Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2014-028Temp. Reso. # 12464 February 25, 2014 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2014 *0A91 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS AWARD REPLACEMENT AND REHABILITATION OF THE SEWER TV AND SEALING EQUIPMENT ON BOARD VEHICLE 4042 FROM ATLANTIC MACHINERY, INC., UTILIZING THE NATIONAL JOINT POWERS ALLIANCE COOPERATIVE PURCHASE AGREEMENT FOR SEWER TV INSPECTION UNITS; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $100,000 FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, funds were appropriated in the Adopted Fiscal Year 2014 Budget for the rehabilitation and replacement of the TV and Sealing equipment on -board Vehicle 4042, a Sewer TV and Sealing unit; and WHEREAS, the timely replacement of City equipment is necessary in order to ensure the effective and efficient delivery of services by City departments; and WHEREAS, the National Joint Powers Alliance (NJPA), a not -for -profit consortium for government agencies has competitively bid and awarded an agreement for the purchase of TV and Sealing equipment on board a Sewer TV and Sealing unit; and WHEREAS, City of Tamarac Code, §6-148 (f) allows the Purchasing and Contracts Manager the authority to make purchases from contracts awarded by other governmental or not -for -profit entities by a competitive solicitation process; and Temp. Reso. # 12464 February 25, 2014 Page 2 of 4 WHEREAS, the Purchasing and Contracts Manager has conducted a marketplace review, pursuant to Section 6-148 (f) of the Tamarac Procurement Code, and has determined that the National Joint Powers Alliance (NJPA) Agreement is currently the most financially advantageous agreement in place at this time; and WHEREAS, the Director of Public Services, Director of Financial Services, and Purchasing and Contracts Manager have determined that it is *in the City's economic interests to replace/rehabilitate the on -board equipment in Vehicle 4042 as identified in "Exhibit 1 ", attached hereto, utilizing a current agreement available through the National Joint Powers Alliance (NJPA) Consortium for the cooperative procurement of specialized vehicles and equipment, included herein as "Exhibit 2"; and WHEREAS, Atlantic Machinery, Inc., was awarded the bid for Sewer TV inspection units by National Joint Powers Alliance (NJPA); and WHEREAS, the City has received a not to exceed price of $100,000 from Atlantic Machinery, Inc., for the purchase of a Sewer TV inspection vehicle and equipment based on the contract pricing and in accordance with terms and conditions of the National Joint Powers Alliance (NJPA) Agreement; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that the appropriate City Officials award a purchase in the amount of $100,000 to Atlantic Machinery, Inc., for the replacement and rehabilitation of the equipment on board Vehicle 4042, a Sewer TV inspection and sealing unit as identified in "Exhibit 1" herein, utilizing the current cooperative purchase agreement available from the National Joint Powers Alliance (NJPA). Temp. Reso. #12464 February 25, 2014 Page 3 of 4 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution upon adoption hereof and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The appropriate City Officials are authorized to award a purchase in the amount of $100,000 to Atlantic Machinery, Inc., for the replacement and rehabilitation of TV and sealing equipment on board Vehicle 4042, a specialized Sewer TV inspection vehicle and equipment identified in "Exhibit 1" herein, utilizing the current cooperative purchase agreement available from the National Joint Powers Alliance (NJPA). SECTION 3: Funds totaling $100,000 were appropriated in the Adopted Fiscal Year 2014 Budget for the replacement and rehabilitation of TV and sealing equipment on board Vehicle 4042, a specialized Sewer TV inspection and sealing unit identified in the Utilities Fund. SECTION 4: An expenditure in the amount of $100,000 to Atlantic Machinery, Inc., for said purpose is hereby authorized. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions Temp. Reso. # 12464 February 25, 2014 Page 4 of 4 or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of , `` j\\1 I I I / / /,/// 2014. � N M A ''% • �s V• ` Swoo- cr ro3 ' 03 • p ..•� . ii C� ATTEST. / / M l l PATRICIA TEUF�L, CMC CITY CLERK I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM �MU�S,/�REN ITY A C6RNEY HARRY DRESSLER MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BUS ELL DIST 2: VICE MAYOR GOM DIST 3: COMM. GLASSERj DIST 4: COMM. PLACKO ( 1 K� r-qll ,a L C� c F c F L M R O � O ^ bbs O O 00 69 O 66�- O � O � p O 69 O O (Ab O O O� O d' � 00 N N Cos O O O O 601) sow a � C'o O cd A w � U w c� rw C7 � � a w W a CA � � ZO 0 � o~ �O o A a O � V � w o N 00 � w V o o ►-a Q o o ;;� H o .� � 4 b •° w H PC O b a V 4) � �o � M O �O A z H V 9 *pug , o Az M O H V 9 E_4 z 0 U 00 00 r-+ O H u H z O V a W Cd "The Standard of the Industry" NPJPA National Joint Powers Alliance* Pricing for TV Truck Retrofit of Customer's Existing Unit CUES DESCRIPTION PRICE QTYJ TOTAL EVOII'Control` Room with Kemlite & Lonseal, Bulkhead Wall & Desktop $15,445 0 Quigley 4x4 Conversion $13,200 0 Flatbed Transport for Quigley Conversion $3,000 4 LED Traffic Director $1,181 0 Hide A Way Strobe Kit $998 0 Pintel Hitch $415 0 Slide Out Drawer for Cutter $1.200 0 Lockable Storage Cabinet under Chassis $750 0 Rear Awning $1, 329 � 0 Bumper Mounted Safety Cone Holder $150 0 Cool Cat Side Mount AC $21428 0 Cool Cat Side Mount AC In Lieu of Roof Mount AC $1,095 0 WaI Mounted Heater $430 0 Eye Wash Station $136 0 12 x 12 tAccess Door $278 0 Foul Weather Door $386 0 Kemlite for V1lalls $'1;800 0 Lonseal Flooring $19900 0 Upper._Cabinet, Control Room - $750 Desk Top, Control Room $695 0 1oset $1,206 0 Double Closet $11800 0 Wash.po�n with lorkt�► end U per Cabinet P l� $2,900 0 5 Drawer Tool Chest $750 0 7 D.rawer'ooI Chest $1,202 { Spotlight $446 0 Vise $219 0 New TV Reel $120250 1 $12,250 1000 FT Gold TV Cable $5,211 1 $5,211 Auto Payout for New TV Reel $2,900 1 $2,900 Rear View Flat Screen Monitor in Equipment Room with Mount $1,850 1 $11850 Summit PCU & CCU Assembly with Wired Controller $140750 1 $14,750 Wireless Controller $450 1 $450 Upgrade Existing Reel to Summit Controls $1,900 0 Auto Payout for Existing Reel $5,900 0 OZII Camera $17,900 0 Adapter Tube to use OZIII on Steerable or Non-Steerable US21 Track or Steerable PR $2,380 0 OZIII Camera $18,800 1 $18,800 Compact Pipe Ranger $20,663 1 $20,663 8" High Traction Steel Wheels for CPR $1,550 1 $1,550 8" Rubber Wheel Kit $1,064 1 $1,064 10" -15" Rubber Wheel Kit $1,124 1 $1,124 6" -15" Pipe Size Spacer Kit $1, 793 1 $1,793 Mechanical Lift for Standard Wheeled Transporter $11785 0 Mechanical Lift for Compact Wheeled Transporter $29850 0 Electric Lift for Compact Wheeled Transporter $5,900 0 Rear View Camera for Compact or Standard Wheeled Transporter $3,500 0 Built -In Sonde for OZII and OZIII Cameras $2,850 0 Granite XP Software, Rack Mount Computer Including Printer, 2 Days Training $18,500 1 $18,500 Customer Supplied Computer to Granite XP Specs 41,800 0 Granite-XP Software License Only $14000 0 Enhanced Support Plan for Software $1,800 1 $1,800 Grout Module for Granite XP Software $2950 1 $2,950 Granite XP Scheduler Module $600 0 Granite XP Laterol.Module $21,905 0 Engineering Module for Granite XP $695 0 Enterprise Office Module for Granite XP $8,500 0 Granite XP Mapping Stick and GPS Module $10,446 0 'CAT 5,'Connection $85 - 0 Fold Down Safety Bumper $21250 0 Workbench on TV Reel $7.50 0 Reel Crane $41015 0 400 CFM, Air Compressor with 30 Gallon Tank and Air Hose Reel .$4,273 1 $4,273 Retractable Air Hose Reel $474 0 Factory Lsbor:R t , Per Hour (Orlando, Atlanta, or California) $120 0 On -Site Labor Rate, Includes Transportation: $1180 per Day $1,180 0 Delivery to Ctstom.er $30Q 2 $ea0 SUBTOTAL $110,528 The below Items are Considered CUSTOM ITEMS and are not included in NJPA Pricing DESCRIPTION PRICE QTY TOTAL 82 Gallon Water Tan �wrth Steeh Fixtures 1;0 -1 Miscellaneous Wire & hardware for Retrofit _9 $11500 1 $1,500 Labor to_ Remove EXisting _System & Install New System $8,940 1 $8 900 Abilityto Operate ExistingAries Camera and Transporter, Interface AssemblyRequired $348 1 $348 ,S OT�►L ` f1'I 75700 ,.-- TOTAL FROM ABOVE $1229285 3�iTIGIAL`�tSC�IT€rUT`IiER' GRAND TOTAL $ 1 00, 000 PA AWAR" #i "EXHIBIT" 2" r O N T R A C ' r rrtRxyf'M+� 3PVER CONTACT SUMMARY """rr A DATE 01 7 1 AWARDED Cf3 i7"i ACT NUMBED NJPA R� TITLE & CATEGORY 03 i...! 10-Ah, ,1 141 iSa 4.•�I F�F�:� �c t)'�.����.. ��ir.41� .�� � � �� i'� k 11101.1des: vac-�l 1111 ' .s.t:��-r�► (I It'<� nnoi VA- 47 i sfr A 9:.w;: ��F C�':� � .,�i��f�..�:>r X�.�.3�3i��'e��t1;;. NJPA CONTRACT'S CONSIST OF THE FOLLOWING �tE�..ATE� C't�I�TR�.C'� DM ME T��TATIOP DOCUMENTS 1i1 £ �i'{: r ` Yg tFkF gypYj( ji-$}S Ra$?�Siic37•wtt'a tier i+�oi�i 4•S+�a�s �•.� y�i 2' .'tr lr.t .�:�'`�.w. r'�# sib.. ♦ }s t.,. 6' � }y ¢ tp, 39 a op'{, if1d), ¢ ri.•a 2Y+y F'� �Ci+St,Q 3iipf } t d♦ i.�$ .i.� i � �� j� f•Far ggFn _. Bid %� ][.L"F0. v��' r� ��ia��!YJ�y7} .0 VI�F ��{ w�.rc4l���v.� �•w..v��.� .,wr.w.w �..444 . • v R.%�6 .... �.ayr. ;��/// (ry9 gj ■■ � y ■1 { ;jfyF` +ice yy{ ■y�i( � OW�'�)�R.tl�1l���d i✓9.• F� T�jA.Ji.I F� :U' +l . 'AT 011 i .''[ IYTRAC.T MAINTENANCE ADDITIONAL 1INFOR ATION, ¢?'WCt r L(L11t .! TcR H$. AW'\ t •ww.�. wk:ti j�` ?, ((� j�. { ¢ f r }� # ♦3. d.vaMr«wvw,...w...,,..yvx � �<♦F �..,�AT` /k , In". �.µ: ���.�5..�1✓�„i�� �� 3. ,5� i �������•��Lair R � R�e•�,� Y� b.?:' nV..n..vMwwmvnnw+�ri..wv.m:r.• `011t act gi-tcwal 04 .1 NJPAEW01VKAT1ON TITLE III G felts t p pff qg�. w PHONE [ADD EMAIL. IMM411+ ........., -.. o ------------- ." -------- - - --. M WE�Pi # 12€1-1 Street l3. , o,\ ..if Gi 5* :� 3 ♦ • �7 i � i�b ` id ,)v�lfVl31 ►? National Joint Power Alliance Contrract Nmhasing Department ANrrv,A,x, RENEWAL of AGREEMENT Atlantic i chinwy, Inc. (Vesdor) 2628 Garfield Ave, S1Yr Spring, Mn 20910 National J'eWPawers AWmem (NJFA) . 702 da Street ATE Staples, bhaaoh 56179 PDoaet {xis 894-I930 yl� "Vend' and NNJPA'' have a *m5d into an "AvawWm and Award #D31710-AAW fbar the prod ro t of Pub�la Ud ty VeWolm and a Saviaea, s, B and vac Aa�eesorles and haft a matudW data ofMay 27, 20I41, and which are mWeot to 4muid romwala at dw OptM of both pardw. "Veudozz" and "NJPA't hmvby chair* aad agm to a wd a ct mm the above deed oonbmt 1br the prlod of May 279 2013 through May 26, 20140 Nam Nam prinkd or Hate 041 gq, & wwwM.rwr r•w w 1�r• w• •• •1 • r w•wwrw Ir ri Mfra�aA wri1M l� n1l�wwrn�r•w�w pAwN wrr w ww• um ski dod ". .td &WAROkkiii4i" fi*4-, - ANNUAL RENEWAL OF AGREEMENT made by and between Atlantic Machinery, Inc. (Vendor) 2628 Garfield Ave. Silver SprinM MD 20910 and National Joint Powers Alliance* (NJPA) 200 First Street NE Staples, Minnesota 56479 Phone: (218) 894-S482 whereas: "Vendore" and "NJ Pal" have entered into 1) an "Acceptance of Bid and IFB Award #0317 i 0- Amr' For Public Utility Vehicles and/or Services, Aparatus, Equipment and/or Accessories, and 2) an `Vperating Agreement" with an effective date of May 27, 2010, and a maturity date of May 27, 2014, and which are subject to annual renewals at the option of both parties. Now therefore: "Vendor" and "NJPA" bereby desire and ,agree to extend and renew the above defined coatracts for the period of May 279 2012 through May 27, 2013. �latfooal Joiet Powers AI[i�pce�tNdl� i y. Name printed or typed: �---,� Date (`%. M Name ed 4 UL.f : • Date __ 06t112 Its: __!QK & f,,..t-f W• w r w w w w a. as M r go w w w r w w Y. do w w� w w w w w w .o ft.--+ w• -mr w m O w M w 0• 0 ft w w w an� w �. w•• • If you do not want to extend contract, please sign below and return this agreement Disconttnve: We desire to di:conttnne the contract. Signature: Date: i ANNUAL RENEWAL OF AGREEMENT made by and between Atlantic Machinery, Inc. (Vendor) 2628 Carlleld Ave. Silver Spring, MD 20910 and National Joint Powers Alliance* (NJPA) f/Wa North Central Service Cooperative (iN"CSC) 200 First Street NE Staples, Minnesota 56479 Phone: (218) 8945482 Fax: (218) 894-3045 re s: ` Vendoe' and "NJPA" have entered into 1) an "Acceptance of Bid and IFI3 Award #031710- AMI ; and 2) an "Operating Agreement" with an effective date of May 27, 2010, and a maturity date of May 27, 2014, and which are subject to annual renewals at the option of both parties. Now there sre� "Vendor'' and `%IJPA"` hereby desire and agree to extend and renew the above defined contracts for the period of May 27, 2011 through May 27, 2012. By: Name printed or typed: Date- y / ► 3 % I &1astic MachineM Inc. 00 • Name printed or type: Date IN-1 ! ,1 11 _.._ 5 C.4 . OM*6 L) P-3 Olin* Its: C�'Art4JPj.,` its. ot Dial 0 www•w ww••awi•sw walla ww•w mar r w• *a aft 4pow a wm • w•wa"is •�•••• •••� w•w �•�.w If you do not want to extend contract, please sign below and return this agreement, Discontinue: We desire to discontinue the contract. Signature: Date: ACHINERY ING, Sewer Maivh % 2012 National Joint Powers AllimiceS 20212►!' Street NE PA Box 219 Staples, MN 56479 Attn: Andy Campbell A Dear Andy, ,0116amip 0OX 9 SOO 104 U rM e Yleta Avenue Woo Rarlda 35808 a810dt40"l18480190 1�4itO-1M Fox lc;� lu '0 IOd4 jWjSd%O PursUant to your requircme"t for die above mforonced Contso% f am writing- on behalf of Atlantic. Machinery, Inc. This ietrer sWl he considored a cornmitmont darn Cues, Inc. to the . National JoInt Powers Alliance for Atlatic Mechimry, Ine► to represent us as Contract Administrator for the duration of thecontract, We aro a committod to the advertisement of the INJPA 1tract held by Atlantic Machinery and will parUcIpate with any shows and meethigs to further enhance our nies on this colitrac tt We sdso commit to educate our Internal cues Sales 'f =m and Dealer's on tune workings or this cnntract and has die expectation of Rill pardclpation, Atlantic Machinery, Inc. should 6e looked upon as Cues, Ine"s authorized Dealer/Negotiator for the National Jo1nt Powers Alliance and will handle all equipment and/or purrs, quotes, sales and commitments for the C:oittract, Should you have imy f'urdier questions or concernk please do not ljesitate to contact nee at 800. 327-7791, ext. 260, Paul Stgizler DTP Sale, CUES Ps/tlni co; David Doolittle, Sandy Milley, Terri Mooney mow, Unbu.20M An EgMVI OpporttMIty EMpla ar MAG]XY1VIW"v 1nvV Sewer and Stet l March 9, 2012 National Joint Powers Alliance 20212 th Street NE P.O. Box 219 Staples, MN 56479 Attu: Andy Campbell Request Addition to Existing NJPA Contract No 031710-AMI .dear ,Andy, Pursuant -to the terms of our NJPA Contract, I am writing to request em addition to our current NJPA. Contract. We would like to and Cues, Ines entire product line. Cues, Lric. is a n iufacturer of Sewer Television Inspection Equipment. These types of equipment are considered Public U ' 'ty Vehicles and fits within the scope of our Contract. The Cues equipment is used for the inspection and diagnosis of conditions which exist in utility lines, water lines and storm sewer lines. I am attaching a Commitment Letter from. Cues showing their interest in being added to our contract and their commitment to the success of our relationship with NJPA. I am also attaching a current list price for the Cues Product Line. At this time, Cues, Inc, does hold an HGAC contract on which they are offering a 10% discount from. their list price. we would lilce to offer the same discount to the NJPA. This would consist of a 10% discount on the base unit prices from the latest published Cues Price List. I believe because the NJPA contract is a coiling based contract that your members will ultimately see larger discounts than that offered thtu the HGAC/Cues Contract. There will be no discount on items that are not manufactured by Cues themselves, ie: chassis, box bodies, etc. I propose that the contract administration fee should be 1 % of the Purchase Order price for Cues Products. we will be receiving profit for only the body portion of the sale. The fee of 1 % would be collected on both the body and the components that are not manufactured by Cues. This 1 % fee is exactly as the other manufacturers on our contract are charged. Atlantic Machinery will be solely responsible for the collection and payment of this fee to the NJPA. Page 1 of 2 Cues and Atlantic Machinery, Inc recognize the mutual benefit of having this product line added to an NJPA contract. we believe that your members will have a great need for the products we are offering and will receive a much lower price than can be obtained in the regular bid process. we appreciate the benefit of the many educational classes, advertising and Vetted bid to increase our sales and customer base and are committed to participate in and promote the Contract. Thank you for your consideration Sincerely., AT%ANnC MACHINERY, INC. M. J: DuBois National Sales Manager Page 2 of 2 TAB 2 INDUSTRY -MARKETPLACE SUCCESSES 9) List and document recent industry awards and recognition. Industry Awards and Recognition: Atlantic Machinery, Inc. Manufacturer's Dealership Awards: Vac -Con, Inc. Top 5 Dealers - 20 Years Individual Salesperson Awards - 20 Years ENZ USA, Inc Top 5 Dealer - 6 Years Schwarze Industries ## I Dealer - 5 Years Top 5 Dealers -10 Years Individual Salesperson Awards - 10 Years Cues, Inc. ## 1 Dealer - 2 Years Individual Salesperson Awards - 2 Years Industry Awards and recognition: Vac -Con, Inc. Jacksonville Lean Consortium - 2009 Most Improved Journey Award For expanding Lean into all areas of operations and taking on a major Green Project cif water conservation Excellence in Manufacturing - 2008 Manufacturer of the Year Nominee, First Coast Manufacturers Association (See attached award and recognition certificates) Industry Awards and recognition: Schwarze Industries, b1c. Schwarze Industries, Inc. has received several industry awards for our sponsorship "American Sweeper Magazine" as well as several additional awards for advertising from "Government Product News", "Stormwater" and "Better Roads Magazines". 16 TAB 1: COMPANY INFORMATION 1) Company formation: Atlantic Machinery, Inc. 2702 Garfield Avenue Silver Spring, Maryland 20910 301-585-0800 301-585-7681 Fax 2) Primary Contact: M.J. DuBois, National Sales Manager 2702 Garfield Avenue Silver Spring, Maryland 20910 301-585-0800 301-585-7681 Fax 301-370-5536 Cell 3) Histor,and Philoso„p www.atianticmachineryinc.com Federal ID Number: 52-1190648 DUNS Number: 05-736-7484 mjduboiscatlanticmachineryinc.com Atlantic Machinery, Inc. was founded in 1980 to provide a highly specialized sales and service capability for the sewer and street cleaning industry. The company's goal has always been to achieve its success through providing superior equipment and backing it with exemplary service and parts support. Throughout its 29 year history, Atlantic Machinery has maintained its focus as a specialist in sewer and street equipment. Whilc sales initialiy were mostly municipal and contractor based, they are today almost equally divided between municipal/non profit/contractor and Federal/Military. The dealership's original territory was Maryland, Virginia, and Washington D.C. As the company grew, the states of Delaware and West Virginia were added. The 1990's success in providing significant quantities of equipment to local Federal and Military installations, led to Atlantic Machinery obtaining General Services Administration (GSA) and Department of Defense (DSC-P) contracts for several manufacturers within the sewer and street cleaning industry. As a result of these contracts, the company has delivered equipment throughout the world for over 10 years. Atlantic Machinery, Inc. has been a dealer representing Vac -Con, Inc. since 1988. Due to the successes that Atlantic Machinery has had in the representation of the Vac -Can product line both nationally and internationally, Vac -Con has asked Atlantic Machinery, Inc to represent them in the proposed NJPA Contract. Atlantic Machinery, Inc. has been a dealer representing Schwarze Industries, Inc. since 1999, Due to the successes that Atlantic Machinery has had in the representation of the Schwarze product line both nationally and internationally, Schwarze has asked Atlantic Machinery, Inc. to represent them in the proposed NJPA Contract. ENZ USA, Inc. has also requested Atlantic Machinery represent them nationally in this proposed NJPA Contract. Atlantic Machinery has represented ENZ products since 1998 locally, nationally and internationally. (See attached manufactured letters) TAB 1: COMPANY INNFORMATION 4) Key Personnel Mary4ulia "M.J." DuBois National Sales Manager Ms. DuBois was hired as an Office Manager at Atlantic Machinery, Inc in 1991. She has progressed in the company to the position of National Sales Manager. She manages the sales of all equipment to all Federal and Military installations. Atlantic Machinery, Inc. has been awarded and still maintains the General Services Administration (GSA) and the Department of Defense Multiple Award Schedules for several manufacturers within the Liquid Waste Industry. Ms. DuBois initiated and was instrumental in obtaining these contract awards and has been the Contract Administrator for those contracts since their inception. She plans and coordinates the company's exhibits at all Federal and military trade shows. Under her management the G SAIDoD sales have grown approximately 3 5% annually. The manufacturer's that Atlantic Machinery, Inc. represents have recognized her accomplishments and given her multiple awards over her many years of representation. Trevor Gardner, Jr. President Mr. Gardner has been in the equipment business since 1973 and founded Atlantic Machinery, Inc. in 1980 to provide highly specialized sales and service to the sewer and street equipment industry. Mr. Gardner has always served as President and has provided the guidance, administration and capitalization for the company since its inception. Mr. Gardner received his Bachelor of Science Degree in Business Administration from American University in 1966. Ile is an active member of both the local and national chapters of the American Public Works Association as well as the Silver Spring Maryland Chamber of Commerce. Trevor Gardner, III Vice President/Sales Manager Mr. Gardner III joined AtlanticMachinery in 1990 after graduating from Lynchburg College with a Bachelors Degree in Business Administration. He was hired to work in the parts department. He became parts ' manager in 1993. By 1996, he had become a salesman and in 2000 he became Sales Manager. Mr. Gardner was named Vice President in 2008. Mr. Gardner, III manages all of the m un is ipal/contractor sales personnel, 2 TAB 1: COMPANY INFORMATION 5) How long has your company been in the PUBLIC UTILITY AND/OR SERVICES, APPARATUS, EQUIPMENT AND/OR ACCESSORIES, industry? Length in Business Atlantic Machinery, Inc. was established in 1980 and has been in the public utilities and/or services, apparatus, equipment and/or accessories business since then. Atlantic Machinery, Inc. is a bonded, licensed and insured Motor Vehicle Dealer (see attached samples of licenses held). G) Is your organization best described as a manufacturer or a distributor/dealer; re -seller for a manufacturer of the products and services being proposed? Atlantic Machinery, Inc. is the only authorized dealer for the NJPA proposed contract. We will exclusively represent the manufacturers proposed for this contract. Please see the attached authorization for the proposed manufacturers attached. 71 For publW com parries, pr ovWe your most recent annual reperlto shareholders. Public Company Annual .Report. Atlantic: Machinery, Inc. is a privately held corporation therefore there is no annual report. �) For private companies, provide your most recent year-end financial statements, your bond rating, and/or a credit reference from your bank. Financial Statement The most recent year end financial statement and credit reference from our bank is provided (see attached documents). 3 TAB 3: PROPOSER'S ABILITY TO SELL AND SERVICE NATIONWIDE 13) Sales Force Description_: Atlantic Machinery, Inc. Atlantic Machinery's sales force consists of two full time sales managers and five sales representatives. Each of the sales person's concentration is on different geographic areas. The sales manager is responsible for the overseeing of all the sales staff and also has the 'Washington DC regional sales responsibility. The National Sales Manager is responsible for all National Contract administration and sales both nationally and internationally. Outside sales people have territories within the local dealership's Maryland, Delaware, Virginia, DC and West Virginia region. There is an in-house Parts Manager who is responsible for the support of the machines sold worldwide, as well as, within our local territory. Atlantic Machinery also employs support staff for the sales department and has support staff in the service department. Within the realm of Federal Sales, the National Sales Manager acts as the "quarterback" for all of the contractual administrative responsibilities and direct sales for the federal contracts. Federal Sales, after awarded, are then distributed within the national dealer network for delivery, training, service, and parts support. This system gives a single point of contact for the administration, ordering and follow up of all the federal sales. This gives the customer (end user) the security of local support for their equipment and a direct "single contact" for orders, parts and problems. This system has been in place for over 10 years and has proven to be successful. It is proposed that this same procedure would apply to the NJPA contract. Atlantic Machinery specializes in sewer and street cleaning equipment; Vac -Con and Schwarze Industries are our largest product lines in terms of number of units sold and dollar volume. Our sales force is focused on these product lines and will advertise the N.TPA if a. contract is awarded. 13) Sales Force Descriptr ion: Vac -Con, Inc. The Vac -Con sales force is comprised of three traveling regional sales managers, broken down into three geographic regions and bases of operation: West (Seattle), Mid -West (Indianapolis) and South (Florida). The East is handled internally from the home office. The traveling sales staff" is also supported by two traveling sales technicians, responsible for assisting with the demonstration of new products. In addition, Vac -Con employs a traveling product responsible manager for the Industrial and g Hydro -excavation products. All of these people are employed by Vac -Con, Inc., and are supported by a staff of seven inside sales managers, assistants, coordinators and executives. Vac-Con's dealers (35 dealers within the U.S., and more than 60 international representatives) employ from two to eight sales people, who actively call on prospective clients in their areas of responsibility. These salespeople are not employed by Vac -Con, Inc. As mentioned previously, Vac -Con and its dealers are highly specialized, so the sales force is focused almost exclusively on the products represented in the RFP. 13) Sales Force Descri tion: ENZ USA, Inc. ENZ USA Inc. has professional office staff and Sales Representatives that cover North America. These Sales Representatives are on call to serve their Dealers and customers in all 50 US states and Canada. m 13) Sales Force Description: Schwarze Industries, Inc. The Schwarze Industries sales force is comprised of a Director of Sales & Marketing (National Sales Manager) one assistant to the Director, five Regional Sales Managers broken down into geographic regions, one Product Manager and one Demonstration Specialist. Schwarze Industries also employs "In House" small product sales personnel that consist of one National Sales Manager, one Product Manager and five Sales Representatives, Schwarze Industries' dealers (42 dealers within the U.S and more than 14 international representatives) employ from two to eight sales people, who actively call on prospective clients in their areas of responsibility. These salespeople are not employed by Schwarze Industries. 39 TAB 3: PROPOSER'S ABILITY TO SELL AND SERVICE 14) Please describe your service force in terms of numbers, geographic dispersion, and the proportion of their attention focused on the sale of the products/services contemplated in RFP? a) Are these individuals your employees, or are they employees of a third party? Service Force Description: Atlantic Machinery, Inc. Atlantic Machinery's service force consists of a Service Manager, two full time service technicians, Parts Manager and support staff. The Service Manager handles the supervision of each service employee, as well as, warranty issues for our local customers and provides phone diagnosis/consultation for our national and international end users. The Parts Manager's responsibility consists of maintaining over $500,000.00 in parts inventory to support our sold equipment, and supervision of the support staff. Both the Service Manager and Parts Manager work with our overseas customers in extended diagnosis issues and parts shipping to international locations. Atlantic Machinery has over 200 machines in operations at military installations around the world. Service Force Description* Vac -Con, Inc. The Vac -Con service force is comprised of a service director, national service manager, three technical service managers and a product improvement manager, all y employed b Vac -Con, Inc. These employees travel as required to assist in resolving technical problems and to provide service trainin to the dealers in all regions. Van -Con, Inc. also maintains a service center at the home office to assist dealers with service issues and complete restoration of used equipment. Each Vac -Con dealer/distributor is required to provide warranty parts and serivice support in each, area of responsibility as prescribed by Vac --Con, Inc. The dealers employ from two to five service technicians, and maintain, at least on service facility, to service their customers. Again, because of the specialized nature of Vac -Con and its dealers, the service personnel are focused almost exclusively on the products represented in this RFP. Vac -Con maintains 35 dealers within the U.S. and more than 60 international representatives servicing local customers in their individual territories. This enables service coverage around the world. Service Force Descript_,: ENZ, Inc. ENZ USA maintains more than 50 dealers within the U.S. and Canada. ENZ has international representation serving customers throughout the world. Service ForceDes�cri tion: Schwarze Industries, Inc. Schwarze Industries, Inc has an internal team dedicated to the success of their products sold both through our dealer network as well as our sold thru the direct sales force. This team includes three Service/Warranty Technicians that assist the customer both internally and if required, travel extensively worldwide in support of their products as challenges develop. Schwarze also maintains over 20 servicing dealers that all have services locations spread within their perspective territories. TAB 3 - PROPOSER'S ABILITY TO SELL AND SERVICE NATIONWIDE 15) Describe in detail your customer service program regarding process and procedure. Please include, where appropriate, response time commitments. Customer Service Program: Atlantic Machinery, Inc. Atlantic Machinery's business has been successful for many years because of our customer service. Our concentration is to provide superior customer service to gain the trust of our customers, in order to have repeat business not just an initial sale. Our Sales Department, Service Department and Parts Department have received awards from the manufacturers we represent for superior customer service. We will maintain this standard to NJPA customers. Our expectation is to support all sales, warranty issues and parts concerns as the "quarterback" for this contract. We intend to receive the initial contact for support, then pass on the request to either the local dealer, the manufacturer or handle the call ourselves. We will then follow up with the dealer/manufacturer and customer to make sure any issue has been resolved. We have been able to provide this assistance worldwide for our current customers. After receiving an initial contact from a customer, we will respond within 48 working hours. Within that time frame, we will let the customer know how their issue will be handled; provide the appropriate means for resolution, and an expected time frame for resolution. We will provide warranty support in this fAsiion as well. Atlantic Machinery will then contact the customer to make sure that the issue has been addressed within 48 hours of the expected resolution. 