HomeMy WebLinkAboutContract 63336CSC No. 63336
FORT WORTH
CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement ("Agreement") is entered into by and between Five Star Ford
of Texas, Ltd ("Vendor") and the City of Fort Worth ("City"), a Texas home -rule municipality,
individually referred to as "Party" and collectively as the "Parties."
The Cooperative Purchase Agreement includes the following documents which shall be construed in the
order of precedence in which they are listed: OFFICIAL RECORD
CITY SECRETARY
1. This Cooperative Purchase Agreement; FT. WORTH, TX
2. Exhibit A — Pricing List;
3. Exhibit B — Cooperative Agency Contract Sourcewell 080124-FMC; and
4. Exhibit C — Conflict of Interest Questionnaire
Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. Vendor agrees to provide City with the services and goods included in
Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all
exhibits thereto. If any provisions of the attached Exhibits conflict with the terms herein, are prohibited
by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this
Cooperative Purchase Agreement shall control.
City shall pay Vendor in accordance with the payment terms in Exhibit A and in accordance with
the provisions of this Agreement. Total annual payment made under this non-exclusive Agreement
by City shall not exceed Three Hundred Thousand Dollars ($300,000.00). The Vendor acknowledges
that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase.
Further, Vendor recognizes that the amount stated above is the total amount of funds available,
collectively, for any Vendor that enters into an agreement with the City under the relevant M&C or
cooperative agreement and that once the full amount has been exhausted, whether individually or
collectively, funds have therefore been exhausted under this Agreement as well. Vendor shall not provide
any additional items or services or bill for expenses incurred for City not specified by this Agreement
unless City requests and approves in writing the additional costs for such services. City shall not be liable
for any additional expenses of Vendor not specified by this Agreement unless City first approves such
expenses in writing.
The term of this Agreement is effective beginning on the date signed by the Assistant City
Manager ("Effective Date") and expires on November 14, 2025. The City shall be able to renew this
agreement for three (3) one-year renewal options by the written agreement of the parties. City or Vendor
may terminate this Agreement at any time and for any reason by providing the other party with 30 days'
written notice of termination.
Vendor agrees that City shall, until the expiration of three (3) years after final payment under this
Agreement, or the final conclusion of any audit commenced during the said three years, have access to
and the right to examine at reasonable times any directly pertinent books, documents, papers and records,
including, but not limited to, all electronic records, of Vendor involving transactions relating to this
Agreement at no additional cost to City. Vendor agrees that City shall have access during normal
working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor
reasonable advance notice of intended audits.
Notices required pursuant to the provisions of this Agreement shall be conclusively determined
to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or
representatives or (2) received by the other party by United States Mail, registered, return receipt
requested, addressed as follows:
To CITY:
H T/I164 I b ya
City of Fort Worth Five Star Ford of Texas, Ltd
Attn: Valerie Washington, Assistant City Manager Joshua Fichter, General Manager
100 Fort Worth Trail 6618 N.E. Loop 820
Fort Worth, TX 76102 North Richland Hills, TX 76180
With copy to Fort Worth City Attorney's Office at the Email: joshua@5starford.com
same address
City is a government entity under the laws of the State of Texas and all documents held or
maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the
Agreement requires that City maintain records in violation of the Act, City hereby objects to such
provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect.
In the event there is a request for information marked Confidential or Proprietary, City shall promptly
notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A
determination on whether such reasons are sufficient will not be decided by City, but by the Office of
the Attorney General of the State of Texas or by a court of competent jurisdiction.
The Agreement and the rights and obligations of the parties hereto shall be governed by, and
construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of
law provisions. Venue for any suit brought under the Agreement shall be in a court of competent
jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any
state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are
hereby deleted from the Agreement and shall have no force or effect.
Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement
requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted
and shall have no force or effect.
To the extent the Agreement, in any way, limits the liability of Vendor or requires City to
indemnify or hold Vendor or any third party harmless from damages of any kind or character, City
objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force
or effect.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section
does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government
Code, the City is prohibited from entering into a contract with a company for goods or services unless
the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2)
will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has
the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this
Agreement, Vendor certifies that Vendor's signature provides written verification to the City that
Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section
does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a value of
$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with
10 or more full-time employees unless the contract contains a written verification from the Vendor that
it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of
this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this
Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written
verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of this Agreement.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section
does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a
company with 10 or more full-time employees unless the contract contains a written verification from
the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against
a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract
against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government
Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's
signature provides written verification to the City that Vendor: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will
not discriminate against a firearm entity or firearm trade association during the term of this Agreement.
(signature page follows)
(remainder of this page intentionally left blank)
The undersigned represents and warrants that he or she has the power and authority to execute
this Agreement and bind the respective party.
CITY OF FORT WORTH:
By: Aid,; Lerneton202512:4T C."
Name: Valerie Washington
Title: Assistant City Manager
Date: 05/29/2025
APPROVAL RECOMMENDED:
By: �74-
Name: Marilyn Marvin
Title: Property Management Director
4.p4U04T1n
114
A Cias�xa �s ifoR��a�d
By: d~s 0��i°o
Name: Jannette Goodall
Title: City Secretary °aaa b�n00Et
Xp.oa
VENDOR:
Five Star Ford of Texas, Ltd
By. Joshua Fia ter( 7:10 CDT)
Name: Joshua Fichter
Title: General Manager
Date: 05/19/2025
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration of
this contract, including ensuring all performance and
reporting requirements.
By. Denise Garcia(M 22,20251828 CDT)
Name: Denise Garcia
Title: Purchasing Manager
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Jessika J. Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-0336
Date Approved: April 22, 2025
1295 Form: 2025-1285932
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Exhibit A - Pricing List
Item Description
Shop Services, Hourly Labor Rate,
Monday — Friday, 7:OOAM -
7:OOPM & Saturday, 7:OOAM —
4:OOPM
Field Services, Hourly Labor Rate,
Monday — Friday, 7:OOAM -
7:OOPM & Saturday, 7:OOAM —
4:OOPM
Parts, Cost + Percentage Markup,
National Fleet Part Pricing (NFPP)
Program
Freight, Cost + Percentage
Markup, The City must approve in
writing the products to be shipped
incurring freight prior to the
Vendor shipping the products.
Disposal Fee, Tires
Disposal Fee, Batteries
Disposal Fee, Oil, Flat Rate
Unit of
Measurement Unit Price
(UOM)
HR $165.00
HR $165.00
Cost + 15% Markup
Cost + 0% Markup. The Cost is just
passed through to the City.
EA
$4.00
EA
$3.00
EA
$4.98
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41 B1
Exhibit B - Soureewe11080124-FMC
Sourcewell ►�
MASTER AGREEMENT #080124
CATEGORY. OEM Vehicle Parts and Supplies
SUPPLIER: Ford Motor Company
This Master Agreement(Agreement) is between Sourcewell, a Minnesota service cooperative located at
202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Ford Motor Company, One
American Road, Dearborn, MI 48216 (Supplier).
Sourcewell is a local government and service cooperative created under the laws of the State of
Minnesota (Minnesota Statutes Section 123A.21) offering a Cooperative Purchasing Program to eligible
participating government entities.
Under this Master Agreement entered with Sourcewell, Supplier will provide Included Solutions to
Participating Entities through Sourcewell's Cooperative Purchasing Program.
Article 1:
General Terms
The General Terms in this Article 1 control the operation of this Master Agreement between Sourcewell
and Supplier and apply to all transactions entered by Supplier and Participating Entities. Subsequent
Articles to this Master Agreement control the rights and obligations directly between Sourcewell and
Supplier (Article 2), and between Supplier and Participating Entity (Article 3), respectively. These Article 1
General Terms control over any conflicting terms. Where this Master Agreement is silent on any subject,
Participating Entity and Supplier retain the ability to negotiate mutually acceptable terms.
1) Purpose. Pursuant to Minnesota law, the Sourcewell Board of Directors has authorized a Cooperative
Purchasing Program designed to provide Participating Entities with access to competitively awarded
cooperative purchasing agreements. To facilitate the Program, Sourcewell has awarded Supplier this
cooperative purchasing Master Agreement following a competitive procurement process intended to
meet compliance standards in accordance with Minnesota law and the requirements contained
herein.
2) Intent. The intent of this Master Agreement is to define the roles of Sourcewell, Supplier, and
Participating Entity as it relates to Sourcewell's Cooperative Purchasing Program.
3) Participating Entity Access. Sourcewell's Cooperative Purchasing Program Master Agreements are
available to eligible public agencies (Participating Entities). A Participating Entity's authority to access
Sourcewell's Cooperative Purchasing Program is determined through the laws of its respective
jurisdiction.
4) Supplier Access. The Included Solutions offered under this Agreement maybe made available to any
Participating Entity. Supplier understands that a Participating Entity's use of this Agreement is at the
Participating Entity's sole convenience. Supplier will educate its sales and service forces about
v052824
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
Sourcewell eligibility requirements and required documentation. Supplier will be responsible for
ensuring sales are with Participating Entities.
5) Term. This Agreement is effective upon the date of the final signature below. The term of this
Agreement is four (4) years from the effective date. The Agreement expires at 11:59 P.M. Central
Time on November 14, 2028, unless it is cancelled or extended as defined in this Agreement.
a) Extensions. Sourcewell and Supplier may agree to up to three (3) additional one-year extensions
beyond the original four-year term. The total possible length of this Agreement will be seven (7)
years from the effective date.
b) Exceptional Circumstances. Sourcewell retains the right to consider additional extensions as
required under exceptional circumstances.
6) Survival of Terms. Notwithstanding the termination of this Agreement, the obligations of this
Agreement will continue through the performance period of any transaction entered between
Supplier and any Participating Entity before the termination date.
7) Scope. Supplier is awarded a Master Agreement to provide the solutions identified in RFP 080124 to
Participating Entities. In Scope solutions include: OEM Vehicle Parts and Supplies.
a. Original equipment manufacturer (OEM) repair, replacement, maintenance parts, supplies, and
services for:
Automobiles, SUVs, vans, light truck, Class 3-8 chassis and equipment, bus, and
motorcycles; and
All engine and powertrain types such as: gasoline, diesel, compressed natural gas
(CNG), propane, electric, and hybrid.
8) Included Solutions. Supplier's Proposal to the above referenced RFP is incorporated into this Master
Agreement. Only those Solutions included within Supplier's Proposal and within Scope (Included
Solutions) are included within the Agreement and may be offered to Participating Entities.
9) Indefinite Quantity. This Master Agreement defines an indefinite quantity of sales to eligible
Participating Entities.
10) Pricing. Pricing information (including Pricing and Delivery and Pricing Offered tables) for all Included
Solutions within Supplier's Proposal is incorporated into this Master Agreement.
11) Not to Exceed Pricing. Suppliers may not exceed the prices listed in the current Pricing List on file
with Sourcewell when offering Included Solutions to Participating Entities. Participating Entities may
request adjustments to pricing directly form Supplier during the negotiation and execution of any
transaction.
12) Open Market. Supplier's open market pricing process is included within its Proposal.
v052824
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
13) Supplier Representations:
i) Compliance. Supplier represents and warrants it will provide all Included Solutions
under this Agreement in full compliance with applicable federal, state, and local laws and
regulations.
ii) Licenses. As applicable, Supplier will maintain a valid status on all required federal, state,
and local licenses, bonds, and permits required for the operation of Supplier's business with
Participating Entities. Participating Entities may request all relevant documentation directly from
Supplier.
iii) Supplier Warrants. Supplier warrants that all Included Solutions furnished under this
Agreement are free from liens and encumbrances, and are free from defects in design, materials,
and workmanship. In addition, Supplier warrants the Solutions are suitable for and will perform
in accordance with the ordinary use for which they are intended.
