTLIGHT ($464.92) 1 ARGCH1 CONTROL ($207.68) 1 ARG50D FENDER MOUNT ($68.44) 1 LUND LOFT-PIU20-2GX-AO GUN MOUNT ($1,644.50) 1 LOFT-PIU-NPKIT non partition mount kit ($194.28) 1 PLASTIX PLUS CONSOLE PP-2025-FINT-SUV-FS WITH ($627.00) CUTOUTS FOR 425-6101 BOTTOM/ 425-6141 MIDDLE 2 fuse block ($50.00) 1 circuit breaker ($27.50) 1 MB5Z-7813086-AC FOR ALL WEATHER MAT ($213.40) 2 425-3816 MAGNETIC MIC MT ($56.00) 1 2601B EGIS POWER DIST MODULE ($258.50) Freight ($80.00) Shop Supplies ($100.00) Installation Labor ($2,600.00) tax ($1,054.77) Total Upfit ($12,154.42) JUIIC U Lowell AR 72745 Cell: JM 479-616-4348 JV 479-549-8335 11/13/2025 JV sourcewell 090122-whl Vehicle 2025 FORD PIU HYBRID 4WD Emergency Equipment Upfit PRICES GOOD FOR 90 DAYS FROM DATE OF QUOTE Qty Description Price Total 15x 1 EB8SP3B LEGACY 48 IN LB KIT INCLUDES C399 CORE ($3,400.00) ($51,000.00) CCTL7 SA315U SAK75D C399SP CV2V MKEZ105 2 MCRNTB GRILL LIGHT ($189.98) ($2,849.70) 2 IONB 1/4 WIN LIGHT ($210.04) ($3,150.60) 1 WX2230F WCX BAR TA B/A ($687.94) ($10,319.10) 1 DBKT4 WCX MOUNT ($19.47) ($292.05) 1 ARGES1 SPOTLIGHT ($464.92) ($6,973.80) 1 ARGCH1 CONTROL ($207.68) ($3,115.20) 1 ARG50D FENDER MOUNT ($68.44) ($1,026.60) 1 LUND LOFT-PIU20-2GX-AO GUN MOUNT ($1,644.50) ($24,667.50) 1 LOFT-PIU-NPKIT non partition mount kit ($194.28) ($2,914.20) 1 PLASTIX PLUS CONSOLE PP-2025-FINT-SUV-FS WITH ($627.00) ($9,405.00) CUTOUTS FOR 425-6101 BOTTOM/ 425-6141 MIDDLE 2 fuse block ($50.00) ($750.00) 1 circuit breaker ($27.50) ($412.50) 1 MB5Z-7813086-AC FOR ALL WEATHER MAT ($213.40) ($3,201.00) 2 425-3816 MAGNETIC MIC MT ($56.00) ($840.00) 1 2601B EGIS POWER DIST MODULE ($258.50) ($3,877.50) Freight ($80.00) ($1,200.00) Shop Supplies ($100.00) ($1,500.00) Installation Labor ($2,600.00) ($39,000.00) tax ($1,054.77) ($15,817.00) Total Upfit ($12,154.42)($182,311.75) JUIIC U Lowell AR 72745 Cell: JM 479-616-4348 JV 479-549-8335 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL Sourcewell :- Solicitation Number: 090122 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Whelen Engineering Company, Inc., 51 Winthrop Road, Chester, CT 06412 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Law Enforcement Equipment from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires November 7, 2026, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Rev. 3/2022 DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 090122-WHL Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be Rev. 3/2022 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax - exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At anytime during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; Rev. 3/2022 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier's employees maybe required to perform work at government - owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell Rev. 3/2022 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier's acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: Rev. 3/2022 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased Rev. 3/2022 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier's Authorized Representative is the person named in the Supplier's Proposal. If Supplier's Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. Rev. 3/2022 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master -servant, or principal -agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell's responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Supplier. b. Supplier grants to Sourcewell a royalty -free, worldwide, non-exclusive right and license to use Supplier's trademarks in advertising and promotional materials for the purpose of marketing Supplier's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, Rev. 3/2022 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party's trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's trademarks only in good faith and in a dignified manner consistent with such party's use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. Rev. 3/2022 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non -defaulting party may: Rev. 3/2022 10 DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 090122-WHL • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers' Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products -completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability -completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non -owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit Rev. 3/2022 11 DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 090122-WHL 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer's Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier's security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data — including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. 11 T1 u.0 u $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other Rev. 3/2022 12 DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 090122-WHL insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self -insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self -insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all Rev. 3/2022 13 DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 090122-WHL references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis -Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of Rev. 3/2022 14 DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 090122-WHL not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any Rev. 3/2022 15 DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 090122-WHL person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Rev. 3/2022 16 DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 090122-WHL M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre -approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. 0. