HomeMy WebLinkAboutContract 63814CSC No. 63814
FORT WORTH
CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement ("Agreement") is entered into by and between Murphy -Hoffman
Company, LLC dba Texas Kenworth Company, LLC an authorized dealer for Kenworth Truck Company, a
Division of PACCAR, Inc. through Sourcewell contract 032824-KTC ("Vendor") and the City of Fort Worth
("City"), a Texas home rule municipality.
The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of
precedence in which they are listed:
1. This Cooperative Purchase Agreement;
2. Exhibit A — Seller's Discount Pricing;
3. Exhibit B — Cooperative Agency Contract (SW032824-KTC); 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. in the event of any conflict between the terms and conditions of Exhibits A, B,
or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this
Agreement control.
City shall pay Vendor in accordance with the fee schedule in Exhibit A, including any future quotes, and
in accordance with the provisions of this Agreement. Total annual payment made under this non-exclusive
Agreement may be an amount up to Ten Million Dollars and Zero Cents ($10,000,000.00). 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.
The Parties will engage in multiple transactions to purchase off -road vehicles and/or other motorized
equipment under this Agreement. For each purchase made pursuant to this Agreement, Vendor must supply a
quote for the subject vehicles/equipment and the quote must conform with the then -current pricing under the
underlying cooperative agreement. If the City accepts the quote and places an order for the vehicles/equipment,
that quote shall be considered as an addendum to this agreement but is not required to be filed in the City records.
The Parties will maintain all quotes for the 3-year Audit period included herein.
The term of this Agreement is effective beginning on the date signed by the Assistant City Manager below
("Effective Date") and expires on June 13, 2026.
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 workspace 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:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
To CITY:
To VENDOR:
City of Fort Worth Anthony Hedrick
Attn: Valerie Washington, Assistant City Manager 2520 Berner Street,
100 Fort Worth Trail Fort Worth, TX 76111
Fort Worth, TX 76102
Facsimile: N/A
With copy to Fort Worth City Attorney's Office at
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 laws 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.
The undersigned represents and warrants that he or she has the power and authority to execute this
Agreement and bind the respective Vendor.
CITY OF FORT WORTH:
/h� I ,� CONTRACT COMPLIANCE MANAGER:
V ao, IN By signing I acknowledge that I am the person
By: Valerie Washington (Aug 13, 2025 11:47:06 CDT) responsible for the monitoring and administration
Name: Valerie Washington of this contract, including ensuring all performance
Title: Assistant City Manager and reporting requirements.
Date:
APPROVAL RECOMMENDED:
4-1—
By. Reginald Zeno (Aug 13, 2025 10:35:50 CDT)
Name: Reginald Zeno
Title: Chief Financial Officer/Director
ATTEST:
4F FOB �Pd
By: I\
Name: Jannette Goodall
Title: City Secretary
VENDOR:
Murphy -Hoffman Company, LLC dba Texas
Kenworth Company, LLC
By:
�~ {�Gdr 4 — l G.,c, t
Name:
Title:dega
Date:
By: 0
Name: Ashley Sorkar
Title: Purchasing Manager
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Jessika J. Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0450
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Exhibit A
Sou rcewel I ki
Kenworth #032824-KTC
Pricing for contract #032824-KTC offers Sourcewell participating agencies the following discounts:
• 7% - 42.8% discount off chassis list price, depending on specific model
• 0% - 62.96% (US) and 0% - 60.81% (Canada) discount off PACCAR parts list price
• Discounts on used trucks will vary depending on a variety of specifications
• In addition, a volume discount may be considered on a case -by -case basis
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
Exhibit B 032824-KTC
Sourcewell i
Solicitation Number: RFP #032824
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Kenworth Truck Company, a Division of PACCAR Inc., 10630 NE 381h
Place, Kirkland, WA 98033 (Supplier).