14) Bankruptcy Notices. Supplier certifies and warrants it is not currently in a bankruptcy proceeding.
Supplier has disclosed all current and completed bankruptcy proceedings within the past seven years
within its Proposal. Supplier must provide notice in writing to Sourcewell if it enters a bankruptcy
proceeding at any time during the term of this Agreement.
15) Debarment and Suspension. Supplier certifies and warrants that neither it nor its principals are
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from programs operated by the State of Minnesota, the United States federal government, or any
Participating Entity. Supplier certifies and warrants that neither it nor its principals have been
convicted of a criminal offense related to the subject matter of this Agreement. Supplier further
warrants that it will provide immediate written notice to Sourcewell if this certification changes at
any time during the term of this Agreement.
16) Provisions for non -United States federal entity procurements under United States federal awards
or other awards (Appendix II to 2 C.F.R § 200). Participating Entities that use United States federal
grant or other federal funding to purchase solutions from this Agreement may be subject to
additional requirements including the procurement standards of the Uniform Administrative
Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200.
Participating Entities may have additional requirements based on specific funding source terms or
conditions. Within this Section, all references to "federal" should be interpreted to mean the United
States federal government. The following list applies when a Participating Entity accesses Supplier's
Included Solutions with United States federal funds.
i) EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. §
60, all agreements that meet the definition of "federally assisted construction contract" in 41
C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935,
3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
v052824
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
ii) DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-federal
entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. § 3141-
3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with the
Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report all
suspected or reported violations to the federal awarding agency. Supplier must comply with all
applicable Davis -Bacon Act provisions.
iii) CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708).
Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that
involve the employment of mechanics or laborers must include a provision for compliance with
40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of
the standard work week is permissible provided that the worker is compensated at a rate of not
less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in
the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and
provide that no laborer or mechanic must be required to work in surroundings or under working
conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to
the purchases of supplies, materials, or articles ordinarily available on the open market, or
contracts for transportation or transmission of intelligence. This provision is hereby incorporated
by reference into this Agreement. Supplier certifies that during the term of an award for all
Agreements by Sourcewell resulting from this procurement process, Supplier must comply with
applicable requirements as referenced above.
iv) RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal
award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient
or subrecipient wishes to enter into a contract with a small business firm or nonprofit
organization regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Supplier
v052824 4
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
certifies that during the term of an award for all Agreements by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
v) CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION
CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of
$150,000 require the non-federal award to agree to comply with all applicable standards, orders
or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal
Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to
the Federal awarding agency and the Regional Office of the Environmental Protection Agency
(EPA). Supplier certifies that during the term of this Agreement it will comply with applicable
requirements as referenced above.
vi) DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract
award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide
exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines
at 2 C.F.R. § 180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and
12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension" SAM Exclusions contains
the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties
declared ineligible under statutory or regulatory authority other than Executive Order 12549.
Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
vii) BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must
file any required certifications. Suppliers must not have used federal appropriated funds to pay
any person or organization for influencing or attempting to influence an officer or employee of
any agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any federal contract, grant, or any other
award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds
that takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures
required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352).
viii) RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply
with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further
certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
ix) ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable,
Supplier must comply with the mandatory standards and policies relating to energy efficiency
which are contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act.
x) BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must
comply with all applicable provisions of the Buy American Act. Purchases made in accordance
with the Buy American Act must follow the applicable procurement rules calling for free and
open competition.
v052824
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
A) ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this
Agreement for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Supplier's personnel for the purpose of
interview and discussion relating to such documents.
xii) PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity
that is a state agency or agency of a political subdivision of a state and its contractors must
comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource
Conservation and Recovery Act. The requirements of Section 6002 include procuring only items
designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that
contain the highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
xiii) FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests,
or reproductions of flags or likenesses of Federal agency officials without specific pre -approval.
xiv) NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party
to this Agreement or any purchase by a Participating Entity and is not subject to any obligations
or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Agreement or any purchase by an authorized user.
xv) PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. § 38 (Administrative Remedies for False Claims and
Statements) applies to the Supplier's actions pertaining to this Agreement or any purchase by a
Participating Entity.
xvi) FEDERAL DEBT. The Supplier certifies that it is non -delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
xvii) CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Agreement or any aspect related
to the anticipated work under this Agreement raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and
Participating Entity are able to assess the actual or potential conflict; and provide any additional
information as necessary or requested.
xviii) U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with
U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of
resources and support to individuals and organizations associated with terrorism.
v052824
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
xix) PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of
this Agreement it will comply with applicable requirements of 2 C.F.R. § 200.216.
xx) DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier
certifies that during the term of this Agreement, Supplier will comply with applicable
requirements of 2 C.F.R. § 200.322.
17) Force Majeure. Neither party to this Agreement will be held responsible for delay or default caused
by acts of God or other conditions that are beyond that party's reasonable control. A party
defaulting under this provision must provide the other party prompt written notice of the default.
Article 2:
Sourcewell and Supplier Obligations
The Terms in this Article 2 relate specifically to Sourcewell and its administration of this Master
Agreement with Supplier and Supplier's obligations thereunder.
1) Authorized Sellers. Supplier must provide Sourcewell a current means to validate or authenticate
Supplier's authorized dealers, distributors, or resellers which may complete transactions of Included
Solutions offered under this Agreement. Sourcewell may request updated information in its
discretion, and Supplier agrees to provide requested information within a reasonable time.
2) Product and Price Changes Requirements. Supplier may request Included Solutions changes,
additions, or deletions at any time. All requests must be made in writing by submitting a Sourcewell
Price and Product Change Request Form to Sourcewell. At a minimum, the request must:
• Identify the applicable Sourcewell Agreement number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
• Individually list all Included Solutions affected by the requested change, along with the
requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of Pricing List with the effective date of the modified pricing,
or product addition or deletion. The new pricing restatement must include all Included
Solutions offered, even for those items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an amendment to
this Agreement and will be incorporated by reference.
3) Authorized Representative. Supplier will assign an Authorized Representative to Sourcewell for this
Agreement and must provide prompt notice to Sourcewell if that person is changed. The Authorized
Representative will be responsible for:
• Maintenance and management of this Agreement;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Participation in reviews with Sourcewell.
Sourcewell's Authorized Representative is its Chief Procurement Officer.
v052824
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
4) Performance Reviews. Supplier will perform a minimum of one review with Sourcewell per
agreement year. The review will cover transactions to Participating Entities, pricing and terms,
administrative fees, sales data reports, performance issues, supply chain issues, customer issues, and
any other necessary information.
5) Sales Reporting Required. Supplier is required as a material element to this Master Agreement to
report all completed transactions with Participating Entities utilizing this Agreement. Failure to
provide complete and accurate reports as defined herein will be a material breach of the Agreement
and Sourcewell reserves the right to pursue all remedies available at law including cancellation of
this Agreement.
6) Reporting Requirements. Supplier must provide Sourcewell an activity report of all transactions
completed utilizing this Agreement. Reports are due at least once each calendar quarter (Reporting
Period). Reports must be received no later than 45 calendar days after the end of each calendar
quarter. Supplier may report on a more frequent basis in its discretion. Reports must be provided
regardless of the amount of completed transactions during that quarter (i.e., if there are no sales,
Supplier must submit a report indicating no sales were made).
The Report must contain the following fields:
• Participating Entity Name (e.g., City of Staples Highway Department);
• Participating Entity Physical Street Address;
• Participating Entity City;
• Participating Entity State/Province;
• Participating Entity Zip/Postal Code;
• Sourcewell Participating Entity Account Number;
• Transaction Description;
• Transaction Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Transaction was invoiced/sale was recognized as revenue by Supplier.
If collected by Supplier, the Report may include the following fields as available:
• Participating Entity Contact Name;
• Participating Entity Contact Email Address;
• Participating Entity Contact Telephone Number;
7) Administrative Fee. In consideration for the support and services provided by Sourcewell, Supplier
will pay an Administrative Fee to Sourcewell on all completed transactions to Participating Entities
utilizing this Agreement. Supplier will include its Administrative Fee within its proposed pricing.
Supplier may not directly charge Participating Entities to offset the Administrative Fee.
8) Fee Calculation. Supplier's Administrative Fee payable to Sourcewell will be calculated as a stated
percentage (listed in Supplier's Proposal) of all completed transactions utilizing this Master
Agreement within the preceding Reporting Period. For certain categories, a flat fee may be
proposed. The Administrative Fee will be stated in Supplier's Proposal.
9) Fee Remittance. Supplier will remit fee to Sourcewell no later than 45 calendar days after the close
of the preceding calendar quarter in conjunction with Supplier's Reporting Period obligations
v052824
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
defined herein. Payments should note the Supplier's name and Sourcewell-assigned Agreement
number in the memo; and must be either mailed to Sourcewell above "Attn: Accounts Receivable" or
remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department
instructions.
10) Noncompliance. Sourcewell reserves the right to seek all remedies available at law for unpaid or
underpaid Administrative Fees due under this Agreement. Failure to remit payment, delinquent
payments, underpayments, or other deviations from the requirements of this Agreement may be
deemed a material breach and may result in cancellation of this Agreement and disbarment from
future Agreements.
11) Audit Requirements. Pursuant to Minn. Stat. § 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Agreement are subject to
examination by Sourcewell and the Minnesota State Auditor for a minimum of six years from the end
of this Agreement. Supplier agrees to fully cooperate with Sourcewell in auditing transactions under
this Agreement to ensure compliance with pricing terms, correct calculation and remittance of
Administrative Fees, and verification of transactions as may be requested by a Participating Entity or
Sourcewell.
12) Assignment, Transfer, and Administrative Changes. Neither party may assign or otherwise transfer
its rights or obligations under this Agreement without the prior written consent of the other party
and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any
prohibited assignment is invalid. Upon request by Supplier, Sourcewell may make administrative
changes to agreement documentation such as name changes, address changes, and other non-
material updates as determined within its sole discretion.
13) Amendments. Any material change to this Agreement must be executed in writing through an
amendment and will not be effective until it has been duly executed by the parties.
14) Waiver. Failure by Sourcewell to enforce any right under this Agreement will not be deemed a waiver
of such right in the event of the continuation or repetition of the circumstances giving rise to such
right.
15) Complete Agreement. This Agreement represents the complete agreement between the parties for
the scope as defined herein. Supplier and Sourcewell may enter into separate written agreements
relating specifically to transactions outside of the scope of this Agreement.
16) Relationship of Sourcewell and Supplier. This Agreement does not create a partnership, joint
venture, or any other relationship such as employee, independent contractor, master -servant, or
principal -agent.
17) Indemnification. Supplier must indemnify, defend, save, and hold Sourcewell, including their agents
and employees, harmless from any claims or causes of action, including attorneys' fees incurred by
Sourcewell, arising out of any act or omission in the performance of this Agreement by the Supplier
or its agents or employees; this indemnification includes injury or death to person(s) or property
alleged to have been caused by some defect in design, condition, or performance of Included
Solutions under this Agreement. Sourcewell's responsibility will be governed by the State of
Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law.
v052824
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
18) Data Practices. Supplier and Sourcewell acknowledge Sourcewell is subject to the Minnesota
Government Data Practices Act, Minnesota Statutes Chapter 13. As it applies to all data created and
maintained in performance of this Agreement, Supplier may be subject to the requirements of this
chapter.