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non -delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier's Rev. 3/2022 17 DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 090122-WHL 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: Vti,►My S(6 v¢� gy: COFD2A739D06489 . Jeremy Schwartz Title: Chief Procurement Officer Date: 11/2/2022 1 3:59 PM CDT Approved: By :EIDocuSigned by: �7E42B8F817A64CC... Chad Coauette Title: Executive Director/CEO 11/7/2022 1 10:35 AM CST Date: Whelen Engineering Company, Inc. DocuSigned by LISLSLA itu-. y6CF156C772834C5... Ashish Jain Title: CFO Date: 11/7/2022 1 9:22 AM CST Rev. 3/2022 18 DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C RFP 090122 - Law Enforcement Equipment Vendor Details Company Name: Whelen Engineering Company Inc. 51 Winthrop Rd Address: Chester, CT 06412 Contact: Craig Szymanski Email: cszymanski@whelen.com Phone: 860-718-2304 Fax: 860-718-2304 HST#: 06-0725110 Submission Details Created On: Tuesday August 09, 2022 07:06:18 Submitted On: Thursday August 25, 2022 10:35:18 Submitted By: Craig Szymanski Email: cszymanski@whelen.com Transaction #: ea713e75-467f-4e16-ac4b-14db9d44919c Submitter's IP Address: 73.227.80.204 Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an explanation). Line Item Question Response* 1 Proposer Legal Name (one legal entity only): Whelen Engineering Company, Inc. (In the event of award, will execute the resulting contract as "Supplier") 2 Identify all subsidiary entities of the Proposer Whelen Engineering Company, Inc. whose equipment, products, or services are included in the Proposal. 3 Identify all applicable assumed names or DBA Whelen Engineering Company, Inc. names of the Proposer or Proposer's subsidiaries in Line 1 or Line 2 above. 4 Provide your CAGE code or Unique Entity Cage Code: 10402 Identifier (SAM): 5 Proposer Physical Address: 51 Winthrop Road Chester, CT 06412 6 IProposer website address (or addresses): www.whelen.com 7 Proposer's Authorized Representative (name, Ashish Jain, CFO title, address, email address & phone) (The Whelen Engineering Company, Inc. representative must have authority to sign 51 Winthrop Road the "Proposer's Assurance of Compliance" on Chester, CT 06412 behalf of the Proposer and, in the event of ajain@whelen.com award, will be expected to execute the 860-718-2099 resulting contract): 8 Proposer's primary contact for this proposal Craig Szymanski (name, title, address, email address & phone): Director of Sales Administration Whelen Engineering Company, Inc. 51 Winthrop Road Chester, CT 06412 cszymanski@whelen.com 860-790-1080 9 Proposer's other contacts for this proposal, if None, please contact: any (name, title, address, email address & Craig Szymanski phone): Director of Sales Administration Whelen Engineering Company, Inc. 51 Winthrop Road Chester, CT 06412 cszymanski@whelen.com 860-790-1080 Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C Table 2: Company Information and Financial Strength Line Item Question Response* 10 Provide a brief history of your company, In 1952 George Whelen invented the first rotating anti -collision beacon for aircraft, including your company's core values, and by 1956 this beacon was mounted on emergency vehicles, such as police and business philosophy, and industry longevity fire trucks. Today Whelen is the leader and has the majority of the Police, Amber, related to the requested equipment, products Fire and EMS markets in the US and Canada. Whelen vision is to continue to or services. manufacture products for the police/amber/fire/EMS markets in the US, create innovative products that increase the safety of the users. We have a host of volunteer first responders that work throughout the organization which gives us an edge on developing products and technology. 11 at are your company's expectations in the This contract will allow Whelen to support the members of Sourcewell with great event of an award? service and pricing. It's a great opportunity to reach new customers and new avenues of potential business with our vast sales network throughout the US and Canada. 12 Demonstrate your financial strength and Whelen is a privately held company and this information is not available. However, stability with meaningful data. This could Whelen's assets include approximately 1 million square feet of production, include such items as financial statements, engineering, sales and corporate offices in New England while its liabilities do not SEC filings, credit and bond ratings, letters have any third -party debt. of credit, and detailed reference letters. Upload supporting documents (as applicable) in the document upload section of your response. 13 What is your US market share for the --50% of the Law Enforcement market, 80-90% of the warning lights and siren used solutions that you are proposing? on Fire Trucks are Whelen equipment. —75% of the State DOTS use Whelen warning systems. 14 What is your Canadian market share for the —75% of the Law Enforcement, 90% of the warning lights and siren used on Fire solutions that you are proposing? Trucks, are Whelen equipment. 15 Has your business ever petitioned for No bankruptcy protection? If so, explain in detail. 16 How is your organization best described: is Whelen is a US Manufacturer. We have over 110 factory sales personnel and it a manufacturer, a distributor/dealer/reseller, independent sales representative throughout the US & Canada promoting the or a service provider? Answer whichever Whelen product line. Couple that with over 900 distributors in the US & Canada. question (either a) or b) just below) best There isn't a stronger sales force in our market, as shown by the percent of the law applies to your organization. enforcement business we hold. 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? 17 If applicable, provide a detailed explanation Whelen is a US manufacturer. We have ISO and an AMECA accredited lab on site outlining the licenses and certifications that to test our product for SAE, triple K and NFPA compliance. are both required to be held, and actually held, by your organization (including third parties and subcontractors that you use) in pursuit of the business contemplated by this RFP. 18 Provide all "Suspension or Debarment" None information that has applied to your organization during the past ten years. Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C Table 3: Industry Recognition & Marketplace Success Line Item Question Response* 19 Describe any relevant industry awards or The market we are in does not have an industry recognized award. We have recognition that your company has received revived many awards from our customers. in the past five years 20 What percentage of your sales are to the 90+%. The majority of our end users are state, city or towns. governmental sector in the past three years 21 What percentage of your sales are to the Being the request is for law enforcement products, the percent of sales to the education sector in the past three years education sector is under 10%. 