16) identify any geographic areas or NJPA market segments of the United States you will NOT be serving through the proposed contract. Geographic Areas Not Serviced Under This Contract We do not expect that there will be any geographical segments that will not be serviced under this contract. We currently handle these products worldwide. 17) Identify any of NJPA Member segments you will NOT be serving? (Government, Education, Non-profit) NJPA Members Not Serviced Under This Contract We do not expect that there will be any NJPA members that will not be serviced under this contract. We currently serve Federal, State and local governments as well as non-profit agencies. 41 TAB 4: MARKETING PLAN 18) Describe your training program for both greet -the -public and sales management levels relating to a NJPA award. Atlantic Machinery, Inc. proposes to train all of the dealer sales force and manufacturer sales force for all of the manufacturers represented. This will be accomplished both thru one on one meetings and by group sales meetings. Atlantic Machinery, Inc. has been training all of these dealerships and manufacturers for many years in the sales and marketing of the Federal Contracts held by Atlantic Machinery. We have been exceptionally successful in meeting the needs of all of the Federal Customers due to this educational process, We will propose to greet -the -public in the same manner in which we represent the Federal Contracts. This will be accomplished as a routine that has been in practice for over 20 years. The greet the public training consists of the education of both the sales person as well as the customer. We will be able to educate and train all involved for successful transactions on the proposed NJPA contract as actively demonstrated in the Federal Sales Awards. 19) Describe your general marketing program strategy to promote the proposed contract nationally: Atlantic Machinery's general marketing strategy encompasses manv venues. Overall, our products and services are specific to the liquid waste industry. Due to our industry specialization, we have found trade publications, trade shows and word of mouth to be our most successful advertising. We are currently marketing our products nationally to the same participants that the NJPA looks to attract as members. We believe that Atlantic Machinery's participation in this proposed contract will add to your existing membership. It is our intention to add signage, as a NJPA contract holder, to our exhibits at trade shows both locally and nationally. We will promote the NJPA contract in dealer meetings through presentations to all participating dealerships for any products contained under this contract. We will maintain our extensive advertising and include any NJPA contract awarded to it. It is our belief that our success with this contact will be the product of our efforts in promoting its existence (see "Marketing Strategy for the NJPA" contract below for more detail). Go To Market Process and Strategy: Atlantic Machinery, Inc. is a premier dealership for the Schwarze Industries, ENZ USA and Vac -Con lines of equipment. Atlantic Machinery holds all of the Federal Government contracts for these product lines. This allows the Vac -Con, ENZ and Schwarze product lines to be represented locally and federally worldwide. Vac -Con, Inc. was established in 1986, and has sold more than 5,500 machines. Approximately 80% of those machines have been sold to municipal authorities, including federal, state, county, city and local governments. In addition to that, many machines have been sold to public utilities, public -private partnerships and other fee -based not -for - profit groups. Most importantly, this is all that Vac -Con does, essentially a single focus - truck mounted vacuum equipment to service underground infrastructure. 42 Vac -Con distributes exclusively through a nationwide network of 35 dealers, virtually all of which are "government houses", meaning that they specialize in equipment purchased by government entities. In addition to Vac -Con products, most of the dealers represent typical municipal equipment related to the sewer and catch basin cleaning segment, such as street sweepers, trailer -mounted sewer jets, and related tools and accessories, but the Vac -Con product is the primary product represented by these dealers. There are representative dealers in virtually every major population center, with some dealers covering more than one state and some having more than one location. The Vac -Con strategy is to continually train the dealer sales and service personnel to maintain a high standard of performance and customer satisfaction. In addition to that training, Vac -Con offers annual extensive local service training for end user personnel to ensure that entities operating this equipment are familiar with the operation, repair and maintenance. Vac - Con trains approximately 1500 students per year from an end user base. The primary market strategy is to provide superior performance at a competitive price, followed by superior customer service. Over thirty years ago, the founder of Schwarze Industries, Bob Schwarze, was a sweeping contractor. Because he wasn't able to find a sweeper design that truly met his needs, he built the company's first sweeper for his own use in cleaning parking areas. Within a decade, the combination of engineering craftsmanship, integrity, and strong customer services elevated Schwarze Industries to its position as the largest manufacturer of parking area sweepers in the United States. Due to the excellent reputation of its sweepers, Schwarze industries is fast becoming one of the world's leading manufacturers of road sweepers as well. The Schwarze family credited its success with building innovative, simple -to -operate sweepers and backing them with good old4ashioned attention to detail and customer support. In 2000, Schwarze Industries, Inc. was purchased by the Alamo Group (stock sign SLG), a publically-traded company whose various lines of commercial mowers are world- renowned for ruggedness and dependability. That means they can now additionally offer the financial strength and stability of a public company. All Schwarze sweepers are proudly built in Huntsville, Alabama. Schwarze Industries sweepers are in use throughout North America and over 35 countries around the world. Schwarze Industries distributes their "large" sweeper products exclusively through a worldwide dealer network, most of which are "government houses" specializing in equipment purchased by government entities. Atlantic Machinery, Vac -Con, Schwarze and ENZ USA are exhibitors in many industry trade shows to include but not limited to: • The National American Public Works Association - Geared towards the municipal public works industry • Local American Public Works Association - 20 or more individual trade shows geared toward the local area municipal public works municipalities • WEFTEC - Water Environment Federation's Annual Technical Exhibition and Conference 43 • Pumper & Cleaner Show - Geared toward the national arena of liquid waste customer base • Fed Fleet - Geared toward international Federal Government Fleet Vehicle Managers • Canadian Public works Association - Municipal Canadian public works industry • Various other local trade shows geared toward the liquid waste industry Atlantic Machinery intends to market the NJPA Contract through the 35 Vac -Con, 40+ Schwarze dealers and 50 ENZ USA dealers within the United States, and more than 60 representatives around the world. This will provide local sales, service, training and parts nationwide while providing national management of the contract. WLEA] TAB 4: MARKETING PLAN 20) Describe your marketing material, and overall marketing ability, relating to promoting this type of partnership and contract opportunity. Vac -Con, Schwarze and ENZ advertise extensively in trade publications identified with the specific industry it targets, such as Cole Publishing (Cleaner Magazine, Pumper Magazine), as well as, advertising in government specific national media, (Government Product News, Municipal Sewer and Water, American City chi County). All of these media will serve well to advertise Atlantic Machinery's participation in the NJPA contract. In addition to advertising on its own, in the above mentioned media and others, Vac -Con. Schwarze and ENZ USA assist their dealers (Atlantic Machinery included) with cooperative programs in advertising at the local level. Atlantic Machinery, ENZ USA, Schwarze and Vac -Con also participate in national trade shows, where this contract can be promoted as well. Although Vac -Con, Schwarze and ENZ USA produces extensive printed collateral in the form of brochures and flyers, it is no secret that the trend is away from distributing printed material, and the electronic networks are growing rapidly. The Atlantic Machinery, Schwarze, ENZ and Vac -Con strategy is to use its printed advertising primarily to direct the potential customers to web sites and social networks, where they can get detailed information about our products, exclusive features, marketing initiatives and industry news. It is our intent to promote the NJPA contract extensively in these media. (see attached advertising examples). 2I Describe your use of technology and the internet to provide marketing and product awareness. In addition to the preceding mentioned information, Atlantic Machinery intends to initiate a web site dedicated to the proposed NJPA contract. This site will encompass available products, descriptions, ordering data, membership information and more. This will enable access to all NJPA members as well and entice new memberships. Atlantic Machinery has participated in similar campaigns available internationally via a web site that is provided by the General Services Administration (GSA). We will ask Vac -Con, Schwarze and ENZ USA to add the proposed site URL to their printed media campaigns, web site and trade show exhibits. Atlantic Machinery, Inc. will promote the proposed site URL at trade shows, existing web site and thru our entire sales force including all participating dealers. 22) Describe your perception of NJPA's role in marketing the partnership and your products/services. We believe that the NJPA should self -promote to add credibility to our suggested advertising projects. Your website should continue to identify the details and advantages of the contract, and membership. NJPA should publish our proposed site URL in any printed media applications, as well as, your existing web site. We will seek NJPA staff to assist in educating our sales force as outlined above by either web conference or by presence at our National Sales Meetings. TAB 4: MARKETING PLAN 23) Unique Qualities As stated previously in the Customer Service Program, Atlantic Machinery's unique quality consists of our superior customer service that enables us to obtain repeat business and the ability to maintain this quality worldwide. For twenty-nine years, we have been dedicated to long term customer satisfaction. Because we have an outstanding reputation within this industry due to our experience and product knowledge, we are sought out by manufacturers to represent their product lines. Atlantic Machinery has the unique opportunity to choose the products that it represents. We look for quality in manufacturing, exemplary performance, as well as, superior support after the sale. In this respect, we believe we represent the best of the industry, and therefore can present the NJPA with the best available products in this market. Vac -Con, Inc. started out with the philosophy that it would provide superior performance, ease of maintenance, ease of operation and a customer -first attitude. Twenty-three years later, this philosophy prevails. Vac -Con has a reputation for being the innovator in the market, and responding to its customers' ideas to develop new products and features. Vac -Con has introduced exclusive features, and created industry standards in quality and performance to include: modular construction, the use of Corten _ steel, three -stage centrifugal compressor, 270 degree rotating and 10' telescoping boom assembly, hydrostatic drive systems, cross -linked polyethylene water tanks, true high dump system, 180 degree articulating hose reel, and the latest exclusive Vac -Con feature, the Omnibus w multiplex control system. These features are backed in some cases by standard extended warranties. It is for this reason that Vac -Con, Inc. is confident in representing the merits of its own products, rather than comparing itself to its competitors, and feels ,justified in stating that these products will enhance the NJPA contract. For 30 years, through innovative designs, ENZ has assisted the sewer and pipe cleaning industry, around the world, remain on the forefront of new and creative technologies. This ensures superior duality and gives the customer, a product that is efficient and durable. ENZ will accept any new challenges to help keep their customers on the forefront of the newest techniques available. Our product knowledge and superior dealer network assures your success when considering the right tools for any application. Schwarze Industries is known worldwide for providing quality products with more power when compared to our competitors. This power is generated from our industry leading Whisper Wheel Fan System (patented), Angled Blast Orifice Suction Dead, and Can Bus Control System just to name a few. Schwarze continues to develop our products through close contact with both the dealer network and end users to allow them to continue to be the leader in sweeping and patching technology. TAB 5: VALUE ADDED ATTRIBUTES 24) Describe any training programs available as options for members. Training PE2grams,Available Our belief is that a well trained customer is an asset. If a customer is well informed on the operation and maintenance of the equipment, the equipment will perform better and be less costly to operate and maintain. This, in turn, makes a satisfied customer which is imperative for repeat business. A wide variety of training programs are available. Training is provided with the delivery of any mechanical product when delivered within the contiguous U.S. This training consists of operator and maintenance programs. This is free of charge when a truck is purchased. This training is provided by factory trained representatives either employed by the factory or provided thru the local dealer. Vac -con offers "After the initial installation" programs such as service and safety schools. These programs, in the last year alone, provided additional training to over 1500 participants. These programs were provided at a nominal expense to the customer (approximately $250.00 per person). Last year, these programs were held in three regional locations around the U.S. and three programs were held at the Vac -Con factory near Jacksonville Florida. By customer request, we will provide service and safety schools at the customer's location. The fees for this service will be determined on an individual case basis (determined by travel expenses required). Each local dealer will also provide training at any of the 35 U.S, locations. Schwarze Industries Training programs other an extensive in house training opportunity tar both the operators and service staff. we also offer with every delivery, an on -site training with the operators and service personnel. This on -site training is included in the purchase price of each unit. The "in-house" Schwarze training programs are $150.00 per person for the 2-3 days course. See course listing attached. ENZ USA Inc. has professional office staff and Sales Representatives that cover North America. These Sales Representatives are on call to serve their Dealers and customers in all 50 US states and Canada. We are prepared to survey problems, provide training and demonstrate how to properly use ENZ tools at the customer location. ENZ also has a network of distributors in 50 countries for comprehensive service thru out the world and are educated to properly train our customers in the safe and proper use of each tool. 25) Describe technological advances your proposal products/services offer. Technological Advances Our manufacturers provide an extensive list of features and options that represent the latest technology in the liquid waste field. These include larger hydrostatic drive systems, multiplex operating systems, automatic lubrication systems, on -board scales, and many others. We are currently working on a system of satellite remote diagnostics. We have many advances in our products that are not available on any other manufacturer's equipment. Schwarze Industries, Inc. continues to develop new ideas and technology for the sweeper and patcher industry. Over the past few years, Schwarze has brought to the market a new patented M V. dustless regenerative air technology with the Model . DX swee per as well as the new Cana us: control system for the Roadpatcher and M6000 models. As for new projects that are in. the works, chwarze is restricted :from talking about these projects due to their public company status and the effect this information could have on their stock pricing. All ENZ tools are specifically calibrated to the customer's water jetting system- Gallons per minute (GY.M.), Pressure (PSI) and hose (LD. I ", /4 ...... and length of hose). No ENZ nozzle is shipped without these facts. ENZ tools are guaranteed to clean in the applications they are designed for. Thereby, ottering the customer a tool built for them and their specific application. ENS tools are made Frith hardened steel, and utilize replaceable jets that are ceramic lined. The ceramic jets- areguaranteed for 5 years against wear. Z) Describe your "Green": program as it relates to your company, your products/services, and your recycling program. reen a`ro ram Our manufacturersmanufactuMrs are always looking for ways to make the operations and products more environmentally friendly. The Vac -Con facility in Florida has beer, involved, for the last decade, in lean manufacturing, and continuous improvement initiatives. These initiatives help to improve the efficiency of manufacturing and the products} which also sere to improve the "Green" footprint. For example, each machine is tested. for proper _ operation before leaving the manufacturing -plant. A state of thearttest stand has been created to recycle and More the water used in this testing process. This not only reduces the amount of fresh grater required, but reduces the amount of "used" water being introduced into the environment. The paint faci ity :uses the latestdown-draft spay booth technology to effecavely filter and capture the paint solids. The plasma and laser cutting equipment used In fabrication has the latest and most effective filtration systems to eliminate smoke pollution. In the office, Vac -Con has nearly completed a document imaging projects in which all of the paper sales, service and engineering files for 5500 machines (over 15,000 files and millions of sheets of paper) have been electronically scanned, entered into a single comprehensive central file, then the paper has been shredded and recycled. Going forward, they will no longer be generating paper files. These initiatives carry over to vac-Con's products, Most recently, a new hydrostatic system reduces the operating RPM of the equipment, thereby reducing fuel use (conservation), noise levels (operator & community safety) and exhaust emissions (clean air). The added efficiency o this system also reduces time on the job, with to safe net effects. The new Omnibus Control 66 System also helps manage the machine operation, improving efficiency, production and saves time. Vac -Con also continues to introduce and improve features that help reduce weight, which impacts the highway infrastructure. Vac -Con actively promotes the idea of using less water on the job. Where many other systems may be as high as 120 GPM, Vac -Con offers a water system which uses 50 GPM @ 3000 PSI, and is effective for most sanitary sewer applications. This Vac -Con system capitalizes on the idea that pressure cleans and volume moves the material. Testing has proved that 50 GPM is just as effective as 80 GPM in moving material in an 8" pipe. This system provides a water savings of approximately 40%. When used by the customers, the 50 GPM system will reduce the fresh water usage, as well as, reducing the amount "of "used" water being introduced into the environment. Schwarze Industries, Inc. is committed to the green movement and their products reflect their progress. The Schwarze BXR dustless regenerative air sweeper utilizes the most aggressive technology with reference to dustless/waterless sweepers in the world. This process allows Schwarze to use no water for dust control while still maintaining the industry leading pickup efficiency. With the utilization of no water, they eliminate the usage of 1200-1800 gallons of clean drinking water that would normally be utilized for dust control by regular sweepers daily. Schwarze's manufacturing process and their commitment to green continues to progress. Schwarze now captures and re -uses all of the test water used for their quality control process in testing their equipment. EivsZ uses replaceable jets that are ceramic lined in their nozzles. This eliminates waste by allowing the customer to replace the wear components in their nozzles and not to discard the nozzle itself. In most ether liquid waste nuzzles, there is no way to replace the Nozzle jets making them a "throw -away" item. 27) Describe any Women or Minority Business Entity (WMBE) or Small Business Entity (SBE) accreditations of your organization directly involved in a Contract resulting from this RFP. WBE/MBE and SBE Participation Atlantic Machinery, Inc. is a small business enterprise. With the proposed contract, Atlantic Machinery, Inc. will utilize local dealers as sub -contractors. Most of the local dealers that will be involved in this process are SBE, MBE, WMBE or Veteran owned businesses. The actual participation of each will be dictated by the customer's delivery area. That actual percentage of SBE, MBE, WMBE or Veteran owned business information will be provided to the customer prior to the order being placed. 28) Identify any other value added attributes. Other Value Added Attributes - Vac -Con, Inc. M Corten Steel Body- While the industry standard is mild steel or exten steel, Vac -Con uses "corten". It is the most abrasion and corrosion resistant steel makeable. When not painted, it develops a "rusty" coating which actually protects it. Corten is used very often in bridge construction, as it will require no maintenance. Positive Seal Vacuum Breaker- Vac -Con introduced the positive seal vacuum breaker in 1991. When Debri's the body is full, a switch actuates the vacuum breaker sealing off the suction system. This not only keeps you from overfilling, but it protects the suction unit and the atmosphere. The industry standard is simply a float with an arrow on the outside for the operator to watch. Hydrostatic Drive- Vac -Con introduced hydrostatic drive of the suction system in 1992. This feature provides a highly efficient fluid drive without any modifications or alterations to the chassis. The industry standard, even today, is a transfer case mounted in the driveline which results in excessive transmission wear. Inspector Cam- Vac -Con was the first company to offer a camera system for pipe inspection propelled by the jet nozzle. This allows cleaning and inspection simultaneously. The industry norm is jetting only. Articulating (lose Reel- This feature allows the jet hose reel to be articulated about the front of the chassis so that it can be aimed directly at the manhole regardless of the chassis position. This allows the operator to work anywhere within a.180 degree arc. It also allows the reel to extend 3.5 feet beyond the width of the chassis to facilitate the cleaning of catch basins or cleaning along medians. This reel is equipped with an outrigger support log which stabilizes the reel and protects the frame and suspension from any damage. The industry standard is a fixed reel mounted parallel to the front bumper. 10' 'Telescoping Boom -- 8 inch Dia- In 1997 Vac -Con introduces the industry's longest telescoping suction boom. This unit has 2 telescoping sections of suction pipe which extends 10 feet in length and can reach over 25 feet from the center of rotation. Even today this is still the industry's longest boom. This boom can also rotate up to 270 degrees. The industry standard boom does not telescope and can rotate only 120 degrees. 10 inch Dia Suction boom- In 2009 Vac -Con introduced a 2 inch larger diameter suction boom for customers who need to be able to load larger objects without having to worry about stopping up the boom. In all other respects, this boom is like the above 10 inch Boom, no other manufacturer offers this feature. Exhaust Silencer- Vac -Con offers a silencer for the centrifugal vacuum system which significantly reduces noise levels. This makes it friendlier and "greener". This feature is not offered by other manufacturers. Polyethylene Water Tanks- Vac -Con introduced polyethylene water tanks in 1986 and continues to use them today. These tanks are light weight, provide a very low center of gravity and come standard with a 10 year warranty. The industry standard is coated mild steel tanks mounted much higher on the unit making a higher center of gravity. . Auxiliary Engine water Pump Drive- Vac -Con offers auxiliary engine water pump drive as this provides quiet jetting operation and better fuel efficiency than the industry standard. Another feature of this system is that it enables the use of a smaller chassis engine which reduces chassis cost and increases fuel mileage. No other manufacturer offers this and the industry standard is for all systems to be powered by a single chassis engine. High Dump- This feature enables the Vac -Con to dump into a standard roll off container. The body moves back and up via a parallelogram hydraulic design. When retracted or lowered the body is in the standard height position, so the center of gravity remains very low. Omnibus Control System Option- Introduced in 2009 the Omnibus control system applies Controller Area Network (CAN) technology to all Vac -Con operations. All machine functions are controlled by a central controller which substantially reduces the complexity of the hydraulic and electrical systems. A typical Omnibus equipped Vac -Con will have 5300 fewer feet of wiring and 124 fewer wiring connections. A front reel mounted monitor displays information on all hydraulic, electric, water, tile and lighting systems. No other manufacturer offers such an advanced control system. Other Value Added Attributes - Schwarze Industries, Inc. Schwarze offers many value added options including the largest hopper capacities, various steel offerings (carbon or 304 series stainless steel), thicker steel when compared to the competition, gutter broom extension override systems, -whisper wheel fan system (patented), hand hose attachments, etc. These options are too many to list independently. 29) Identify any service contract options included in the proposed price., or offered as a proposed option, for the products or services being offered. At this time, we are not planning to offer any service contracts. Due to the extensive daily maintenance required for all of the equipment/supplies offered, it would be cost prohibitive and not practical. We do offer extended warranties based on the customer's individual needs. These warranties would be considered optional and would be priced based on the customer's requirements. These include but are not limited to: Extended base warranty extensions up to five years covering body and chassis components. 