19) Grant of License.
a) During the term of this Agreement:
i) Supplier Promotion. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive
right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising,
promotional materials, and informational sites for the purpose of marketing Sourcewell's
Agreement with Supplier.
ii) Sourcewell Promotion. Supplier grants to Sourcewell a royalty -free, worldwide, non-
exclusive right and license to use Supplier's trademarks in advertising, promotional
materials, and informational sites for the purpose of marketing Supplier's Agreement with
Sourcewell.
b) Limited Right of Sublicense. The right and license granted herein includes a limited right of each
party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers,
marketing representatives, partners, or agents (collectively "Permitted Sublicensees") in
advertising, promotional, or informational materials for the purpose of marketing the Parties'
relationship. Any sublicense granted will be subject to the terms and conditions of this Article.
Each party will be responsible for any breach of this section by any of their respective
sublicensees.
c) Use; Quality Control.
i) Neither party may alter the other party's trademarks from the form provided and must
comply with removal requests as to specific uses of its trademarks or logos.
ii) Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's
trademarks only in good faith and in a dignified manner consistent with such party's use of
the trademarks. Each party may make written notice to the other regarding misuse under
this section. The offending party will have 30 days of the date of the written notice to cure
the issue or the license/sublicense will be terminated.
d) Termination. Upon the termination of this Agreement for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and
the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of
suppliers which may be used until the next printing). Supplier must return all marketing and
promotional materials, including signage, provided by Sourcewell, or dispose of it according to
Sourcewell's written directions.
20) Venue and Governing law between Sourcewell and Supplier Only. The substantive and procedural
laws of the State of Minnesota will govern this Agreement between Sourcewell and Supplier. Venue
for all legal proceedings arising out of this Agreement between Sourcewell and Supplier will be in
court of competent jurisdiction within the State of Minnesota. This section does not apply to any
dispute between Supplier and Participating Entity. This Agreement reserves the right for Supplier and
Participating Entity to negotiate this term to within any transaction documents.
v052824 10
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
21) Severability. If any provision of this Agreement is found by a court of competent jurisdiction to be
illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Agreement is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
22) Insurance Coverage. At its own expense, Supplier must maintain valid insurance policy(ies) during
the performance of this Agreement with insurance company(ies) licensed or authorized to do
business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and
limits of insurance not less than the following:
a) Commercial General Liability Insurance. Supplier will maintain insurance covering its operations,
with coverage on an occurrence basis, and must be subject to terms no less broad than the
Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer
edition), or equivalent. At a minimum, coverage must include liability arising from premises,
operations, bodily injury and property damage, independent contractors, products -completed
operations including construction defect, contractual liability, blanket contractual liability, and
personal injury and advertising injury. All required limits, terms and conditions of coverage must
be maintained during the term of this Agreement.
• $1,500,000 each occurrence Bodily Injury and Property Damage
• $1,500,000 Personal and Advertising Injury
• $2,000,000 aggregate for products liability -completed operations
• $2,000,000 general aggregate
b) Certificates of Insurance. Prior to execution of this Agreement, Supplier must furnish to
Sourcewell a certificate of insurance, as evidence of the insurance required under this
Agreement. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or provided to in an
alternative manner as directed by Sourcewell. The certificates must be signed by a person
authorized by the insurer(s) to bind coverage on their behalf. Failure of Supplier to maintain the
required insurance and documentation may constitute a material breach.
c) Additional Insured Endorsement and Primary and Non-contributory Insurance Clause. Supplier
agrees to list Sourcewell, including its officers, agents, and employees, as an additional insured
under the Supplier's commercial general liability insurance policy with respect to liability arising
out of activities, "operations," or "work" performed by or on behalf of Supplier, and products
and completed operations of Supplier. The policy provision(s) or endorsement(s) must further
provide that coverage is primary and not excess over or contributory with any other valid,
applicable, and collectible insurance or self-insurance in force for the additional insureds.
d) Waiver of Subrogation. Supplier waives and must require (by endorsement or otherwise) all its
insurers to waive subrogation rights against Sourcewell and other additional insureds for losses
paid under the insurance policies required by this Agreement or other insurance applicable to
the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self -insured
retentions applicable to the required or any other insurance maintained by the Supplier or its
subcontractors. Where permitted by law, Supplier must require similar written express waivers
of subrogation and insurance clauses from each of its subcontractors.
v052824 11
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
e) Umbrella/Excess Liability/SELF-INSURED RETENTION. The limits required by this Agreement can
be met by either providing a primary policy or in combination with umbrella/excess liability
policy(ies), or self -insured retention.
23) Termination for Convenience. Sourcewell or Supplier may terminate this Agreement upon 60
calendar days' written notice to the other Party. Termination pursuant to this section will not relieve
the Supplier's obligations under this Agreement for any transactions entered with Participating
Entities through the date of termination, including reporting and payment of applicable
Administrative Fees.
24) Termination for Cause. Sourcewell may terminate this Agreement upon providing written notice of
material breach to Supplier. Notice must describe the breach in reasonable detail and state the
intent to terminate the Agreement. Upon receipt of Notice, the Supplier will have 30 calendar days
in which it must cure the breach. Termination pursuant to this section will not relieve the Supplier's
obligations under this Agreement for any transactions entered with Participating Entities through the
date of termination, including reporting and payment of applicable Administrative Fees.
Article 3:
Supplier Obligations to Participating Entities
The Terms in this Article 3 relate specifically to Supplier and a Participating Entity when entering
transactions utilizing the General Terms established in this Master Agreement. Article 1 General Terms
control over any conflict with this Article 3. Where this Master Agreement is silent on any subject,
Participating Entity and Supplier retain the ability to negotiate mutually acceptable terms.
1) Quotes to Participating Entities. Suppliers are encouraged to provide all pricing information
regarding the total cost of acquisition when quoting to a Participating Entity. Suppliers and
Participating Entities are encouraged to include all cost specifically associated with or included within
the Suppliers proposal and Included Solutions within transaction documents.
2) Shipping, Delivery, Acceptance, Rejection, and Warranty. Supplier's proposal may include proposed
terms relating to shipping, delivery, inspection, and acceptance/rejection and other relevant terms
of tendered Solutions. Supplier and Participating Entity may negotiate final terms appropriate for the
specific transaction relating to non -appropriation, shipping, delivery, inspection,
acceptance/rejection of tendered Solutions, and warranty coverage for Included Solutions. Such
terms may include, but are not limited to, costs, risk of loss, proper packaging, inspection rights and
timelines, acceptance or rejection procedures, and remedies as mutually agreed include notice
requirements, replacement, return or exchange procedures, and associated costs.
3) Applicable Taxes. Participating Entity is responsible for notifying supplier of its tax-exempt status and
for providing Supplier with any valid tax -exemption certification(s) or related documentation.
4) Ordering Process and Payment. Supplier's ordering process and acceptable forms of payment are
included within its Proposal. Participating Entities will be solely responsible for payment to Supplier
and Sourcewell will have no liability for any unpaid invoice of any Participating Entity.
v052824 12
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
080124-FMC
5) Refurbished Goods. All Equipment and Products provided under this Agreement must be
new/current model. Supplier may offer refurbished Equipment or Products if clearly disclosed by
Supplier to Participating Entity as required by state disclosure laws.
6) Transaction Documents. Participating Entity may require the use of its own forms to complete
transactions directly with Supplier utilizing the terms established in this Agreement. Supplier's
standard form agreements may be offered as part of its Proposal. Supplier and Participating Entity
may complete and document transactions utilizing any type of transaction documents as mutually
agreed. In any transaction document entered utilizing this Agreement, Supplier and Participating
Entity must include specific reference to this Master Agreement by number and to Participating
Entity's unique Sourcewell account number.
7) Additional Terms and Conditions Permitted. Participating Entity and Supplier may negotiate and
include additional terms and conditions within transaction documentation as mutually agreed. Such
terms may supplant or supersede this Master Agreement when necessary and as solely determined
by Participating Entity. Sourcewell has expressly reserved the right for Supplier and Participating
Entity to address any necessary provisions within transaction documents not expressly included
within this Master Agreement, including but not limited to transaction cancellation, dispute
resolution, governing law and venue, non -appropriation, insurance, defense and indemnity, force
majeure, and other material terms as mutually agreed.
8) Subsequent Agreements and Survival. Supplier and Participating Entity may enter into a separate
agreement to facilitate long-term performance obligations utilizing the terms of this Master
Agreement as mutually agreed. Such agreements may provide for a performance period extending
beyond the full term of this Master Agreement as determined in the discretion of Participating
Entity.
9) Participating Addendums. Supplier and Participating Entity may enter a Participating Addendum or
similar document extending and supplementing the terms of this Master Agreement to facilitate
adoption as may be required by a Participating Entity.
Sourcewell
Signed by:
By: "--c� o� o�za1'3 gD0s4���
Jeremy Schwartz
Title: Chief Procurement Officer
1/2/2025 1 2:54 PM CST
Date:
Ford Motor Company
DocuSigned by:
E
By:
1 E2EFC5700BA42D...
Travis Hunt
Title: General Manager, Ford Pro Parts & Service
Transformation
1/2/2025 1 2:07 PM EST
Date:
v052824 13
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
RFP 080124 - OEM Vehicle Parts and Supplies
Vendor Details
Company Name:
Ford Motor Company
Does your company conduct
business under any other name? If
Ford Pro
yes, please state:
1 American Road, Ford WHQ
Address:
Dearborn , MI 48126
Contact:
Keith Abarca
Email:
kabarca@ford.com
Phone:
925-351-5607
HST#:
38-0549190
Submission Details
Created On:
Monday June 24, 2024 10:37:51
Submitted On:
Thursday August 01, 2024 16:05:22
Submitted By:
Keith Abarca
Email:
kabarca@ford.com
Transaction #:
57a7489c-a 156-48f3-9291-31 ce89bdd232
Submitter's IP Address:
47.44.170.2
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
Specifications
Table 1: Proposer Identity & Authorized Representatives (Not Scored)
General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach
additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the
question does not apply to you (preferably with an explanation).
Table 1 Specific Instructions. Sourcewell requires identification of all parties responsible for providing Solutions under a resulting master
agreement(s) (Responsible Supplier). Proposers are strongly encouraged to include all potential Responsible Suppliers including any
corporate affiliates, subsidiaries, D.B.A., and any other authorized entities within a singular proposal. All information required under this
RFP must be included for each Responsible Supplier as instructed. Proposers with multiple Responsible Supplier options may choose to
respond individually as distinct entities, however each response will be evaluated individually and only those proposals recommended for
award may result in a master agreement award. Unawarded entities will not be permitted to later be added to an existing master
agreement through operation of Proposer's corporate organization affiliation.
Line
Item
Question
Response*
1
Provide the legal name of the Proposer
Ford Motor Company
authorized to submit this Proposal.
2
In the event of award, is this entity the
Y
Responsible Supplier that will execute the
master agreement with Sourcewell? Y or N.
3 Identify all subsidiaries, D.B.A., authorized Ford Pro
affiliates, and any other entity that will be
responsible for offering and performing delivery
of Solutions within this Proposal (i.e.
Responsible Supplier(s) that will execute a
master agreement with Sourcewell).
4
Provide your CAGE code or Unique Entity
3LQV7
Identifier (SAM):
5
Provide your NAICS code applicable to
811111
Solutions proposed.