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to eligible
federal, state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Class 4-8 Chassis and Cabs with Related Equipment,
Accessories, and Services from which Supplier was awarded a contract.
Supplier desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
EXPIRATION DATE AND EXTENSION. This Contract expires July 9, 2028, unless it is cancelled
sooner pursuant to Article 22. This Contract allows up to three additional one-year extensions
upon the request of Sourcewell and written agreement by Supplier. Sourcewell retains the right
to consider additional extensions beyond seven years as required under exceptional
circumstances.
B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
other rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
Rev. 3/2022
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DCE005AD93FC
032824-KTC
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new and the current model.
Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated
in Supplier's product and pricing fist. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity's site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship
pursuant to the express vehicle warranty and extended warranties provided with all Supplier's
vehicles. Supplier does not warrant or accept responsibility or liability for any parts separately
warrantied, for example, body installations, or engines not manufactured by Supplier (which
carry a separate manufacturer's warranty). In addition, Supplier warrants the Equipment,
Products, and Services are suitable for and will perform in accordance with the ordinary use for
which they are intended. Supplier's dealers and distributors must agree to assist the
Participating Entity in reaching a resolution in any dispute over warranty terms with the
manufacturer. Any manufacturer's warranty that that is effective past the expiration of the
Supplier's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout
the Contract term, Supplier must provide to Sourcewell a current means to validate or
authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment,
Products, and Services offered under this Contract, which will be incorporated into this
Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most
current information.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced at or below the price
stated in Supplier's Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity's requested delivery location.
Rev. 3/2022
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Supplier must permit the Equipment and Products to be
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery. In the event of the delivery of nonconforming
Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and
the Supplier will replace nonconforming Equipment and Products with conforming Equipment
and Products that are acceptable to the Participating Entity.
Supplier must arrange for and pay far the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally
delivers substandard or inferior Equipment or Products.
B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax -
exemption certifications). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At anytime during this Contract, Supplier may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Supplier may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Supplier Development Administrator. This
Rev. 3/2022
DocuSign Envelope ID: D46470D6-93FC42A7-B37B-DOE005AD93FC
032824-KTC
approved form is available from the assigned Sourcewell Supplier Development Administrator.
At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an
amendment to this Contract and will be incorporated by reference.
5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entity's
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Supplier understands that a Participating
Entity's use of this Contract is at the Participating Entity's sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential participating entities
to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its
roster during the term of this Contract.
B. PUBLIC FACILITIES. Supplier's employees may be required to perform work at government -
owned facilities, including schools. Supplier's employees and agents must conduct themselves
in a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
Rev. 3/2022
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized
subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it
may use its own forms, but the purchase order should clearly note the applicable Sourcewell
contract number. All Participating Entity orders under this Contract must be issued prior to
expiration or cancellation of this Contract; however, Supplier performance, Participating Entity
payment obligations, and any applicable warranty periods or other Supplier or Participating
Entity obligations may extend beyond the term of this Contract.
Supplier's acceptable forms of payment are included in its attached Proposal. Participating
Entities will be solely responsible for payment and Sourcewell will have no liability for any
unpaid invoice of any Participating Entity.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Supplier, such as job or industry -specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entities may require the use of a
Participating Addendum, the terms of which will be negotiated directly between the
Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as
applicable. Any negotiated additional terms and conditions must never be less favorable to the
Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements not addressed in this Contract (such as e-
commerce specifications, specialized delivery requirements, or other specifications and
requirements), the Participating Entity and the Supplier may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Supplier in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the equipment, products, or services to be purchased; or
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements.
E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entity's order will be determined by the Participating Entity making the purchase.
Rev. 3/2022
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, sales data reports, performance issues, supply
issues, customer issues, and any other necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a
contract sales activity report (Report) to the Sourcewell Supplier Development Administrator
assigned to this Contract. Reports are due no later than 45 days after the end of each calendar
quarter. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were
made).