22 List any state, provincial, or cooperative New Jersey, We hold the contract, but sales are reported by the participating purchasing contracts that you hold. What is distributors. Est. over $2,000,000 per year. the annual sales volume for each of these Tennessee, We hold the contract, but sales are reported by the participating contracts over the past three years? distributors. New contract, est value $700,000 per year Vermont, Est $100,000 per year New Hampshire, est value $250,000 per year NASPO ValuePoint, Est value $4,000,000 per year 23 List any GSA contracts or Standing Offers We have received a GSA contract in Q2 of 2021. We are estimating 2022 sales and Supply Arrangements (SOSA) that you at-$500,000. This number will continue to increase as continue to promote our hold. What is the annual sales volume for contract. each of these contracts over the past three years? Table 4: References/Testimonials Line Item 24. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Name * Contact Name * Phone Number* Avon Police Department (Avon Public Works) Alex Trajilio 860-409-4200 South Windsor Police Department, CT Michael Kowalezyk 860-648-6251 Hartford Police Department Anthony Pia 860-757-4000 Table 5: Top Five Government or Education Customers Line Item 25. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type * State / * Scope of Work * Size of Transactions * Dollar Volume Past Three Province Years Texas DPS Government Texas - TX Lightbars, Lightheads, Speakers, Est. 2500 Vehicles Est. $9,000,000 Intelligent Control Systems Michigan State Government Michigan - MI Lightbars, Lightheads, Speakers, Est. 1200 Vehicles Est. $4,000,000 Police Intelligent Control Systems Illinois State Government Illinois - IL Lightbars, Lightheads, Speakers, Est. 500 Vehicles Est. $2,000,000 Police Intelligent Control Systems Dallas Police Government Texas -TX Lightbars, Lightheads, Speakers, Est. 450 Vehicles Est. $2,000,000 Dept. Intelligent Control Systems Detroit Police Government Michigan - MI Lightbars, Lightheads, Speakers, Est. 300 Vehicles Est. 1,500,000 Dept. Intelligent Control Systems Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 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. LemQuestion Response* 26 Sales force. 100+ independent Sales Representatives across the US and Canada. 40+ full time factory sales personnel. 27 Dealer network or other distribution 900+ distributors across the US and Canada. methods. 28 Service force. Service is handled by the factory, reps and distributors. The warranty is factory direct, with the support of the reps and factory sales personnel. Most distributors also assist with warranty support. We have a warranty/service center in Canada to avoid long lead time due to customs. The Chester CT warranty center is also available for all customers. Most in warranty or out of warranty repairs are handle with an advanced exchange program, or the user can return to Whelen for repair or replacement. We have made this process very easy and customer friendly. Repaired products are normally returned to the user within 24 hours of receipt. 29 Describe the ordering process. If orders Customers work with Whelen representatives and participating distributors on product will be handled by distributors, dealers or selection. Then the customer emails their purchase order to the distributor or Whelen, others, explain the respective roles of the where the order is entered, processed, built and shipped. Proposer and others. 30 Describe in detail the process and This starts with the manufacturing process. Our return rate is less than a 1/2 of 1%. procedure of your customer service As stated in #28 above, we have Reps, Factory Personnel and Distributor throughout program, if applicable. Include your US and CA. We also staff a world class customer service department in CT that is response -time capabilities and available to assist end users. If they are on the other line, a call back will happen commitments, as well as any incentives within a few business hours. that help your providers meet your stated service goals or promises. 31 Describe your ability and willingness to We are excited to have this opportunity and believe this will help build a stronger provide your products and services to brand name and increase our sales volume. We have a vast sales network that will Sourcewell participating entities in the be calling on users and promoting the benefits of this contract. United States. 32 Describe your ability and willingness to As with the US side, we are excited for this opportunity to expand our sales in provide your products and services to Canada. With our pricing proposal and the ability to sell in Canada through Sourcewell participating entities in Canada. participating distributors we will be able to increase our market share. Our sales team will be able to advise members of the benefits of this agreement and the Whelen's vast product line. 33 Identify any geographic areas of the United Canada: Yukon, Nunavut, and North West Territory we will be able to ship product, States or Canada that you will NOT be but there are currently no local distribution. Freight charges would be added to the fully serving through the proposed contract. invoice. US: Alaska and Hawaii will have a minimum order of $1,000 for free freight, orders under $1,000 will have the freight charges added to the invoice. 34 Identify any Sourcewell participating entity We can't think of any customer that we would not sell to, however, like Canada, sectors (i.e., government, education, not -for- there may be states that Whelen would need to service by distribution. Whelen profit) that you will NOT be fully serving prefers to sell through participating distributor. When awarded we will reach out to through the proposed contract. Explain in our distributors and supply a list of participants that will agree to supply all the sales detail. For example, does your company data required. have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? 35 Define any specific contract requirements For Yukon, Nunavut, NW Territory, Alaska, Hawaii and other members outside of the or restrictions that would apply to our contiguous 48 States and Canada, freight charges will be added to the participating entities in Hawaii and Alaska invoice/pricing. Any other fees (import, Tax, Duty, etc.) will be the responsibility of the and in US Territories. end user. Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C Table 7: Marketing Plan Line Item Question Response* 36 Describe your marketing strategy for Whelen will market through the vast distribution network, Reps and factory sales teams. promoting this contract opportunity. This will allow the end user easy access to the product line and simplifies the purchasing Upload representative samples of your efforts. The distributor will promote this contract, as they are more likely to receive a marketing materials (if applicable) in purchase order if they are working with the user. The reps and factory sales will have a the document upload section of your list of participating distributors for any given region, and they will advise the members on response. who they can purchase from. We can also add a page to our website dedicated to the Sourcewell contract. Listing participating distributors. 37 Describe your use of technology and Whelen promotes through our social media networks, such as, Facebook, Instagram, digital data (e.g., social media, Linkedin, YouTube, etc ... We are constantly creating new product videos and marketing metadata usage) to enhance materials to increase the awareness of the benefits to Whelen US manufactured products. marketing effectiveness. 38 In your view, what is Sourcewell's role Sourcewell should promote the contract on their social media, emails and trade shows. in promoting contracts arising out of Adding an email and phone number to the member list would be helpful in promoting the this RFP? How will you integrate a contract, as it will give us a starting point when reaching out to new business Sourcewell-awarded contract into your opportunities. If it's available already, I couldn't find it. This may be because we don't have sales process? a contract at this point. Each salesperson will be given the details of the contract, including the members list, terms and conditions of the sale, and the participating distributors for their area of coverage. Distributors, reps and factory sales will continue to promote the contract to end users. 39 Are your products or services Whelen promotes sales through our distribution network. We will have a list of participating available through an e-procurement distributors for each state. Some will have web sites that the user can purchase ordering process? If so, describe your commodity products from. Some of our product line requires drawing, such as: lightbars, e-procurement system and how Inner Edge, etc. therefore it requires a more hands on approach. Our strength is the governmental and educational ability to work with the end user to insure they are getting the best possible product for customers have used it. their individual requirements. Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C Table 8: Value -Added Attributes LemQuestion Response* 40 Describe any product, equipment, Our sales teams will help specify the correct equipment for the application, may times this maintenance, or operator training includes a visit to the customer. Our offering is straight forward and doesn't require training, programs that you offer to however, should a member have questions, and it can't be answered by a phone call, video Sourcewell participating entities. call, our reps, factory personnel or distributors may be able to visit to solve any issue the Include details, such as whether user may have. Our field solution engineers will work with accounts on programming, if it's training is standard or optional, not done at the distributor level. There is no cost for training, user travel expenses who provides training, and any excluded. Most end user training is done either at the department or within the state, to costs that apply. reduce the financial impact on the department. 41 Describe any technological We are an engineering company and are continuously making product improvements. We advances that your proposed manufacturer from the printed circuit board up, including populating the PC board, molding products or services offer. lenses, hard coating lenses, making the molds for the plastic parts, bend and cut our own metal parts/brackets, and final assembly. We are the leader in our industry. Whelen offers a suite of intelligent control products to help increase the safety of first responders. This is integrated into the vehicle's CAN bus signals, so the Whelen system controls the vehicle warning lights and sirens automatically based on vehicle speed, etc., so the officer can pay attention to ever -changing situations. Whelen has releasing a cloud platform that can perform over -the -air vehicle updates, Geo Fencing, vehicle tracking, etc... This will allow for updating the control system and monitoring the emergency equipment operation while tracking the vehicle. 42 Describe any "green" initiatives The green initiatives that relate to the company would be converting 90% of the building's that relate to your company or to lighting to low energy LED lighting, and solar panels are on both facilities. The certifying your products or services, and agent for these green initiatives is Eversource. include a list of the certifying agency for each. 43 Identify any third -party issued eco- We don't have any, as this is not available for our product line. 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. 44 Describe any Women or Minority We do not fall into any of these categories. Business Entity (WMBE), Small Business Entity (SBE), or veteran owned business certifications that your company or hub partners have obtained. Upload documentation of certification (as applicable) in the document upload section of your response. 45 What unique attributes does your State of the art manufacturing facility and a product line that is second to none. We have company, your products, or your our own sound chamber, and light tunnels for testing our products and these are AMECA services offer to Sourcewell certified labs. We are the most self-sufficient company in our industry, as we build our participating entities? What makes products from the ground up, we don't import assemblies for use in our products. Also, as your proposed solutions unique in stated previously, we have a vast sales channel that covers the US and Canada. your industry as it applies to Sourcewell participating entities? Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 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. LemQuestion Response* 46 Do your warranties cover all products, parts, and Our warranty covers the product and include factory labor. See the Warranty labor? statement located in the price list and included in the attached section for complete details. 