30} Identify your ability and willingness to service Canada specifically and internationally in general. International and/or Canadian Service Availability Atlantic Machinery, Inc. is already servicing many international locations. We have provided many units overseas to numerous countries. Schwarze, Vac -Con and ENZ have participating dealerships around the world. At this time, there are four Vac -Con dealers servicing Canada. ENZ products are supported by 12 dealers in Canada. Schwarze Industries has 4 dealerships in Canada. We have extensive representation in Latin and South America, the Middle East, Egypt, the Far East, Europe and China. All of the manufacturers we propose to represent have been building and manufacturing equipment for distribution into foreign markets since their inception, are fully experienced in international business and employs distributors throughout the world to support the equipment. We are quite willing to service any overseas market. 31) Describe any unique distribution method employed in your proposal. Unique Distribution Method Atlantic Machinery has in place and maintains both a national and international distribution method. These methods already in place will ensure customer support and satisfaction with both the responsible single point of contact and benefit from local dealer representation in their areas. We will execute this method of distribution: The customer will contact Atlantic Machinery, M.J, DuBois, for initial information, contract questions, and ordering item/s*. *Most o, f the equipment that will be purchased on this ro osed contract will be special order items. p p pe For any items that are not special order, Atlantic Machinery, Inc. will till the order, ship the order to the customer, and invoice for the item/s to the customer. Atlantic Machinery will then notify the customer's local dealer to "in service" the item at the customer's location, train the customer on its use, operation and maintenance at the customer location, as well as, check for accuracy of the ordered items. Atlantic Machinery has a Dealer in Service Report required to be filled out by the local dealer and signed by the customer. once that form has been returned and signed by the customer, the customer's warranty will be started, For items that are special order, Atlantic Machinery will contact the manufacturer• and order the items as required by the customer. The manufacturer will ship out the item/s to Atlantic Machinery or the local dealer. ,atlantic Machinery or the local dealer will check the shipped item/s for order accuracy, inspect the item/s and contact the customer to make delivery. 'At delivery, Atlantic Machinery or the local dealer will "in service" the item/s at the customer location, train the customer on its use, operation and maintenance at the customer location. A Dealer in Service Report will be filled out by the local dealer and signed by the customer. Once that form is returned and signed by the customer, the customer's warranty will he started, This system allows for several quality control check points, order accuracy and introduce the local dealer to the customer. This local dealer contact is integral to the support of the equipment and customer satisfaction. The local dealer will provide warranty service, parts support and technical support directly to the customer. If at any time, further assistance is needed by the customer, the backup support and ultimate responsible party is and will be provided by Atlantic Machinery. 70 TAB 6: PAYMENT TERMS AND FINANCING OPTIONS 32) Payment Terms Atlantic Machinery's payment terms are net 30 days. The Certificate of Origin for truck mounted equipment will be transferred to the customer after receipt of payment in full. 33) Leasing and Financing Opti_'ons: We do have municipal and non-profit leasing available thru a third party vendor if there is a customer interest. We are not quoting rates or terms for leasing, however it should be known to customers that we have this service available to them. 34) Pr nosed Order Process: Sample ENZ product procurement form attached Sample Vac -Con product procurement form attached Sample ENZ product invoice attached Sample Vac -Con product invoice attached Sample Schwarze product invoice attached Order process and funds flow 12MRosal: ENZ tJSA Products: 1) The customer will contact M.J. DuBois at Atlantic Machinery, either by email or phone to initiate a purchase or quotation. (This contact can also be accomplished thru the proposed web site for NJPA customers once established). 2) The customer will be sent the (quote/Order Ii orm for ENZ USA products either electronically or by customer direction. (This can also be accomplished thru the proposed . web site for NJPA customers once established). 3) Customer will provide the necessary information via Order Form for ordering or quotation. This information will be checked for order and price accuracy. We will provide the customer a confirmation of the order once a Purchase Order is received by Atlantic Machinery. (This can also be accomplished thru the proposed web site for NJPA customers once established). Then the local dealer will be notified of the order has been received. 4) Atlantic Machinery, Inc. will fill the order or order the product from ENZ USA. After the order is shipped, we will Invoice the customer based on the NJPA contract pricing. 5) Atlantic Machinery will notify the local dealer to contact the customer to ensure product satisfaction and set up training with the customer. 6) Customer will pay invoice the invoice to Atlantic Machinery within 30 days of 71 invoice. A check will be forwarded to the local dealer for compensation of the sale by Atlantic Machinery. A check will be forwarded to ENZ USA from Atlantic Machinery to pay for the product. Vac --Con Products: 1) The customer will contact M.J. DuBois at Atlantic Machinery, either by email, or phone to initiate a purchase or quotation. (This contact can also be accomplished thru the proposed web site for NJPA customers once established.). 2) The customer will be contacted by phone or email to initiate the Completion of the Vac -Con Order Form. It is suggested that the customer get direction on this process due to the complexity of the products offered. We have found that this is required in order for the customer to get accurate equipment to meet their specifications. We will provide the customer with a quotation and order form for their review to verify order and price accuracy. The customer will then provide a Purchase Order to Atlantic Machinery. Then the local dealer will be notified that the order has been received. 3) Atlantic Machinery will place the order with Vac -Con, Inc. Atlantic Machinery will coordinate with the customer and local dealer to determine the trucks delivery location. It is preferred that the truck be delivered to the local dealer for inspection of truck for order accuracy, operation of systems, and complete, dealer service. If the customer would prefer thte unit shipped direct to then, we can also dispatch the local dealer to the customer -facility for inspection, operation and service. j f the delivery is made to the local dealership, Atlantic: Machinery will coordinate with the customer and local dealership for installation of the unit to the customer (delivery and training). 4) Once the actual delivery to the customer has taken place, Atlantic Machinery will invoice the customer pursuant to the NJPA contract pricing. 5) The customer will pay Atlantic Machinery within 30 days of the invoice. A check. will be forwarded to the local dealer from Atlantic Machinery for compensation of the sale. A check will be forwarded to Vac -Con from Atlantic Machinery for payment of the product. Schwarze Products. 1) The customer will contact M.J. DuBois at Atlantic Machinery, either by email, or phone to initiate a purchase or quotation. (This contact can also be accomplished thru the proposed web site for NJPA customers once established.). 2) The customer will be contacted by phone or email to initiate the Completion of the Schwarze order Form. It is suggested that the customer get direction on this 72 process due to the complexity of the products offered. We have found that this is required in order for the customer to get accurate equipment to meet their specifications. We will provide the customer with a quotation and order form for their review to verify order and price accuracy. The customer will then provide a Purchase Order to Atlantic Machinery. Then the local dealer will be notified that the order has been received. 3) Atlantic Machinery will place the order with Schwarze. Atlantic Machinery will coordinate with the customer and local dealer to determine the trucks delivery location. It is preferred that the truck be delivered to the local dealer for inspection of truck for order accuracy, operation of systems, and complete dealer service. If the customer would prefer the unit shipped direct to therm, we can also dispatch the local dealer to the customer facility for inspection, operation and service. If the delivery is made to the local dealership, Atlantic Machinery will coordinate with the customer and local dealership for installation of the unit to the customer (delivery and training). 4) Once the actual delivery to the customer has taken place, Atlantic Machinery will invoice the customer pursuant to the NJPA contract pricing. 5) The customer will pay Atlantic Machinery within 30 days of the invoice. A check will be forwarded to the local dealer from Atlantic Machinery for compensation of the sale. A cheek will be forwarded to Schwarze from Atlantic Machinery for payment of the product. 73 TAB 7 - WARRANTY 35) WarraM Program Please see attached 'Warranty Certificates from the proposed manufacturers. Warranty will be pending the return of defective parts and or materials. If items are not returned, the customer will be responsible for all charges. 36) Warranty, Coverage Warranty labor is covered under the conditions stated within the Warranty Certificates. In most cases all labor will be covered. 37) Warranty usage limits See attached warranty statements for coverage limitations. 3 8) Travel Time coverage under warranty Warranty coverage does not include travel time. The customer is responsible to bring in the equipment to a local dealer. The local dealer will then provide the parts and labor for warranty repair. If there is no local dealer available for repair, the manufacturers will typically pay the current warranty hourly rate to the customer for doing an "in-house" repair. Parts will be Provided directly to the customer in these circumstances and will be evaluated on a case by case basis. 39) Limitations to wart -an overage This item is covered in the warranty Certificates provided. 40} Geographic warranty coverage not,prov; ed Most all of the United States is covered by local dealerships. We do not expect that there will be any geographic limitations to our coverage's. If one does ovcur and there is no local dealer available for warranty repair, the manufacturer will typically pay the current pay the customer the current warranty hourly rate to do an "in-house" repair. If the customer is unable to do the warranty repair, the manufacturer will send out a technician to the customer location to complete the repair. This will be evaluated on a case -by -case basis. M P'or m B PROP O R INFORMATION Ccm an Name: Atlantic Machin, Address: 2702 Garfield Ave Ci /Stat Zi : Silver Sprinz MD 20910 Phone- 30 l _5 - -0800 Fax: 301 - 8 Toll Free Number: 800-423-8903 E-rn H.- rn'du QisQatlanticm diner inc.corn Web site. Et't��wli C 'lk Voids sometimes exist between management (those .who respond to P.FPs) and sales staff (1hose who contact NJPA Members) that result in communication problems. Due to this fact, provide the names of your key sales people, phone numbers, and geographic territories for which they are responsible COMPANY PERSONNEL CONTACTS Contract l-anager;----.i_ DuBois Email: acigh i P t 301-58 -080( a�revor Gardner. � fir. Title: Presuiertt .ail: ti-eve * r ia� tic -nac.�i , it ; } : �M.....w �........�.........�.... Phone: 301-8-08t0 Name.* Trevor Gardner., III Title: dice President Emadt ��� ��flan� i��. nachi ..: .,.,.w Phone: 301-585-0800 Name. Title Email: Phone: Name: Title: m i1� Phone. Nanxe.- 'i"itle: ��. Email; Phone: Name. Title. - Email; Phone. Proposal Offering And Acceptance and Award RFP #011510 IPU YT C &OR SERVICL� S A U TU L PMZNT WOR A C S RIZS .,.` _ sal Offe ' . .o be cornj)lgkd Q& by Pr per) In compliance with the Request for proposal (RFP) for PUBLIC UTILITY VEHICLES ANDIOR SERVICES, APAR.ATUS, EQUIPMENT ANDICR ACCESSPRIES, the undersigned warrants that I/we have examined this RFP and, berg farWhar with all of the instructions, terms and conditions, general specifications, expectations, technical specifications, service expectations and any special ems, do hereby offer and agree to fumish the defined products/services and services in compliance with all terms, condition$ of this RFP, any applicable a�mendra�en'ts of thhis RFP, and all Proposer's Response documentation. Proposer further uaderst Inds they are the sole offeror herein and that the performance of any sub -contractors employed by the Proposer in fulfillment of this offer is the sole responsibility of the Proposer. Company Name; ATIMTIC MACHIN MY r INC* Date. 3/31/10 Company g. 2628 GARFI AVE* an A fires . SILVER SPRING State: M Zip: , 20910 City,. State. �p. Contact Person: m: j, awls Authorized Signature (ink Title: NATIONAL *SALES -VW: N.J's DUBOIS .�.w...r..sa�rr.w.+warr.�i..�u... sue...—+.+,....•a.w+....�•.wwr� (Name printed or typed) ggjd= AllateLce im& Awardaohe c2mgLiM onl hl N&A) Your proposal offering is hereby accepted and awarded. As the awarded Proposer, you axe now bound to provide the defined goods and services contained in your proposal offering according to all terms, condtaions, and pricing set forth in this RFP, any amendments to this RFP, and the Proposeor's Regxmse. The team of the Contractshall commence on the date of this award and continue for four year, AND which is subject to annual renewal at the option of both parties. National Joint Powers AlllanwA (NJ'A' NJPA Authorized Title: Executive Doctor NJPA Awarded this ]7)�, NJPA Authorized signature: Title: _Gwy" ;- vit (Tame printed or typed) day of � Contract Number # 031710 Lod", (Name printed or typed loox8 Ck�'1� Executed this day of tlq-i4 Page 42 of 47 Contract Number J 031710 .d' $ .. .a �.: :,: C. ..v 'M9xfWYAWAY±WO::OJ00Tri{4^PlM'Att•A4+%vwv:; 'N+!!�.'�%ti+4 v.v.4(,.:Mv++.K .- i?Xi)ODN9M+:vi9D00i60006%•kvS.-04if Y%Pi00000. :A!>iiiiirii•.�•. . Norm F. Proposal A ftir< av it 4 g1aiat tore Page The tlrrdcr-� i ncd, r•�l r ► *rat*ll til .� �.r• � fa , I �•r a� ;�tac �N��rl ar• t ►ra j iraita ill �Ir�= t� to : ic�rr cal. tla � I r» ; ►irr t• 13 s ai (suela plor'Sorls, firm.-i 'and ct:rt c:mutions hereiraaaltcr being reed rrcd to as tlacs "Proposict'"). bOng dull mccn•ra on iaistlaca ofatfl. statto, to (11c. best of 16s.'lter belle1' and kla-muledge: 1. R to +�rsi tat d t.•ct•fr r the Proposer is subrtaitt n thacit' l�r��p+;as�tl tatlder Illeir• trtr�:� and curt -co r��e. the Proposer lairs bcert properly otiglimited farad legally emst-s err glood xuatidiIlg In its of re -de -me. tlt;.rt .the Proposer ,gar' will . ossc* 'prior tt:a 01C dcl i veq orally aaaa r �t�(Ass and ser %ices all l applicable l icaable licems s r* " �4�° o • S 1 I� I � � , � I � �. ray �. � gat �° f r Such delivc:iy. and tlaaat they are altarla��r .rs cl 10 pact talj ela all'cal* ail(l crtc€rraab�:r tiac ''Pr•oposel "' ira tlr�:� �::Ratt1ttaci and 1. To the best ot•'rray kitowledr e . I-lo proposer t.n. Pr lentital Proposton- nor army per -scam duly re -presenting the xatttre lr«rs cllrCCllY rrr- ira€Iir � �tl � .*rttcxr•c� t ittt Irt � a .i°�; prat Ott eta- arcall +r3af rot � itla �tra ' c�tlacr l't"�:tl��.� ► r ,. 1'c3tctati rl !'r tl a ;� �t' , any, of cl al or crawl..iloyee ol" tlac NJPA, or any person. firm of corporation under tytarttr act %"111 tltt• �.11�:�► in an 01' m to 41fluvoce, Other the offur•irt� tar rtcaat_r:tf��rira� cal' cc�rtatira ptti�-ct�, tc�r�ns. tiara€1 4•tara�liticara� rc�lsatira� t�:a tlai� I�l4 �' %k-Iiich tends it), or i es, lc$ssoti or destroy fimCompetition f1) the letlina f Of the t:.ontraaet mir ! at Ij)r b�= this R-1 I=, ftracl .. 'Flie Proposer or itoy lx*rmon out his/her behalf, hus ra r«t agreed, conjuved us- colluded it l:arodtrcc a %ceptfive show ofir;carailx�titloll itt (he r111,11 atr ofthe Imni s,,ul or la%v and of"ibe refi�rencetl collimm arctic# ¢f. Nelilict, 1, itte 1''rojioser'.. liar, any o ilver. dir•cc lor•. patrtncr. unember or aNIS at.�iata of tla : 111•(=posor•, 114,"• 'ally of ils Clui Alt, �ccs djir�.�ctl�: '11-vt4 `cd it) tr�3iElit int; ct�►ra;�'uus; with tliac� ,��� t�l° any �►1r'�3�CI�1 �:�itica �iI 1lie '' 1t1 , has bc-eli c.aarac t� le(l cal iaals 1. t� ts.rr, c.s" -ad mptc €1 talst,. pro-e ase's tit conspir.av to Vogl-artart 1111sc l�t� te�rr,�t � ��r tl�c.r � . itttetaaptarfl hriber (-Ir craw; airaac � tea rt' cr a l .�r tl : lrr }� sal as tit •a • o ~ 1 ti ". � :, � .: . <. • * g l t r c. 1 r t0 t r fc c.l al c.at atat°ra�aar f r =Ices.. or i)mi spoor after larrar;ar.»�} l . I �, aarrd '• l�lacProposer has ex micted And fac tgt s, ctm io s, scope. contract r tttta ty. sl��€.• r l rc�att i€iris mtri -st and 4#lher �loctrttaer7ts (.,)C thi.� �*��Nic�itait��ara and Hum an a 1 _ • ":� ii � s :, w _i � . 1 any � �� all c�E� tic rt 1t�ar� bc..c.n r�c.t�,ct rta ���i`ittra�. 4rrtcl lta ve. beartt invilldc-d 'v0dt tlaC proposal Strbmittaal, a lld 6. If a%-,aardcd at comraact, ilac Proposcr• will prtac°itle lbe prutltRasftimiCe. aaracar ,Wrvv cos to quilliVyirag ratt:ulbem. (al. the NJPA Ili accomiaancc with tlac tarries. conditions, st:o1w. of this RIT, Profx)scr oll'46- cl speelficaations mid cAlaet• elf ctamcrtts of this solicitation, and 7. 'N•ltc c ndersi tacd, locirt #;actsile ar with coxpcctattisart� atoll spov lic�ati`arts ropiest ou lii-ml in tlt s Rf under consideration. lacte-by proposespropos-es to deliver tlamger h %4:--3lid wrOve request. Pumbase Orders ()r- rortt�as I'M NJPA Member a tlti� 14 '"I only lace. ll3 r.���,d and f 1-st quality � . � 1 �'s r,� is s �designated � ;.t ., , .,� Per , 1, �• � r used � c �x clliaa rt�.� 1 r c r`tt +.•t, � � +�� • �lcc, aatatl services .tc.a l� • 1'' Members.. and S. The Prcivoser No; curclUlly checked the accuracy cy if till 11CMI 4111l lrsmi tmul pice per Item ill 111 s 1-u-oluosarl. Ira Ltddition, the Prcalxwesr aCUTAs a11 ttrtta.N and is of RIAT. including will responsibilities lities cal cotxtraaitment and deli cry ol`Scrvicci ,rs tatttliriecl. L.11,1 la-r submatl in 0118 : r `OS41 rt r ► irtad tzattd pit It t - _ �; , ,. , } , a M , P " , •.� ear . tlt- t c right is Nerved hr tlac. � .11 A to re' -Cl ally or all pro t�s�rl;� land ii is agreed feed b will �aar� es that rlai.s ro � 'sol ra�aaa ra�:at lie %vitlacli�t��� a during a . , to � '90 = . r � date x} . � � ) 1 l .� r t � 1 �: tc d c f days I rc rat tla� d*ate. l�r c�p�.... jai • ",ere oported r tiding, this R F 11. and 10. .L.lac arc;t�jas car• cert.ili ��► Haut ira I tMliar°ra3ira t1a : .`tartta tc4t tl�c will cicaraal l ' � �itat ;fll xtlal lr�<ahlc� pr� c-isions gal, tlac% 1'etI �a•�al• stale, .rrad local litre-, regill"tticrr�s, rtiles,: raracl' orders. arras# I L If Propos-car l is 11101•C Hawaii t) etas aloycos in ttac st:me in which their principal plaacc cal' hltsilwLSs is locatm1. Proposer l'c ga. 43 cat 1.4 hereby vertifics their compltancc With federal al rrna.tive action requircmcrrtss, 12. Prolvscr cerytifiow they: have disclosed all rebates, re-imbursements, coo reductions and any other s4ources of reventr4 to the; Proposer, or organization known to Proposer, reelating to the goods and services c:onte-ni latcd for rocuroment by JPA and aPA Members associated with NJPA R ' 031710. 13. tlroposer certifies they will continuc to disclose nevi spumes, of` rebat , re-imbursements, marketting fees, cost reductions, and any other source of revenue to the Proposer, oj- orgu izati n known to Proposer, relating to , md a, d services conternplated for pros ur�enr l i'A aid 1. +c her s, ctciatc:ci wi h I.fPA 'f f °!� t33 17 during the term orany contract awarded pursuant to this RF11. �C' r z r Namel, ATLANTIC WINERY o INC 9 ontact Person for Questions: Mom: (Must. tv individual who is rt:;�p�rr�st ��c t�r��lrn €�t�t t�rrs Pro�c��r �� �c�►p�n�c� �`�xrrn Address: 628 GARPrEID. AVE. `'ELVER SPRING, M 20910 Telephone Nunibm Sol—585-0800 Fax Numbel..301-585-7681 N..W..................,aa N _ 1. -mail Address jd i ati nticmachir in . m Authorized Signature: � .. �.n.. <uYw.w.:...n... .Y....: 1w _.:._...... .✓: a ...w.v. .. ....:.:. ...... ._i .w....v....:..N W.. .........w .. .. ...yA .:.,...: :.•-av:.a ...� .. ............... .,.. Au wr zed Naine C tvpcd is TREVOR GARDNE J . r PRMIDEW t:4/10`/2010 Notarized ,aubscribed and smoo rn to bef ore me this �.ot(fie a of APRI�, 20 �,0 Notary Public in anti ror tits (*Ounty or TAL" State 0rMARY My conimiss4on expires., pUgLIC ATE of mARYLAND ...•..ww-....a..:...4.mr.:......v.�.................+..•,..r.....v:•.a.v.v::ev:. ua...: ..::...:.: ......... ...... �.v,r..v.+.aw.r.: www... .a .: _ WSW iot L 'e 'age 44 of 47 I Form G. OVERALL EVALUATION AND CRITERIA In accordance with accepted standards of competitive sealed proposal awards as set forth in the Minnesota Procurement Code, competitive sealed bids/awards will be made to responsible Proposer s whose bids are determined in writing to be responsive and also be the most advantageous to NJPA and its NJPA Members. To qualify for the final evaluation, a Proposer must have been deemed responsive as a result of the criteria set for "Proposer Responsiveness." A proposal must have been submitted on tune and materially satisfy all mandatory requirements identified in this document. Evaluation for: All responses For the Proposal Subject Public ILtfflt!vYeWel s nn&r SEtAM tgls EqwlDment or Accessories The evaluation criteria for this solicitation, not arranged in order of importance: Atlantic Machinery, Alliam Inc. Federal Contracts Feral Signal Coro. Alamn Genie Co3aorinance to terms and candi#ians to include do 50.0 40.0 45.0 38.3 38.3 38,3 38.3 Pri ' 400.0 333.3 350.0 316.7 NNOW-Mim38.3 183.3 3SO.0 83.3 358.3 Indus and Marko lace Succe w 0.0 16.7 18.0 15.7 8.3 20.0 757, 19.0 Hiddars �A►biNty to Sell and Service Cantmot Nadondl 100.0 78.3 60.0 70.0 38.3 73.3 73.3 83.0 Bidders Marked Plan 75.0 63.3 62.7 55.0 46.7 56.7 51.7 51.7 Value Added attribuWa 75.0 64.3 66.0 55.0 53.3 55:0 57.7 58.3 Invoicing Payment Tems and Fit�aming lions 25.0 18.3 18.8 20.4 19.2 17.5 19.2 19.2 Ew=tCov es and Information 50.0 40.0 38.3 40.0 40.0 43.3 40.0 40.0 Selection and Variety of Products and Services offered 200.0 178.3 180.0 173.31 68.3 175.0 8.3 180.0 Total Points 1000.0 832.7 839.8 784A 495.8 929.2 387.5 847.8 Overall EVOuation Points P axAimar" Mt.,- 877.7 Its It 861.3 796.9 523.3 851.7 400.0 862.8 , Md +����► ►► www.n fpacooporg COMMENT AND REVIEW To the REQUEST FOR PROPOSAL (RFP) #031710 Entitled PUBLIC UTILITY VEHICLES AND/OR SERVICES, APARATUS, EQUIPMENT AND/OR ACCESSORIES National Joint Power$ Ailirt' 200 first Street NE Staples, MN 56479 The following advertisement was placed in the Star Tribune on February 18, 2010 and February 2 5, 2010, in the Oregon Daily .Tournal of Commerce (DJC) for a seven-day run betweenn the dates of February 18 and February 26, 2010, in the Honolulu Star Bulletin for a seven-day run between the dates of February 19 and February 25, 2010, on the NJPA website www.nipacoop.ore Onvia and on noticetobidders.com website: The National Joint Powers Alliance@ (NJPA) issues this request for proposal (RFP) to provide PUBLIC UTILITY VEHICLES AND/OR SERVICES, APARA.TUS, EQUIPMENT AND/OR ACCESSPRIES, to NJPA, and current and potential NJPA Members from government, education to include Colleges and Universities, and non-profit agencies in all 50 states, and ;vith potential international distribution. Specarications and details of this RFP are available beginning FEERUARY 15, 2010 and conthtuing until March 8, 2010. Details and Specifications may be obtained by leer of request to Gregg . Meierhofer, NJPA, 200 First Street Northeast, Staples, MN 56479, or roistering and requesting. RFP documents at www.noti, cetoproposedders.com, or e-mail at a)nacoo .or . Steed Proposals will be received until lyiarch 17, 2010 at 2.-00 p.m. at the above address. NJPA reserves the right to reject any and all Proposals. RFP's were requested from and distributed to: Alamo Industrial Atlantic Machinery, Inc, Euclid Infotech Federal Signal Corporation -- ESG G radall Industries, Inc. J &D's Hydraulic PipeHunter Prime Vendor, Inc. Terex Aerial Work Platforms (Genie) Volvo Late inquires were received from: Ditch Witch Allianz Sweeper Company Ditch witch Federal Contracts Corp. Funk Company Hampton Roads Transit NW Truckstell Sales, LLC Polaris Defense Spaulding Manufacturing Vermeer GranTurk Equipment Company www.njpacoopong Nadonal Joint Powers Aftnce 200 First Street NE Staples, MN 56479 Bids were opened. on April 15, 2010 at the offices of NJPA offices 200 1st Street Northeast in Staples, Minnesota 56479. All bids received were deemed responsive. Bids were received from the following: Alamo Group (TX) Inc. DBA Alamo Industrial Atlantic Machinery, Inc. Federal Signal Corporation Gradall Industries, Inc. Allan Sweeper Company Federal Contracts Corp. Genie Industries, Inc. Bids were reviewed by the Bid Review committee consisting of: Keith Hanson, CPA, NJPA Assistant to the Manager of Financial Services Jilene Fiemeyer, NJPA Coordinator of Legal Contract Communications Ginger Line, NJPA Coordinator of Bids and Contracts. Gregg Meierhofer, NJPA Manager of Bids and Contracts The findings of the Bid Review Committee are summarized as follows: In our opinion, we received a number excellent responses to our Request for Proposals. The majority of the bid responses were strong, well prepared and we feel dedicated to long -ten custorner satisfaction. As illustrated in our Evaluation (FORM G), the strongest bidders demonstrated their commitment to driving value to our members in areas such as pricing, the ability to market the contract nationally and the selection of products available. Highlighted value added attributes included items such as alternative fuel configurations, hybrid products, strong reputations within their industries, technological and innovative features, national awards, ability to service a global market, strong training programs and a commitment to our environment. As the evaluation committee, we are confident a multiple bid will provide the strongest offering in terms of price and depth and breadth of product line to our members. As a result of the above factors and total evaluation points, the Bid Evaluation Committee recommends award of #031710 for PUBLIC UTILITY VEHICLES AND/OR SERVICES, APARATUS, EQUIPMENT AND/OR. ACCESSORIES to Auianz Sweeper Company as contract #031710-AS W, Genie Industries, Inc. as contract #031710-0II, Atlantic Machinery, Inc. as contract #031710-AMI, Federal Signal Corp. as contract #031710-FSC and Gradall Industries, Inc. as contract #031710-GRD. We believe individually each awarded vendor will bring unique qualities and market segments to NJPA and its Members and we are confident that collectively the awarded vendors represent the best in the industry and will provide the vast selection, variety and quality of products that will satisfy the needs of our members today and far into the future. warty*nip*op.or9 Keith Hanson, CPA, Assistant to the Manager of Financial Services Date LIM.. J' ne Fiemeyer, Coor�r of egal Contract Communications Date Ginger Li t 2 fr of Bids and Contracts Bids and Contracts ARM National Joint Powers Alliance S-%-- 20�10 Date Date 200 First Street NE Staples, NNU 56479 National Joir7t Powers AllianceC�z� (herem'N.JPA) REQUEST' FOR, PROPOSAL (herein RFP) PUBLIC UTILITY VEHICLES AND/OR SERVICE APARATUS, EQUIPMENT AND/OR ACCESSPRIES I I t411111 March 17 9 2010 2:00 p.m. CST At the offices, of the National Joint Powers Alliance@ 200 First Street Northeast, Staples, MN 56479 RF #04317:1 0 The National Joint Powers Allimice(D (NJPA) issues this request for proposal (RFP) to provide PUBLIC UT1161W VEHICLES AND/Olt SERVICES, APARATUS, EQUIPMENT AN WOR ACCESSPRIES, toN.JPA, aund current and potential NJPA Members from goverment, edLication to include Colleges and Universities, and non- refit agencies, in all 50 states, and with potentlia) international distirlibutimt. Specifications -and details of this OFF are available beginning FEE RUARY 15, 2010 and contlinuing until March 8,2010. Details and Specifications may be obtained by letter of request to Gregg Meierhofer, JPA, 200 First Street Northmt, Staples, MN 56479, or registering and requesting RFP docin"ents at w, %A.,'w,'.noticet.0p seddc,­ aj ,p orn, or e-m -I at RF- P C@ org. Sealed Proposals will be received until March 17, . _ q­ I njpacoop 10 at 2:00i. . at the above address. NJPA reserves the right to reject any and all Proposals. The text above b the Publk Notice to Proposen., to be used by NJPA* l,'T,"BR UA R Y.15,201 0 and February 22, 20-10 March 8, 2010 March /0, 2010 104-0MAICST Alumh 17. 2010 2: 00 p. m, CS,?'' AF.P Lle�ine .! X Publication ty'RI in the 1,n-int and onfine Minneal)(dis I rtbwie, the WPA web site, and on the websik q1'Propavednot, 1(j1.7r(j1 fee Deadline or RFP requests fi Pre-Propm-al ConJ�:rence 6vebcaV .- coql�rence cal�) Deadline po fibrStibinissionofPro vejjv, and Public Opening (#'Propaveils Direct questions regarding this RFP to; GreggUejerhqferartj fi Wat...'ol r 1 or (218)894-1930 RFP Procedures offers the methods for submitting questions. Page I of 47 . 1N1­R(,. )U_. j ()N. Sales Tax A. about NJPA f). lei_ in . B. Joint Exercise of Piers Laws �' Shipping Program P. Normal Working Hours C. Why Propose a National CooperativMARK [�1 I'll -AN Procurement Contract gg ff D. The Intent of this RFP . Scope of this RFP A. Proposal evaluation process . expectations for aducts/er�rices B Proposer Responsiveness being Propose C.Proposal evaluation cater � . G. ertiflcat*on - Firm offer to co .; ntract host cs i ngEvaluation I E. Product A. Proposer — Vendor Testing B. Contract �y] ■q� P. Past performance information 0. Waiver of fonallities (:.