The Report must contain the following fields:
• Participating Entity Name (e.g., City of Staples Highway Department);
• Participating Entity Physical Street Address;
• Participating Entity City;
• Participating Entity State/Province;
• Participating Entity Zip/Postal Code;
• Participating Entity Contact Name;
• Participating Entity Contact Email Address;
• Participating Entity Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Supplier.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and
Rev. 3/2022
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
Services provided to Participating Entities, The Administrative Fee must be included in, and not
added to, the pricing. Supplier may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated
in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be
mailed to the address above "Attn: Accounts Receivable" or remitted electronically to
Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Supplier's Authorized Representative is the person named in the Supplier's Proposal. If
Supplier's Authorized Representative changes at any time during this Contract, Supplier must
promptly notify Sourcewell in writing,
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Contract are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under
this Contract without the prior written consent of the other party and a fully executed
assignment agreement. Such consent will not be unreasonably withheld. Any prohibited
assignment will be invalid.
Rev. 3/2022
DocuSign Envelope ID: D46470D6-93FC42A7-B37B-DOE005AD93FC
032824-KTC
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been duly executed by the parties.
D. WAIVER. Failure by either party to take action or assert any right under this Contract will
not be deemed a waiver of such right in the event of the continuation or repetition of the
circumstances giving rise to such right. Any such waiver must be in writing and signed by the
parties.
E. CONTRACT COMPLETE, This Contract represents the complete agreement between the
parties. No other understanding regarding this Contract, whether written or oral, may be used
to bind either party. For any conflict between the attached Proposal and the terms set out in
Articles 1-22 of this Contract, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master -servant, or principal -agent.
11. INDEMNITY AND HOLD HARMLESS
Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities,
including their agents and employees, harmless from any claims or causes of action, including
attorneys' fees incurred by Sourcewell or its Participating Entities, to the extent arising out of
any act or omission in the performance of this Contract by the Supplier or its agents or
employees; this indemnification includes injury or death to person(s) or property alleged to
have been caused by some defect in the Equipment, Products, or Services under this Contract
to the extent the Equipment, Product, or Service has been used according to its specifications.
Sourcewell's responsibility will be governed by the State of Minnesota's Tort Liability Act
(Minnesota Statutes Chapter 466) and other applicable law.
12. GOVERNMENT DATA PRACTICES
Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, maintained, or
disseminated by the Supplier under this Contract.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive right and
license to use the trademark(s) provided to Supplier by Sourcewell in advertising and
Rev. 3/2022
DocuSign Envelope ID: D46474D6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
promotional materials for the purpose of marketing Sourcewell's relationship with
Supplier.
b. Supplier grants to Sourcewell a royalty -free, worldwide, non-exclusive right and
license to use Supplier's trademarks in advertising and promotional materials for the
purpose of marketing Supplier's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,
resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in
advertising and promotional materials for the purpose of marketing the Parties' relationship
to Participating Entities. Any sublicense granted will be subject to the terms and conditions
of this Article. Each party will be responsible for any breach of this Article by any of their
respective sublicensees.
3. Use; Quality Control.
a. Neither party may alter the other party's trademarks from the form provided
and must comply with removal requests as to specific uses of its trademarks or
logos.
b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's trademarks only in good faith and in a dignified manner consistent with
such party's use of the trademarks. Upon written notice to the breaching party, the
breaching party has 30 days of the date of the written notice to cure the breach or
the license will be terminated.
4. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed
catalog of suppliers which may be used until the next printing). Supplier must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Supplier individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development
Administrator assigned to this Contract.
D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment,
Products, or Services.
Rev. 3/2022
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
14. GOVERNING LAW, JURISDICTION, AND VENUE
The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue
for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate
state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party's reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found by a court of competent jurisdiction to be illegal,
unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Contract is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Supplier will jointly develop a short briefing document that describes
the issue(s), relevant impact, and positions of both parties.