47 Do your warranties impose usage restrictions or No, as long as they are used for the intended purpose. See Whelen's other limitations that adversely affect coverage? warranty statement attached for complete details. 48 Do your warranties cover the expense of This is not offered, as the majority of the time the customer sends the technicians' travel time and mileage to perform product or part back for warranty consideration. Our reps, factory and warranty repairs? distribution can handle most warranty issues on their scheduled visit, if requested by the end user. 49 Are there any geographic regions of the United Remote locations may require the user to return the product, if we can't States or Canada (as applicable) for which you assist them over the phone or on a Teams, Zoom or other communication. cannot provide a certified technician to perform Our return rate is extremely low. We also sell all over the world, and this warranty repairs? How will Sourcewell hasn't been an issue. We do have a Whelen certified repair facility in participating entities in these regions be provided Canada. service for warranty repair? 50 Will you cover warranty service for items made by We are only able to warranty our products. We do not have the knowledge other manufacturers that are part of your proposal, or access to other suppliers' parts to properly fix their problems. or are these warranties issues typically passed on to the original equipment manufacturer? 51 What are your proposed exchange and return Exchanges are processed through the seller. If the agency purchased direct programs and policies? from Whelen, we have an RMA that needs to be completed, a simple process. Return policy will be at the discretion of the distributor who the member purchased from. If it's a common use item, they may exchange or take back with no restocking fee. Whelen has a 25% restock fee, and requires an RMA form to be completed, if the member want to return for credit. 52 Describe any service contract options for the We are only offering product, and do not have any service contract for our items included in your proposal. offering. Table 10: Payment Terms and Financing Options Line Item Question Response* 53 Describe your payment terms and accepted payment Net 30 Days'. Check, wire transfer or credit card. methods. 54 Describe any leasing or financing options available for use This is not standard in our industry and is not an option. by educational or governmental entities. 55 Describe any standard transaction documents that you We do not have any standard ordering forms. We accept customers propose to use in connection with an awarded contract Purchase Orders by email, fax or mail. Please see Whelen's (order forms, terms and conditions, service level Standard Terms and Conditions which are attached. We have agreements, etc.). Upload a sample of each (as included our commercial Warranty statement. applicable) in the document upload section of your response. 56 Do you accept the P-card procurement and payment We will accept credit cards; this may vary by distributor. There is process? If so, is there any additional cost to Sourcewell no cost to member by paying Whelen with a credit card. This may participating entities for using this process? vary by distributor. Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C Table 11: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. LemQuestion Response* 57 Describe your pricing model (e.g., line -item discounts or For US customers, a 41% discount off of List/MSRP is being product -category discounts). Provide detailed pricing data offered. For Canadian customers, a 35% discount off of (List/MSRP (including standard or list pricing and the Sourcewell Multiplied by the exchange rate) at time of order is being offered. discounted price) on all of the items that you want The product selection will include all items listed in the price lists Sourcewell to consider as part of your RFP response. If which are attached for your review. applicable, provide a SKU for each item in your proposal. Upload your pricing materials (if applicable) in the document upload section of your response. 58 Quantify the pricing discount represented by the pricing For US customers, a 41% discount off of List/MSRP is being proposal in this response. For example, if the pricing in offered. For Canadian customers, a 35% discount off of (List/MSRP your response represents a percentage discount from Multiplied by the exchange rate) at time of order is being offered. MSRP or list, state the percentage or percentage range. The product selection will include all items listed in the price lists which are attached for your review. 59 Describe any quantity or volume discounts or rebate There are no standard quantity discounts being offered. The sales programs that you offer. team or participating distributor may offer discounted pricing to a particular customer based on the individual circumstances. 60 Propose a method of facilitating "sourced" products or If the item is not on the attached or current price list at the time of related services, which may be referred to as "open the order, a quote can be supplied at the member's request. 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. 61 Identify any element of the total cost of acquisition that is We are only quoting on the items. We are not quoting on service NOT included in the pricing submitted with your response. training, etc. (Installation is being offered through participating This includes all additional charges associated with a distributors only, see attached.) This is no different than buying purchase that are not directly identified as freight or pencils at Staples. Our sales team is motivated to insure a positive shipping charges. For example, list costs for items like pre- buying experience. For Canadian members, we adjusted the price delivery inspection, installation, set up, mandatory training, calculation and discount to include the exchange rate, Goods and or initial inspection. Identify any parties that impose such Service Tax and Customs and Duty. See # 57 and #58 above. costs and their relationship to the Proposer. Some participating distributors may offer installation at a rate not to exceed $115 an hour, with miscellaneous supply (cable, wires, connectors, cable lies, etc .. ) charge not to exceed $165 per vehicle. If states require a Participating Addendum "PA", we will subtract any administration fees from our discount. Example: A state has a 1% administration fee, we will adjust their discount to 40% (41 %-1 %) for US customers. 