# S (11.. E D. Proposer"s Response A. Subsequent E. Currency � Agreements B. NJPA Member sign-up procedure C. Reporting of sale activity A. Pre -Proposal Conference D. Audits B. Identification of key personnel E. Hub Partner C. Proposers exceptions to terrris and F = Trade-Ins of Stock NotifG. ication .. cat on conditions H. Termination nati Formal instructions to Proposers ion ofa Contract resulting from . this RFP E Content's and tabbing of Proposal Submission A. Advert* F. :er�ser��e��t- of RFP F . Questions and answers about. this RP y Advertising a Contract Resulting From Modification or withdrawal oft� � ;s RFP . submitted Proposal � . , �, Applicable lam H. Value added attributes, D. Assignment of Contract products/services E. List I. Rid. Security Proposers List J. Certificate of InsuranceP. Captions, Headings, and Illustrations G. Confidential Information K. Order Process and/or Funds ion L. Administrative Pees H. data Privacy• It Entire A.greennent 1, force lajeure A. Line -items. Pricing . . K. Gratuities B. Percentage discount from catalog or L. Hazardous ubstwices category . Legal Remedies. Core Lift Pacing ` N. Licenses D. Hot List Pricing 0. Material Suppliers ers andSub-Contractors E. Ceiling Price P, Nona -Wavier ' P. Volume Prue DiscountsQ. Awards Rights G. Sourced Goods Protests �f ar�ds made s R. Provisions Required by Lave H. Total Cast of Acquisition S. Public Record 1. Requesting Product and Service T. Right to Assurance additions/deletions U. Suspension or Disbament Status J. Requesting pricing Changes _. Rights Certificate K. Pricing and Products Changes Pout Human W. Sever L. Single statement of Pricing - Historical X. Relationship of Parties Record of Pricing M. Payment Terms 2 of 47 IN 11 The National Joint Powers Alliance (NJPA)- is a public agency serving as a rational municipal contracting agency established under the Service Cooperative statute by Minnesota Legislative Statute 123A.21 with the authority to develop and offer, among other services, cooperative procurement services to its membership. Eligible membership includes cities, counties, governmental agencies, both public and non-public educational agencies, colleges,, universities and non-profit organizations. This Minnesota Statute :also allows for service to NJPA Member agencies in Minnesota and all other states. 1.2 To this end, NJPA has established a series of procurement contracts with various Vendors of products/services which NJPA Members desire to procure. These procurement contracts are created in compliance with applicable Minnesota Municipal Contracting Laws. A complete listing of NJPA. cooperative procurement contracts can be found atM.nj;flur. 13 NJPA's publicly elected Board. of ;Directors calls for all proposals, awards all Contracts, and host: those resulting Contracts and offers them for the benefit of its Membership. 1.44 NJPA currently serves over 30,000 member agencies. Both membership and utilization of NJPA Contracts continues to expand at exponential rates. The value of our Contracts driven to our Members is reflected in our growth. 1 MIPA cooperatively shares those contracts with its Members nationwide through various `'Joine xeivise of Powers, Laws" established in Minnesota and most, other Mates. 'fhe Minnesota "Jo nt xercise of powers Law" is Minnesota Statute. §4.71.59 which states "Two or more governmental un ts...may jointly or cooperatively exercise any power tom.-mon to the contracting paftie ..." Similar Joint Exercise of Powers Laws for each State of the United Mates can be fou:fid on -our website at �3 s ' ' t ` 4 e € t i a ' :: a l R N. w OLI I.Mand clicking on that .state at the bottom of the web - page. 11Y l:' 't. :.. A. r i (IAi.; 16 National Cooperative Procurement Contracts create value for both Municipal buyers and their Vendors of products/services in two ways., ewe save the time &Lad effort of many municipal buyers bringing individual procurement proposals AND the time and effort of the Vendors in responding individually to those invitations. A single invitation for a cooperatively held contract can replace potentially thousands of invitations for the same items from individual NJPA Members. 1�we earn volume urehasiu d coub#s which are passed on to our Members. A single awarded Proposal is likewise exposed to thousands of potential Municipal purchasing units nationwide creating efficiency and savings to the business community as they sell products and services to government and education agencies. L.7 Mate laws that permit or encourage cooperative purchasing contracts do so with the belief that lower prices, better overall value and time savings will be the result, leg The collective l purchasing power of thousands of NJPA umbers nationwide offers the opportunity for volume pricing discounts. Although no volume is guaranteed by a Contract resulting from this RFP, substantial volume is anticipated and volume pricing is requested and justified. 3 of47 1.9 NJPA and its 'embers desire the best value for their procurement dollar as well as a competitive price. Pre -competed procurement contracts offer NJPA and its Members the ability to more directly compare non -price factors in their procurement analysis and it offers Vendors the opportunity to display - those attributes without the timing and interpretation constraints of typical individual proposal process. 1 The, inter f his Pis to award an Exclusive Single Award Contract to quali 'yin manufacturer or distributer Proposer demonstrating a_solution which. meets andlor exceeds the requirements. of NJPA and its Members within the scope of PUBLIC tJTILffY VEHICLE AND/OR SERVICES, APARATUS, EQUIPMENT AND/OR ACCESSPRIES. Qualifying Proposers must he able to demonstrate the knowledge of any and all applicable industry standards, laws and regulations and the ability to bath market to and service NJPA Members in all 50 states, All proposals received will be evaluated based on (wriong several other factors) their ability to provide the greatest utility to NJPA and NJPA Members and across the widest spectrum of products and services} LUA response to this RPP can be in the form of a Line -Beni Pricing and/or Percentage Discount from Catalog or Category Pricing purchasing contract, N.1PA desires a relationship with a vendor prodding a broad array of equipment, products, supplies, accessories and services anticipated and generally requested and desired by NNJPA. members from the PUBLIC UTILITY VEHICLES AND/OR SERVICES, A A A'T-US$ EQUIPMENT AND/OR ACCESSPRIES industry. Those products and services must include those most commonly used and desired by NJPA and its Members.. NJPA is seeking a Prune and fxclusive Vendor relationship to best serve the overall needs of NJ.PA and NJPA Members nationally. L, 2„ Non -Manufacturer Awards-, NJP'A reserves the right to make an award related to this invitation to a non -manufacturer such as a mass distributor if such action is in the best interests of NJPA and. its l embers, I Iti.p a Awards: Although "t is NJPA4s nten to award a contract to a singic Vendor, NJPA reserves the right to award a. Contract to multiple Proposers where the responding Proposers are deemed to lack the ability to appropriately service a national contract or such action is deemed to. be in. the best interests of NJPA and its Members 1 Award by Board of Directors: An. Award of Contract may be made by the NJPA Board of Directors based on the recommendation of the NJPA Proposal Review Committee and on the best interests of NJPA and its Members. NJPA is seeking a Prime, exclusive Vendor relatidnship(s) to meet this need. The goal and intent of this RPM' is to follow through. with a proposal award and contract to be marketed nationally through a cooperative effort between the awarded vendor(s) and NJPA to its participating members !j Best Responsive - Responsible Proposer It is the intent of NJPA to award a Contrast to the best responsible and responsive Proposers offering the best overall quality and selection of products/services and services meeting the commonly requested specifications of the NJPA acid NJPA Members, provided the .Proposer's Response has been submitted in accordance with the requirements of this RFP I Sealed Proposals: NJPA will receive sealed proposal responses to this RFP in accordance with accepted standards set forth in the Minnesota Procurement Code and Uniform Municipal Contracting Law. Awards may be made to responsible ,and responsive proposers whose proposals are determined in writing to he the most advantageous to NJPA and its current or qualifying future NJPA Members. 1, ,,....17 Use of Contract, Any Contract resulting from this solicitation shall be awarded With the understanding that it is for the sole convenience of NJPA and its Members. NJPA and/or its members reserve the right to obtain like goods and services solely from this Contract or from another contract source of -their choice, 4 of 47 L.1.1 NJPA's Interest in a contract resulting from th163RFP: Not withstanding, its own use, to the extent NJPA issues this RFP and any resulting contract for the use of its Members, NJPA's interests and liablillity for said use shall belimited to the competitive ve proposal process performed and terms and conditions relating to said contract and shall not extend to the products, services, or warranties of the Awarded Vendor or the intended or unintended effects of the goods and services procured them from. %%Vxw.1.19 Sole Source of responsibiRty- NJPA desires a ':Sole Source of Responsibility" Vendor meaning the � Vendor will take sole responsibility for the performance of delivered products/services. NJPA also desires sole responsibility With regard to: Scope of Products/Services: NJPA desires a single provider for the broadest possible scope of the goods and services being proposed over the largest possible geographic area and to the largest possible cross-section of NJPA Members, Vendor use of sub -contractors in sourcing or delivering goods and services: NJPA desires a single source of responsibility for products/services proposed. Proposer's are assumed to have sub -contractor relationships with all organizations and individuals whom are external to the Proposer and are involved 'in providing or delivering the goods and services being proposed. Vendor assumes all tesponslibility for the products/servim and actions of any such Sub - Contractor. 11", SCIOPIF OF' 1­1­41S R1, 1) ZQ Solutions Based Invitation: M& All potential Proposers are. assumed to be professi,,,I, in their respective fields. As professionals you are deemed to be intimately fandlincir with the spectrum af'NIPA and NJPA Member's needs and require.ments, with respect to the swipe of this RFRO With this intimate knowledge of NJPA and NJPA Member"s needs, Proposers are instructed to provide the* irproposal response in a fonnat describing their solutions to those current and future needs and requirements.. Proposers should. take cm to be economical in their response to this RFP. 1 Multiple solutions to the: needs of NJPA and NJPA. 'Member's are possible. Example$ could Include: 1.20,31 Materlab Only Solution* A Materials Only Solution may be appropriate for I a I Y situations where NJPA or NJPA Members possess the ability, either in-house or through local third party contractors, to property install and bring to operation those materials 'being proposed. 1 Turn -Key Solutions: A Turn -Key Solution is combination of materials and services which provides a single price for mateflals, delivery, and installation to a properly operating status. Generally this is the most desirable solution as NJPA and NJPA Members may not possess, or desire to engage, personnel with the necessary expertise to complete these tasks intemally or through other independent contractors L-20 3 3 Good, Better, Best: Where appropriate and properly identified, Proposers are invited to offer the CHOICE of good — better — best multiple grade solutions to NJPA and NJPA Member's needs. 1. 20 Proven — Accepted — Leading Edge Technology,* Where appropriate and properly identified, Proposers are invited to provide the CHOICE of an appropriately 5 of 47' identified spectrum of technology solutions to NJPA and NJPA Member's needs both now and into the future. 121 Geographic Area to be Proposed: This RFP invites proposals to provide PUBLIC UTILITY VEHICLES ANDIOR SERVICES, APARATUS, EQUIPMENT AND/OR ACCESSPRIES to NJPA and NJPA Members throughout the entire United States and possibly internationally. Proposers will be expected to express willingness to explore service to NJPA Members located abroad; however the lack of ability to serve Members outside of the United States will not be cause for non -award. The ability to serve Canada, for instance, will be viewed as a value-added attribute. 122 Manufacturer as a Proposer: If the Proposer is a Manufacturer or wholesale distributor, the response received will be evaluated on the basis of a response made in conjunction with that Manufacturer's Dealer Network. Unless stated otherwise, a Manufacturer or wholesale distributor Proposer is assumed to have a documented relationship with their Dealer Network where that Dealer Network is informed of, and authorized to accept, purchase orders pursuant to any Contract resulting from this RFP on behalf of the Manufacturer or wholesale distributor Proposer. Any such dealer will be considered a sub -contractor of the Proposer/Vendor. The relationship between the Manufacturer and wholesale distributor Proposer and its Dealer Network may be proposed at the time of the proposed submission if that fact is properly identified. 12 Dealer/Re-seller as a Proposer: If the Proposer is a dealer or re -seller of the products and/or services being proposed, the response will be evaluated based on the Proposer's authorization to provide those products and services from their manufacturer. Where appropriate, Proposers must document their authority to offer those products and/or services. 124Contract Term: A contract resulting from this RFP will become effective the date of execution by NJPA.. of the " Offerirq and Award" (Forty, D)_ NJPA is seekhig a Contract base term of fora year; subject to annual renewals as allowed by Minnesota Contracting Law. Full term is expected, however will only occur through successful annual renewals. One additioonal one-year renewal --extension niay be offered by NJPA to Vendor beyond the original four year term if N.r'PA deems such action to be in the best interests of NJPA and its Members. 1.25 Contract Value: NJPA anticipates considerable activity resulting from this RFP and subsequent award; however no commitment of any kind is made concerning actual quantities to be acquired. NJPA does not guarantee usage. Usage will depend on the actual needs of the NJPA Members and the value of the awarded contract. 1.26 Estimated Contract Volume: Estimated quantities and sales volume are based on potential usage by NJPA and NJPA Members. 1..27 Largest Possible Solution: If applicable, Contracts will be awarded to Proposer(s) able to deliver a proposal meeting the entire needs of NJPA and its Members within the scope of this RFP. NJPA prefers Proposers submit their complete product line of products and services described in the scope of this RFP. NJPA reserves the right to reject individual, or groupings of specific products/services proposals as a part of the award. 128 Contract Availability: This Contract must be available to all current and potential NJPA Members who choose to utilize this NJPA Contract to include all governmental agencies, public and private primary and secondary education agencies, and all non-profit organizations nationally. 1.29 Proposer's Commitment Period: In order to allow NJPA the opportunity to evaluate each proposal thoroughly, NJPA requires any response to this solicitation be valid and irrevocable for ninety (90) days after the date proposals were opened regarding this RFP. 6 of 47 2 .0 Industry Ston dards.o- Except as contained herein, the specifications or soluuons for this R.FP shall be those accepted guidelines set forth by the PUBLIC UTILITY VEHICLES ANDIOR SERVICES, APARATUSt EQUIPMENT AND/OR ACCESSPRIES 'industry,, as they are generally understood and accepted within that industry across the nation. Submitted products/services, related services, and their warranties and assurances are required to meet and/or exceed all current traditional and anticipated needs and requirements of NJPA and its Members. Deviations from Industry standards must be identified by the Proposer and explained how, in their opinioll, the products/services they propose will render equivalent functionality, coverage, performance, and/or service. Failure to detail all such deviations may comprise suincient grounds for rejection of the entire proposal. I3 Important note: NJPA does not typically offer specific product and service specifications.; rather 131 $ NJPA is requesting an industry standard or accepted specification for the requested products and services. Where specific, line items are specified, those fine items should be considered the minimum which can be 41 expanded by the Proposer to deliver the Proposer's "Solution" .to NJPA and NJPA Member's needs. Commonly used Goods and Services: It is important that the products/services submitted are the products/setvices commonly used by publictsector entities. New Current Model Goods: Proposals submitted shall be for new, current model products and services with the exception of certain close-OUt 4products allowed to be offered on the Proposer's "'Hot list' described herein. Compliance with laws and standards: All items supplied on this Contract shall Comply with any current applicable satet y or regulatory standards or codes. 1.35 Delivered and operational- Products offered herein are to be proposed based upon being delivered. 9 and operational at the NJPA Member's site, Exceptions to "delivered and operational" must be explicitly disclosed in your proposal response. Warranty: The ProposerNendor warrants that all products, equipment, supplies, and services delivered under this Contract shall be covered by the industry standard or better warranty. Ail products mid equipment should my a minimum industry standard manufacturer's warranty that includes materials and labor. The Proposer has the primary responsibility to submit, t, as a part of Tab 9, product specific warranty as required and accepted by industry standards. Dealer/Distributors agree to assist the purchaser In reaching a solution in a. dispute over warranty"s terms with the manufacturer. Any inwitifacturer's warranty which is effective past the expiration of the warranty Will be passed on to the NJPA member. Failure to submit a minimuin warranty may result in the -non-award., Proposer's Warrants: The Proposer warrants all goods and services furnished hereunder will be free from liens and encumbrances,- and defects in design, materials, and workmanship; and Will conform in all respects to the terms of this RFP including any specifications or standards. In addition, Proposer/Vendor warrants the goods and services are suitable for and will perform in accordance with the purposes for which they were intended. By execution and delivery of a proposal, Proposer certifies: 1. The submission of the offer did not involve collusion or any other anti- competitive practices; 2. The ProposerN'endor shall not discriminate against any employee or applicant for employment in violation of Federal and State Laws (see Federal Executive Order 11246); 3. The Proposer has not. given, offered to give, nor intends to give at any time hereafter any 7 of 47 economic opportunity, future employment, gilt, loan, gratuity, special discount, trip favor or service to a public servant in connection with the submitted offer (See gratuities), and, 4. The proposer agrees to promote and offer to Members only those products/service.s and/or services as previously stated., allowed, and deemed a. resultant of the contract(s) as 1 JPA contract items or services. This clause shall include any future product or service additions as allowed through Contract additions. .3 A response to this FP is a firm offer to Contract with the I JPA based upon the goals, intent terms and conditions and scope of products/services, contained in and referenced to in this inv10 itation. 1.40 All stated terms and conditions, " ectations to include the ,foals, intent and scope of this RFP as described as a part of this RFP, are to be considered binding under the signatures of authorized partite and are part of the Contract. ::: N FIX, 1 Exclusive Vendor- A sole Vender awarded in a product category. NJPA reserves. the right to ward to an Exclusive Vendor ill the event that such an award is in the best interests of NJPA Members. Such a Proposer toast exhibit the ability to offer an outstanding overall program and.demonstrate the ability and willingness to serve NJP : embers in all 50 states, and comply with all other requirements of this RFP* 2.2 PotentialProposer- A person or entity requesting a copy of this RFP. ,j Proposer- A company, person, r eatity delivering a timely �*es onse t() this Rr.P. 4 Vendor- One of a number of .!posers whose proposal his been awarded a contract pursuant to this F`p6 2.5 Request for Proposal- Herein refeiTed to as P'p "Contract" as used herein shall mean cumulative documentation consisting of this lip3 an entire Proposer's 'response, and a fully executed "Acceptance and A%, rd, , Z ' e *ods of'time, stated, as number of days, shall he in calendar days. 8► lroposer's lespc►nsc is the entire collection -of document as they a received b ltil.JA from a Potential propo er in response to this RFP. 4. All transactions are payable in U.S. dollars on U.S. sales. All administrative fees are to be paid in U.S. dollars. 8 of 47 1.1 A. non -mandatory pare -proposal conference will be held at the date and time specified in the time line on page one of this R1K P. Conference call and web connection information will be seat to all potential :proposers through the same means employed in their inquiry. The purpose of this conference call is to allow .potential Proposers to ask questions regarding this RFP. Only answers issued in writing by NJPA to questions asked before or during the pre -proposal Conference shall be considered binding. 3.2 'vendor will designate one senior staff individual who will represent the awarded vender to NJPA. This contact person will correspond with members for technical assistance, questions or problems that may arise including instructions regarding different contacts for different geographical areas as needed. 3 Individuals should also be identified cif applicable) as the primary contacts for the contents of this proposal, marketing, sales, and any other area deemed essential by the proposer. 3.4 Any exceptions, deviations, or contingencies a proposer may have to the teas and conditions contained herein must be documented on Form C. , 5 Exceptions, Deviations or contingencies stipulated ire Proposer's Response, while possibly necessary in the view of the Proposer, may result in disqualircation of Proposal Response. 6 It is the responsibility of all proposers to examine the entire RFP package, to seek clatiification of any item or requirement that inay not be clear and to check all responses for accuracy before Submitting a Proposal. Negligee: in preparing a proposal confers no right of withdrawal after the deadline for submission of proposals. 3.7 All proposals nest be sent to `'The National Joint Powers Alliance , 200 l" ST NE Staples; M 6479." 3.8 All proposals must be submitted in both hard copy and electronic formats (on a compact disc (CD)), Both .hard copy and electronic proposals must be tabbed (in appropriately named files in the case of the CD) as identifted herein. Electronic proposal submissions should be submitted in a nested file structure where the root file is entitled "Proposal Response". Files contained in the root file should be entitled "Tab 1, Tab 2," Documents within the nested files should Abe individual documents or folders appropriately titled ass to their content. J..9 Two complete copies of each proposal must be submitted with the exception of a single original bid security submitted in one response copy with a copy of the bid security to the second response copy. All Proposal forms must be legible. All appropriate forms roust be executed by an authorized signatory of the Proposer. Blue ink is preferred for signatures. Electronic proposal submissions should be submitted using the electronic forms provided., If a Pro poser chooses to use alternative documents for their response,, the proposer will be responsible for ensuring the content is effectively equal to the NJPA form and the document is in a format readable by NJPA. 3.11,lP'roduct descriptions, fact sheets, and catalogs should be submitted in electronic format only in an 9 of 47 effort to limit the use of paper resources 'in the hard copy response. Price lists in excess of Pages should be submitted in electronic format only It is the 'responsibility of the Proposer ► be certain the proposal submittal is in the physical possession of NJPA. on or prig to the deadline for submission of proposals. Proposals must be submitted in a sealed envelope or box properly addressed to NJPA and prominently identifying the proposal number, proposal category name, the message "Hold for Proposal Opening". and the deadline for proposal submission. NJPA cannot be responsible for late receipt of proposals. Proposals reeei red the Correct deadline for proposal submission will be opened and the name of each Proposer and other appropriate information will be publicly read. drrections, erasures, and interlineat ons on a. Proposer's Response must be initialed by the authorized signer in original ink on all copies. to be considered.d Addendum• to the RFP-.- The Proposer is responsible for ensuring receipt of all addendums to this RFP `opos+er's are responsible for checking directly with NJPA, or checking the NJPA website for addendums to this Rr- P, 3 Add+endums to this RFP can change terms and conditions of the RFP *including the deadline for submission of 'proposals. 3 to order to insure ever); proposal receives a fair, evaluation and comparison, it is required each Proposer tab and label their proposal as indicated on Form A "Proposer Questionnaire." ,pooavintof this RFP docunent, Plow=hal prom. zoti the. manager of bids and ontmet.s of any ambiguity, iniconsistency, or error they may discover. Interpretations, corrections and changes to this RFP must be *name by addendum. Interpretations, corrections, or changes jade in any other manner will not be binding and Proposer shall not rely upon such. Submit all questions about this .FP, in writing, referencing "PUBLIC UTILITY VEHICLES AND/OR AP RAWS0 EQUIPMENT ANWOR ACCESSPRIES to Gregg Meierhofer, JPAj 200 First Street NE, Staples, MN 56479 or RFP njpacoop.org. Those not having access to the Internet may call Gregg Meierhofer at 218) 894- I93o to determine if addenda have been issued or to request copies of the RFP. Requests for additional information or interpretation of instructions to Proposers or technical specifications shall also be addressed to Gregg l cierhofer. NJPA. urges Potential Proposers to communicate all concerns well in advance of the deadline to avoid misunderstandings. Quations received less than seven (7) days ending at 4s00 p.m. Central Time of the seventh (7"h) calendar day prior to proposal due -date cannot be answered, If the answer to a question is deemed by NJPA to have a material impact on other potential proposers or the RFP itself, the answer to the question will become an addendum to this RFP. . 9 If the answer to a question is deemed by NJPA to be a clarification of existing terms and conditions and does not have a material impact on other potential proposers or the RFP itself, no further documentation of that question is required. As used in this solicitation, clarification means communication with a Potential Proposer for the sole purpose of eliminating minor irregularities, informalities, or apparent clerical nn istakes in the RFP. Addenda are written instruments issued by IA that nnodfy or interpret the RFP. All addenda issued by NJPA shall become a part of the RFP. Addenda will be delivered to all Potential Proposers 10 of 4 using the satne method of delivery of the original RPP material. NJPA accepts no liability in connection with the delivery of said materials. Copies of addenda Will also be made available on the NJPA website at ��� ��� .Wp4g�). by clicking on "Current Proposals" and from the NJPA offices, No addenda will be issued later than five (5) days prior to the deadline for receipt of proposals, except an addendum withdrawing the request for proposals or one that. includes: postponement of the date of receipt of proposals. Each Potential Proposer shall ascertain prior to submitting a Proposal that it has received all addenda issued, and the Proposer shall acknowledge their receipt in its Proposal Response. An amendment to a submitted proposal must be in Ming and delivered to NJPA no later than the time specified for opening of all proposals. (J, 40DIl lt:.::A l"10 (.-) `t't t:t,t RAWA > OF A S(J13M11`[* i') PlO)POP i.: 3.23 A► submitted proposal may not be modified, withdrawn from or cancelled by the Proposer for a period of ninety (9) days following the date proposals were opened regarding this RPP. Prior to the deadline for submission of proposals, any proposal submitted may be modified or withdrawn by notice to the NJPA Manager of Bids and Contracts. Such notice shall be submitted in writing and include the signature of the proposer acid shall be delivered to JPPA prior to the deadline for submission of proposals and it shall be so worded as not to reveal the content of the original proposal. However, the original proposal shall not be physically returned to the Potential Proposer until after the official proposal opening. withdrawn proposals may be resubmitted up to the time designated for the receipt of the proposals if they are then fully in conformwice with the Instructions to Proposer, ? J...' .♦R1f.3(F1...FtS,. l'IROR")I..`(...^I';,3./S["IR T ICFY,;S 3�.24 Examples of Value Added Attributes., Value -Added attributes, products and services are items offered in addition to the products and services being proposed which adds value to those iterns being proposed. `[be availability of a contract for maintenance or . txMi ;e after the initial We, installation, and set-up may, for instance, be "Value Added Services" for products where a typical buyer may not have the ahi l i ty to perform thesse functions. 