2. Escalation. if parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher
level of management. The Supplier will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Supplier must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Supplier fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, the Supplier will bear any additional costs incurred by Sourcewell and/or its
Participating Entities as a result of such failure to proceed.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Rev. 3/2022 10
DocuSign Envelope ID: D46474D6-93FC-42A7-B37B-DOE005AD83FC
032824-KTC
The party claiming default must provide written notice of the default, with 30 calendar days to
cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non -defaulting
party may:
• Exercise any remedy provided bylaw or equity, or
• Terminate the Contractor any portion thereof, including any orders issued against the
Contract.
18. INSURANCE
A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect
at all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Supplier will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office ("ISO") Commercial General Liability Form
CGO001(2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products -completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for products liability -completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract,
Supplier will maintain insurance covering all owned, hired, and non -owned automobiles
in limits of liability not less than indicated below. The coverage must be subject to terms
Rev. 3/2022 11
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
no less broad than ISO Business Auto Coverage Form CA 0001(2010 edition or newer),
or equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Supplier will maintain
umbrella coverage over Employer's Liability, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. ProfessionaljTechnical, Errors and Omissions, andJor Miscellaneous Professional
Liability. During the term of this Contract, Supplier will maintain coverage for all claims
the Supplier may become legally obligated to pay resulting from any actual or alleged
negligent act, error, or omission related to Supplier's professional services required
under this Contract.
Minimum Limits:
$2,000,000 per claim or event
$2,000,000 — annual aggregate
6. Network Security and Privacy Liability Insurance. During the term of this Contract,
Supplier will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Supplier's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data — including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Supplier to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must
furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must
be signed by a person authorized by the insurer(s) to bind coverage on their behalf.
Rev. 3/2022 12
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide
certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Supplier's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Supplier, and products and completed operations of
Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Supplier or its subcontractors. The waiver must apply to all
deductibles and/or self -insured retentions applicable to the required or any other insurance
maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must
require similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy(ies), or self -insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Supplier must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Supplier conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in
writing.
Rev.3/2022 13
DocuSign Envelope ID; D4647OD6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
Supplier certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Supplier certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Supplier further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional
requirements based on specific funding source terms or conditions. Within this Article, all
references to "federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Supplier's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Camp., 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. If required to file compliance reports, Supplier will provide AAP and EE01
reports only.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
Rev. 3/2022 14
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
the federal awarding agency. The contracts must also include a provision for compliance with
the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States'). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Supplier must be in
compliance with all applicable Davis -Bacon Act provisions.
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Supplier certifies that during the term of
an award for all contracts by Sourcewell resulting from this procurement process, Supplier must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award
meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Supplier
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251-1387). Violations must be reported to the Federal
Rev. 3J2022 15
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DOE005AD93FC
032824-KTC
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
Supplier certifies that during the term of this Contract will comply with applicable requirements
as referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Camp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file
any required certifications. Suppliers must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and
disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31
U.S.C. § 1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
1. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
Rev. 3/2022 16
DocuSign Envelope ID: D4647006-93FC-42A7-B378-D0E0C5AD93FC
032824-KTC
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Supplier that are directly pertinent to Supplier's discharge of its obligations under
this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Supplier's personnel for the purpose of
interview and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). Anon -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.
M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or
reproductions of flags or likenesses of Federal agency officials without specific pre -approval.
N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to
this Contract or any purchase by a Participating Entity and is not subject to any obligations or
liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Contract or any purchase by an authorized user.
0. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and
Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a
Participating Entity.
P. FEDERAL DEBT. The Supplier certifies that it is non -delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to
the anticipated work under this Contract raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and
Participating Entity are able to assess the actual or potential conflict; and provide any additional
information as necessary or requested.
Rev. 3/2022 17
DocuSign Envelope ID: D46470D6-93FC-42A7-B376-DOE005AD93FC
032824-KTC
R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S.
Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources
and support to individuals and organizations associated with terrorism.
S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it
will comply with applicable requirements of 2 C.F.R. § 200.216.
T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies
that during the term of this Contract will comply with applicable requirements of 2 C.F.R. §
200.322.
22. CANCELLATION
Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60
days' written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Supplier's
Proposal. Cancellation of this Contract does not relieve either party of financial, product, or
service obligations incurred or accrued prior to cancellation.
Sourcewell
Decu31gned by:
ES"AyfA7
By. CAFD2At39DO6489
Jeremy Schwartz
Title: Chief Procurement Officer
7/5/2024 1 12:34 PM CDT
Date:
Kenworth Truck Company,
a Division of PACCAR Inc.
E00cu8lgned by:
ANORLSF,l � 4043E... sBy,aas6aaaE...
Mike Kleespies
Title: Director of Medium Duty Trucks
Date: 7/5/2024 1 11:39 Are COT
Rev. 3/2022 18
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DOE005AD93FC
RFP 032824 - Class 4-8 Chassis and Cabs with Related
Equipment, Accessories, and Services
Vendor Details
Company Name:
Kenworth Truck Company, Division of PACCAR Inc
10630 N.E, 38th Place
Address:
Kirkland, Washington 98033
Contact:
Mike Kleespies
Email:
mike.kleespies@paccar.com
Phone:
813-455-1248
HST#:
916029712
Submission Details
Created On: Thursday February 08, 2024 07:49:32
Submitted On: Wednesday March 27, 2024 19:02:51
Submitted By: Mike Kleespies
Email: mike.kleespies@paccar.com
Transaction #: 77c3c738-7aOO-4503-bb36-6ac47b3d756d
Submitter's IP Address: 208.127.93.240
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
Specifications
Table 1: Proposer Identity & Authorized Representatives
General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also
providing a substantive response. Do not leave answers blank; respond'NIA" if the question does not apply to you (preferably with an explanation).
Line
Item
question
Response'
1
Proposer Legal Name (one legal entity only): (in the even( of
Kenworth Truck Company, a Division of PACCAR Inc.
award, will execute the resulting contract as "Supplier'}
2
Identify all subsidiary anotias of due Proposer whose equipment,
Kenworth Trick Company or PACCAR Inc. controlled subsidiary entities are;
products, or services are included In the Proposal,
- Parxxkr Parts and 13 Palls distribution centers with over 1A million commercial parts available and sold through all
Kenworth dealer, TRP stares, or the Online Parts Cmirter site available 24I7 365 days a year.
" Paocar Financial & Paccar Financial Used Truck Centers
Padease
Kenworth contracted dealers, and supplementary companies such as body companies and their distributors, are
included in this offer and required in order to provide participating members a complete vehicle solution.
- All Kenworth oonbected dealers throughout the United States and Canada (See uploaded file for current list of 480
Kenworth dealers and locations)
- At truck body and equipment manufacturers, distributors, and service providers in the United States and Canada.
The Thomas Register (www.thomasnaf.com) lists more than 600,000 entities that supply bodies, equipment and
services that Kenworth dealers will partner with to provide complete vehicle solutions.
3
Identity all applicable assumed names or DBA names of the
Kenworth Truk Company
Proposer or Proposer's subsidiaries in Line 1 or Line 2 above.
Kenworth Truk Co.