62 If freight, delivery, or shipping is an additional cost to the Minimum order for free freight is $50. See #63. Freight is pre -paid Sourcewell participating entity, describe in detail the to the US and Canada (Canada by participating distributors, only), complete freight, shipping, and delivery program. Except Yukon, Nunavut, NW Territory, HI and AK and offshore deliveries, by UPS Ground or similar, at Whelen's or the participating distributor's discretion. 63 Specifically describe freight, shipping, and delivery terms or Customer will be responsible for freight charges to AK, HI (unless programs available for Alaska, Hawaii, Canada, or any the order for AK or HI is $1,000 or more) and offshore deliveries. offshore delivery. Canada customers: See adjusted discount in #57, #58 & #62 above. 64 Describe any unique distribution and/or delivery methods or We will survey our distributors once we have a contract, so they options offered in your proposal. can review and determine if they can meet all the requirements of this agreement and if they'd like to participate in this opportunity. They will need to agree to all of the terms and conditions. Having participating distributors across North America will ensure prompt attention to your member's needs. Distributors will have commodity items in stock for quick delivery. Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C Table 12: Pricing Offered Line Item The Pricing Offered in this Proposal is: * Comments 65 d. other than what the Proposer typically offers (please describe). Contracts vary, pending requirements contained in the agreement. The discount quoted is in -line with other similar contracts. Table 13: Audit and Administrative Fee Line Item Question Response* 66 Specifically describe any self -audit process or program that you We have a quote program that will calculate all sales under plan to employ to verify compliance with your proposed Contract this agreement. We will require our participating Distributor with Sourcewell. This process includes ensuring that Sourcewell to agree to the terms and conditions of the agreement and participating entities obtain the proper pricing, that the Vendor file quarterly reports with us. This has been done successfully reports all sales under the Contract each quarter, and that the before. Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail to support your ability to report quarterly sales to Sourcewell as described in the Contract template. 67 If you are awarded a contract, provide a few examples of internal Sales dollars that are generated under this agreement. metrics that will be tracked to measure whether you are having Increase in market share. success with the contract. Number of customers that utilize this agreement. Participation by Whelen distributors. Customer satisfaction. 68 Identify a proposed administrative fee that you will pay to Whelen and its participating distributors will pay 1 % of the Sourcewell for facilitating, managing, and promoting the Sourcewell total sales of products sold under this contract to Sourcewell, Contract in the event that you are awarded a Contract. This fee less any returns or credits. This excludes freight charges and is typically calculated as a percentage of Vendor's sales under the other non -product related charges. 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* 69 Provide a detailed description of the Whelen is a US manufacture of emergency warning lights and siren systems for the equipment, products, and services that you Law Enforcement, DOT, Utility, Fire and EMS markets. Our product line includes are offering in your proposal. vehicle roof mounted lightbars, interior lightbars, Interior vehicle lighting, dash lights, beacons, peripheral body lighting, sirens, control systems, speakers and white illumination lighting. 70 Within this RFP category there may be I do not see any subcategories in this proposal. subcategories of solutions. List subcategory titles that best describe your products and services. Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6AO9CO8-2496-4OC3-94OA-F32C82BOA26C 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 71 Law Enforcement duty gear C' Yes We are not offering this item. G. No 72 Traffic safety enforcement equipment, devices, and G. Yes Lights are sirens are key instruments r No equipment for the law enforcement agencies. 73 Crime scene management and evidence collection Yes We are not offering this item. equipment and supplies G. No 74 Tactical and EOD equipment (with the exception of those (- Yes We are not offering this item. items excluded in subsections 2. or 3. of RFP) c: No 75 Services related to the offering of the solutions in Yes Installation of our products is subsections above, such as training, installation, testing, r No being offered at the participating maintenance, warranty programs, and technical support distributor level. Table 15: 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. IContract Section (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." • Pricing - PL22.2WL & PL22.2PAWL.pdf - Thursday August 11, 2022 07:30:58 • Financial Strength and Stability - Financeial Strenghte and Stability 9 2022.pdf - Tuesday August 16, 2022 11:09:17 • Marketing Plan/Samples - Marketing Plan Samples 9 2022.pdf - Tuesday August 16, 2022 12:39:23 • WMBE/MBE/SBE or Related Certificates - WMBE.MBE.SBE or Related Certificates 9 2022.pdf - Tuesday August 16, 2022 11:11:26 • Warranty Information - Warranty PL22.2.pdf - Thursday August 11, 2022 08:11:29 • Standard Transaction Document Samples - Standad Transaction Documents 9 2022.pdf - Tuesday August 16, 2022 11:12:19 • Upload Additional Document - Whelen Installation Pricing 9 2022.pdf - Tuesday August 16, 2022 11:10:49 Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C Addenda, Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury_gov/ofac/downloads/sdnlist.pdf; 2. Included on the government -wide exclusions lists in the United States System for Award Management found at: https://sam.gov/SAM/; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. DocuSign Envelope ID: C6A09C08-2496-40C3-940A-F32C82BOA26C 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. - Ashish Jain, CFO, Whelen Engineering Company, Inc. The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. r Yes r. No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. I have reviewed the File Name below addendum and pages attachments (if applicable) Addend um_5_Law_Enforcement_Equi pment_RFP_090122 r 1 Wed August 24 2022 02:56 PM Addend um_4_Law_Enforcement_Equipment_RFP_090122 r1_1 2 Wed August 17 2022 04:20 PM Request clarification between Table 4: References/Testimonials and Table 5: Top Five Government or Education Customers. If a vendor's service offering falls within this category, they could all be the same type of references. Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine r 1 how to best demonstrate their experience in serving the types of entities that would be eligible for Sourcewell membership and in satisfying all the requirements included in the questionnaire tables. Tue August 16 2022 09:33 AM Addend um_2_Law_Enforcement_Equi pment_RFP_090122 1 Wed August 10 2022 07:59 AM Addend um_1_Law Enforcement_Equipment_RFP_090122 r 2 Mon July 18 2022 04:34 PM Bid Number: RFP 090122 Vendor Name: Whelen Engineering Company Inc. Docusign Envelope ID: 4A0EFC5D-4E88-4D1D-9EF6-6BBD08174638 AMENDMENT #1 TO CONTRACT # 090122-WHL THIS AMENDMENT is effective upon the date of the last signature below by and between Sourcewell and Whelen Engineering Company, Inc. (Supplier). Sourcewell awarded a contract to Supplier to provide Law Enforcement Equipment to Sourcewell and its Participating Entities, effective November 7, 2022, through November 7, 2026 (Contract). Supplier wishes to amend the Contract's Proposal to modify its discount structure. NOW, THEREFORE, the parties amend the Contract as follows: 1. Line item 57 in "Table 11: Pricing and Delivery" of the Proposal is deleted in its entirety and replaced with the following: "For US customers, a 0% to 41% discount off list/MSRP is being offered. Whelen Clouc Platform will carry a 0% discount, Mass Notification Product will carry a 10% discount, while Automotive hardware will carry a 41% discount. For Canadian customers, a 35% discount off LIST/MSRP (Multiplied by the exchange rate) at time of order is being offered. Refer to the applicable price list." 2. Line item 58 in "Table 11: Pricing and Delivery" of the Proposal is deleted in its entirety and replaced with the following: "For US customers, a 0% to 41% discount off list/MSRP is being offered. Whelen Cloud Platform will carry a 0% discount, Mass Notification Product will carry a 10% discount, while Automotive hardware will carry a 41% discount. For Canadian customers, a 35% discount off Automotive hardware LIST/MSRP (Multiplied by the exchange rate) at time of order is being offered. Refer to the automotive price list. (Note: Mass Notification and Whelen Cloud Platform is not being offered in Canada)." Except as amended by this Amendment, the Contract remains in full force and effect. Sourcewell Signed by: BV �t Vt �y st6akfll COFD2A 139D06489... Jeremy Schwartz Chief Procurement Officer Date: 10/30/2024 1 3:34 PM CDT Whelen Engineering Company, Inc. DocuSigned by: B (,rail �1-jy %av SU 7741AE9E980F46C... Craig Szymanski Director of Sales Administration Date: 10/30/2024 1 2:40 PM CDT Sourcewell Contract # 090122-WHL 1 Amendment #1 Page 1 of 1 Docusign Envelope ID: 6F4FDEB7-DE77-429B-901F-0465B4E26AAF AMENDMENT #2 TO CONTRACT # 090122-W H L THIS AMENDMENT, effective upon the date of the last signature below, is by and between Sourcewell and Whelen Engineering Company, Inc. (Supplier). Sourcewell awarded a contract to Supplier to provide Law Enforcement Equipment to Sourcewell and its Participating Entities, effective November 7, 2022, through November 7, 2026 (Contract) and Supplier wishes to amend the Contract's Proposal. NOW, THEREFORE, the parties amend the Contract as follows: 1. Article 6. Participating Entity Use and Purchasing, B. Additional Terms and Conditions/Participating Addendum" of the Contract is deleted in its entirety and replaced with the following: "Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, including a Master Service Agreement (MSA) with Whelen Engineering Company, Inc.; and other terms and conditions such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract." 2. Line item 55 in "Table 10: Payment Terms and Financing Options" of the Proposal is deleted in its entirety and replaced with the following: "We do not have any standard ordering forms. We accept customers Purchase Orders by email, fax or mail. Please see Whelen's Standard Terms and Conditions which are attached. Additionally, Whelen requires the execution of a Master Services Agreement (MSA) which is a required transaction document for the purchase, activation, and use of our Cloud platform." Except as amended by this Amendment, the Contract remains in full force and effect. Sourcewell Signed by- Cc ... r,�JD06489 Jeremy Schwartz Chief Operating and Procurement Officer Date: 11/17/2025 1 1:34 PM CST Whelen Engineering Company, Inc. DocuSigned by: � -0 SA) ►Mat&SLj 77OAHE980F46C... Craig Szymanski Director of Sales Administration Date: 11/17/2025 1 1:14 PM CST Sourcewell Contract 090122-WHL I Amendment #2 Page 1 of 1 Whelen Engineering Company, Inc. #090122-WHL Pricing for contract #090122-WHL offers Sourcewell participating agencies: Automotive Products US customers: • Discount: 41% off list/MSRP (PL25.0WL & PL25.0PAWL) • Installation: $122 per hour cap • Miscellaneous Supplies: $174 per Vehicle US customers - Whelen Cloud Platform WCP • Discount: None, pricing is Net, no discounts allowed. Canadian customers: • 35% off list/MSRP (multiplied by the exchange rate at time of order) (PL25.0WL & PL25.0PAWL) • Installation: $122 USD per hour cap (multiplied by the exchange rate at time of order) • Miscellaneous Supplies: $174 USD per Vehicle (multiplied by the exchange rate at time of order) Mass Notification Products US customers: • Discount: 10% off list/MSRP (Mass Notification List Price 2025) • Freight: Prepay and Add to the Invoice Rev. 3/2022 Sourcewell RFP #090122 Law Enforcement Equipment Page 4 B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Law Enforcement Equipment, construed to consist of equipment, gear, tools, and instruments (including related services), designed or used for law enforcement activity, criminal investigation, tactical response, and traffic enforcement, of the following types: a. Law enforcement duty gear; b. Traffic safety enforcement equipment, devices, and instruments; c. Crime scene management and evidence collection equipment and supplies; d. Tactical and EOD equipment (with the exception of those items excluded in subsections 2. or 3. below); and, e. Services related to the offering of the solutions in subsections 1. a. – d. above, such as training, installation, testing, maintenance, warranty programs, and technical support. 