3. where to document Value Added Attributes: The opportunity to indicate value added dimensions and such advancements will be available in the Proposer's QuestionnaIre and Proposer's product and service submittal and must be tabbed under Tab 9. Value added Products/services and expanded services, as they relate to this RFP, will be given positi��e consideration in the award selection. Consideration will be given to an expanded selection of PUBLIC UTILITY VEHICLES AND/CAR SERVICES, APARATUS, EQUIPMENT AND/OR ACC gSP'RI S, and advances to provide products/services, supplies meeting and/or exceeding today's industry standards and expectations. A value add would include a program or service that further serves the members needs above and possibly beyond standard expectation and complements the products/services and training. Value added could include areas of product and service, sales, ordering,, delivery, performance, maintenance, technology, and service that furthers the functionality and effectiveness of the procurement process while remaining within the scope of this RJFP, Minority, Small Business, and Women Business Enterprise (WB ) , rticlpa�tion.: It is the policy of some NJPA Members to involve Minority, Small Business, and WMBE contractors in the purchase of goods and services. Vendors should document WMBE status for their organization AND any such status of their affiliates (i,e. Supplier networks) involved in carrying out the activities invited. The ability of a Proposer to provide. ;'Credits" to NJPA and NJPA Members in these subject areas, either individually or through related entities involved: in the transaction, will be evaluated positively by NJPA, NJPA, is committed to facilitating the realization of such "Credits" through certain structuring, techniques for transactions resulting from this R.FP. 3. environmentally Preferred Pumbasing Opportunities: There is a growing trend among NJPA Members to consider the environmental impact of the product services they purchase. Please identify i l of' 4 t any "Green characteristics of the goads and services in your proposal and identlify the sanctioning body determining that characteristic. "here appropriate, please indicate which products have, been certified as "green"' and by which certifying agency. On -Line Requisitioning systems. When applicable, on-line requisi Joning systems will be viewed as a value-added characteristic. proposer shall include documentation about user interfaces that make on- line ordering easy for NJPA Members as well as the ability to punch --out from mainstream eProcurernent or Enterprise Resource Planning (:ARP) systems that NJPA Members may currently utilize 3.30 Financing: The ability of the .proposer to provide financing options for the products and services p p being proposed will be viewed as a value Added Attribute. 31 A bid security in the amoun; of 10,000, in the form of a hid securityor a cashier's check payable �y N PA, will be required of all Proposers to insure the proposer's performance in completing the "Contract"' contemplated i security (or cashier's check) ll be released. to the Proposer c.ontern fated herein, The bid following the execution of all documents required to complete the proposed "Contract' or the end of the required o day commitment period, whichever comes first. Bid securities must be issued y b an Admitted' Surety rated A or better (an insurance organ nation authorized by the Insurance Commissioners in all 50 states to transact surety insurance during this calendar year). ACCEFrAHLE BID SECURITY MUST BE,. PROVIDED WITH THE PROPOSAL SUBMITTAL. INDUSTRY STANDARD DOCUMENTS ARE ACCEPTABLE + THE AID EC: R J*,fry SHADE IDENTIFY NJPA AS THE OBLIGEE/PAYEE. HE BID SECURITY SHALL 14AVE. 1H PROPOSIFA I NTIFIF-1) AS THE OBLIGOR/P ► ''+CAR. 'THE PURPOSE OF THE NJPA SOLICITATION R E("WRITY IS TO ENSURE THAT THE AWARDED PROPOSER FOLLOWS THROUGH IN THE DEVELOPMENT AND EXECUTION OF T14EIR MARKETING PLAN NJPA RESERVES THE RIGHT TO ACTIVATE THE CAS.H VALUE OF THE AID SECURITY OR CASHIERS CHECK IN THE EVENT THE AWARDED PROPOSER FAILSTO INITIATE AND EMBRACE SAID MARKETING PLAN TO THE SATISFACTION OF NJPA. ,3.33, .Proposer shall procure and maintain insurance which shall protect the Proposer and NJPA as a additional insured) from any claims for bodily ,,jury, property damage, or personal injury covered by the indemnification obligations set forth herein. The Proposer shall procure and maintain the insurance policies described below at the Proposer's own expense and shall furnish to NJPA an insurance certificate listing the 'NJPA as certificate holder and as an additional insured. The insurance certificate roust document that the Commercial General Liability insurance coverage purchased by the Proposer includes: contractual liability coverage applicable F P to this Contract. In addition, the insurance certificate roust provide the following information: the name and address of the insured; P name, address, telephone number :and signature of the authorized agent, name of the insurance company (authorized to operate in al fifty United States); a description of coverage in detailed standard terminology (inclu.d*ng policy period, policy number, limits of liability, _ exclusions and endorsements); and an acknowledgment of notice of cancellation to the NJPA. ,3.3 Proposer is required to malintain: the following insurance coverage's during NJ the tern of the A Contract: ( I) Workers Compensation Insurance (Occurrence) with .the following, minimum coverage's- Bodily injury by accident --per employee $ l 0 ,000 Bodily injury by disease —per employee $1 oo,00 ; Policy 12 of 4 limits $500,000. In addition, Proposer shall require all subcontractors occupying the premises or performing work under the contract to obtain an insurance certificate showing proof of workers Compensation Coverage with the following minimum coverage's: Bodily injury by accident -per employee $1 oo,000; Bodily injury by disease --per employee $100,000; Policy limits $500,000. (2) Commercial General Liability Pol icy per occurrence $1,000,000. (3) Business Auto Policy to include but not be limited to liability coverage on any owned, non - owned and hired vehicle used by Proposer or Proposer" s personnel in the performance of this Contract. The .Business Automobile Policy shall have a per occurrence limit of $ l ,€1 ,000. 3 The foregoing policies shall contain a provision that coverage afforded under the policies will not be canceled, or not renewed or allowed to lapse for any reason until at least thirty (30) days prior written notice has been given to NJPA. Certificates of Insurance showing such coverage to be in force shall be filed with NJPA prior to commencement of any work under the contract. The foregoing policies shall be obtained from insurance companies licensed to do business nationally and shall bewith companies acceptable to NJPA, which must have a minimum AM Best rating of A-. All such coverage shall remain in full force and effect during the term and any renewal or extension thereof within ten (10) days of contract award, the Proposer must provide NJPA with two (2) Certificates of Insurance. Certificates, must reference NJPA RFP 031710 by number. e ()l i I`-� R P .0 `1. S A N]" to FUNDS ND ! "i .t:;t ' 3Please propose an order process and funds floe in Tab 9 for your proposal. Please choose from one of the following: .3?a B-TO-G: The Dusi ness•to-Government order process and/or funds flow model invol vas NJPA Members issuing purchase Orders directly to a Vendor and pursuant to a Contract resulting from this RFP. Other: Please fully identify, 1, A I.A4 I N I STRA 8 Proposer agrees to authorize and/or allow for an administrative fee payable to NJPA by an Awarded Vendor in. exchange for its facilitation and marketing of a Contract resulting from this RFP to current and potential NJPA Members. This Administration Fee shall be., �i�rr. Calculated as a percentage of the dollar volume of allproductslservices provided to and purchased by NJPA. Members or calculated as reasonable and acceptable method applicable to the contracted transaction, and. 3.38 2 included in., and not added to, the pricing included in Proposer's response to this RFP, and 3 get based on the anticipated costs of NJPA's involvement in facilitating the establishment., Vendor training, and the order/product/funds flow of the Contract resulting from this RFP. 3 38.3.1 Typical administrative fees for a B-TO—G order process and funds flow is 2.0%. 3l The opportunity to propose these factors and are appropriate administrative fee- is available in the Proposer's Questionnaire, and submitted in Tab 9 of your response. I. I" (71 C) S I�. 4.1 NJPA requests Potential Proposers respond: to this RFP only if they are able to offer a wide array of products/services and at prices lower and better value than what they would ordinarily offer to single government agency, larger school district, or regional cooperative. 42 RFP is an "Indefinite Quantity Product/Service Price Requesf' with potential national sales 13 of 47 distribution and service. proposers are agreeing to fulfill Contract obligations regarding each product/service to which you provide a description and a price. if Proposer's solution. requires additional supporting, documentation, describe where it can be found in your submission. if Proposer gaffers the A.solution in an alternative fashion, describe your solution to be easily understood. All pricing must be tabbed and organized under Tab 9, and copied on a CD along with other requested information as a part of .a Proposer's Response. 4.3 Regardless of the payment method selected by NVA or NJPA Member, a total cost associated with any purchase option of the products/services and being supplied must alwaysbe disclosed at the time of purchase, 4.4 Primary Pricing/Secondary Pricing/SecondaryPricing Strategies- All Proposers will be required to submit. "'Primary Pricing" in the fora of either "Line -Item Pricing, "'Percentage Discount from Catalog Pricing," or a combination of these two pricing strategies. Proposers are also encouraged to offer OPTIONAL pricing strategies including ",Hot List," "SourcedGoods," and "Volume Discounts,' as well as financing options k such as leasing. 4.5 e-Itempricing- pricing format where specie ndiviclual products and/or vices offered at specific individual Contract prices. Products and/or servim are individually priced and descr"bed by IV characteristics such as manufacture name, stock or part number, size, or functionality. This method. of pricing offers the least t amount of confusion as products and prices are individually identified, however Proposers with a large number of products to propose may find this method cumbersome, in these situations, a percentage discount from catalog or category pricing model may make more se se. 4,6 `nit PrIcing, Unit Pricing is a line -Item technique of pricing for services including; the relate _ materials for hose services on a unitized basis. The unitized basis may be per quantitative measure such as: per square foot, per lineal Foot or per occurrence. As; aft example tjtot necessa i y :related to the scope of this RFP, , shectrock may be line item priced as a product only, delivered to the end users location, AND unit priced delivered and installed at that end' users ration, The s eetruck, hung and taped, is a logical combination of product and service and could be priced per square foot.., Whether pricing services, or logical combinations of products and services, pricing per unit of product and services must be quoted {r,e, cost per square foot ofsheetrck .hung and taped}, WNWO"4.7 All Line -Item Pricing items must be numbered, organized, sectioned, including SK 's (when applicable) and easily understood by the Proposal' Review Committee and. members. 8 Line -item Pricing teens are. to be submitted in an :excel spreadsheet format :and are to include all appropriate identification infomation necessary to discern the line item. from other line items in each Proposers. proposal. 9 The purpose for the excel spreadsheet format for Line -Item. Pricing is to be able to use the ``Find" function to quickly find any particular itemof Interest., For that reason, Proposers are responsible for. providing the appropriate product and service identification infor ation . along with the pr. ici n nfor ation ' hicla is typically found on an invoice or price quote for such products and services All products and services typicallyappearing on an invoice or price quote must be individually priced and 'identified on the line -item price sheet, including any and all ancillary costs. 4.11 Proposers are asked to provide both a `List" price as well as a. ``proposed. Contract Price" in their pricing matrix. "mist" price will be. the standard "quantity of one" price currently available to government and educational customers excluding cooperative and. volume discounts 14of 47 4.12.Pereent Discount From Catalog, list or Category Priclne- A specific percentage discount from a `'Base or List Price' defined as a published manufacturers list, or catalog price for the products or services bang proposed. The "Base or List Price" is the price charged to an average governmentleducation huger absent reductions for cooperative or volume purchasing agreements. 4, L3 Individualized percentage discounts can be applied individually to any number of defined product groupings. Product groupings can be defined by manufacturer, product type, or other factor as long as the Proposer sufficiently defines those product groupings 4,A Percentage Discount from Catalog or Category pricing offered by the Proposer is acceptable if the products and equipment are far too numerous to name and price individually. 4 Percentage Discount from Catalog or Category Pricing identifies a percentage discount to be applied to a "Base Price' for products from one or more published catalogs. The "Base Price' will be the priee generally applicable to government and education customers absent the discounts contemplated herein. The catalog may be published by the Proposer or by the Proposers supplier. `Published'" means generally available to a dealer network distributing those products and services being proposed in either print or electronic Bats where an "'Auditor" may verify the "Base Price'' of a product proposed during the tern, of a Contract. 4.16 When a proposer elects to use "Percentage Discount from Catalog or Category," Proposer will 'be responsible for providing and maintaining current "Base or List Pricing" with NJPA both in their prop and tbxotaghout the tern of any Contract resulting from this RFP. 4, t7 New "Base or List Price"s Catalogs may be submitted for review througbout the tejTn of the CoiOwt. IPA reserves the right to review subsequent catalogs submitted to determine if the represented products reflect the contracted products and a tuiprnent. Each new catalog recel ved may have the effect pf adding new product offerings and deleting producLe no longer can7ied by the Vendor. New cata.[W sha l apply to the Contract only upon approval of the NJPA. Nan -approved use of catalogs will result in termination for convenience. New price lists or catalogs found to be offering non-contw items during the Contract would be grounds for terminating the Contmet for convenience. New optional accessories for equipment may be added to the Contract at the time they become available, Based on NJPA Members needs, e "CORE LIST" which contains a selection of most commonly used products/services is requested. Proposer trust submit their anticipated ` +EAR LIST, including SK 's and pricing in a Line -item format, in a separate spreadsheet labeled as "Care List." Consideration and valuation points will be given to the most advanced selection of commonly purchased Core list products/services. , � 0 1- I..IS*'(* 3tt R. I (:: 4 where applicable, NJPA also invites the Vendor, at their option., to offer a specific selection of products/services, defined as a Hot List Pricing, at greater discounts than those listed in the standard Contract pricing. All product/service pricing, 'including the blot List Pricing, must be submitted in hard copy as well as electronically provided in Excel format, Hot List pricing must be submitted in a Line - Item format. Providing a `Hot List!' of pr+oductsl'servicres is optional. Products/services may be added or removed from the "Hot List" at any time provided that current "Hot List" prices are provided to NJPPA at all times. 4020 Plot List pricing when .applicable may also be used to discount and liquidate close-out and discontinued products/services as long as those close-out and discontinued items are clearly labeled as 15 of 47 such.. Current ordering process and administrative fees apply. This option must be published and made avalflable to all NJPA Members. 4 loot List Pricing is allowed to change at the discretion of the Vendor within the definition of Hot List Pricing. The Vendor is responsible to Maintain current Hot List product/service descriptions and .Pricing with NJPA.. Proposal pricing is to be established aspceding price. At no tine may the prop' os d productslserviceS be offered pursuant to this Contract. at:prices above this ceiling price without approval by NIPA. Prices may be reduced to allow for volume considerations and to meet the specific and unique needs of an NJPA Member.. 4,� Allowable speck needs may include certain purchase volume considerations or the creation of custom programs based on, the individual needs of NJPA Members. 1`� V(`)I. t.:1 I I' It:::.'tY :: t :.: ' 4 Proposers are free to offer volume discounts from the quantity -of -one pricing documented in a Contract resulting from this RJ- P, Volume considerations shalt be determined between the eendor and individual NJPA Members on a case -by -case basis, Nothing in this Contract establishes a favored: member relationship between the NJPA or any NPA Member and the Vendor. The 'Vendor will, upon request by NJPA .l ember, extend this sane reduced : price offered or delivered to another NJPA Member provided the same or similar volume commitment. specific needs, Seri ns, ,and conditions, a s ! 'Mri 'or time firame., �,;,easona.l cons'derations and provided the sa me manufacturer support is available to the Vendor. ' . All price adjustments wtto be offered equal l;to all INJPA Mem be; m ex ihi ting due, same or substantially similar characteristics such as purchase volume commitments, and timing including the av► ta.bil t r + f special rising from the Vendor's suppliers. SO II : : &27 „ NJPA and NJPA Members may. from time to time, request g,e o&s and/or pr dr uOts/setvices within. the scope of this RFP which are not included in an awardedVendor's line -item product 'service listing or `=l ist or eataloC known as Sourced Goods. 4.28 An awarded Vendor resulting from this RFP may "Source's these products/services for NJPA or NJPA Member to the extent they: 4, &2 Provide as. many quotes for the Me ber's "Total Cast of Acquisition" for the goods and services to be sourced as may reasonably be required by NJPA Member. 4.2.1..3 Provide "SourcedGoods" only to the extent that they are incidental to the total transaction being contemplated. The Total Cost of Acquisition for the produets/serviees being proposed, 'including those payable b NJPA Members to either the .proposer or a third party, shall he disclosed in the Proposer's Response including but not limited to: * The capitalized cost of the listed products/'services being proposed, • The cost of accessories, alterations, and custornizations typically incurred in the acquisition of the 16 of 47 products/services being proposed. The cost of delivery, setup and installation (where applicable) of the products/services and any accessories being proposed'. • Other costs, where applicable, typically associated with the purchase, delivery, set-up, and installation of the products/services being proposed and making it operational at the purchaser's site. 4 The Total Cost of Acquisition is to be stated "'As Proposed." As an example, a materials only proposal, or portions of proposals, must include the tote cost of acquisition for those materials delivered. In contrast the Total Cost of Acquisition for a tum-key proposal must include the total costs to be incurred in the process of delivering that combination of products/services. __F1 NO" [IR-01"H A N1* SU"R VIC"F-A A 1.)D11­J0NS/1)H_F !1 40 # Requests for product, service, and price aaaftions, deletions, or changes must be made in written forin and shall be subject to approval by NJPA. 4.3 New products/services mto ay be added a Contract resulting from this RFP at any time during that w Contract to the extent those, products/services are within the scope of this RFP. Those requests are subject to review and approval of NJPA. Allowable new products/services generally include new updated models of Products/services and or enhanced services previously offered which could reflect new technology and improved functionality. 4.33 Proposers representing multiple manufacturers, or carrying multiple related product lines may also request the addition of new manufacturers or product lines to their Contract to the extent they remain within the srope of this RFPS ence in anali 4* (T dw .34 NJPA's due difi zing any request for change s to determine approval of the request 9 IV Wj* th, JS I V �n the scope of the, original RFP. and 2) In the "Best Interests of NJFA and NJPA Members." We are looking tbr consistent pricing and defivei7i mechanisms and an understanding of what value the proposal brings to NJPA and NJPA Members. Documenting the 4"Hest Interests of NJPA and NJPA Members" when out -dated equipment is being deleted is fairly straight forward since the product is no longer available and not relevant to the procurement Contract. 3b Requests must be in the form of 1) a covet letter to NIPA a) asking to add the product line, b) making a general statement identifying how the products to be added are within the scope of the original 0 lb i RFP, and c) making a general statement identifying that, if appropriate, the pacing s consistent with the existing Contract pricing and 2) the detail as to what is, being added at what price will then be an attachment to that cover letter.. NJPA's intent here is to encourage Proposers to provide and document NJPA's due diligence in a clear and concise one page format on which we can. stamp and sign our acknowledgment and acceptance. Thi's information must ultimately come from Proposers, and PArequiring it in this fomat. ,J, R F`*Q1 ) F',S]" I N(JI 11i I C" I N(*.*'l (.`l I I A W"' Price Decreases: Requests for standard Contract price decrease adjustments (percentage discount increases) are encouraged and will be allowed at any time based on market place efficiencies, market place competitiveness, improved technologies and/or improved methods of delivery or if Vendor engages in innovative procurement practices such as strategic sourcing, aggregate and volume purchasing, NJPA expects Vendors to propose their very best prices and anticipates price reductions due to the advancement of technologies and market place efficiencies. Documenting the "Best Interests of NJPA and NJPA. Members" is pretty easy when we are documenting price reductions. 17 of 47 4.39 Price increases: Requests for standard contract price increases (or the inclusion of new generation products/services/services at higher p�rlces) can made at any time.'These requests will again be evaluated by NJPA based on the best interests of NJPA and NJPA Members. As an: example, typically acceptable requests for price increases for existing_ productsiservices may cite increases to the Vendor of input costs such as petroleum or other applicable commodities. Typically acceptable requests for price increases for new products/services enhance or improve on the current solutions currently offered as well as cite increases in utility of the new compared to the cold. 'vendors are requested to reasonably document the claims cited in their requests. Your written request for a orrice increase, therefore, is an exercise in describing ghat you need, and a Justification for why you need it in. sufficient detail for NJPA to deems such change to be in the,'hest interests of our self and our Members. 4.40 Price Change Request Format; An. awarded Proposer will use the format of a cover letter requesting price increases :in general terms (a % increase In product line ) and stating their, usftif cation for that price increase (due to the recent increase in petroleum costs) by product category. Specific details for the requested price change must be attached to the request letter identifying. product/services where appropriate, both current and proposed pricing. Attachments such as letters from suppliers announcing price increases are; rappropriate for documenting your requests here. ill . i' I.:: �:!U1AN '*F 1"t rRMA:l: 4, 1 N A's duc diligence waling product and price change requests 's to consider the reasonableness of the request acid document consideration on behalf of our members. We would .appreciate it if you: would send the following documentation to request a pricing; change. 4.41.1 A cover letter: a. please ddress the fibilowing subjects in your cover leer: i. 'what produet service prices are changing7 it. f.tow much are the paces changing? i i . Why the prices changing" IV. Any additions or deletions fmrn the previous product list and the reason for :the changes b. The specifics or the product/services and price changes will be listed in the excel spreadsheets i ndentif ed below* :please take a more general "'Disclosure" approach to identifying changes in the cover letter. i. if appropriate, for example, state, "All paper products/secvtices increased 5 % IF in. price due to transportation costs." I If appropriate, for instance, state, ` 'he 6400 series flour polisher added to the product list is the new model replacing the 5400 series. The 400's % price increase reflects the gate of inflation over the past year. The 5400 series is now included in the "Hot Lisf" at a. 20% discount. from previous pricing until remaining. nventory is liquidated.� 4.41.2 .An excel spreadsheet identifying all products/services being offered and their pricing. Each subsequent pricing update will be saved using they naming convention of "[Vendor Name pricing effective X/ X/XXXX. a.. Include all products/services regardless of whether their prices have changed, By observing this convention we will: i. Reduce confusion by providing a single, easy to find, current pricing sheet for each Vendor. ii Create a. historical record of pricings 4.42, Initially, and with each request for product: addition, deletion, and pricing change; all 18 of 47 products/services and services available, and the prices for those products/services and services will be stated in an Excel workbook. The request for price changes described above will serve as the documentation for those requested changes. Each complete pricing list will be identified by its "Effective Date." Each successive price listing identified by its "Effective Date' will create a "Product and Price History" for the Contract. 443. Proposers may use the multiple tabs available in an Excel workbook to separately list logical product groupings or to separately list product and service pricing as they see fit. 4 All products/services together with their pricing, whether ehanged within the request or remaining WANWANNNUM unchanged, will be stated on each "Pricing" sheet created as a result of each request for product, service, or pricing +charge. 4 . Each subsequent "Single Statement of .Product and Pricing" will be archived by its effective date WANtherefore creating a product and price history for any Contract resulting from this RFP. 4 13.A Y,1 l *,� l"1._ �l l R l S 4.46 Payment terms will be defined by the Proposer in the Proposer's Response. Proposers are encouraged to offer ,payment terms through P Card services. 4.47Leasing- if available, identify any ling programs available to NJPA and NJPA Members as part of your proposed. Proposers must subm a an example of the lease agreement to be used. Proposers must i dent fy i General leasing; terns such as.- * The perc ntage adjwnnent over/under an i idex rate used in calculating (lie intellial rate of return for the lease: and * The index rate being ad, tLstad; and The "Purchase Option" at lease maturity. (}, or fair nldrkwi value); and o The available term In months of lease(s) available. �► Leasing company information such as .- o The name and address of the leasing company; and o Any ownership, common ownership, or control between the Proposer and the Leasing Company 4„�Sales and other taxes, where applicable, shall not be included in the pricesquoted. Vendor will charge Mate and local ,ales and other taxes on items for which a valid tax exemption certification has not been provided. Each NJPA Member is responsible for providing verification of tax exempt status to Vendor. When ordering, if applicable, NJPA Members must indicate that they are tax exempt entities. Except as set forth herein, no party shall be responsible for taxes imposed on another party as a result of or arising from the transactions contemplated by a Contract resulting, from this RFP. 4* Shipping program for material only proposals, or sections of proposals, must be defined and tabbed under Tab 9 as a part of the cost of goods. If shipping is charged to NJPA or NJPA Member, only the actual cost of delivery may be added to an invoice. Shipping charges calculated as a percentage of the product price may not be used, unless such charges are lower than actual delivery charges. No COD orders will be , accepted. It is desired that delivery be made within ninety -days (90) of receipt of the Purchase Order. ,Any shipping cost charged to NJPA or NJPA pricing." 19 of 47 Members will be considered to be part of "proposal 4.gl Additional costs for expedited deliveries will be at the additional shipping or handling expense to the NJPA Member. Selection of a carrier for shipment will be the option of the party paying for said shipping. Use o another carrier will be at the expense of the requester. .