Kenworth Parts
Paccar Financial
Paclesse
PACCAR
4
Provide your CAGE code or Unique Entity Identifier (SAM}:
33323
5
Proposer Physical Address:
Kenworth Truck Company
10630 NE 381h PL
Kirkland, WA 98033
6
Proposer wobslte address (or addresses}:
www.kenwonh.00m
www.pans.kenworth.com
www.parMaMservice,kemvoM.com
www.paocarparts.com
www.paccarfinandal.00m
www.paccarusedtrudks.can
Www.pactease.com
7
Proposer's Aut1wrized Representative (nacre, title, address, email
Mike Kleespies
address & phone) (The representative must have authority to
Director of Medium Duty Trucks
sign the 'Proposers Assurance of Compliance" on behalf of the
10630 NE 38th PL
Proposer and, in the event of award, will be expected to execute
Kirkland, WA 98033
the resulting contract);
mike.klaespies@paccar.com
(813) 455.1248
8
Proposers primary contact for this proposal (name, title, address,
Mike Kleespies
email address & phone):
Director of Mediums Duly Trucks
10630 NE 38th PL
Kirkland, WA 98033
mike.lkleespies@paccar.com
(813) 466 1248
9
Proposers other contacts for this proposal, if any (name, tilde,
For Kenworth PACCAR Pans:
address, email address & phone):
Nimta Nair
Senor Fleet Sales Manager
750 Houser Way N
Renton, WA 98057
vinite.nair@peccar.cam
(525) 269-5492
Allernale for Kerevorth New Trucks:
Ryan Breezee
Vocational Fleet Manager
10630 NE 381h PL
Kirkland, WA 9&033
ryan. breezes@pacrar.com
(425) 516-0000
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
Table 2: Company Information and Financial Strength
Line Question
Item
Response'
10 Provide a brief history of your oonhpany, including your
The Kent and Worthington family sUuling building tacks in 1915 and formed Kemvorth in 1923. In 19", PACCAR
companys tore values, business philosophy, and industry
purchased Kenworth Trucks. Kenworth Truck Company is a Division of PACCAR Inc. The Kenworth mission is to
longevity, related to the requested equipment, products or services.
engineer, manufacture, and market 'THE WORLD'S BEST' trucks and services. We will accomplish our mission through
commitment to employee development, agile business processes, and unsurpassed customer satisfaction. Our vehicles
will be firs( in lectmdogy and best In class as defined by the top outside rating agencies,
CORE VALUES:
• Our People — Encourage a culture that values and empowers employees through open communication, integrity and
teamwork. Provide a safe environment for employees to work and grow.
• Our Product — Lead the industry In technologically advanced products and services while maintaining the Kenworth
reputation as a custom, high quality, premium value vehicle.
• Our business — Operate according to sound business Onclples, guided by strong ethics to achieve profit and
performance goals. Enhance Kenworth's reputation as a leader within the industry and in our commundies.
• Our Customers — Enable the success of dealers and Customers by understanding their unique requirements and by
providing refiabe, innovative custom products and services.
• Our Partners — Create an environment that encourages cooperation between PACCAR divisions to capitalize on
individual strengths while maintaining brand identity. Faster supplier relationships to ensure mutual value and suooess.
11 What are your company's expectations in the event of an award?
Similar to what we're doing now with the current class 4 through 8 chassis award. We will Continue to engage the
entire Kenworth dealer network throughout the United States and Canada to work with members and offer the entire
lineup of Kenworth brand commercial tucks, Battery Electric Vehicles, Hydrogen Fuel Cal Electric Vehicles, with any
type of truck related equipment, transportation, finance and lease, and maintenance and repair parts solutions that meal
members specific
fleet needs.
12 Demonstrate your financial strength and stability with meaningful
PACCAR Inc. has enjoyed over 100 years of superior performance with a positive net profit over the past 85
data. This could include such items as financial statements, SEC
Consecutive years. PACCAR achieved record revenue in 2023 of $35.13 billion and net income of S4.6 billion,
filings, credit and bond ratings, letters of credit, and detailed
PACCAR has paid a yearly dividend since 1941,PACCAR has an A+/A1 Credit Rating. The 2023 annual report is
reference letters. Upload supporting documents (as applicable) in
uploaded in supporting documents.
the document upload section of your response.
Highlights of PACCAR's financial results during 2023 Include:
Record consolidated revenues of 535.13 billion.
• Record not income of $4.60 billion.
• Record After-tax return on revenues of 13.1%.