6
Proposer Physical Address:
One American Road Dearborn, MI 48126
7
Proposer website address (or addresses):
ford.com; fordpro.com
8
Proposer's Authorized Representative (name,
Travis Hunt (General Manager -Ford Pro Parts & Service Transformation)
title, address, email address & phone) (The
1907 Michigan Avenue Detroit, MI 48216
representative must have authority to sign
Thunt22@ford.com
the "Proposer's Assurance of Compliance" on
703.859.0347
behalf of the Proposer):
9 Proposer's primary contact for this proposal Keith Abarca (Government Bid Manager)
(name, title, address, email address & phone): 1907 Michigan Avenue Detroit, MI 48216
Kabarca@ford.com
925.351.5607
10
Proposer's other contacts for this proposal, if
Kevin Naro (Service Transformation and Technology Manager)
any (name, title, address, email address &
1907 Michigan Avenue Detroit, MI 48216
phone):
Knaro@ford.com
440.452.2257
Table 2: Financial Viability and Marketplace Success (50 Points)
Line Question Response*
Item
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
11 Provide a brief history of your company,
including your company's core values,
business philosophy, and industry longevity
related to the requested Solutions.
12 What are your company's expectations in the
event of an award?
13 Demonstrate your financial strength and
stability with meaningful data. This could
include such items as financial statements,
SEC filings, credit and bond ratings, letters
of credit, and detailed reference letters.
Upload supporting documents (as applicable)
in the document upload section of your
response. DO NOT PROVIDE ANY TAX
INFORMATION OR PERSONALLY
IDENTIFIABLE INFORMATION.
Ford Motor Company was incorporated in Delaware in 1919. We acquired the
business of a Michigan company, also known as Ford Motor Company, "which had
been incorporated in 1903" to produce and sell automobiles designed and
engineered by Henry Ford. We are a global company based in Dearborn, Michigan.
With about 177,000 employees worldwide, the Company is committed to helping
build a better world, where every person is free to move and pursue their
dreams. The Company's Ford+ plan for growth and value creation combines existing
strengths, new capabilities, and always -on relationships with customers to enrich
experiences for customers and deepen their loyalty. Ford develops and
delivers innovative, must -have Ford trucks, sport utility vehicles, commercial vans and
cars, and Lincoln luxury vehicles, along with connected services. The Company does
that through three customer -centered business segments: Ford Blue,
engineering iconic gas -powered and hybrid vehicles; Ford Model e, inventing
breakthrough electric vehicles ("EVs") along
with embedded software that defines always -on digital experiences for all customers;
and Ford Pro, helping Government and Commercial fleet customers transform and
expand their businesses with Ford vehicles, Ford OEM parts and Ford OEM services
tailored to their needs. Additionally, the company provides financial services through
Ford Motor Credit Company LLC ("Ford Credit").
In addition, the Ford F-Series is the best-selling vehicle in the United States for
over 47 straight years. With the freshest car portfolio, Ford is well positioned
in the global marketplace. Ford is America's leading vehicle nameplate, and
has the best sellingvehicle, truck, and van in America. Ford employs more
workers in the U.S. than any other Vehicle OEM s. (177,000 employees
worldwide)
Ford Motor Company's award expectation is to create new opportunities and
cost saving contractual options for Government Fleet Vehicle Customers in the
State, Local, Education and non-profit sector.
Ford Motor Company's offerings include Ford OEM Parts, Motorcraft and
Omnicraft parts, Rotunda equipment, training, Charging Solutions, Telematics and
Fleet Management Software Solutions along with comprehensive. The award will
improve the understanding and value of Ford products with Sourcewell
members, as well as, improve awareness of Ford programs and services.
This will reduce the time and effort associated with fleet purchasing activities.
Sourcewell members will find the convenience and cost savings of a
Ford/Sourcewell contract very appealing by making Sourcewell a preferred
procurement method.
Note: Ford Motor Company is currently a Sourcewell vendor (Contract# 101520-
FMC) and increased purchases via the Sourcewell contract in 2023 by 64% YOY vs
2022.
See attached 2023 Financials.
2023 Revenue: $176.2 Billion
2022 Revenue: $158.1 Billion
2021 Revenue: $136.3 Billion
2023 Vehicle Sales: 4.4 Million Vehicles Sold to dealers and distributors globally
14 What is your US market share for the Ford Motor Company vehicles make up approximately 43% of passenger car
solutions that you are proposing? registrations and about 50% of Class 1 & 2 truck registrations in the
government fleet sector. From a wholesale parts perspective, government
agency sales reported to Ford Motor Company make up a relatively small
share of total parts wholesale (5%) [TRADE SECRET)
15 What is your Canadian market share for the Ford currently captures 27.9% majority of the Canadian Market Share. Ford
solutions that you are proposing? leads all OEMs in vehicle market share in Canada.
16 Disclose all current and completed bankruptcy No bankruptcy proceeding and proudly Ford Motor Company did not ask for a
proceedings for Proposer and any included Government Bailout in 2008.
possible Responsible Party within the past
seven years. Proposer must provide notice in
writing to Sourcewell if it enters a bankruptcy
proceeding at any time during the pendency
of this RFP evaluation.
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
17
How is your organization best described: is it
B) Ford Motor Company is an original equipment manufacturer and service
a manufacturer, a distributor/dealer/reseller, or
provider with 177,000 corporate employees worldwide. As a Ford OEM parts
a service provider? Answer whichever
and Ford OEM service provider, Ford also has 2,900 franchised dealers and
question (either a) or b) just below) best
459 Ford Authorized Distributor locations in all 50 states and U.S. territories.
applies to your organization.
Per this RFP, SLED Government agencies will have access to 291,341 Ford OEM
a) If your company is best described as a
Parts SKUs that are sold only through our Ford Dealer Network. Per this RFP,
distributor/dealer/reseller (or similar entity),
SLED Government agencies will also have access to Ford OEM Service at all 2,900
provide your written authorization to act as a
Ford Dealerships in the US.
distributor/dealer/reseller for the manufacturer
of the products proposed in this RFP. If
Note: If a SLED Government agency needs to purchase Ford OEM Parts or needs
applicable, is your dealer network
Ford OEM Service, the government agency will need to coordinate with their local
independent or company owned?
dealer (or local dealers). If a SLED Government agency requires a signature, the
b) If your company is best described as a
government agency will need to coordinate with their local Ford Dealer (or Ford
manufacturer or service provider, describe
dealers).
your relationship with your sales and service
force and with your dealer network in
In addition to the 177,000 worldwide Ford employees, the Ford network is
delivering the products and services proposed
made up of independently owned franchises. There are additional
in this RFP. Are these individuals your
individuals working at dealers and distributors as independent employees of
employees, or the employees of a third party?
the respective dealer/distributor employer.
18
If applicable, provide a detailed explanation
Ford Motor Company and subsidiaries operate across the globe in a variety of
outlining the licenses and certifications that
markets that require Ford to adhere to all locally mandated laws and regulations in
are both required to be held, and actually
order to do business.
held, by your organization (including third
With regard to the territories covered by this RFP, Ford provides the same
parties and subcontractors that you use) in
assurance that all local and Federal laws and/or regulations are being met in order
pursuit of the business contemplated by this
to allow Ford to do business in the territories herein.
RFP.
19
Disclose all current and past debarments or
N/A - No past debarments.
suspensions for Proposer and any included
possible Responsible Party within the past
seven years. Proposer must provide notice in
writing to Sourcewell if it enters a debarment
or suspension status any time during the
pendency of this RFP evaluation.
20
Describe any relevant industry awards or
Ford Motor Company: A Commitment to Innovation, Community, and the Environment
recognition that your company has received in
the past five years.
1. Ford is the best-selling pickup truck manufacturer in the U.S. and globally. F-
Series is the #1 best-selling truck for 47 years running in America and for 58
consecutive years in Canada. Ford plans to invest approximately $3 billion to expand
Super Duty production.
2. Innovation in Electric vehicles: The Ford F-150 lightening was recognized as
the Top -Rated Electric Truck in the 2023 Edmunds Top Rated Award. The company
aims to achieve carbon neutrality globally by 2050, with interim targets for 2030 and
is making sustainable investments in renewable energy and sustainable manufacturing
practices.
3. Supporting Local Economies: Ford Motor Company was named among
Diversity Inc's Top 50 companies for Diversity in 2023. Ford's Supplier Diversity
Development Program supports minority -owned, women -owned, veteran -owned and
other diverse businesses, promoting economic growth and innovation within local
communities.
4. Ford invests in education through programs like Ford Next Generation Learning
(Ford NGL), which partners with schools to prepare students for careers in rapidly
changing world. These initiatives help create a skilled workforce and support
economic development.
5. Ford received the 2023 Green Energy award for its substantial progress in
renewable energy and emission reduction. Ford is modernizing its manufacturing
facilities to be more environmentally friendly. The company's Dearborn Truck Plant, for
example, includes a living roof that helps manage stormwater and provides a habitat
for wildlife.
21
What percentage of your sales are to the
55% of Ford Parts & Service Transactions were to Government Agency Fleets in the
governmental sector in the past three years.
past 3 years.
22
What percentage of your sales are to the
55% of all Ford Parts & Service Transactions were to Government Agency Fleets
education sector in the past three years.
over the last 3 years. 8% of these government transactions were to school districts
over the last 3 years.
23
List any state, cooperative purchasing
Ford Motor Company is currently a Sourcewell vendor for Contract# 101520-FMC.
agreements that you hold. What is the annual
2023 Annual Sourcewell Sales - $4.4 Mil (or 63% YOY increase vs 2022)
sales volume for each of these agreement
2022 Annual Sourcewell Sales $2.7 Mil
over the past three years?
2023 Sourcewell Sales increased 64% YOY vs 2022 Sales.
Bid Number:
RFP 080124
Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
24 List any GSA contracts or Standing Offers Ford currently holds a GSA contract for Light Duty Trucks.
and Supply Arrangements (SOSA) that you 2021 Contract Year - $504,572,825.00
hold. What is the annual sales volume for 2022 Contract Year - $690,504,040.00
each of these contracts over the past three 2023 Contract Year - $308,338,770 (drop in vehicle sales was due to extremely
years? limited allocation).
2024 Contract Year (thru April 2024)- $521,184,578.60
Table 2A: References/Testimonials
Line Item 25. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name *
Contact Name *
Phone Number*
City of Los Angeles
Dirk Aubuchon
213.486.1020
City of Virginia Beach
James Yost
757.385.6366
City of Palm Springs
Daniel Martinez
760.218.4237
Table 3: Ability to Sell and Deliver Solutions (150 Points)
Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your
response should address in detail at least the following areas: locations of your network of sales and service providers, the number of
workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party),
and any overlap between the sales and service functions.
Line
Item Question Response*
26 Sales force. Ford Customer Service Division operates a world -class service organization of
partsand service professional headquartered in Dearborn, Michigan. Ford operates 20
parts distribution centers, 21 regional field office locations, and five market
area office locations. The regional and market area locations are
strategically positioned across the United States and staffed by hundreds of
automotive professionals.
FCSD's technical, parts, and service support personnel provide support to
over 2,900 Ford and Lincoln dealerships nationally and support 459 Ford
Authorized Distributor locations nationally.
The Fleet Service Operations (FSO) organization consists of approximately
87 team members dedicated strictly to fleet operational support in parts,
service and technical related activities. The Fleet Service Operations Team
supports over 11,400 Government and Commercial Fleets nationally.
27 Describe the network of Authorized Sellers Ford segments its dealers and distributors into sub categories based on their
who will deliver Solutions, including dealers, capabilities to service various customers with voluntary program enrollments. Particularly
distributors, resellers, and other distribution relevant to this solicitation is Ford's National Fleet Parts Pricing Program, Ford Pro
methods. Maintenance Program, and the Commercial Vehicle Centers. All the personnel in
these sub -sets have specialized skill sets and knowledge that allows them to sell and
service government and commercial fleet customer accounts.