� proposers musudefine their shipping programs for Alaska and Hawaii and any location not served by conventional shipping services. Over -size and over -weight ite its and shipments may be subject. to custom freight programs, 4 Proposals curtaining restocking fees are less advantageous than those not containing re -stocking fees. That being said, certain industries cannot avoid restocking fees. Certain industries providing made to order goods may not allow returns. With regard to returns and: restocking tees, Proposers will: be evaluated bast on the relative flexibility extended to NJPA and NJPA Members relating to those subjects. Where used, restocking fees in excess of 15% will not be considered excessive. Restocking fees may be waived, at the option of the Proposer/vendor. Indicate all shipping and re -stocking fees in prig progrm. n under 'fake 9. Proposer agrees shipping errors will be at the expense of the Vendor. For example, if a vendor ships a product that was .not ordered by the metuber, it is the responsibility of the Vendor to pair for return maid or shipment at the convenience of the member. 4.56 Unless specifically stated otherwise in the `{Shipping Program" of a Proposer's Response, all prices quoted must be F.O.H. destination with the freight prepaid by the 'vendor. Time is of the essence on this Contract. If comoletcd deliveties are not made at the time a ved, NJPA or NJPA Member reserves the right to cancel and purchase else.,w sere. and bold Vendor accountable. If delivery dates cannot be met, Vendor agrees to advise NJPA or NJPA A Member of the earliest possible shipping date for a cep nee by NJPA or NJPA Member. 4.57 Goods and materials must be property packaged. Damaged goods and materials will not accepted, or if the damage is not, readily apparent at the item of delivery, the goods shall. be rc tuned at no cost to NJPA or NJPA Member. NJPA. and NJPA Members reserve the right to inspect the goods at a Treasonable time subsequent to deliver where circumstances or conditionsprevent effective inspection of the goods at the time of delivery, Vendor shall deliver Contract conforming products in each shipment and may not substitute products without ,approval from NJPA Member. NJPA reserves the right to declare a breach of Contract if the Vendor intentionally deliver substandard or inferior products which are not under Contract and described in its paper or electronic price lists or sourced upon request to any member under this Contract. In the evert of the delivery of a non -conforming product, NJPA Member will immediately notify Vendor and Vendor will replace non- conforming product with conforming product. 4.60 Throughout the tern' of the Contract, Proposer agrees to pay for ;return shipment on goods that arrive in a defective or inoperable condition. Proposer roust arrange for the return shipment of damaged goods. Unless contrary to other parts of this solicitation, if the goods or the tender of delivery fait in any respect to conform to this Contract, the purchasing member may; 1 ) :reject the whole, 2) accept the whole or 3} accept any commercial unit or units and reject the rest:. 4.62 Prices quote are for products/services delivered during normal business hours, Normal Business 0 of4 hours will be as specifically defined herein, defined through 'industry standards OR defined through statement contained in the purchase/work order 'issued pursuant to a Contract resulting from this .PP. &L Internal Marketing Plan.- An award of Contract resulting from this RFP is an opportunity for the awarded contractor to pursue commerce with, and deliver value to NJPA and NJPA Members nationwide. An award of Contract is not an opportunity to see how much business NJPA can drive to an awarded Vendor's door. Your internal marketing plan should serve to: 5 Identify the appropriate levels of sales management whom will need to understand the value of, and the internal procedures necessary to deliver this Contract opportunity to NJPA and NJPA Members through your sales force. 5J.21 Identify, in general, your national foot print and dedicated feet -on -the -street sales force that w ill be carrying this Contract message and opportunity in the field to NJPA Members. Outline the I sale force in terms of numbers and geographic distribution. Identify whether your sales force are employees or independent contractors. Identify your plan for delivering training to -these individuals. Will you have your sales force gathered at national or regional events in the near future? Does you sales force have the ability to participate, in webinar or wobcast events? U.jj. NJPA is prepared to provide our peisotuiel in yout location for sales training and/or on a webinar or %vabcast when sufficient efficiencies- can be shown I 'g_ n reaching t fie appropriate groups within your employee base, mid sufficient numbers of personnel trained.. Identify your personnel 'involved in training. S*1o4.1 NJPA can provide personnel to deliver training mgarding the Contract itself, the authority of NJPA to offer the Contract vehicle to its Members, the value the Contract vehicle delivers to NJPA and NJPA Members, the scope of NJPA Membership, and the authority of NJPA Members to utilize our procurement contracts. Your personnel will be needed to provide trm*nii% regarding employee compensation and **internal procedures when delivering the Contract opportunity, and how this Contract purchasing opportunity relates with other such opportunides available. Success in marketing is dependent upon 1) the delivery of value as defined in section 1.4, 2) the delivery of knowledge of the proMm, and its proper use and utility, and 3) the delivery of opportunity and reward which creates a personal commitment to the program. NJPA desires a marketing plan that: .&Ll identifies the value delivered in a competitively proposed national cooperative procurement contract by relieving both the NJPA Member and the VendorNendoes sales staff of the 61 responsibility for bringing and answering many similar and individual RFP's and S.2.2 identifies the appropriate Vendor personnel from both management and sales staff S who will be trained on the use and utility of such a contract and a general schedule of when and how those individuals will be trained; and 5.2.A identifies in general how the reward system for the marketing, delivery, and service chain of the Vendor will be affected by the implementation of the proposed Contract and how that will be 21 of 47 proposed to those individuals in terms of the value created for them and their departments in 5.1.1 above. 5.3 External Marketing Plan: NJPA is seeking the ability to serve all our current and potential members nationwide. The Proposer must demonstrate the ability to both market and service their products/services/services nationwide. Please demonstrate your sales and service force contains sufficient people in sufficient proximities, to receive the knowledge, opportunity, and reward in order to make a personal commitment to serving NJPA and NJPA Members nationwide. 5.4 The Proposer must exhibit the willingness and ability to develop marketing materials and participate in marketing venues such as: 5_ 4.1 Printed Marketing_ Materials. Proposer will initially produce and thereafter maintain full color print advertisements in camera ready electronic format including company logos, identifying the Vendor, the Vendor's general utility for NJPA and NJPA Members, and contact information to be used by NJPA and NJPA Members in a full page, half page, and quarter page formats. These advertisements will be used in the NJPA Catalog and publications. S 4 Z Press releases and advertisements. Proposer will identify a marketing plan identifying their anticipated press releases, contract announcements, advertisements in industry periodicals, or other direct or indirect marketing activities. 5 4 3 Proposer' We eblte. Proposer will identify how an Awarded Contract will be displayed on the Proposer's website. An on-line shopping experience for NJPA and N.TPA Members is desired when applicable and will be viewed as a value-added attribute to a Proposer's Response. S 4 4 Trade Shows. Proposer -MIJ outline their proposed involves ent in the promotion of a Contract resulting from this RFP through trade shows. Vendors are encouraged to identify trade - show, and other appropriate venues, for the promotion of any such Contract. Vendors are strongly encouraged to participate in cooperation with NJPA at the following NJPA embraced trade shows: NAEP National Association of Education Procurement I-ASBO International Association of School Business Officials NIGP National Institute of Government Purchasing 5.5 Proposer must also work in cooperation with NJPA to develop a marketing strategy and provide avenues to equally market and drive sales through the Contract and program to all NJPA Members nationally. Awarded Vendor agrees to actively market in cooperation with NJPA all available products/services to current and potential NJPA Members. NJPA reserves the right to deem a proposer non -responsive or to waive an award based on an unacceptable marketing plan. 5.6 As a part of this response, submit a complete Marketing Plan on how you would help NJPA rollout this program to current and potential NJPA Members. NJPA requires the Vendor actively promote the Contract in cooperation with the NJPA. Vendors are advised to consider marketing efforts in the areas of 1) Website Link from Vendors website to NJPA's website, 2) Attendance and participation with a display booth at national trade shows as agreed upon/required by NJPA, and 3) Sales team and sales training programs involving both Vendor sales management and NJPA staff. NJPA requires awarded Vendors to offer the NJPA Contract opportunity to all current and qualified NJPA Members. 5 77 Facilitating NJPA Membership: Proposer should express their commitment to determine the membership status of their customers whom are eligible for NJPA Membership, AND their commitment to establishing that membership. 22 of 47 5.7.1 Membership information: Proposer should further express their commitment to capturing dNWWX#1fi1^*W sufficient member information as is deemed necessary by NJPA to appropriately facilitate membcrshilp and certain marketing, activities as agreed to by NJPA and an Awarded contractor. 6.1 Sealed and properly identified Proposer's Responses for this RFP entitled "'PUBLIC 'UTILITY VEHICLES AND/OR SERVICES, APARATUS, EQUIPMENT AND/OR ACCESSPRIES" will be received by Gregg Mcierhofer, Manager of Bids and Contracts,. at NJPA Offices., 200 First Street NE, Staples, MN 56479 until the deadline for receipt of, and opening of proposals at. 20600 p.m. on Mareb 17, 2010. The NJPA Director of Contracts and Marketing, or Representative from the 'NJPA Proposal Review Committee, will then mad the Proposer's names aloud. A summary of the responses to this RFP will be made available for public inspection -in the NJPA office in Staples, MN. Speeffications are available for pick up or mail delivery beginning February,15, 2010 and continuing Until 4:00 p.m. on March 8,, 201% A letter or e-mail request is required to receive a complete RFP package. Send or communicate all requests to the attention of Gregg Melierho-fer 200 1 " Street Northeast Staples, MN 56479 or RFP@nj�pacoop.org to receive a complete copy of this RFP. Method of delivery needs to be indicated in the request; an email address is roquired for electronic transmission.. Oral, facsimile, 4 44A telephone or telegrapbic Proposal Submissions or requests for this RFP are invalid and will not receive consideration. All Proposal Responses must be submitted in a sealed package. The outside of the package shall plainly specify "PUBLIC UTILITY VEHICLES AND/OR SERVICES, APARATUS, EQUIPMENT AND/OR ACCE. SSPRIZ S" To avoid premature opening, it. is the responsiblility of the Proposer to label the Proposal Response property., A ZA NJWk will use a 1,000 Point Evaluation System to help dowrmine the best overall Proposer(s) selection. Bonus polints may be available for specific proposal characteristics identified such as kVireen Mvduct Certifications." L1 NJPA reserves the right to use a "Cost Scoring Evaluation" through a product comparison process of like products/services. This process will establish points for submitted price levels. See Cost Scoring Evaluation. 7.3 NJPA shall use a final overall scoring system to include consideration for best price and cost evaluation. The total possible score is 1,000 points, NJPA reserves the right to assign any number of point awards or penalties it considers warranted if a Proposer stipulates exceptions, exclusions, or limitations of liabilities. 7s4 To qualify for the final evaluation, a Proposer must have been deemed responsive as a result of the criteria set forth under "'Proposer Responsiveness." -7.A.Responses will be evaluated first for responsiveness and thereafter for content'.. The NrJPA Board of Directors will make awards to the selected Proposer(s) based on the recommendations of the Proposal Review Committee. 7.6 The procurement activities of the NJPA Proposal Review Committee are limited to document ONNUMMUMM 16 preparation, answering Proposer questions, advertising the solicitation, distribution of this RFP upon request, conducting an evaluation and making recommendation for possible approval to NJPA Board of Directors. 23 of 47 7.7 proposer#s Responses received after the deadline for submission will be invalid and returned to the Potential Proposer unopened. 7.8 n essential part of the proposal evaluation process is are evaluation to q l i the Proposer being considered. All proposals must contain answers or responses to the information guested in the proposal forms.AnyProposer failing to provide therequired documentation may be considered non -responsive. 7.9 Deviations or exceptions stipulated in roposer's Response may result in the proposal being classified as non responsive. 7.10 To qualify for evaluation, a proposal must have been submitted on time and materially satisfy all mandatory requirements identified in this document. A proposal _must reasonably and substantially conform to all the terns and conditions in the solicitation to be considered responsive. 7.11 The Proposal Review Committee shall adlize the following criteria to evaluate all proposals received. Items 1-4 constitute the test for "Level one espons +enem" and ,are determined on the proposal opening date. "Level 211 responsiveness is determined through the evaluation of the remaining, items listed below. These items are not arrange in order of Importance and each item may encompass multiple areas of Information re4uested. 1. The proposal response is received prior to the deadline for submission. The proposal package was properly addressed and Jidentifted. 3 Ilie proposal response contains the required proposed secunity. 4. The proposal response contains original signatures on all documents requiring Such. 5* Certifi.cate of Insurance as required. herein.. 6. response's conformance to terms and conditions as described in the solicitation including docurnentat� ton. 7. Possesses quallifications as a responding Proposer that treets or exceeds those set within the solicitation. S. Information from references and past performance. infonnation including pmt member approval . Demonstrates that they offer the most current industry standard products/services and/or services. 10. Demonstrates financial stability and a favorable banking tine off'credit. 1, Demonstrates their productsiserviees and/or services proposed meet and/or exceed industry standards accepted by educational or governmental institutions 12, Has demonstrated n arlcet place success and their past performance exhibit an. acceptable reputation. 13. Demonstrates the company possesses the background, knowledge, capacity, and ability to sell, deliver, and support products/services offered to Members. 14. Has provided documentation defining, outlining and describing their concept of a national marketing program they will be implementing to facilitate and coordinate thecooperative activities required by an awarded Contract. 154 Has provided all of the required and applicable documentation required i.e. proposed: security, insurance certificates, licenses, and/or registration certificates required to do business nationally. 16. dine -Item Pricing, in approved excel format, listing of all of the proposed productslservices and warranty provisions with their associated units of costs. 174 Core List selection of products/services in Line -Item pricing format 18. Hot. List Pricing products/services in a Line -Item. Pricing format (were, applicable), 19. Contract Pricing submitted as requested to include core list or products/services, Line -Item Pricing and/or Percentage Discount from published govled. price list or Catalog. 24 of 47 -t. ISA I A I t A I I C R 7.12 If a manufacturer or supplier chooses not to produce or supply goods and services to meet the scope r# 1L-. of this RFP, such action will be considered sufficient cause to reduce evaluation points. Consideration will be given in the award based on the completion and degree of information provided regarding available products, equipment, and accessories, as well as, applicable parts of the rovi I Proposer Information and Questionnaire. ' The fact a manufacturer or supplier chooses not to produce or provide equipment products or services to meet the intent and scope of this RFP will not be considered sufficient cause to adjudge this RFP as restrictive. L.L5 The Proposer is required to have extensive knowledge and at least three (3) years experience.with the related activities surrounding the selling of the equipment, service or related products offered. 7.16 NJPA reserves the right to accept or reject newly formed companies solely based on information provided in the proposal and/or its own investigation of the company. Consideration will be given in the proposal evaluation based upon the selection, variety,, technological advances, and demonstrated. quality of products submitted, technological advances, and pricing. The ability of the Proposer to communicate the value of these factors and to demonstrate how the depth and breadth of their product and service offerings provide NJPA and NJPA Members with a sole source of responsibility within the scope of this RFP will be positively reviewed. Colmident tion will also 1.v given to proposals demonstrating technological advances, provide increased efficiencies, expanded service and other related improvements. beyond today's NJPA mcmber"s needs and applicable standards. - 7.19 Strong consideration will be given to a mposer's past performance, distribution model, and the demonstration their ability to effectively market and service NJPA Membership nationally. 7.20 Strong consideration will be given to the best price as it relates to the quality of the product. and service, However, price is ultimately one of the factors taken into consideration in evaluation and award. Evaluation of a Proposer's Responses will take into consideration as a mininium response but not necessarily limited to the following: I Adberence to all requirements of this RFP as defined by industry standards. 6.4 2. Prior knowledge of and experience with a Proposer in terms of past performance and market place success. 3. Capability of meeting or exceeding current and future needs or requirements of JPA and NJPA Mem bers. 4. Evaluation of Proposer"s ability to market to and provide service to all NJPA Members nationally. 5. Financial condition of the Proposer. 6. Nature and extent of company data fumished in Proposer's Response. 7. Quality of products, equipment, and services offered including value added related services. 8. History of member service to NJPA type customers. 9. Overall ability to perform sales, solutions and contract support as submitted. 10. Ability to meet service and warranty needs. 11. History of meeting shipping and delivery expectations of contracted products/ servic es. fees. 12. Technology advancements and related provisions. 13. Ability to market and promote the Contract within current business practices. 14-9 iilingness to develop and enter into NJPA Contract and business relations. 25 of 47 l 5. Favorable bond gating and applicable industry standard licensing ability. 16. Past market place successes and brand recognition. 17. Demonstrated warranty and product/service responsibility. 7 he proposers ability to follow the proposal preparation instructions set forth in this solicitation will also be considered to be an indicator of the :'Proposer's ability to follow other future instructions shouldthey receive an award as a result of this solicitation. Any Contract between NJPA and a Proposer requires the delivery of information and data. The quality of organization and writing reflected in the proposal will be considered an indication of the quality of organisation and writing which would b prevalent if a Contract was awarded. As a result, the proposal will be evaluated as a sample of data submission. , 7.23 A proposal must havebeen submitted on time and materially satisfy all mandatory requirements identified in this documen€; NJPA reserves the right to reject the Proposer's Response of the apparent successful proposer where the available evidence or infomation does not exhibit the ability or intuit to satisfy NJPA that the potential 'vendor is unable to properly carry out the terms of this RFP and potential Contract. 7.25 NJPA shall reserve the right to reject any or all proposals. NIPA also reserves the right to reject a proposal not accompanied 'b by required bid security, other data required by this RFP, or if a Proposer's Response is incomplete or irregular. The. NJPA shall reject all proposals where there has been collusion among the Proposers. Overall. Evaluation (FOR G) - The NJPA Proposal ,review Committee will evaluate proposal received based on a 1 000 point evaluation system. The Committee will establish both the evaltiatinn cr te�rla and designate the, relative itriportanc a of those criteria %,v assigning possible scores for each categor�. 7 27 Bonus Evaluation Points- Roiws evaluation points may be awarded by the NJPA Proposal Review Committee based on criteria identified as being both "optional" and "having additions value' � SC Cost evaluation niay be usedd to make a best val Eye determination. NJPA reserves the right to use this Process in the event the evaluation committee feels it is necessary to make a final determination This process will be based on a point system with points being awarded for being low to high Proposer for each cost evaluation item selected. A "Market Basket" of identical (or substantxatly solar products/services shall be selected by the NJPA proposal Review Committee and the unit east will be used as a basis for determining the point value The "Market Basket:" will be selected by NJPA from all product categories as determined appropriate by NJPA. The low priced proposer Will receive the full point value and all other Proposers will receive ports as follows: lowest price Proposal = 5 (where there are five proposers), and. inferior proposals � 4, 3, 2, t paints each. The Total Score for each. proposer will be the sum of all points earned. The result of this process shall not be the sole determination for award. 730 NJPA reserves the right to request and test products/services and/or services_ from the apparent successful proposer. Prior to the award of the Contract, the apparent successful Proposer, if requested by NJPA, shall 'furnish current information and data regarding the Proposer's resources, personnel, and organization within three (3) days u6 of 47 A V1 kl A I I N 1 7.31 Past performance information is relevant information regarding a Proposer's actions under previously awarded contracts to schools, local, state, and governmental agencies and non-profit agencies. It includes the Proposer's record of conforming to specifications and standards of good workmanship. The Proposer's history for reasonable and cooperative behavior and commitment to member satisfaction shall be under evaluation. Ultimately, Past Performance Information can be defined as the Proposer's businesslike concern for the interests of the NJPA Member. NJ A 1 1111, 7.32 NJPA reserves the right to waive any minor formalities or irregularities ire n any proposal and to accept proposals, which, in its discretion and according to the law, may be in the best interest of its members. &I Purchase Order- Purchase Orders for goods and services may be executed between NJPA or NJPA Members (Pumhaser) and awarded Vendor(s) or Vendor's sub -contractors pursuant to this 'invitation and any resulting Contract. NJPA Members are instructed to identify on the face of such Purchase orders that "'This purchase order is issued pursuant to NJPA procurement contract #XXXXXX." A Purchase Order is an offer to purchase goods and services at specified prices by NJPA or NJPA Members pursuant to a Contractresulting from this RFP. Purchase Order flow and procedure will be developed jointly between NJPA and an A%Ym-ded Vendor after an au;W is made. 8.2, Governing f.,QrW_ Purchase Orders, as identifted above, shall be construed in accordance -%,ith, and governed by, the laws of a competent with respect to the purchaser. Each and every provision of law and clause required by 1mv to be included in the Purchase Order .:hall be. read and enforced as though "t were included. If through m*stake or otherwise any such provision is not i I I I "r I included, or is not currently included, then upon application of either part the Contract shall be physically amended to make such inclusion or correction. 1 e venue for any litigation arising out of disputes related to Purchase Order(s) shall be a court of competent jurisdiction to the Purchaser. .8.3 Additional Terms and. Conditions- Additional terms and conditions to a Purchase Order may be proposed by NJPA., NJPA Members, or Vendors. Acceptance of these additional terms and conditions is OPTIONAL to all parties to the Purchase Order, The purpose of these addifional terms and conditions is to, among otlier things; formerly introduce job or Ind ustr y specific requirements of law such as prevailing wage leg:is 1. iation. Additional terms and conditions can include specific local policy requirements and standard business practices of the issuing Member. Said additional terms and conditions shall not interfere with the general purpose and intent of this RFP. 8-4 Asset Management Contraeft: Asset Management type contracts can be initiated pursuant to a Contract resulting from this RFP at any time during the term of said Contract. The establishment of such Asset Management Contracts cannot exceed the authorized term of a Contract resulting from this RFP; however the Asset Management Contract term may extend beyond the maturity date of a Contract resulting from this RFP. Specialized Service Requirements- In the event service requirements or specialized perfomance requirements such as e-commerce specifications, specialized delivery requirements, or other specincations and requirements not addressed in the Contract resulting from this RFP, NJPA Member and Vendor may enter into a separate, stand alone agreement, apart from a Contract resulting from this RFP. Any proposed service requirements or specialized performance requirements require -pre-approval by Vendor. Any separate agreement developed to address these specialized service or performance requirements is exclusively between the NJPA Member and Vendor. NJPA, its agents, Members and 27 of 47 employees shall not be made party to any claim for breach of such agreement. Product sourcing is not considered a service. NJPA Members will need to conduct procurements for any specialized services not identified in this Contract. 9.6 Performance Bond- At the request of the member, a Vendor will provide all performance bonds typically and customarily wired in their industry. These bonds will be issued pursuant: to the requirements of Purchase Orders for goods and slices. If a purchase order is cancelled for lack of a rewired performance bond, it shall be the recommendation of NJPA that pending Purchase Girders with all NJPA: Members be considered for cancellation:. Each member has the final decision on Purchase Order continuation. ANY PERFORMANCE BONDING REQUIRED BY THE MEMBER O CUSTOMER STATE LAWS OR LOCAL POLICY IS MUTUALLY AGREED UPON AND SECURED BET E N THE VENDOR AND THE CUSTOMER/MEMBER. 7 A Potential NJPA Member is generally stated as any unit of government, education, or non-profit organization nationwide (and with possible international distribution). A properly executed Membership creates the necessary "'Paper Trail" connection between the Member and NJPA. Membership in NJPA is required to participate in any NJPA contract. Any Member of NJPA who is in compliance with: the terms and conditions of membership shall have the caption and freedom to mess any of the procurement contracts of NJPA* 8 Awarded Vendors must agree to facilitate In the NJPA Membership process as part of connecting NJPA members to NJPA contracts. Potential NJPA. Members may request membership with NJPA through the following methods: * Potential members can complete their membership through on-line sub imion or through a Printable form available on-line at t jipaeoop.org. * Potential Members may also submit proposed membersh`p documentation wl� +cl) con). Ies with, their State and :local ,bows, rules and regulations for NJP ► re tie . 8.9 As pare of the Contract award, It is the responsibility of the Vendor to facilitate the membership process. 