• Record PACCAR Parts revenue of $6.41 billion.
• Record PACCAR Parts pretax income of $1.70 billion.
Record Financial Services assets of S20.96 billion.
• Financial Services pretax income of $540.3 mi flon.
• Cash provided by operations of $4.19 billion.
• Retard dividends declared of $2,23 billion.
• Mo&m•term no issuances of $2.91 billion.
• PACCAR invested 51.11 billion in capital projects and research and development.
• Stockholders' equity of $15.88 billion.
13 What is your US madkel share for the solutions that you are
Kenworh had US 2023 year end overall class 8 market share of 14.7% 1 39,269 trucks.
proposing?
KenwoM had US 2023 year end class 6 and 7 market share of 6.6% 1 6.620 trucks.
14 What Is your Canadian market share for the solutions that you
Kenworth had Canada 2023 year end Class 8 market share of 15.8% 1 4,782 trucks.
are proposing?
Kenworth had Canada 2023 year end class 6 and 7 market share of 7.9% 1 453 trucks.
15 Has your business ever petitioned for bankruptcy protection? If
Paccar and Kenworth Division have never filed for bankruptcy protection.
so, explain in detail.
16 How is your organization best described: Is n a manufacturer, a
Kenworth Truck Company falls under category (b). Kenworth is a tuck manufacturer with a dealer network Ithroughoul
distributorldealerheseller, or a service provider? Answer
all 50 United States and all Providences of Canada. The more than 480 dealer locations provide all of Kenworth's
whichever question (either a) or b) just below) best applies to
products and services to end users. The primary sales force is through our independently owned and contracted
your organization.
dealers located throughout the all 50 United States and and territories as well as all Providences In Canada. Our
contracted dealers sell and service Kenworth brand commercial tacks in the class 5, 6, 7 and 8 weight categories
a) If your company is best desonbed as a
including full battery electric vehicles in doss 6. 7 and 8 as well as hydrogen fuel cell electric vehides in Class 8.
distnlwtorldealodresollor (or similar entity), provide your written
Kenworth dealers will prepare the Complete vehicle solutions for the members, order truck chassis and all necessary
authorization to act as a dislributorldealedreseller for the
bodies and equipment, provide training and finance solutions, and any other services needed to deliver a high quality
manufacturer of the products proposed in this RFP. If applicable,
and complete vehicles solution. In addition, Kenworth employs approximately 65 field sales personnel located
is your dealer network independent or Company owned?
throughout the U.S. and Canada that support dealer sales personnel in preparing vehicle quotes, offers. delivery, and
after sales support to assist in meeting and user needs. These individuals are employees of Kenworth Truck Company.
b) If your Company is best described as a manufacturer or
service provider, describe your relationship with your sales and
service force and with your dealer network in delivering the
products and services proposed in this RFP. Are these
individuals your employees, or the amployeas of a third party?
17 If applicable, provide a detailed explanation outlining the licenses
All Kenworth Company sales representatives have up to date state licenses, if state required. All contracted dealers
and certifications that are bath required to be had, and actually
and thtrd•party body companies have the required state dealer licenses and certifications as required by the applicable
hekl, by your organization (including third parties and
state and kcal laws.
subcontractors that you use) in pursuit of the business
contemplated by this RFP.
18 Provide all 'Suspension or Debarment* information (hat has
Paccar nor Kenworth Truck Division have never experienced a 'Suspension or Debarment'. Additionally, we have no
applied to your organization during the past ten years.
knowledgo of any of our contracted dealers to have experiences a 'Suspension of Debarment' in the past.
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID, D4647OD6-93FC-42A7-B37B-DOE005AD93FC
Table 3: industry Recognition & Marketplace Success
(Line Question
Item
19 Describe any relevant industry awards or reoogndm that your
company has received in We past five years
20 What percentage of your sales are to the governmental sector In
the past three years
21 What percentage of your sales anti to the education sector in the
past three years
22 List any state, provincial, or cooperative purchastng contracts that
you hold.