28 Service force.
29 Describe the ordering process. If orders will
be handled by distributors, dealers or
others, explain the respective roles of the
Proposer and others.
Ford Motor Company's network of Ford Dealers and Ford Authorized Distributors have
access to a Ford parts universe that includes 291,341 SKUs. This ensures that all
Ford Dealers and Ford Authorized Distributors have the parts necessary to repair ALL
Ford Vehicles at a Government agency.
Ford Motor Company's U.S based franchised Ford and Lincoln dealerships
employed more than 30,000 automotive technicians operating in more than
50,000 repair shop service bays. Ford also has a network of Dealer owned
Mobile service units from a growing number of dealers through out the U.S.
to provide mobile service in the field to fleet customers. These mobile service
vehicles will go to the Government Agency's locations to service their fleet vehicles.
All Ford OEM Parts, Ford OEM Service and Rotunda Tools orders will be processed
by the local dealer (or local dealers). If the Government Agency requires a signed
contract, the government agency will need to coordinate with the local dealer (or local
dealers) they choose to do business with. We have a network of 2,900+ dealers
nationally that all government agencies can purchase from. In addition to the dealer
network, Ford Motor Company also has 459 Ford Authorized Distributor locations
nationally.
Ford Pro Charging Solutions, Telematics Solutions and Fleet Management Software
solutions will be serviced direct by our Ford Pro Team and pricing for these services
is in the attached documents.
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
30 Describe in detail the process and
Ford's Fleet Service Organization (FSO) will work directly with participating
procedure of your customer service
dealerships for all aspects of customer service support on the awarded Sourcewell
program, if applicable. Include your
contract. The Government Bid Manager will be the main point of contact for
response -time capabilities and
Sourcewell staff. For day-to-day parts and service needs (parts pricing outside of
commitments, as well as any incentives that
non -participating NFPP dealers, order fulfillment, etc.) Sourcewell members should work
help your providers meet your stated
with their respective selling dealers/distributors. These organizations have existing
service goals or promises.
processes to provide assistance that escalated care. For customer service issues
that require escalated care, Sourcewell members can also request assistance
from the Fleet Customer Information Center (1.800.34.FLEET)
31 Describe your ability and willingness to
Ford Motor Company is deliberate about providing vehicle parts, training,
provide your products and services to
and services to Sourcewell members. Through our network of 2,900 franchised
Sourcewell participating entities.
Ford and Lincoln dealers, plus 459 Ford authorized distributors, we have a robust
network to service all government agencies in the United States. We will
extend all parts & service programs and services to Sourcewell members
nationwide at current/existing
program subscription costs if any.
32 Describe your ability and willingness to
1) Ford Motor Company is deliberate about providing vehicle parts, training, and
provide your products and services to
services to Sourcewell members. Through our network of franchised Ford and
Sourcewell participating entities in Canada.
Lincoln dealers we also service Canada. Canada currently does not have a
National Fleet Parts Pricing Program to offer a ceiling price model. Sourcewell
members in Canada should work with their dealerships for their parts and service
needs.
2) Ford Pro does have an offering for Charging and Software Solutions in Canda
though. Please see the complete Charging and Software product list attached to
include pricing.
33 Identify any geographic areas of the United
Not applicable. Canada procurements are separate from the U.S. reporting
States or Canada that you will NOT be fully
serving through the proposed agreement.
34 Identify any account type of Participating
Not applicable. Canada Procurements are separate from the U.S.
Entity which will not have full access to
your Solutions if awarded an agreement,
and the reasoning for this.
35 Define any specific requirements or
Program details will vary in the U.S. Islands/Territories based on selling
restrictions that would apply to our
dealers participation and Ford Program availability. Fleet customers in Alaska
participating entities in Hawaii and Alaska
and Hawaii orders will take extra time for delivery based on dealer
and in US Territories.
shipping and availability.
36 Will Proposer extend terms of any awarded
Ford Motor Company will extend the same National Fleet Parts Pricing to all nonprofit
master agreement to nonprofit entities?
entities. (These nonprofits will have access to 291,341 Ford Parts SKUs and be
supported by 2,900 Ford Dealers or 459 Ford Authorized Distributors nationally.)
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
Table 4: Marketing Plan (100 Points)
tm
Question
Response*
37 Describe your marketing strategy for
If awarded a Sourcewell contract, Ford will work with our
communications team
promoting this opportunity. Upload
to distribute a press release announcing the award. The announcements
will be
representative samples of your
released in various publications, electronic Newsletters and websites. Following
marketing materials (if applicable) in
the press release, and as described above, Ford will use
a variety of
the document upload section of your
techniques to market the Sourcewell contract to its dealers,
distributors, and end -
response.
user fleets.
Ford also anticipates that attendance at national/regional conferences, fleet trade
publication advertising, and training/utilization of its sales force
will be critical
tactics to ensure the
maintenance of this contract yields a return on investment.
38
Describe your use of technology and
Ford Is a leader in technology and digital based marketing.
digital data (e.g., social media,
• Ford Digital spend indudes: Search Engine Optimization
efforts, Retargeting,
metadata usage) to enhance
Paid Online Display, Native advertising, and leverages major
preferred partner
marketing effectiveness.
relationships (Google, Facebook, YouTube).
• Ford owned properties include www.Motorcraft.com, www.FordParts.com,
www.fordpro.com
• Ford Updates PIES/ACES data twice a year with: technical attributes,
parts images, product attributes.
39 In your view, what is Sourcewell's role Our view of Sourcewell's role is the following:
in promoting agreements arising out of 1. Assist Sourcewell members in explanation and direction on how to use the
this RFP? How will you integrate a Sourcewell Contract.
Sourcewell-awarded agreement into 2. Assist Ford Dealer personnel (2,900 dealers nationally) and Ford Authorized
your sales process? Distributors personnel (459 Distributor locations nationally) in explanation and direction
on how to use the Sourcewell Contract.
3. Participate in trade shows to promote the Sourcewell Contract.
4. Assist Ford with training of the Ford Dealers on "How to sell through the
Sourcewell Contract."
5. Provide opportunities for Ford products to be showcased to Sourcewell
members.
6. Route leads and sales opportunities in regards to the contract to Ford staff.
7. Meet regularly with the Ford Management team to initiate and implement new strategies
to promote the Sourcewell contract. (Example: Andy Campbell I Director of Cooperative
Contracts — Fleet collaborates with the Ford Management Team regularly which has
increased Sourcewell Sales by 64% YOY.)
40
Describe any online parts catalog and
1) Franchised Ford Dealers utilize Fordparts.com for E-Procurement, cataloging
ordering capabilities that can be
and parts lookup. Ford Authorized Distributors utilize Motorcraft eCounter for the
provided or are included. If so,
same services.
identify any additional costs
2) Fordparts.com and eCounter is FREE to all Government Fleets.
associated with this service.
3) Sourcewell members should register and request sponsorship from the Ford
Dealerships they choose to do business with.
4) Both tools can provide fleet customers with 24-7 online ordering to include
exploded views and associated needed parts to complete the repair.
5)—Parts pricing and inventory availability is transparent to the Sourcewell member
based on the pricing that the dealer/distributor
establishes with each Sourcewell member.
Table 5: Value -Added Attributes (100 Points)
Line Question
Item
Response*
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
41 Describe any product, equipment,
1) Fleet Technician Training- Fleets can purchase an annual subscription to technician
maintenance, or operator training
training, tech publications, or both.
programs that you offer to
Fleets can also earn Technical Resource Center (TRC) access through their
Sourcewell participating entities.
parts purchases from Ford Certified Parts Wholesaling Dealerships. All Ford Fleet
Include details, such as whether
Programs and support elements can be found at www.fordpro.com.
training is standard or optional,
who provides training, and any
2) Ford Pro also has a Field Team that can provide product and program training to all
costs that apply.
Government Fleets at no additional costs. The goal is to help fleets earn additional
incentives based on purchases or provide additional cost savings to save the fleet money.
Below are some examples of these programs that are available to Sourcewell Members.
3) Ford Fleet Network- Earn up to 8% back on all of your Ford, Motorcraft® and
OmnicraftTM parts purchases. For Example, some Government and Commercial fleets earned
up to $200,000+ on this program in 2023. The Ford Fleet Network benefits also include:
a) Powertrain Private Offer is an immediate, off invoice discount on powertrains for all fleet
customers. The Government Fleet will receive $500 off invoice discount on Diesel Engines,
$350 off invoice discount on Gas Engines, $200 off invoice discount on transmissions -
There is no purchase cap on this private offer to Government and Commercial Fleets.
b) Rotunda Discount includes Integrated
Diagnostic Software (IDS) Ford J2534 Diagnostic Software (FJDS)
Ford Diagnostic & Repair System (FDRS)
c) Dell Computer Discount that qualifies you for Employee Pricing on the latest Dell products
and accessories
d) HP Computer Discount which gives
exclusive deals on Hewlett-Packard's
top selling laptops, desk tops, tablets,
printers and more.
e) X-Plan Your membership gives you access to 2 X-Plan PINs per year where you can
choose from a range of cars,
trucks, vans and SUVs.
f) Training Benefits which includes On -Site Technical Training, Publication and Training
subscriptions and more
4) Fleet Care Consolidated Billing is Free of charge to participate. It provides fleet
customers with a card -less, cashless solution for all parts, service and body shop
transactions through the Ford Dealer and Quick Lane network. Fleet Parts
Advantage -Through Ford's parts training programs all fleets have access to unique
training and inventory management solutions allowing fleet parts departments to
make better inventory investment decisions. This results more efficient fleet parts
department.
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
42 Describe any technological Ford Motor Company employs advanced cooling technology in its vehicles to enhance
advances that your proposed performance and efficiency. Key features include:
Solutions offer.
1) Advanced Engine Cooling Systems: Utilizes variable -speed electric water pumps and
aluminum radiators for optimal engine temperature management.
2) EcoBoost Engine Cooling: Specialized cooling systems designed for EcoBoost engines to
maintain performance and fuel efficiency.
3) Transmission Cooling Systems: Dedicated coolers that regulate transmission temperatures,
improving longevity and performance, especially in towing scenarios.
4) Air Conditioning Systems: Innovative climate control technology that adjusts cooling output
for enhanced passenger comfort while improving energy efficiency.
5) Heat Exchangers: Used in turbocharged engines and electric vehicles to dissipate heat
effectively, ensuring optimal operating temperatures.
6) Integrated Thermal Management Systems: Coordinates cooling across engine,
transmission, and cabin for maximum efficiency, especially in hybrid and electric vehicles.
7) Electric Vehicle Cooling: Liquid cooling systems for batteries and motors in electric
vehicles, maintaining optimal temperatures for performance and longevity. Keeping Cool with
Geothermal Cooling System — The Lima (Ohio) Engine Plant, home of production for Ford's
award -winning Duratec 35 engine, uses cold water from two abandoned limestone quarries
on the property to cool a portion of the plant and its equipment. The geothermal system
saved Ford $300,000 in installation costs — compared with the cost of installing a traditional
cooling tower — and saved more than $300,000 in annual operating costs. Although actual
cost savings are difficult to determine at this point, the system is capable of providing chilled
water using 0.1 kilowatts per ton of cooling vs. traditional chiller systems with cooling towers,
which consume around 0.7 kw/ton or more. In addition, several hundred thousand gallons of
domestic water have already been saved due to the elimination of some existing cooling
towers.