80-10 It is agreed the completion. of a Member Sign-up form expressing the Qualifying Member's decision to participate under a Contract resulting from this RFP, signifies the NJPA ember's acceptance of a Contract resulting fro this RFP, and all its specifications, terns and, conditions therein. „ 1 A report of the total gross dollar volume of all products/services purchased by NJPA Members as it applies to this RFP and Contract will be provided quarterly to NJPA. The form and content of this reporting will be developed by NJPA in cooperation with the Vendor to include, but not limited to, name and address of purchasing agency, amount of purchase, and a description of the items purchased. a: 12 During the Term, Vendor will, upon not less an fourteen (14) business nays' prior written request, make avalViable to NJPA no more than one per calendar year, at Vendor's corporate offices, during normal business hours, the invoice reports and/or invoice documents from Vendor pertaining to all invoices sent by Vendor and payments made *by NJPA members for all products/services purchased under this Contract. NJPA may employ an independent auditor or NJPA may choose to conduct such audit on its own behalf. Vendor shall have the right to approve the independent auditors which. approval shall not be unreasonably withheld, Upon approval' and after the auditor has executed an appropriate confidentiality agreement, 'Vendor will permit the auditor to review the relevant 'Vendor documents.. NJPA shall be responsible for paying the auditor's. fees. The parties will make every reasonable effort to fairly and equitably resolve discrepancies to the satisfaction of both parti . Vendor agrees that the NJPA 28 of 47 may audit their records with a reasonable notice to establish total compliance and to verify prices charged hereunder of the Contract are being, met. Vendor agrees to provide verifiable documentation and tracking in a timely manner. ,1 Hub Partner: when Applicable, NJPA Members may, from time to time, request. a Vendor resulting from this R.PP to serve then through a "Hub partner' for the purposes of complying with a Law, Regulation, or Rule to which the individual 'NJ'PA Member deems to be applicable in their jurisdiction. An. Awarded Vendor resulting from this RFP may reject such a request provided they provide written notice of that rejection, Bob Partner :fees: Pees, costs, or expenses levied upon the NJPA Member OR the Vendor for the services provided by the Hub Partner in the transaction provide that: gThe NJPA Member be notified by the Vendor that additional charges may apply; and 1..14.2 The Vendor document the transaction to be "`Executed for the Benefit of[NJPA member Name]" on the face of all transactional and warranty documentation. Where Appropriate,. the valve in US Dollars, of 'Trade-ins will be negotiated between NJPA or an NJPA ember, and an Awarded Vendor. That identified value shall credited :in full against l the NJPA purchase price identified in a purchase order issued pursuant to any Awarded NJPA procurement contract. The full value of the trade-in %411 be consideration to that purchase order. 8.16 Vendor shall immediately notify NIPA members upon receipt of order(s) when an out -of -stock occurs. Vendor shall inform the NJPA member regarding the anticipated (late of availability for the out- of- stock items), and may suggest equivalent substitute(s). The ordering organization shall have the option of accepting the suggested equivalent substitute, or canceling the item from the order. Cinder no cimurnstance is proposer permitted to snake unauthorized substitutions. Unfilled or substituted item(s) shall be indicated on: the packing list. NJPA reserves the right to cancel the whole or any part of a resulting Contract due to failure by the Vendor to carry out any obligation, term or condition as described in the below procedure. Prior to any termination for cause, the NJPA will provide written notice to the Vendor, opportunity to respond and opportunity to cure according to the steps in the procedure in this Cancellation Section. Some examples of material breach are the following The Vendor provides material that does not meet reasonable quality standards and is not remedied under the warranty; The Vendor fails to ship the products or provide the services within a reasonable amount of time, NJP.A has reason to believe the Vendor will not or cannot performm to the requirements of the Contract and issues a request for assurance as described herein and Vendor fails to respond; The Vendor fails to observe any of the material terms and conditions of the Contract; and/or, « The Vendor fails to follow the established procedure for purchase orders, invoices and/or receipt of funds as established by the NJPA and the Vendor in the Contract. �► The Vendor faits to report quarterly sales volume, 29 of 47 The "vendor fails to actively market this Contract within the guidelines provided in this PLFP and the expe+ctat'ons of NJPA. Each party shall follow the below procedure if the Contract is to be terminated for violations or non-performance issues Step 1: Issue a warning letter outlining, the violations and/or non-performance and state the ler th of time (10 days) to provide a response and correct the problem(s) ifreasonably possible in such time frame. Step .2. Issue a letter of intent to cancel Contract, if the problem(s) i:s not resolved within fifty (50 days. Step 1: Issue letter to cancel Contract fbr cause. Ripon receipt of the written notice of concern, the Vendor shall have ten (l o) business days to provide a satisfactory response to the NJPA. Failure on the part of the vendor to reasonably address all issues of concern may result in Contract cancellation pursuant to this Section. Any termination shall have no effect on: purchases that are in progress at the time the cancellation is received by the NJPA. The NJPA reserves the right to cancel the Contract mmediately for convenience without penalty or recourse, in the event the vendor is not responsive concerning the remedy, the performance, or the violation issue Within the time frame, completely or in part, N1 JPA reserves the right to cancel or suspend. the use of any Contract resulting from this RFP if the Vendor files for bankruptcy protection or is acquired by an independent third party. Prior to commencing services under this Contract, the Proposers endor must furnish NJPA certification from insurer(s)' proving le el of coverage usual and customary to the specific industry. The cov ra e is to be maintained vi full eft'ect during the. C'optract: period. Vendor must be. W111 1 to provide., upon request.., ce rication of � g p P , insurance to any NJPA member or member using this Contract. 8.22 Either pang msy execute Contract. termination without cause with a required - day written notice of termination. Termination of Contract shall not. relieve either party of financial, product or service obligations incur -red or accrued prior to termination. g NJPA may cancel any Contract resulting from this solicitation without any further obligation if any N.FPA employee signi ticantly involved in initiating, negotiating, securing, drafting or creating the Contract on behalf of the NJPA is found to be in collusion with any .Proposer to this RFP for their personal gain. Such cancellation shall be effective upon written notice from the NJPA or a later date if so designated in she notice wen. A terminated Contract shall not relieve either partyof financial,product or service obligations due to participating member or NJPA „ Events of Automatic termination to include. Vendor's or NJPA's voluntary or involuntary bankruptcy or insolvency * Vendor's failure to remedy a material breach of a Contract resulting from this RFP within sixty (60) days of receipt of notice from NJPA specifying in reasonable detail the nature of such breach; and/or, �► Receipt of written information from any authorized agency finding activities of Vendors engaged in pursuant to a Contract resulting from this RFP to be in violation of thelaw, 91 As a policy, NJPA shall advertise this solicitation l fdr two consecutive weeks in both the print and on-line editions of the M.IN `EAPOLI TA ' ` l t +l it shall be placed on a. national moire service 30 of 47 'by the MIrN. APO tS STAR TRI3) it shall be posted on rJPA's website, 4) it shall be posted to the NJPA website and "Noticetobidders.corn," and 5) it shall be posted to other third -party websites deemed appropriate by NJPA. tither third party advertisers may include Onvia and Bidsync. 2.2, Proposer endor shall not advertise or publish information concerning this Contract prior to the award being announced by the NJPA. Once the award is made, a 'vendor is expected to advertise the awarded. Contract to both cunt and potential NJPA Members. 9.3 NJPA Compliance with Minnesota P cu cement Law: Contracts awarded through NJPA are intcnded to rneet the procurement laws of all sues and NJPA will exhaustall avenues to comply with as many state tags as possible. It is the responsibility of each participating NJPA member to insure to their satisfaction that these laws are satisfied. An individual NJPA member using these contracts is deemed by their own accord to be in compliance with proposal regulations. NJPA encourages the ;awarded Vendor to assist NJPA and the NJPA member in this research to the benefit of all involved. 2d Governing ,haw: All applicable portions of the Minnesota Uniform Commercial Code and all other applicable Minnesota .laws shall govern contracts with the rational Joint Powers Alliancet. Any claims pertaining to this RPP and any resulting Contract that develop between NIPA and any other party must be brought forth only in courts in Todd County in the State of Minnesota. 9.5 'vendor Compliance with aPPlieable bcw.o Vendor(s) shall comply with all federal, state, or local laws applicable to or pertaining to the sale of the products/sety- ices resulting from this RFR, Ali such laws, whether or not herein contained, shall be included by this reference. * It shall be Proposer's/Vendor's responsibility to dotermine the applicability and rquirements of any such laws and to abide by then. 9 Indemnity* -each party agrees it will be. responsible for its own acts and the result thereof to the extent authorized by law and shall not be responsible for the acts of the other party and the results thereof, rJPA's liability shall be governed by the provisions of the Minnesota Tart Clams Act, Minnesota Statutes, Section §3.730', and other applicable law. 2..7 Prevailing wage: It shall be the responsibility of the Vendor to comply, when applicable, with prey piling wage legislation in effect in the, jurisdiction of the purchaser (NJPA or NJPA ember). It shall be the responsibility of the Vendor to monitor~ the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the terin of this Contact and adjust wage rates accordingly. 9.8 Patent and Copyright infringement: If an article sold and defivered to NJPA or NJPA Members hereunder shall be protected by any applicable patent or copyright, the Vendor agrees to indemnify and save harmless NJPA and NJPA Members against any and all suits, claims, judgments, and costs instituted or recovered against it by any person whosoever on account of the use or sale of such articles by NJPA or NJPA Members in violation or right under such patent or copyright. 9 No right or interest in this Contract shall be assigned or transferred by the Proposer/Vender without prior written permission by the NJPA. No delegation of any duty of the Proposer/Vendor shall be made without prior written permission of the NJPA. The NJPA shall notify the members within fifteen (15) days of receipt of written notice by the Vender. After issuance the awardedContract may be reassigned to a comparable Vendor at the discretion of NJPA. 31 of47 If the original ''vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. NJPA reserves the right to reject the acquiring person or entity as a Vendor. A simple change of name agreement Will not change the contractual obligations of the Vendor, 1 911 NJPA will not Maintain or communicate to a proposers list. All interested proposers must respond to the solicitation as a result of one of the methods of proposal advertisements listed above. Because of the scope of the potential Members and national Vendors, NJPA has detemined this to be the best method of fairly soliciting proposals. NN The captions, illustrations, headings, and subheadings in this solicitation are for convenience and ease of understanding and in no way define or limit the scope or intent of this request. f a proposer wishes to withhold any part of its proposal from public inspection, then a statelvent advising the NJPA of this, fact shall accompany the submission. NJPA shall 'review the statement to determine whether the information shall be withheld., If NJPA determines to disclose the information, the Executive Director of NJPA shall inform the Proposer, in writing, o f such determination prior to award of Contract to Proposer. 9.14 Proposer agrees to abide by al applicable STATE and Fl UIERA tames and regWations including HIPPA conceming the handling at -ad discio►sure of private and confidentlial ihfor ► atioo regarding individuals, Proposer agrees to hold NRA harmless from its, unlawful (1*11% iosu re and/or Erse dt" privatelcontidential information. The Contract, as defined herein, shall constitute the entire understanding between the parties to that Contract. Contract resulting from this RFP is formed when the NJPA Board of Directors approves and signs the applicable Accciotange,and Awardf orni document (see Form i ). 9 FAcept for payments of suns due, neither party shall be liable to the other nor deemed in default under this Contract if and to the extent that such party's performance of this Contract is prevented due to forte majeure. The term "force aieure" means an occurrence that is beyond the control of the paw affected and occurs without its fault or negligence including, but not limited to, the following: acts of God. acts of the public enemy, war, riots., strikes, mobilization, labor disputes, civil disorders, fire, flood, snow, earthquakes, tornadoes or violent wind, tsunamis, wind shears, squalls, Chinooks, blizzards, hail storms, volcanic eruptions, meteor :strikes, famine, sink holes, avalanches, lockouts, injunctions - intervention -acts, terrorist events or failures or refusals to act by government authority and/or other similar occurrences where such party is unable to prevent by exercising reasonable diligence. The force majeure shall be deemed to commence when the party declaring force majeure notifies the other " of the existence of the force maj'eure and: shall be deemed to continue as long as the results or effects of the force majeure prevent the party from resuming performance in accordance with a- Contract resulting from this RFP. Force majeureshall not include late deliveries of products/services caused by congestion at a 32 of 47 ma..nufacturer's plant or elsewhere, an oversold condition of the rnarket, inefficiencies, or other similar occurrences. if either party is delayed at any time by force :majeure, then the delayed party shall notify the other party of such delay within forty-eight (48) hours. 9I NJPA may cancel this Contract by written notice if it is found that gratuities, in the fom of entertainment, gifts or otherwise, were offered or given by the Proposer(Vendor or any agent or representative of the Proposer/Vendor, to any employee of the NJPA are deemed to be excessive with a view toward securing a contract or with respect to the performance of this contract. 9 Proper M aterial Safety Data Sheets (MSDS), in compliance with SHA's Hazard Communication Standard, must be provided by the Vendor to NJPA or'NJPA Member at the time of purchase. 9..22 All claims and controversies between NJPA and Vender shall be subject to the laws of the State of IN41'iinesota and are to be resolved in Todd County, klimiesota, the county in which NJPA. is domiciled. 9 Proposer/Vendor shall maintain a current status on all required federal, state, and local licenses, bonds and permits required for the operation of the business conducted by the Proposer'Vendor. All responding Proposers must be iicensed (where required) and have the authority to sell kind distribute offered products/serviccs to 14JPA. and N.IP.A Members in all states. Documentation of said lic.onses and antborities, if applicable, is requested. 11:411"RS NJ) 9023 The apparent successful Vendor shall be required to supply the names and addresses of sourcing suppliers and sub -contractors when requested. 24 Awarded Vendors under this RFP will be the sole source of responsibility for transactions originating that award. The Awarded Vendor is solely responsible for products/services and services provided by third party sourcing or service providers. y:''k, Y1 99 No failure of either party to exercise any power given to it hereunder, not to insistence upon strict. compliance by the other party with its obligations hereunder, and no custom or practice of the parties at variance with the terms hereof, nor any -payment under a Contract resulting from this RFP shall constitute a waiver of either party's right to demand exact compliance with the tens hereof. Failure by NJPA to take action or asset: any right hereunder shall not be deemed as waiver of such right. 9. Protests shall be fled with the NJPA's Executive Director and shall be resolved in accordance with appropriate state statutes of Minnesota. A protest must be in writing and filed with NJPA. A protest of an award or proposed award roust be riled within ten. (10) days after -the public notice or announcement of the award. 'No protest shall lie for a claim that the selected Proposer is not a responsible Proposer. A protest must include: 33 of 47 I - The name, address and telephone number of the protester; 2. The original sibanature of the protester or its representative,: 3. Identification of the solicitation by RFP number, 4. A detailed statement of the legal and factual grounds of protest including copies of any relevant documents; and, the proposal form of relief sought. I � Y\.; S -1 1 %t, I I I 1- 14 Y I . � Xr," Proposer/Vendor agrees in the perfomance of a Contract resulting from this RFP, it has complied with or will comply with all applicable statutes, laws, regulations, and orders ofthe [Jnited States and any State thereof. 9.4 All proposals submitted to this invitation shall become the property of the NJPA and will become a matter of public record and available -for review subsequent to the award notification. Proposals may be viewed by apPO intment at the NJPA offices Monday through Friday from 8:30 a.m. to 3:30 p.m. 11 %IhcneVer one party to this Contract has reasonto question the other party's 'Intent to perform, helshe may demand a written assurance of this intent. In the event a demand is made and no -written assurance is given, the demanding party may treat this failure as an anticipatory repudiation of the Contme provided, however, in order to be effective, any such demand shall be addressed to the authorized siper for the party from whom the assumnee is being sought, -and sent via U.S. Postal Service, certified maj), return receipt requested wr national overnight ddiveiy: servier-kith proof of deNety. If within fhe past five (5) years., any firm., busimess,, person or PruV.)scr submitting a proposal has been lawfully precluded from participating in any public procurement activity with a federal., state or local governme-M, the Prolx)sier must include a letter with its response setting forth the name and address of the public procurement unit, the effective date of the suspension or debarment, the duration of the suspension or deban-nent and the relevant circumstances relating tothe suspension or debarment. Any failure to supply such a letter or to disclose pertinent info ngnat ion may resultinthe canceflation of any Contract. By signing the proposal affirdavit, the Proposer certifies that no current suspension or debarment exists. 1.1 * I *S ('Ir" I � 111 1- 1 CA I I M i\ N R I If Proposer is not domiciled in Minnesota and has NOT on any single working day in the past year, employed more than 40 employees in the State of Minnesota, Proposer must provide a statement to that effect. If Proposer is not domiciled in Minnesota and has on any single working day in the past year, employed more than 40 employees in the State of Minnesota, Proposer must document their application for a Human Rights Certificate issued by theNnnesota. Commissioner of Human Rights. Proposer must also document receipt by the Minnesota. Commissioner of Human Rights of that application and the Proposees affirmative action plan for the employment of minority persons, women, and qualified disabled 'Individuals. If Proposer is domiciled in Minnesota and has on any single -working day in the past year, employed more than 40 employees in the State of Minnesota, Proposer must provide a copy of their "Certificate of Compliance" from theCommissiones of the Minnesota Department of Human Rights, 34 of 47 ,,, 34 In the event that any of the terms of a Contract resulting from this RFP' are in conflict with any rule, law, statutory provision or are otherwise unenforceable under the laws or regulations of any government or subdivision thereof, such terms shall be deemed stricken from a Contract resulting from this RFR, but such invalidity or unenforceability shall not invalidate any of the ether terms of a Contract resulting from this R.F P. 9.35 No Contract resulting from this RFP shall be considered a contract of employment. The relationship between NJPA and an Awarded Contractor is one of independent contractors each free to exercise judgment and discretion with regard to the conduct of their respective businesses. The parties do not intend the proposed Contract to create, or is to be construed as creating a partnership, joint venture, master -servant, principal- ogent, or :any other relationship. Except as provide elsewhere in this RFP, neither party may be held liable for acts of omission or commiPssion of the other party and neither party is authorised or has the power to obligate the other party by contract, agreement, warranty, representation or otherwise in miy manner whatsoever except as may be expressly provided herein.. 35 of47 PROPOSER QUESTIONNAIRE Form A Proposer Name: Questionnaire completed by: Please provide an answer to all questions below and address all requests made in this RFP. Please use the Microsoft Word document version of this questionnaire to respond to the questions contained herein. Please provide your answer to each question indented below the question. Please supply any applicable supporting information and documentation you feel appropriate in addition to answers entered to the Word document. Please place your proposal response in a three -ringed binder tabbed as indicated below. Two complete copies are required. All information must be typed, organized, and easily understood by evaluators. Please limit your answer and documentation as they directly relate to this RFP. INSIDE FRONT COVER (pocket or 3-ringed binder sleeve) • Original executed forms D, E, H & I. • Electronic submission of proposal (CD). • Bid Security (or Cashier's Check) • Certificate of Insurance Please insert a table of contents Tab 1: Company Information 1) Provide the full legal name, address, and telephone number for your business. 2) Provide contact information for the Frimm contact person, from your business relating to this RFP. (Form B) 3) Provide a brief history of your company thatincludes its goals and philosophy. 4) Provide profiles and an organizational chart for ley sales and marketing executives of your company that will oversee the jimplementation and operation of a Contract resulting from this RFP. 5) How long has your company has been in the PUBLIC UTILITY VEHICLES AND/OR SERVICES, APARATUS, EQUIPMENT AND/OR ACCESSPRIES, indusuy`1 6) Is your organization best described as a manufacturer or a distributor/dealer/re-seller for a manufacturer of the products and services being proposed? a) If the Proposer is best described as a re -seller, manufacturer aggregate, or distributor, please provide evidence of your authorization as a dealer/re-seller/manufacturer aggregate for the manufacturer of the products you are proposing. b) If the Proposer is best described as a manufacturer, please describe your relationship with your sales/service force and/or Dealer Network in delivering the products and services proposed. Are these people your employees, or the employees of a third party? 7) For public companies, provide your most recent annual report to shareholders. 8) For private companies, provide your most recent year-end financial statements, your bond rating, and/or a credit reference from your bank. Tab 2: Industry -Marketplace Successes 9) Dist and document recent industry awards and recognition. 10) Supply three references/testimonials from customers similar to NJPA Members. Please include the customer's name, contact, and phone number. 11) Provide names and addresses of the top five (5) governmental or education customers and dollar volumes from the past year. 12) Provide documentation indicating the total dollar volume for each of your sales to government, education, and non- profit agencies for the last three (3) fiscal years. 36 of 47 Tab 3: Proposer's ability to sell and service nationwide. 13) Please describe your sales force in terms of numbers, geographic dispersion, and the proportion of their attention focused on the sale of the products/services contemplated in this RFP? a) Are these individuals your employees, or are they employees of a third party? 14) Please describe your service force in terms of numbers, geographic dispersion, and the proportion of their attention focused on the sale of the products/services contemplated in this RFP? a) Are these individuals your employees, or are they employees of a third party? 15) Describe in detail your customer service program regarding process and procedure. Please include, where appropriate, response time commitments. l 6) Identify any geographic areas or NJPA market segments of the United States you will NOT be serving through the proposed contract. 17) Identify any of NJPA Member segments you will NOT be serving? (Government, Education, Non-profit) Tab 4: Marketing Plan 18) Describe your training program for both greet -the -public and sales management levels relating to a NJPA award. 19) Describe your general marketing program strategy to promote the proposed Contract nationally, 20) Describe your marketing material, and overall marketing ability, relating to promoting this type of partnership and contract opportunity. As much as possible, please send marketing materials in electronic format only to save paper. 21) Describe your use of technology and the internet to provide marketing and product awareness. 22) Describe your perception of NJPA's role in marketing the partnership and your products/services. 23) Describe the unique quality of the products/services in your proposal in relationship to others available in the market. Tab 5: Value Added Attributes 24) Describe any tri airing programs available as options for members. 25) Describe technological advances your proposal productsiservices otf'er. 26) Dcscribe your "Green" program as it relates to your company, yotsor products, and your re -cycling program, including a list of all green products accompanied by the certifying agency for each. 27) Describe any 'Women or Minority Business Entity (WMBE) or Small Business Entity (SBE) accreditations of your organization directly involved in a Contract resulting from this RFP. 28) Identify any other unique or custom value added attributes. 29) Identify any service contract options included in the proposed price, or offered as a proposed option# for the products or services being offered. 30) Identify your ability and willingness to service Canada specifically and internationally in general. 31) Describe any unique distribution method employed in your proposal. Tab 6: Payment Terms and Financing Options 32) Identify your payment terms. (Net 30, etc.) 33) Identify any applicable leasing or other financing options as defined herein. 34) Briefly describe your proposed order process for this proposal and contract award. (Note: order process may be modified or refined during an NJPA member's final Contract phase process). Tab 7: Warranty 35) Describe, in detail, your Warranty Program including conditions to qualify, claims procedure, and overall structure. 36) Do all warranties cover all material and labor? 37) Do warranties impose usage limit restrictions? 38) Do warranties cover the technicians travel time to perform warranty repairs? 39) Please list any other limitations or circumstances that would not be covered under your warranty. 40) Please list any geographic regions of the United States for which you cannot provide a certified technician to perform warranty repairs. How do NJPA Members in these regions receive warranty work? 37 of 47 Tab 8: other Cooperative Procurement Contracts Held 41) Identify all cooperative governmental procurement contracts which are marketed in more than one state held or utilized by the Proposer. 42) Identify all government or state procurement contracts held or utilized by the Proposer with any State of the United States. 43) Identify any GSA Contracts held or utilized by the Proposer. 44) If you are awarded the NJPA contract, are there any market segments (e.g., higher education, county governments, etc.) or geographical markets where the NJPA contract will not be your primary contract purchasing vehicle? If so, please identify those markets and which cooperative purchasing agreement will be your primary vehicle. Tab 9: Products/Services and Pricing 45) Provide a general narrative description of the products/services and services you are offering in your proposal. 46) Provide a general narrative description of your pricing model identifying how the model works (line item and/or percentage discount). 47) Propose a strategy, process, and specific method of facilitating "Sourced Goods" solution as defined herein. 48) Provide an overall statement of method of pricing for individual line items, catalogs and category pricing with regard to all products/services and being proposed. Provide a SKU number for each item being proposed. 49) Provide a "CORE LIST" of products/services (as anticipated and defined by Proposer to meet or exceed the NJPA members needs) as a separate and named spreadsheet. Include special pricing, if any, on these items. 50) Provide, if any, your volume abate programs 51) Identify any Total Cost of Acquisition (as defined herein) cost(s) which is NOT included "Pricing" submitted with your proposal response. Identify to whom these items are payable and their relationship to Proposer. 52) As an important part of the evaluation of your offer, you trust indicate the level of pricing you are offering. Prices offered in this proposal are: a. The same as typically offered to an individual municipalit i or school district. _ b. The same as typically offered to cooperative procurement organizations or state purchasing departments. c. Better than typically offered to cooperative procurement organizations or state purchasing departments. (Your proposal will be considered "Non -Responsive" if this question is not answered) 53) Do you offer quantity or volume discounts? - YES NO outline guidelines and program. 54) Describe your shipping, exchange and return program(s) and policy(s). Also specifically identify those programs as they relate to Alaska and Hawaii. 