2. The focus of this solicitation is on Law Enforcement Equipment. This solicitation should NOT be construed to include: 1) firearms and ammunition; 2) conducted energy weapons; or 3) critical care, resuscitation, or EMS equipment. 3. This solicitation does not include those equipment, products, or services covered under categories included in contracts currently maintained by Sourcewell: a. Laboratory and Science Equipment and Supplies with Related Accessories and Services (RFP #042419); b. Public Safety Video Surveillance Solutions with Related Equipment, Software and Accessories (RFP #010720); c. Uniforms with Related Products and Services (RFP #040920); d. Body Armor with Related Accessories, Equipment, and Services (RFP #011221); e. Public Safety Communications Technology and Hardware Solutions (RFP #042021); f. Lab Services and Testing with Related Products and Supplies (RFP #011222); and, g. Public Safety Training and Simulation Equipment and Technology (RFP #011822). Proposers may include related equipment, accessories, and services to the extent that these solutions are complementary to the equipment, products, or service(s) being proposed. Generally, the solutions for Participating Entities are turn-key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly operating status. However, equipment-only or products-only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third- Rev. 3/2022 Sourcewell RFP #090122 Law Enforcement Equipment Page 5 party contractors, to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment, products, and services provided under a resulting contract. If proposer is including the equipment, products, and services of its subsidiary entities, the proposer must also identify all included subsidiaries in its proposal. If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. Sourcewell encourages suppliers to offer the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. C. REQUIREMENTS It is expected that proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the proposal, equipment and products must be delivered to the Participating Entity as operational. 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. ANTICIPATED CONTRACT TERM Sourcewell anticipates that the term of any resulting contract(s) will be four years, with an optional one-year extension that may be offered based on the best interests of Sourcewell and its Participating Entities. WHELEN Q Find A Distributor Find A Distributor SNxle Leunlry SNxle S[Ne/FroNnu once S[Nes rkansas Arkansas John Wright & Associates Arn�mn Tx /6m3 b (817)4592001 e Email us ® Johnwrl9Massoe.ean/ TEECO Safety, Inc. 1992/1-30 USn[on Al fl, (501)943-8046 E Email us ® www.teecosafety.com/ Superior Chevrolet M Box 10198 Silaam Springs AR US 4. (4M) 524-3151 SBL ENTERPRISES LLC FORT SMITH AR ]29,8-0000 US b 4]9T/]]388 E EmNlus Best Tools Inc. 10963 Hwy 69 N Gravette AR 736 US 4. (4M)]8]-1065 e EmNlus Arkansas Valley Communications 1201-8tn st ssaNine ARR801 us b (479)968-1502 e EmNlus Pinnacle Emergency Vehicles LLC 201 Commercial St US 4. (4")787-8578 e Email us ® pinnxltrw.cmn/ VINSLEN �, 0f u- WHIELVM I i- F-I -Mil =.. . T IV 101 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 102-24 File Number: 2024-1788 WHELEN UP -FITTING PARTS AND ACCESSORIES (PURCHASE AGREEMENT): A RESOLUTION TO AUTHORIZE THE PURCHASE OF WHELEN UP -FITTING PARTS AND ACCESSORIES FROM LOCAL AUTHORIZED DISTRIBUTORS ON AN AS NEEDED BASIS THROUGH NOVEMBER 7, 2026, AND ANY RENEWAL PERIODS, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of Whelen up - fitting parts and accessories from local authorized distributors on an as -needed basis through November 7, 2026, and any renewal periods, pursuant to a Sourcewell cooperative purchasing contract. PASSED and APPROVED on March 19, 2024 Page 1 Attest: `�T i►h�, ��� R Gj .oZ Y Op • C��'�' =v: FgYET�C�"�Li Kara Paxton, City erTTreasurer �• �� : �: CITY OF CITY COUNCIL MEMO FAYETTEVILLE P49W ARKANSAS 2024-1788 MEETING OF MARCH 19, 2024 TO: Mayor Jordan and City Council THRU: Terry Gulley, Asst Public Works Director - Ops FROM: Ross Jackson, Jr., Fleet Operations Superintendent SUBJECT: WHELEN UPFITTING PARTS AND ACCESSORIES (PURCHASE AGREEMENT): RECOMMENDATION: APPROVE THE PURCHASE OF WHELEN UP -FITTING PARTS AND ACCESSORIES THROUGH LOCAL AUTHORIZED DISTRIBUTORS PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT (090122-WHL) ON AN AS NEEDED BASIS THROUGH NOVEMBER 7, 2026 AND ANY ADDITIONAL RENEWALS. BACKGROUND: Fleet routinely needs to purchase and install additional lighting and electronics for front line operation of departmental vehicles. This up -fitting allows for increased visibility for City of Fayetteville employees and the public's safety. DISCUSSION: Fleet is recommending approval and fleet standardization of Whelen lights and electronics. Fleet has had both - in -house training and are currently using diagnostic software to install, program and repair these systems. BUDGET/STAFF IMPACT: The purchase of these parts are budgeted in the shop fund. ATTACHMENTS: SRF (#3) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Legislation Text File #: 2024-1788 WHELEN UPFITTING PARTS AND ACCESSORIES (PURCHASE AGREEMENT): A RESOLUTION TO AUTHORIZE THE PURCHASE OF WHELEN UP -FITTING PARTS AND ACCESSORIES FROM LOCAL AUTHORIZED DISTRIBUTORS ON AN AS NEEDED BASIS THROUGH NOVEMBER 7, 2026, AND ANY RENEWAL PERIODS, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT 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 Whelen up -fitting parts and accessories from local authorized distributors on an as -needed basis through November 7, 2026, and any renewal periods, pursuant to a Sourcewell cooperative purchasing contract. Page 1 Ross Jackson Submitted By City of Fayetteville Staff Review Form 2024-1788 Item ID 3/19/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 2/28/2024 FLEET OPERATIONS (770) Submitted Date Division / Department Action Recommendation: APPROVE THE PURCHASE OF WHELEN UP -FITTING PARTS AND ACCESSORIES THROUGH LOCAL AUTHORIZED DISTRIBUTORS PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT (090122-WHL) ON AN AS NEEDED BASIS THROUGH NOVEMBER 7, 2026 AND ANY ADDITIONAL RENEWALS. Budget Impact: 9700.770.1910-5214.00 Shop Account Number Fund NA NA Project Number Budgeted Item? Yes Does item have a direct cost? No Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 1,152,500.00 $ 156,660.09 I a 995,839.91 $ 94s.83441 Previous Ordinance or Resolution # Approval Date: V20221130