8) Ford continues to advance in all areas of automotive technology. OE
Connection/D2Dlink and its family of products provide comprehensive 24-7, nationwide
access to inventories from participating dealers nationally to include parts and tire
distributors. OEConnection solutions aggregates the inventories of more than
14,000 automotive and heavy-duty truck dealerships, authorized OEM distributors,
and specialty tire and parts accessories distributors into an intelligent, easy -to -
manage and access. The OEM -specific virtual parts warehouse carries over 50
million OEM parts. These secure, scalable virtual warehouses supplement existing OEM
parts distribution facilities helping participating franchised dealers quickly and efficiently
source in -demand parts.
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
43 Describe any "green" initiatives Ford's sustainability strategy is embedded in our business plan and consistent with our aim
that relate to your company or to to deliver a strong product, a strong business and a Better World. At Ford, we define
your Solutions, and include a list sustainability as a business model that creates value consistent with the long-term
of the certifying agency for each. preservation and enhancement of environmental, social and financial capital. Below are
some green initiatives and the certifying agency:
1) Electrification of Vehicle Lineup
Description: Ford is heavily investing in electric vehicle (EV) technology, including the launch
of models like the Mustang Mach-E and the F-150 Lightning. Ford is taking action to
achieve carbon neutrality no later than 2050, and in Europe, no later than 2035, focusing on
our vehicles, our operations and our supply chain.
Certifying Agency: The U.S. Environmental Protection Agency (EPA) for emissions standards
and electric vehicle efficiency ratings
2) Carbon Neutrality Commitment
Description: Ford has pledged to achieve carbon neutrality globally by 2050, including
reducing CO2 emissions from its products and manufacturing operations. Ford Motor
Company's actions to cut emissions, mitigate climate risks and contribute to development of
the low -carbon economy have earned it a place on CDP's Climate "A List" for climate
change. Ford aspires to power all its manufacturing plants globally with 100-percent
renewable energy by 2035
Certifying Agency: The Science Based Targets initiative (SBTi) for setting and validating
science -based targets for emissions reductions.
3) Sustainable Materials in Vehicle Production
Description: Ford has introduced sustainable materials in its vehicles, such as plant -based
materials and recycled plastics. Ford plans to power all its manufacturing plants globally with
100 percent renewable energy by 2035. . Ford is among the first U.S. automakers to bring
our global supply chain to Manufacture 2030 to help our suppliers meet their carbon
reduction targets, and is a leader in our industry in supply chain mapping and auditing.
Certifying Agency: Underwriters Laboratories (UL) for sustainable product certifications.
4) Water Conservation Efforts
Description: Ford is focused on reducing water usage in its manufacturing processes. Ford
has been recognized by the Carbon Disclosure Project (CDP), a leading global
environmental non-profit . Since 2000, Ford has achieved a 76.2% reduction in absolute
freshwater use, accounting for a cumulative 186.3 billion gallons of water saved. In 2022,
Ford used 22 percent less water globally, the equivalent of providing a year's worth of water
to 1.7 million homes.
Certifying Agency: Alliance for Water Stewardship (AWS) certification for sustainable water
management practices.
5) World's Largest Green Roof
Ford's Dearborn Truck Plant has the World's Largest Living Roof, according to Guinness
World Records. The 10.4-acre living roof is part of Ford's redevelopment of the Ford Rouge
Center, which includes a number of progressive environmental initiatives. The roof is
composed of a drought -resistant perennial groundcover called sedum which is planted into a
specially layered bed. Virtually maintenance -free, it can absorb up to 4 million gallons of
rainwater annually and is part of a broader storm -water management system installed at the
Rouge. In addition to absorbing rainwater and carbon dioxide, the sedum roof produces
oxygen and provides natural overhead insulation for the final assembly building, thereby
reducing energy costs. It also is expected to last twice as long as a traditionally constructed
roof.
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
44 Identify any third -party issued eco-
Ford Motor Company received the 2023 Green Energy award for its substantial progress in
labels, ratings or certifications that
renewable energy and emission reduction. Ford is also modernizing its manufacturing
your company has received for the
facilities to be more environmentally friendly. The company's Dearborn Truck Plant, for
Solutions included in your Proposal
example, includes a living roof that helps manage stormwater and provides a habitat for
related to energy efficiency or
wildlife.
conservation, life -cycle design
(cradle -to -cradle), or other
The company also aims to achieve carbon neutrality globally by 2050, with interim targets for
green/sustainability factors.
2030 and is making sustainable investments in renewable energy and sustainable
manufacturing practices. Below are some third -party issued eco-labels:
1) ISO 14001 Certification
Description: This certification is awarded for effective environmental management systems
(EMS) that help organizations improve their environmental performance. Ford has
implemented ISO 14001 across its manufacturing facilities to ensure compliance with
environmental standards.
2) EPA Energy Star Certification
Description: Ford has received Energy Star certification for some of its manufacturing plants,
recognizing energy -efficient practices that significantly reduce energy consumption and
greenhouse gas emissions.
3) LEED Certification
Description: Ford facilities have achieved Leadership in Energy and Environmental Design
(LEED) certification, which signifies environmentally friendly building practices and efficient
energy use.
4) Green Vehicle Certification by the Environmental Protection Agency (EPA)
Description: Certain Ford vehicles, especially hybrids and electric models, have received
recognition from the EPA for their low emissions and energy -efficient technologies.
5) SBTi (Science Based Targets initiative) Approval
Description: SBTi endorses two new Ford interim carbon -neutrality targets for substantial
reductions in greenhouse gas emissions from operations and products by 2035
45 What unique attributes does your
"A unique service is our FORD Pro Maintenance Program.
company, your products, or your
Ford Pro Maintenance provides consistent maintenance and light repair pricing for
services offer to Sourcewell
Ford, Lincoln, and Mercury vehicles managed by participating Government &
participating entities? What makes
Commercial Fleet customers.
your proposed solutions unique in
We have over 700 participating Ford & Quick Lane Dealers nationwide and
your industry as it applies to
growing.
Sourcewell participating entities?
There is a small set up fee cost to Government & Commercial Fleet customers.
The program also provides a savings of capital benefit where Ford manages
the consolidated billing.
.PROGRAM DETAILS
The program establishes competitive fleet pricing including:
0 A not -to -exceed national price for 12 maintenance and light repair
services.
0 22 non pre -priced maintenance and light repair services are priced at
Regional/ Metro
.Labor Rate using Mitchell's Flat Rates and parts priced at Dealer List Price.
Motorcraft offers a comprehensive array of unique products to help keep fleet
vehicles on the road. Most Motorcraft parts are the same parts that came with
the Ford or Lincoln vehicle when built. Because our parts are designed for the
vehicles they were originally built for, they fit perfectly. Technicians will not spend
extra time making them fit. All Motorcraft brake pads and shoes are tested on
the road, in real life conditions, to meet Federal Motor Vehicle Safety Standards
(FMVSS).
Fleet Parts Advantage offers fleets a unique training and inventory management
solution, allowing fleet parts departments to make better inventory investment
decisions. This product is available at an additional cost established by ADMI.
Ford offers Omnicraft as a new addition to its parts platform. Omnicraft provides
quality
aftermarket parts for non-Ford/Lincoln vehicles at a great cost savings."
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
Table 5A: Value -Added Attributes (Not Scored)
Line Question
Item
46 Select any Women or
Minority Business
Entity (WMBE), Small
Business Entity
(SBE), or veteran
owned business
certifications that your
company or hub
partners have
obtained. Upload
documentation and a
listing of dealerships,
HUB partners or re -
sellers if available.
Select all that apply.
47
48
49
50
51
52
53
54
Certification
Offered Comment
r Yes Though Ford is not a MWBE or Small Business, Diversity and
r No Inclusion is very important to Ford.
245 Dealers Nationally are MWBE. (See attached MWBE
Ford Owned Dealers. More details can be provided upon
request.)
Minority Business
r Yes
Enterprise (MBE)
r: No
Women Business
r Yes
Enterprise (WBE)
r No
Disabled -Owned
Business Enterprise
(DOBE)
Business Enterprise
(VBE)
Service -Disabled
Veteran -Owned
Business
(SDVOB)
Small Business
Enterprise (SBE)
Small Disadvantaged
Business (SDB)
Women -Owned Small
Business (WOSB)
Table 6: Pricing (400 Points)
r Yes
C: No
r Yes
* No
r Yes
r. No
r Yes
r. No
r Yes
r. No
r Yes
* No
Provide detailed pricing information in the questions that follow below.
Line Question
Item
55 Describe your payment terms and accepted payment
methods.
Ford Motor Company does have dealerships that are MWBE.
(See attached MWBE Ford Owned Dealers - 245 Dealers
Nationally. More details can be provided upon request.)
Checked no because Ford Motor Co. is not MWBE owned.
Ford Motor Company does have dealerships that are MWBE.
(See attached MWBE Ford Owned Dealers - 245 Dealers
Nationally. More details can be provided upon request.)
Checked no because Ford Motor Co. is not MWBE Owned.
NA
NA
NA
NA
NA
NA
Response`
Payment terms will be by the selling Ford or Lincoln dealer. All
Ford OEM Parts & Ford OEM Service transactions are between the
local Ford Dealer (or local Ford Dealers) and the Government
agency. Sourcewell Member Agencies that are enrolled in the Ford
Fleet Care Consolidated Billing Program will receive Net 30 payment
terms. (All fleets must be pre -approved by the Ford Fleet Care
Team for this program.)
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
56 Describe any leasing or financing options available for use Yes, Ford Pro offers Municipal Lease/Purchase Financing from Ford
by educational or governmental entities. Pro
FinSimpleTM* which is the best way to acquire essential equipment
with a limited budget. It eliminates major cash outlays, long-term debt
obligations and, in most cases, the need for voter approval.
57 Describe any standard transaction documents that you
propose to use in connection with an awarded agreement
(order forms, terms and conditions, service level
agreements, etc.). Upload all template agreements or
transaction documents which may be proposed to
Participating Entities.
58 Do you accept the P-card procurement and payment
process? If so, is there any additional cost to Sourcewell
participating entities for using this process?
59 Describe your pricing model (e.g., line -item discounts or
product -category discounts). Provide detailed pricing data
(including standard or list pricing and the Sourcewell
discounted price) on all of the items that you want
Sourcewell to consider as part of your RFP response. If
applicable, provide a SKU for each item in your proposal.
Upload your pricing materials (if applicable) in the
document upload section of your response.
Example of how it works:
• Fixed-rate financing helps you get the vehicles you need when you
need them, while sticking to
your current budget
• Flexible repayment terms — monthly, quarterly, semi-annual and
annual
• Finance add -on equipment, upfits and extended -warranty plans
• Equity is accumulated with each payment, and ownership is
realized with a final payment of $1
All transactions for Ford OEM Parts and Ford OEM Service are
between the Ford dealer and the government agency. If any
documents are required the dealer will provide to include any
additional terms and conditions. If a government agency requires a
signature, the government will coordinate with the local Ford Dealer
(or Ford Dealers) they choose to do business with.
Individual Ford Franchise Dealers may choose to elect to
accept P- card as a form of payment. Sourcewell members
can also elect to enroll in Ford Fleet Care for consolidated
Billing options direct from Ford. (Example: A government
agency can purchase Ford OEM Parts from 10 dealers and receive
one monthly parts statement from Ford vs 10 monthly statements
from 10 dealers. Fleets need to be preapproved to be eligible for
this program.)
1) The Sourcewell discounted price for eligible Ford OEM &
Motorcraft Parts in this RFP is at National Fleet Parts Pricing at
participating Ford Dealerships nationally.