55) Identify the Proposer's proposal for an administrative fee payable to NJPA for facilitation and promotion of the Contract opportunity invited here. This fee should be calculated as a percentage of Contract sales. Authorized Signature (Same signature as on Proposal Affidavit Signature and Acceptance Form) 38 of 47 Form B Company Name: Address: City/State/Zip: Phone: Toll Free Number: Web site: PROPOSER INFORMATION Fax: E-mail: Voids sometimes exist between management (those who respond to RFPs) and sales staff (those who contact NJPA Members) that result in communication problems. Due to this fact, provide the names of your key sales people, phone numbers, and geographic territories for which they are responsible COMPANY PERSONNEL CONTACTS Contract Manager: Email: Phone: Nwme: Title: E-mail: Phone: Nance: Title: Email: Phone: Name: Title: Email: Phone: Name: Title: Email: Phone: Name: Title: Email: Phone: Name: Email: Title: Phone: 39 of 47 n X i:.f L.ter ' a s t:s 1 ... 4 � •` " ¢. A In accordance with accepted standards of competitive sealed proposal awards as set forth in the Minnesota Procurement Code, competitive sealed proposals/awards will be made to responsible Proposers ease proposals are determined in writing to be responsive and also be the most advantageous to dPA and its NJPA Members. To qualify for the final evaluation, a Proposer must have been deemed responsive as a reset of the criteria set for"ProposerResponsiveness." A proposal must have been submitted an time and materially satisfy y :all mandatory requirements identified in this document. va:l cation -for.- For the proposed SubjectEUBLIC....U�TILITYNEHICLES.. OR SERVI AP'A.RAT IPMENTI AM/L)RACCESSERIJES, The evaluation criteria for this solicitation, not arranged in order ofimportance: Available Points Points Awarded Conibrmance to terms and conditions to include documentation Pricing 400 Industry and Marketplace Successes .25 Bidder's Ability to Sell and SerAce Contract Nationally 100 Bidder's Marketino Plan 75 Value Add Attributes 7 in ibin Payment Terms and Financing Options 26 Warranty C"r ges and-Infopormation. At 5 Selection and Variety of Products and SetmAces Of%=' 00 Total Pointy Bonus points awarded tor: Bidders "Green" characteristics .r.�.ra+wwwpy�«.._. �r�r.r.rr.^+w»wer+�a+rwc;rw�wr�+!+wire��.+!.ieamwex�-w«��.,.•.v�,au+w.�wvw., :.;,t.r�..�+�. wrall Evaluation Points Proposed 1000 1050 Reviewed by its Its W A wwww~ -00 .00...w«�i,.�wnwFws.�ww A EXCEPTIONS TO PROPOSAL, TERMS, CONDITIONS AND SPECIFICATIONS REQUEST Form C Company Name: Responding Name: _ Phone: Note: This is a sample form. Actual data may be provided on disk and printed. Original must be signed and inserted in the proposal after it is printed. Any exceptions to the Terms, Conditions, Specifications, or Proposal Forms contained herein shall be noted in writing and included with the proposal submittal. RFP Page Number Section Term, Condition, or Specification Exception Page 41 of 47 Proposal Offering And Acceptance and Award RFP #0I1510 flU C1MIL11L(ANnl QJt SER.WCESe.&PAR&W -3 KOLIEMEN-TANR/OR ACCESS=& P osal eri.n o tLe. coax le : Qn.ly h l er ..) In compliance with the Request for proposal ('RFC') for PUBLIC UTILIT* VEHICLES AN IOR SERVICES, A:PARAT S, EQUIPMENT AND/OR ACCESSPRIES, the undersigned a ants that I/we have examined this RFP and, being familiar with all of the instructions, terns and conditions, general specifications, expectations, technical specifications, service expectations and any special terms, do hereby offer and agree to furnish the defined products/services and services in compliance with all terms, conditions of this RFP, any applicable amendments of this RFP, and all Proposer's Response documentation. Proposer further understands they are the sole offeror herein and that the performance of any sub -contractors employed by the Proposer in fulfill ent of this offer is the sole respons*ibility of the Proposer. Company Name: Date; Co .pang Address �vww1LL':K'�YY.v.:�i�,w•�,vavw+rY�:+r�.vww•M.�Ywv.+YY..W�4r-•tiF'�M.w�W�.':.=.:.w•VMF��'1�=�Aw.M�V�Y.M�+YW..wwW►.e+Ow 11_w-w.vr+��YWw�.-.wMwwNwwr�M..W'Mw.��1�.w .ww�+wH�. ww:. •M`Vw��n+•M-✓�TwwwP+.�w.MwW.rMr^Ifw".a�WV-�MMw�. !A.1M"='w�•w�Y: +�+� City: :state. zip: Contact Person-, 'I'ttle. .�: w.. ..v:..,....�...__..... k�..._... ,.,.,.... ___ .p .:..� .....: '.u.:,.ash•'w.�.•:..w..:V.+wa'nu'a':::.'._v•w.•:..�w's:v,..war.:Y �rtl,w';:,v..v..•YY�'♦:..MY.rMl.wRN/rAv.wW�n✓�Mvw..�rM.+M^la+�:•n. �'mr.�a.:w Authoriztd Signature (ink only): Nitnc printed or typed) ontract :Acre tan a an€ Awarda+ a co 11 d on h JEA. -- Your proposal offering is hereby accepted and awarded. As the awarded proposer, :you are now bound to provide the defined goods and services contained in your proposal offering according to all terms, conditions, and pr cina set forth in this RFP, any amendments to this RFP, and the 'Proposers Response. The term of the Contact shall commence on the date of this award and continue for four yeah AND which is subject to annual renewal at the option of both parties. National Joint Powers Alliance (NJPA) NJPA Authorized signature: Carr L. yte.. (Name printed or 'typed) Title: Executive Director NJPA Awarded this day of Contract Number # 03' 171 NJPA Authorized signature. (Name printed or typed) r e. Executed this day o Page 42 of 47 F'orrr► Prop0821 Affidavit Signature Page PROPOS R#S AFFIDAVIT The undersigned, representing the persons, firms and corporations joining in the submission of the foregoing proposal such persons, firms and corporations hereinafter being referred to as the "Proposer'), being ,duly sworn on his/her oath, states to the best of his/her belief and knowledge: 1. The undersigned certifies the Proposer is submitting their proposal under their true and correct name, the Proposer has been properly originated and legally exists in good standing in its state of residence, that the Proposer possesses, or will posses prior to the delivery of any goods and services, all applicable licenses necessary for such delivery, and that they are authorized to ;act on behalf of, and encumber the'`Proposer" in this Contract, and 20 To the best: of nay knowledge, no Proposer or Potential Proposer, nor any person duly representing the sane, has directly or indirectly entered into any agreement or arrangement with any other Proposers, Potential Proposers, r under contract with the NJPA 'in an any official or employee of the NJPA, or any person, firm or corporation effort to influence either the offering or noit-offering of certain prices, terms, and conditions relating to this RFP which tends to, or does, lessen or destroy tree competition in the lettin.9 of the Contract sought for by this RFP, and 3. The Proposer or any person on his/her behalf, has not agreed, connived or colluded to produce a deceptive show of competition in the manner of the proposal or award of the referenced contract, and 4. Neither 1, the Proposer, nor, any officer, director, partner, member or associate of the Proposer, nor any of its employees directly involved n. obtaining; contracts with the NJPA or any subdivision of the VI RA, has been convicted of false pr cnses, attempted false pretenses or conspiracy to commit false ptetenses, bribery, attempted. bribed or conspiracy to bribe ender the laws of w:y state or federal govei�ent for acts or omissions after January l , 1985, and S. The Proposer has examined and understands the terms, conditions, scree, contract opportunity, specifications request and other documents of this solicitation and that any ;and all exceptions have been noted in writing and have been included with the proposal submittal, and 6. if awarded a contract, the Proposer will provide the products/services and/or services to qualifying members of the NJPA in accordance with the terms, conditions, scope of this RFP, Proposer offered specifications and other documents, of this solicitation, and 7. The undersigned, being familiar with expectations and specifications request outlined in this RFP under consideration, hereby proposes to deliver through valid service request, Purchase Orders or forms for NJPA Members per this RFP, only new, unused and first duality products/services and services to designated NJPA Members, and 8. The Proposer has carefully checked the accuracy of all items and listed total price per item in this proposal. In addition, the Proposer accepts all general terms and conditions of this RFP, including all responsibilities of P cornmhinent and delivery of services as outlined, and . In submitting proposal, this it is understood that the right is reserved by the NJPA to reject any or all proposals and it is agreed by all parties that this proposal may not be withdrawn. during a period of 90 days from the date proposals were opened regarding this RFP, and o. The Proposer certifies that in performing this Contract they will comply with all applicable provisions of the federal, state, and local lays, regulations, rules., and orders, and l I . if Proposer has more than 40 employees in the state in which their principal place of business is located, Proposer Page 43 of 47 hereby certifies their compliance with federal affirmative action requirements. 12. Proposer certifies they have disclosed all rebates, re-imbursements, cost reductions and any other sources of revenue to the Proposer, or organization known to Proposer, relating to the goods and services contemplated for procurement by NJPA and NJPA Members associated with NJPA RFP 031710. 13. Proposer certifies they will continue to disclose new sources of rebates, re-imbursements, marketing fees, cost reductions, and any other source of revenue to the Proposer, or organization known to Proposer, relating to goods and services contemplated for procurement by NJPA and NJPA Members associated with NJPA RFP 031710 during the term of any contract awarded pursuant to this RFP. Company Name: Contact Person for Questions: Phone: (Must be individual who is responsible for filling out this Proposers Responseform) Address: City/State/Zip: Telephone plumber: Fax Number: E-mail Address: Authorized Signature: Authorized Name (typed): Title: Date: Notarized Subscribed and sworn to before me this the day of 920 Notary Public in and for the County of State of My commission expires: Signature: Page 44 of 47 FORM H State Of Minnesota -- Affirmative Action Certification If your response to this solicitation is or could be in excess of $100,000, complete the information requested below to determine whether you are subject to the Minnesota Human Rights Act (Minnesota Statutes 363A.36) certification requirement, and to provide documentation of compliance if necessary. It is your sole responsibility to provide this information and --if required —to apply for Human Rights certification prior to the due date and time of the proposal or proposal and to obtain Human Rights certification prior to the execution of the contract. The State of Minnesota is under no obligation to delay proceeding with a contract until a company receives Human [tights certification BOX A — For companies which have employed more than 40 full-time employees within Minnesota on any single working day during the previous 12 months. All other companies proceed to BOX B. Your response will be rejected unless your business: has a current Certificate of Compliance issued by the Minnesota Department of Human Rights (MDHR) —or- has submitted an affirmative action plan to the MDHR, which the Department received prior to the date and time the responses are due. Check one of the following statements if you have employed more than 40 full-time employees in Minnesota on any single working day during the previous 12 months: 13 We have a current Certificate of Compliance issued by the MDHR. Proceed to BOX C. Include a copy of your certificate with your response. ❑ We do not have a current Certificate of Compliance. However, we submitted an Affirmative Action Plan to the MDHR for approval, which the Department received on (date). [If the date is the same as the response due date, indicate the time your plan was received: (time). Proceed to BOX C. ❑ We do not have a Certificate of Compliance, nor has the MDHR received an Affirmative Action Plan from our company. We acknowledge that our response will be rejected. Proceed to BOX C. Contact the Minnesota Department of Human Rights for assistance. (See below for contact information.) Please note: Certificates of Compliance must be issued by the Minnesota Department of tiuman Rights. Aiiitmative Action Plans approved by the Fedcml government, a county, or a municipality must still be rccei-nd, reviewed, and approved by the Minnesota Department of Human Right's before a certificate can be issued. BOX B -- For those companies not described in BOX A Check below. ❑ We have not employed more than 40 full-time employees on any single working day in Minnesota within the previous 12 months. Proceed to BOX C. BOX C — For all companies By signing this statement, you certify that the information provided is accurate and that you are authorized to sign on behalf of the responder. You also certify that you are in compliance with federal affirmative action requirements that may apply to your company. (These requirements are generally triggered only by participating as a prime or subcontractor on federal projects or contracts. Contractors are alerted to these requirements by the fedcml government.) Name of Company: Date Authorized Signature: _ Telephone number: Printed Name: For assistance with this form, contact: Minnesota Department of Human Rights, Compliance Services Section Mail: 190 Fast Yh St., Suite 700 St. Paul, MN 55101 Web: www.humanrights.state.mn.us TC Metro: Fax: Page 45 of 47 Title: (651) 296-5663 Toll Free: 800-657-3704 (651) 296-9042 T"TY: (651) 296-1283 `9 &All. of.Minnesogta.-.—� IrrMnti ration %atILs!Cjr.(.IfIcatson By order of the Governor's Executive Order 08-01, vendors and subcontractors MUSS`" certify compliance with the Immigration Reform and Control Act of 1986 (8U.S.C, 1101 et seq) and certify use of the -Verifysystem established by the Department of Homeland Security. E-Yerify program information can be found at http.liwww.dhs.gov/xiin � ggLa qs. If any response to a solicitation is or could be in excess of $50,000, vendors and subcontractors must certify compliance with items 1 and 2 below. to addition, prior to the delivery of the product or initiation of services vendors MUST obtain this certification from all subcontractors who will participate in the performance of the contract. All subcontractor certifications must be kept on file with the contract vendor and made available to the state upon request. l . The company shown below is in compliance with the firimi ration Reform and Control Act of 1986 in relation to all employees performing work in the United States and does not knowingly employ persons in violation of the United States immigration laws. The company shown below will obtain this certification from all subcontractors who will participate in the performance of this contract and maintain subcontractor certifications for inspection by the state if such inspection is requested; and 2. By the date of the delivery of the product and/or performance of'services,, the company shown below will have IMP le ented r well be io the process of implementingthe program for all newly hired employees in a United. States who will pe-rfom work on behalf of the State of'Minnesota. i certify that Ilse company shown below is in compliance with ittins, I and 2 above and that I am authorized to sign on its hehasll', Name of Company: Authorized Signature-, Printed name: Date "elephone-Narnb r: irile: If the contract vendor and/or the subcontractors are not in compliance with the Immi ration Reform and Control Act, or knowingly employ persons in violation of the United States limmigration laws, or have. not begun or, implemented the -Venn„ ' program for all newly hired employees in support of the contract, the state reserves the right to determine what aeon it tray take. This action could include, but would not be limited to cancellation of the contract. andlorsuspending or debatring the contract vendor ftom state purchasing. For assistance with the-Verj& Program Contact the 14ational Customer Service Center (NECSC) at 1-800-375- g (rt""1"Y 1- 00- 67-18 3 ). For assistant with the form, contact: - Mai I . 1 12 Administration Bldg.,So Sherburne Ave. St. Paul, MN 55155 E-mail: x♦ RIM( lam+' at nl3mss Telephone: 651.2 'i.2600 Persons with a hearing or speech disability may contact us by dialing 711 or 1.800.6273529 Page 46 of 47 Proposal Award Recommendation(s) for NJPA Membership Approval The following are the recommendations of the Proposal Review Committee regarding RFP #031710 for the procurement of PUBLIC UTILITY VEHICLES AND/OR SERVICES, APARATUS, EQUIPMENT AND/OR ACCESSPRIES The Proposal Review Committee for this RFP consists of: Chairman: Member: Member: Member: The findings of the Committee are as follows: A. Proposals rejected as non -responsive and the reason for that determination: B. Methodologies used by the committee for evaluation: C. Proposals recommended for approval with r+easona for recommendation: It is there, fare recomimnded by the. Proposal Review Comte Nee that a Contract be approvedfor the above Prej)oserft). L z 3. 4. S. Page 47 of 47 Addendum #030510 To that certain RFP #031710 Issued by The National Joint Powers Alliance QD For the procurement of PUBLIC UTILITY VEHICLES AND/OR SERVICES, APARATUS, EQUIPMENT AND/OR ACCESSORIES Please be advised the timeline for this RFP has been changed as follows: FEBRUARY 1S, 2010 and .February 22, 2010 April 6, 2010 April 8, 2010 1Q: 00" CST AFM A 2010 2: 00 la. m. CCT- • Aiblication of RFP in the. print and online Minneapolis Star Tribune, the NJPA website, and on the website of Proposedno d cetoproposedders, com Deadline for RF1' requests • P�e-Proposal Coq erence (webcast -- conference call) is Deadline for SubmisSSI of l'roposalrh and Atblic Opening of ,Proposals Please read all timelines and dates throughout the RFP to reflect the above changes, The National Joint Powers Alliance@ It 0 r Dated March 3, 2010 X Addendum #040510 To that certain RFP #031710 Issued by The National Joint Powers Alliance@ For the procurement of PUBLIC UTILITY VEHICLES AND/OR SERVICES, APARATUS, EQUIPMENT AND/OR ACCESSORIES Please be advised as follows: NJPA has had recent contact with certain cab -and -chassis manufacturers relating to a solicitation issued by NJPA for "Mass Transit Vehicles' and particularly cutaway busses. All Potential Bidders are encouraged to contact the Cab -And -Chassis Manufacturers regarding potential special pdcing for sales through an NJPA contract. Please contact your local dealers or, with regard to GM, please contact the GM Bid Center. The National Joint Powers Alliance@ BYA its Manager of Bids and Contracts Dated April 5, 2010 1 A 4' '.1V Tiruch Ubass WHU 12't 14' or 16, box body Summit System Sprinter Dft`S0 Base Configuration includes TV Truck with Summit power control system, w1irelto remote control of all ea�era trans o e ` TY► aantit of Above Base t+e $144,000 1 $1.44,000 NotesAbove. Price inldes s t:rainin aid Belie HOO Instal Diesel Chassis acid Onan Quiet Diesel T.s kw genset in lied of gas $ i 9,867 0 $0 Reap* view 7" flat screest inunitor in Equipment roots with mount $1,550 0 $ 16 It body in lieu of 14 iIt, lode 1200.0 0 $0 Spare Pon and Tilt Camera $17,940 0 $0 Adapter Tube to use OZ 111 on gteerhle or nail gteerahle rUS 21 track or Steerahie 2 $�,3gfl 0 $fl Pipe Ranger Spare Zoom Pan and Tilt Camen $18,800 0 $0 Substitute non steeroble compact wheeled transporter for "-24" pipe for the $�,�f# $ track tram torter Substitute non steerable standard wheeled transporter for 8`140" pipe for the $�,.90�i � $0 track tra.� rter po Add standard non steering wheeled transporter for 8=s60" pig $ l 329 0 $0 Add compact non steering wheeled trarisporter for 6"-24" pipe $125,890 0 $0 Add steering to wheeled transporter_ for V-6011 pipe $4961.0 t} $0 Add steering to wheeled transporter for 6„-30" pipe $51,610 0 $0 8„ high tmct on steel tires for compact or standard wheeled transporter $10320 0 $0 I 0"- S" high traction tires for eompact or standard Wheeled importer $11425 0 $ " high traction tires for compact or standard wheeled tmnsporter $19334 0 $ Pneumatic Fires for compact or std wheeled transporter (use with liff) $1,138 0 $0 Mechanical Camera lift for compact or standard wheeled tmn:sporter: $21,850 0 $0 Electric Lift for compact or standard wheeled transporter $5,900 0 $0 Track conversion kit wl transmission for compact non -steering wheeled transporter $39600 0 $0 Autom is payout for video cable reel $21,900 0 $0 Rear view camera for compact or standard steerable wheeled transporters $39500 0 $0 Built in inclinometer to detect and display pipeline gradient, OZ 11 or (3 III $4,200 0 $0 Lasser craci/offsetlsepamtidn measurement system for OZ 11 or OZ 111 $61,500 0 $0 Laser Profiler System, 6 -241' pipe, all hardware, software, 3 days training $22,900 0 $0 Laser Proffier System, 12"-48" pipe, all hardware, software, 3 days training $48,000 0 $'0 Built in Sonde for locating in OZ 11 or OZ. III camera. $19994 0 $0 Granite XP Software,, rack mt. computer, monitor, printer, 2 days training, $16,900 0 $0 Customer Supplied Computer to Granite XP Specifications ($ I ,900 ) 0 $0 Add PACP module for Granite XP"' $2,450 0 $o Add inclinometer module for Granite XP $1,"0 0 $0 Add Granite ;XP ESR1 Module, query module, map module, 2 days train. $99900 0 $0 Enhanced Granite MCP Software Support Package $1,800 0 $0 Manhole Assets Module for Granite XP $2,950 0 $0 Grout Module for Granite XP $2,9$0 0 $0 Granite XP Scheduler Module $600 0 $0 Granite XP Scoring Module with Training (Requires Enterprise Module) $2,995 0 $0 Lateran Module far Granite XP $,950 0 $0 Engineering Module for Granite edits inspection in office $695 0 $0 Enterprise Office Module for Granite XP --edits, creates inspections, compatible 0 $ with ACCESS Oracle Sequel Server Data bases $80500 Granite XP Mapping Stick with GAS Software $81,900 0 $0 Lite Stick Pale Camera with wireless tranmissio n to truck $51,532 0 $a Quick Zoom Pole Camera, with l)V`R, Vest, LCD Screen, wireless to truck $14,900 0 $0 Quick Zoom Pole Camera, no DVR, Vest, LC.O Screen, wireless to truck $13,900 0 $0 Fold Down Safety Entry / exit two step bumper $2,250 0 $0 Pell out transporter l cameraa transporter draw in krckplate with grated bottom $1 050 0 so Workbench can TV Heel $750 0 $0 LA. 11 wheeled Lat. Launcher, Zoom for 6 - l 5 pipe/ 3 -8 " .laterals, 1 train. $68,000 0 $0 LAMP I track Lateral Launcher for 8"-30 pipe/ Y-8" laterals; I train $49 90+0 0 $0 Double Data foi LAMP lateral and Mainline footage, LAMP I O 11 $4*400 .0 $0 $48,000 0 $€1 Grout Systems pneumatic, controller, tanks, pump system for rnainlines,2 twain. $ I l ,200 0 $0 Lateral Grout System, for Logiball, control, 314 hp vacuum pump, I day train. 0 $0 .utter System, lateral cutter, 6"-15" pipe, cut reel, 500 ft. air boss,, I day tram $38,400 Ford E-450 gas chassis $299000 0 $0 Ford F-550 diesel chassis $39,000 0 $0 .Ford F-450 chassis $37,500 0 $0 E•350 Ford cargo van, extended wheele base $28,500 0 $0 Chevy or G C extended wheel. base Vic► van $28,300 0 $0 Freightliner Sprinter 3500 vain $43,900 0 $0 0 $0 .Add Bubble Top for +GMC, Chevy, or Ford Cargo Van Chassis $4,800 Chevy or G C 3500 DRW Chassis $26,500 0 $0 Spare Kangaroo Cutter- Cutter Only $13,900 0 $ Chevy Van, Exd wheel base in lieu of Ford E450 gas $1,80.1 0 $0 Ford Cargo Van, ext. wheel base in lieu of Ford E-450 gas chassis ($1, 00) 0 $0 3500 DRW gas chassis,12000 GVw, 12 ft. body in lieu of Ford .E-450 gas {$ l 000) 0 $0 $22,000 0 $0 Sprinter Chassis 3500 inverter,in lieu of Ford E-450, 24 ft. body, and. gas Gen.. Ford F-550 diesel chassis, Onan QD, 19000 GVW lgen in lieu of Ford E-450 gas 0 $4 chassis, gas gen with 14 ft. body $2 I ,500 Chevy Express gas Chassis, 14,200 GV W, 14 ft. body in lieu of Ford E•450 gas 0 $o chassis, gas gen with 14 ft. body $0 Ford F-450 diesel chassis, (nsn QD gen, 14 ft, body in lieu of Ford E-50 gas 0 $0 Chassis with 14 ft. body $'I 6,9W 12', 1.41 or 161 Truck Box body $89000 0 $Q Add CUES Universal Digital Camera System $853000 0 so Add Tax (if applicable) $o o GRAND TOTAL A 1 44000.0 Note Cutter & Grout Trucks re ulre C1 asslis with minlimum All l-,,sAMP upgrades ni` u e lateral camera with auto upright andSonde onde FOB.- Destination. Delivery: Please specify Terms* Please spectify 'o PAY City/Zip +at Fh BILL TO ADDRESS CIwzip 'hes Regular Meeting Minutes of the NATIONAL JOINT POWERS ALLIANCEp Board of Directors Thursday, May 27, 2010 Maple Room Chair Wolden called the meeting to order at 5:30 p.m. with the following members present: Mike Wilson, Barb Schmitt, Randy Pepin, Wayne Wolden, Mike Domin and Lane Waldahl. Also present were David Jessop, Jenny Holmes, Diana Pihlaja, Mark Schmitz, Mike Hajek and Susan Nanik, staff; Mike Gibson, Gibson Consulting; and Melinda Jezierski, Crosby -Ironton School. Ms. Schmitt moved, seconded by Mr. Waldahl to accept the agenda as amended. Motion carried. Mr. Pepin moved, seconded by Mr. Domin to accept the minutes of the Regular Board Meeting held on April 15, 2010. Motion carried. Mr. Gibson was introduced to the Board. Mr. Gibson reported he initially met With Mr. Schmitz and Ms. Nanik regarding pay equity, pay structure, and comparable worth. He then met with Mr. Hajek, Ms. Pihlaja, Ms. Nanik and Mr. Schmitz on May 11t' to gain knowledge of the history of NJPA's system and discuss pros and cons and explore options for change. He suggested this group as the "'core committee" to Work with as this process moves forward. He also discussed a timeline with an end date of June 30, 2011. Mr. Waldahl moved, seconded by Ms. Schmitt to support the core committee of Mr. Hajek, Ms. Pihlaja, Ms. Nanik and Mr. Schmitz and approve the timeline, noting it is subject to change, as presented. Motion carried, Ms. Pihlaja presented the monthly Financial Reports. She also distributed the proposed final budget for FY2009-2010 for review and stated she will ask for approval at the .tune Board meeting. Ms. Schmitt moved, seconded by Mr. Domin to approve the check register and Treasurer's Report of Cash, Revenues, and Expenditures and to pay all vendor disbursements #72565 to #72773, Motion carried. Ms. Schmitt moved, seconded by Mr. Waldahl to approve Wire Transfers #363 to #399. Motion carried. Ms. Schmitt moved, seconded by Mr. Pepin to accept the Consent Agenda as follows: • Approve updated Membership Agreements, adding 447 new members for a total NJPA membership of 34,041 as of April 30, 2010 • Authorize Invitations for Bid for a. Express Courier, Overnight, and/or Ground Delivery Services • Approve Bid and Award RFP #031210 to a. Staples Contract and Commercial, Inc. • Approve Bid and Award RFP #031710 to a. Allianz Sweeper Company b. Atlantic Machinery, Inc. C. Genie Industries, Inc. d. Gradall Industries, Inc. e. Federal Signal Corp. • Approve Bid and Award RFP #022209 to a. ABC Bus Inc. — Category 1:1-2; Category 8:8-1 b. Motor Coach Industries, Inc. — Category 8:8-1 c. International Bus Group, Inc. — Category 1:1-2; Category -o 3:35 3-10 9 , d. New Flyer of America, Inc. — Category 2:2-1, 2-5, 2-7 2-9 e. ElDorado National -California, Inc. — Category 2:2-5, 2-71 2-9 f. Eldorado National — Category 3:3-5, 3-10 g. National Bus Sales and Leasing, Inc. — Category 3:3-5, 3-10; Category 8.8-3 • Approve Renewal of Agreements with a. Capitol Supply (NAPA) IFB #050208 b. Playpower LT Farmington, Inc. IFB #051409 c. Schooldude.com IFB #031006 • Approve EZIQC Contracts RFP #041310 a. Bliss Construction, Inc. AK01-041310 b. Consolidated Enterprise, Inc. AK02-041310 • Approve EZIQC Renewals a. Angotti & Reilly CA01-B I-042609 b. F.H. Paschen FL05-042909 C. Omega Service Maintenance Corp. NJ02G-031809 d. Sorenson Gross Construction Services, LLC R101-042909 Motion carried. Mr. Hajek gave the Construct Purchasing update. He reviewed the AASA Agreement and SharpCon g Consultant Services Agreement. Mr. Wolden moved, seconded b Mr. Waldahl to approve Y pp ove the AASA Agreement. Motion Carried. Mr. Wilson moved, seconded by Mr. Pepin to approve the Sharp Consultant Services Agreement. Motion . g tion carried Mr. Jessop gave the Risk Management update. He reported he has been in cont act fiact with Education Minnesota, received a quote from Alliant on a request for P&C iq Insurance, and s fallowing Health Care Reform legislation changes. Ms. Nanik presented an Employee Confidentiality Agreement that was drafted b i 9 y Kristi Hastings, PemLaw. No action was taken. Ms. Nanik discussed revisions to the NJPA Employee Handbook. Mr. Wolden move d, seconded by Mr. Domin to approve the Employee Handbook as presented. Motion carried. Ms. Nanik requested a determination of payment for securities licensure for FY2010- 2011. Mr. Wolden moved, seconded by Ms. Schmitt to discontinue payment of securities lic:ensure as of July 1, 2010. Motion carried. Ms. Nanik presented a request from Wadena County Sheriff's Office for donation for K--9 purchase and training. The Board has been advised regarding gifting and donating and so denied the request. Ms. Nanik asked to set a date for a July Regular Board meeting. Thursday, July 22nd was chosen. The June Regular Board meeting date was also changed to Tuesday, June 22"d due to conflicts in scheduling. Mr. Wilson moved, seconded by Mr. Waldahl to approve hiring Mr. Kelly McAllister as Contract Manager starting May 17, 2010. Motion carried. Ms. Nanik presented a pay scale for approval for FY2010-2011. Ms. Schmitt moved, seconded by Mr. Wilson to approve the pay scale as presented. Motion carried. Ms. Holmes reported on the MASA 5 meeting and in-service held April 30t' and the Leadercast event attended by many NJPA employees held May 7th. She stated Rebate packets have been distributed. She also compiled information on all Minnesota Service Cooperatives and distributed at the request of Mr. Schmitz, Mr. Wolden reported he, Ms. Schmitt, Mr. Schmitz and Ms. Nanik met with Jeremy Kovash, Executive Director of Lakes Country Service Cooperative and David Schornack, Lakes Country Service Cooperative Board Chair, on Friday, May 21�. The meeting was well received and discussion was mainly on working collaboratively. Ms. Schmitt moved, seconded by Mr. Dornin to adjourn the meeting at 9;10 p.m. Motion carried.