National Fleet Parts Pricing Offers:
"Not to Exceed" parts pricing on eligible Ford and
Motorcraft® mechanical parts and Ford collision
parts*
• A network of Ford and Lincoln Dealers across the
U.S. for both in-house and in -dealership repairs
• Peace of mind in knowing your fleet vehicles
will receive competitive pricing*
at any
participating NFPP Dealer
• Access to easy NFPP Dealer locator tools
• Access to online parts purchases through
Parts.Ford.com
National Fleet Parts pricing for all Ford eligible parts is included in
the attachments by SKU. Total Ford eligible SKUs for this
Sourcewell OEM Parts and Supplies RFP is approximately 291,341
SKUs.
2) Ford Pro Maintenance Pricing at participating Ford & Lincoln
dealerships nationally. This program offers Transparent and
Consistent Pricing on 12 Fleet Maintenance Services. (See Ford Pro
Maintenance Attachment)
Air Conditioning Service
Air Filter Replacement
Alignment
Automatic Transmission
Battery and Electrical System
Brake Service
Cooling System
Lube, Oil, Filter
PID and Y-Harness Installation
Tire Services
Wheel Bearing Repack
Windshield Wipers
3) Ford Pro Charging Solutions (See attachments for pricing)
4) Ford Pro Telematics & Fleet Management Software Solutions
(See attachments for pricing)
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
60 Quantify the pricing discount represented by the pricing National Fleet Parts Pricing Program provides a "Not to Exceed"
proposal in this response. For example, if the pricing in ceiling price that represents a significant discount from MSRP for all
your response represents a percentage discount from enrolled fleets. (Discount up to 36% off)
MSRP or list, state the percentage or percentage range.
61 Describe any quantity or volume discounts or rebate Individually enrolled Sourcewell members participating in the
programs that you offer. Ford Fleet Network Incentive Program have the ability to
earn up to an 8% earn back on all purchases during a
program period based on their total purchases during that
program period. FFN enrolled fleets are also eligible for the
Ford Powertrain Private Offer discount off
invoice for eligible Ford remanufactured powertrain purchases."
62 Propose a method of facilitating "sourced" products or
related services, which may be referred to as "open
market" items or "non -contracted items". For example, you
may supply such items "at cost" or "at cost plus a
percentage," or you may supply a quote for each such
request.
63 Describe your ability to provide customized reports of
historical purchases and participating entities accounts
payable management.
64 Identify any element of the total cost of acquisition that is
NOT included in the pricing submitted with your response.
This includes all additional charges associated with a
purchase that are not directly identified as freight or
shipping charges. For example, list costs for items like pre -
delivery inspection, installation, set up, mandatory training,
or initial inspection. Identify any parties that impose such
costs and their relationship to the Proposer.
65 If freight, delivery, or shipping is an additional cost to the
Sourcewell participating entity, describe in detail the
complete freight, shipping, and delivery program.
66 Specifically describe freight, shipping, and delivery terms or
programs available for Alaska, Hawaii, Canada, or any
offshore delivery.
67 Describe any unique distribution and/or delivery methods or
options offered in your proposal.
68 Specifically describe any self -audit process or program that
you plan to employ to verify compliance with your
proposed agreement with Sourcewell. This process includes
ensuring that Sourcewell participating entities obtain the
proper pricing.
Ford franchise dealers may at their discretion seek to source
out Open Marker items and services in support of local
Sourcewell agencies. Ford also offers Omnicraft branded parts
for non Ford and Lincoln vehicles through the Ford
Dealership network. (Example: Parts for GM vehicles or Toyota
Vehicles)
Selling dealers can provide purchase and accounts payable
information.
Ford Fleet Service Operations monitors parts sales through our
internal reporting system for members month to date and year to
date purchases. Member fleets enrolled in the Ford Fleet Network
Program have dashboard access 24/7 to their parts purchase
information.
Government and Commercial Fleets that are approved for Ford Fleet
Care will also have access to customized online business reports
that provide historical purchases to include:
• Cardless/Cashless Convenience
• Reduced Administration and Cost
• Controlled Spending Limits
• No Enrollment Fees
• All -Make Billing Solution
Depending on the level of enrollment there may be
additional cost for on hand technical training, electronic parts
cataloging subscriptions and other subscription based products
and services.
There are some very remote locations in Alaska and western states
where freight charges do apply for Ford Remanufactured powertrain.
There are some very remote locations in Alaska and western states
where freight charges do apply. Dealers/distributors should be
contacted for questions related to shipping, delivery and exchange
policies."
Ford Powertrain Distributor Network provides National
distribution of Ford Authorized Remanufactured Assemblies
throughout the U.S. In most cases, in stock assemblies can
be delivered same day or next day depending if stock is on
hand.
Our self -audit process is as following:
1) FSO representatives use eReact reporting for invoices
with "Sourcewell/NJPA" in the customer Name" invoice field.
2) Unless otherwise determined, FSO representative will assume all
parts sales to those member agencies specifically identified
by "Sourcewell/NJPA" in the -customer Name field as contract sales.
Reasonable discretion will be given to FSO representative to
determine percentages of contract sales in high volume cases
where it is suspect that dealer/distributor made potential data entry
or other reporting errors.
3) FCSD will regularly communicate with field sales
representatives and managers to monitor eReact reports to
ensure sales are reported appropriately and accurately.
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
69 If you are awarded an agreement, provide a few examples
of internal metrics that will be tracked to measure whether
you are having success with the agreement.
70 Provide a proposed Administration Fee payable to
Sourcewell. The Fee is in consideration for the support
and services provided by Sourcewell. The propose an
Administrative Fee will be payable to Sourcewell on all
completed transactions to Participating Entities utilizing this
Agreement. The Administrative Fee will be calculated as a
stated percentage, or flat fee as may be applicable, of all
completed transactions utilizing this Master Agreement
within the preceding Reporting Period defined in the
agreement.
Table 7: Pricing Offered
Line The Pricing Offered in this Proposal is:
Item
Ford Dealers and Field personnel will track all Parts and
Service sales reports for Sourcewell contract purchases
through their individual Dealer management systems.
• There will be business reviews with dealerships and Fleets
to make sure they are maximizing the Sourcewell contract.
• Monitoring of Monthly sales for Sourcewell contract through
Ford's UDB EReact internal reporting system
• Consultative follow up activities to increase visibility of the
Sourcewell contract.
Ford Motor Company proposes to pay 1.5% on all eligible
Sourcewell contract sales through all participating franchised
Ford Dealerships and FADS in the U.S. each quarter. (This
includes 291,341 Ford SKUs to include engine, transmission and
collision parts. Sourcewell Contact# 101520-FMC purchases by Govt
Agencies in 2024 was $4.4 Mil or a 64% increase in 2024 vs 2023.)
71 The pricing offered is as good as or better than pricing typically offered through existing cooperative contracts, state
contracts, or agencies.
Table 8A: Depth and Breadth of Offered Solutions (200 Points)
Line Question
Item
Response*
Comments
Pricing provided via the price
file attachment reflects MSRP
and Ford National Fleet Parts
Pricing (NFPP). The NFPP
price is a not to exceed
ceiling price on eligible parts
offered at participating NFPP
Ford dealerships across the
U.S. National Fleet Parts
Pricing is the BEST price
offered to all Government and
Commercial Fleets. National
Fleet Parts Pricing provides
consistent pricing for all
eligible parts to include ALL
Collision Parts. National
Fleet Parts Pricing for All
Collision parts is a NEW add
in 2024 and allows
government and commercial
fleets to purchase collision
parts at a discount. This
allows Police Fleets that have
Ford vehicles to purchase
collision parts at a discount.
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
72 Provide a detailed description of all the Ford Motor Company makes the following solutions available through our
Solutions offered, including used, offered in RFP response:
the proposal.
1) Genuine Ford Original Equipment Parts and Authorized Motorcraft Original
Equipment parts - The ONLY parts approved by Ford Motor Company for all Ford &
Lincoln vehicles. These are the same Original Equipment parts on all Ford Vehicles
when they roll off the assembly line. (See attached documents for a list of all SKUs)
Note: The 291,341 SKUs sold by our Ford Dealers will be available to Sourcewell
Members. All Sourcewell members will need to coordinate with their local dealer (or
local dealers) to purchase these parts. All Parts Sales & Repair services are only
sold through our dealer channel.
2) Motorcraft Oil, Automatic Transmission Fluid & Lubricants
3) Ford & Lincoln dealer repair services at Ford & Lincoln dealerships.
4) Quick Lane tire & auto care services
5) Ford Pro Maintenance Fleet Program - Transparent and Consistent Fleet Menu
Pricing.
6) Ford National Fleet Parts Pricing program - "Not to Exceed" parts pricing on Ford
and Motorcraft® mechanical parts and Ford collision parts
7) Ford Fleet Care - Consolidated Billing Program for Government and Commercial
fleets that do business with multiple dealerships nationally. The Government &
Commercial fleets receive 1 Monthly Parts Statement from Ford Motor Company.
(Fleets need to be preapproved to participate)
8) Third -party collaboration for vendor managed inventory
9) Parts inventory management training
10) Ford Rotunda diagnostic tools & equipment
11) Ford Pro hardware & software charging solutions
12) Ford Pro intelligence & fleet management software solutions
13) Ford Fleet Network parts purchase incentive program - Participating fleets can
earn up to 8% back on all of your Ford, Motorcraft® and OmnicraftTM parts
purchases.
73 Identify the vehicle makes for which your
Ford OEM Parts & Motorcraft Parts are the only parts Designed and
offered parts are considered OEM.
Engineered by Ford Motor Company for all Ford & Lincoln vehicles. (Includes parts
for all Ford F-Series Trucks, all Ford Transit Vans, All Police Interceptor vehicles and
Ford passenger vehicles purchased by government agencies.)
74 Identify the vehicle engine types for which
Ford Motor Company manufactures vehicles that have gas engines, EcoBoost
your products are manufactured (e.g.
Engines, Diesel Engines, hybrid engines, CNG/Propane engines and electric motors
gasoline, diesel, CNG, propane, hybrid,
for electric vehicles. Ford Engines and transmissions have assigned part numbers
electric, etc.).
and are available for purchase by Sourcewell Members. (Ford Parts Universe -
291,341 SKUs)
75 Describe any electronic service programming
1) Fordparts.com- provides free access to Ford parts catalogs and Ford parts
subscriptions and service information available
ordering for all government fleets.
directly from the OEM along with any
2) Technical Resource Center - Access to technical publications
associated costs.
Ford Technical Training and Publication subscriptions are available on an
annual subscription basis or can be provided through a Ford Certified
Wholesaling Dealership. Based on purchase volumes, this tool is available to
government fleets / Sourcewell members.
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
76 Within this RFP category there may be 1) Ford Motor Company offers access to the Ford Pro Maintenance Pricing Program
subcategories of solutions. List subcategory for all Sourcewell member government agencies. This fleet maintenance program is
titles that best describe your products and transparent and consistent national menu pricing for 12 maintenance services
services. nationally. This program is only available at participating Ford Pro Maintenance
dealerships. (1,200+ participating dealers nationally)
2) Maintenance Tools and Equipment through the Ford Rotunda program which are
the same tools used by all Ford Dealership Technicians. (Example: Scan tools to
diagnose vehicles, vehicle lifts to repair vehicles, Technician Tool Kits, Collision
Repair Equipment, Wheel Balancers, Electrical Vehicle Tools, etc.)
3) Omnicraft Competitive Aftermarket Parts are parts for all competitive make
vehicles. (Example: General Motor vehicles, Toyota Vehicles, Chrysler Vehicles,
Dodge Vehicles, Jeep Vehicles, Ram Vehicles)
4) Ford Motorcraft Bulk Oil & Automatic Transmission Fluid, the same Ford lubricant
product used for all oil changes at all Ford Dealerships.
5) Ford Quick Lane Tire & Auto Service Centers - Your go to place for routine auto
maintenance, oil changes, and new tires for all vehicle makes and models. (800
locations nationally)
6) Ford Fleet Care, which is Ford's centralized billing program for fleets with multiple
locations regionally or nationally. The fleet receives one monthly parts statement from
Ford Motor Company for all parts and service purchased at all 3,000 Ford
dealerships nationally. (The fleet needs to be pre -approved by our Ford Fleet Care
Team)
7) Ford & Lincoln Authorized Ford Pro Charging Solutions - Includes electric vehicle
home charging solutions and depot charging solutions so fleets can charge multiple
vehicles.
8) Ford Pro Telematics and Fleet Managment Software solutions- Includes real-time
fleet GPS tracking, EV & gas vehicle health, fuel efficiency, driver behaviors and
more.
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
Table 88: Depth and 8readth of Offered Solutions
Indicate below if the listed types or classes of Solutions are offered within your proposal. Provide additional comments in the text box
provided, as necessary.
Line Item Categoryor Type
Offered *
Comments
77 Automobile OEM Parts
r Yes
The only Ford OEM parts authorized
r' No
by Ford Motor Company for Ford
& Lincoln vehicles. These parts are
only sold at Ford Dealerships (2,900+
locations nationally) and Ford
Authorized Distributors (459 locations
nationally)
78 SUV OEM Parts
r Yes
The only Ford OEM Parts authorized
r No
by Ford Motor Company for Ford &
Lincoln SUVs to include Police
Interceptors purchased by government
agencies. These parts are only sold
at Ford Dealerships (2,900+) and
Ford Authorized Distributors (459
locations).
79 Van OEM Parts
r Yes
The only Ford OEM Parts authorized
r No
by Ford Motor Company for Ford
Transit Vans. These parts are only
sold at Ford Dealerships (2,900+)
and Ford Authorized Distributors (459
locations).
80 Light Truck OEM Parts
r Yes
The only Ford OEM Parts authorized
r No
by Ford Motor Company for Ford
light trucks. (Example: Ford
Maverick, Ford Ranger) These parts
are only sold at Ford Dealerships
(2,900+) and Ford Authorized
Distributors (459 locations).
81 Class 3-8 Chassis and equipment OEM Parts
r Yes
The only Ford OEM Parts authorized
r No
by Ford Motor Company for Ford F-
350, 450, 550, 650, 750 trucks.
These parts are only sold at Ford
Dealerships (2,900+) and Ford
Authorized Distributors (459 locations).
82 Bus OEM Parts
r Yes
The only Ford OEM Parts authorized
r No
by Ford Motor Company for a Ford
Bus Chassis. These parts are only
sold at Ford Dealerships (2,900+)
and Ford Authorized Distributors (459
locations).
83 Motorcycles OEM Parts
r Yes
NA
r No
Exceptions to Terms, Conditions, or Specifications Form
Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been
incorporated into the contract text.
Documents
Ensure your submission document(s) conforms to the following:
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to
ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by
Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the
zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding
to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan."
• Pricing - Final Price File - NFPP - Sourcewell 8.1.2024.xlsx - Thursday August 01, 2024 14:30:23
• Financial Strenath and Stabilitv - 2023-Ford-Annual- Report. pdf - Wednesday July 31, 2024 03:08:34
• Marketina Plan/Samples - Example of Sourcewell Marketing and Ford Dealer Training Material .Of - Thursday August 01, 2024
12-59-54
• WMBE/MBE/SBE or Related Certificates - MWBE Ford Owned Dealers.pdf - Thursday August 01, 2024 12:39:53
• Standard Transaction Document Samples - Standard Transaction Document - Ford Motor Co..pdf - Thursday August 01, 2024
15:29:22
• Requested Exceptions (optional)
• Upload Additional Document - Additional Ford Information for Sourcewell- Awards, Sustainability, Programs.pdf - Thursday August
01, 2024 15:14:19
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
Addenda, Terms and Conditions
PROPOSER AFFIDAVIT OF COMPLIANCE
I certify that I am an authorized representative of Proposer and have authority to submit the foregoing Proposal:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the
jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for
award.
3. The Proposer certifies that:
(1) The prices in this Proposal have been arrived at independently, without, for the purpose of restricting competition, any
consultation, communication, or agreement with any other Proposer or competitor relating to-
(i) Those prices;
(ii) The intention to submit an offer; or
(iii) The methods or factors used to calculate the prices offered.
(2) The prices in this Proposal have not been and will not be knowingly disclosed by the Proposer, directly or indirectly, to any other
Proposer or competitor before award unless otherwise required by law; and
(3) No attempt has been made or will be made by Proposer to induce any other concern to submit or not to submit a Proposal for the
purpose of restricting competition.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or
circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest is created when a
current or prospective supplier is unable to render impartial service to Sourcewell due to the supplier's: a. creation of evaluation criteria
during performance of a prior agreement which potentially influences future competitive opportunities to its favor; b. access to nonpublic
and material information that may provide for a competitive advantage in a later procurement competition; c. impaired objectivity in
providing advice to Sourcewell.
5. Proposer will provide to Sourcewell Participating Entities Solutions in accordance with the terms, conditions, and scope of a resulting
master agreement.
6. The Proposer possesses, or will possess all applicable licenses or certifications necessary to deliver Solutions under any resulting
master agreement.
7. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
8. Proposer its employees, agents, and subcontractors are not:
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the
United States Department of the Treasury found at: httos://www.treasurv.aov/ofac/downloads/sdnlist.odf;
2. Included on the government -wide exclusions lists in the United States System for Award Management found at:
httr)s:Hsam.aov/SAM/; or
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the
State of Minnesota; the United States federal government, as applicable; or any Participating Entity. Vendor certifies and warrants
that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this
Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I
had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic
signature or electronic record was used in its formation. - Keith Abarca, National Government Bid Manager (Parts & Service), Ford
Motor Company
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Docusign Envelope ID: C8447C14-6043-4823-9BOC-068378DB41B1
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the
Proposer foresees an actual or potential Conflict of Interest in performing the obligations contemplated in the solicitation proposal.
r Yes r. No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document.
Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.
I have reviewed the
File Name
below addendum and
pages
attachments (if
applicable)
Addendum_4_RFP_080124_OEM_Vehicle_Parts
Wed July 24 2024 04:31 PM
1
Addendum_3_RFP_080124_OEM_Vehicle_Parts
r
Thu July 11 2024 08:56 AM
1
Addendum _2_RFP_080124_OEM_Vehicle_Parts
Fri June 21 2024 11:24 AM
1
Addendum_1_RFP_080124_OEM_Vehicle_Parts
Thu June 13 2024 03:05 PM
1
Bid Number: RFP 080124 Vendor Name: Ford Motor Company
Exhibit C - Conflict of Interest Questionnaire
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
FORM CIQ
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
J
Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
Name of Officer
J Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
13 Yes ® No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
11 Yes ® No
J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
J
Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
J
o=h„,F,�,`,Y19, `zr` 17,10CDT) 05/19/2025
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.leg is.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code § 176.001 (1 -a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code § 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code § 176.006(a) and (a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDAORT WO H
Create New From This M&C
REFERENCE **M&C 25- 13P COOP SOURCEWELL
DATE: 4/22/2025 NO.: 0336 LOG NAME: 080124-FMC FORD PARTS,
SERVICES KQ PMD
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Non -Exclusive Agreements with Asbury Fort Worth Ford LLC dba David
McDavid Ford Fort Worth and Five Star Ford of Texas, Ltd. Using Sourcewell
Cooperative Agreement 080124-FMC as Authorized Dealers for Ford Motor Company
dba Ford Pro for Ford Automotive Parts, Services, and Supplies for the Property
Management Department in a Combined Annual Amount Up to $300,000.00 for the Initial
Term and Authorize Three, One -Year Renewal Options for the Same Annual Amount
RECOMMENDATION:
It is recommended that the City Council authorize non-exclusive agreements with Asbury Fort Worth
Ford LLC dba David McDavid Ford Fort Worth and Five Star Ford of Texas, Ltd. using Sourcewell
Cooperative Agreement 080124-FMC as authorized dealers for Ford Motor Company dba Ford Pro
for automotive parts, services, and supplies for the Property Management Department in a combined
annual amount up to $300,000.00 for the initial term and authorize three, one-year renewal options
for the same annual amount.
DISCUSSION:
The Purchasing Division was approached by the Property Management Department (PMD) to
establish agreements for Ford automotive parts, services, and supplies for the Fleet Division to service
and repair Ford vehicles in the City's fleet. Original Equipment Manufacturer (OEM) parts for Ford
vehicles are only available through Authorized Ford Dealers. The dealers have the propietary
diagnostic tools and training necessary to diagnose and repair Ford manufactured vehicles. Therefore,
the department recommends executing agreements with Asbury Fort Worth Ford LLC dba David
McDavid Ford Fort Worth and Five Star Ford of Texas, Ltd., both are authorized Ford dealers.
FUNDING: The combined annual amount for the initial term of the agreements is up to $300,000.00;
however, the actual amount used will be based on the need of the department and available budget.
Funding is budgeted in the Fleet Service Outside Repair & Maintenance account within the Fleet &
Equipment Sery Fund for PMD.
AGREEMENT TERMS: These agreements shall begin upon execution and expire on November 14,
2025.
RENEWAL OPTIONS: The agreements may be renewed up to three (3) consecutive one-year
renewal options for a combined annual amount up to $300,000.00. This action does not require
specific City Council approval provided that the City Council has appropriated sufficient funds to
satisfy the City's obligations during the renewal term.
COOPERATIVE PURCHASE - State law provides that a local government purchasing an item under a
cooperative purchasing agreement satisfies any state law requiring that the local government seek
competitive bids for the purchase of items. Sourcewell contracts are competitively bid to increase and
simplify the purchasing power of government entities across the State of Texas. Sourcewell published
a Request for Proposals for OEM Vehicle Parts and Supplies, contract number 081424-FMC on June
13, 2024, and June 20, 2024.
BUSINESS EQUITY - A business equity goal is not assigned when purchasing from an approved
purchasing cooperative or public entity.
This project will serve ALL COUNCIL DISTRICTS.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that upon approval of the recommendation, funds are available in the
current operating budget, as previously appropriated in the Fleet & Equipment Sery Fund. Prior to an
expenditure being incurred, the Property Management Department has the responsibility to validate
the availability of funds.
BQN\\
TO
Fund Department Account Project Program I Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for Citv Manaaer's Office bv: Reginald Zeno (8517)
Valerie Washington (6192)
Oriainatina Department Head: Reginald Zeno (8517)
Marylin Marvin (7708)
Additional Information Contact: Brandy Hazel (8087)
Karen Quintero (8321)
ATTACHMENTS
13P COOP SOURCEWELL 080124-FMC FORD PARTS, SERVICES, AND SUPPLY funds
availabilitv.pdf (CFW Internal)
Ford FID Table.xls (CFW Internal)
Form 1295 - David McDavid.Ddf (CFW Internal)
Form 1295 - Five Star.pdf (CFW Internal)
SAMs David McDavid (Ausburv) 3.19.25.pdf (CFW Internal)
SAMs Five Star - No Results 3.19.25.Ddf (CFW Internal)
SOS Asbury 3.19.25.pdf (CFW Internal)
SOS Five Star 3.19.25.pdf (CFW Internal)