What is the annual sales volume for each of these contracts over
the past three years?
23 List any GSA contracts or Standing Offers and Supply
Arrangements (SOSA) that you hold.
What is the annual sales volume for each of Giese contracts over
the past three years?
Table 4: Referencesrrestimonials
Response`
- 2019 Kenworth Honored as Top Workplace for Women in Transportation
- 2020 Kenworth Honored as Top Workplace for Women in Transportation
• 2021 Kenworth Honored a` Top Workplace for Women in Transportation
• 2022 Kenworth Honored aa Top Workplace for Women in Transportation
- 2023 Kenworth Honored as Top Workplace for Women in Transpodalfon
- 2020 Kenworth Chukcolhe receives Two Manufacturing Leadership Award in Operational Excellence.
- 2021 Kenworth Chrlicothe and Renton Assembly Plants receive Manufacturing Leadership Awards in Engineering
and Production Technology
- 2020 Kenworth Chillicothe plant earns Gold E�:<.:reging Environment Excellence Award
• 2021 Kenworth Chillicothe plant eams Platinum Eno.,. uraging Environmental Excellence Award.
- 2022 Kenworth receives Clean Energy Award
- 2022 KenwuM Chuecothe and Renton Plants re0erve Three Manufacturing Leadership Awards
- 2020 Paccar St. Therese Plant receives Manufactudnc. Leadership Award.
Approximately 6k;4, of Kenworlb overall sales have gone to the governmental sector in the past 3 years
Less than 1% of Kenworth overall sales have gone to the education sector in the past 3 years.
Kenwwth has held two consecutive Sourcewelf contracts for commercial trucks since 2016. This is the only contract
Kenworth is engaged in directly and produces annual volume approximately 250 to 300 new trucks.
All other state or cooperative purchasing contracts are hekf with various Kemvorth dealers throughout the United
States and Canada. Some of the known dealer contracts are:
- Florida Sheriffs Association with annual volume approximately 60 to 70 trucks.
- Texas Buy Board with annual volume approximately 20 to 50 trucks.
Kenworth does not have any GSA contracts or SOSA directly. A GSA contract is held by our Kenworth dealer in
Baltimore with approximate annual sales of 15 to 50 Wcks.
Line Item 24, Supply reference information from three customers who are eligible to be Sourcewell panicipaGng entities.
Entity Name - Contect Name ' I Phone Number'
iJkrlImm County Charles Tyler 205-743-Wl
City of Decatur Daniel Boutwell 7W2M3955
(City of Birmingham Cedrick Roberts 1205.329.1933
Table 5: Top Five Government or Education Customers
Line Item 25. Provide a list of your top five government, education, or non-profil customers (entity name is optional), including entity type, the state or province the entity is located in, scope
of the projecgs), size of transaction(s), and dollar volumes from the past three years.
Entity Name
Entity Type -
State f Province
Scope of Work '
Site of Transactions •
Dollar Volunm Past Three
Years'
Jefferson County
Government
Alabama - AL
Medium duty and heavy duty trucks placed in
33 trucks
S4,986,687.00
service. Multiple class 7 and 8 buck models and
multiple truck body typos.
City of Huntsville
Government
Alabama - AL
Medium duty and heavy duty trucks placed in
14 trucks
$3,142.090.00
service. Multiple class 6,7 and 8 truck models and
multiple Duck Lady types.
Clark County
Government
Nevada - NV
Medium duty and heavy duty trucks placed in
11 trucks
$2,466.455.00
service. Multiple class 6,7 and 8 buck models and
muMple truck body types.
Venture County
Government
Calilorna - CA
Medium duty and heavy duty trucks placed in
10 trucks
$1,877,577.00
service. Multiple doss 7 and 8 truck modals and
multiple truck body types.
City of Spokane
Government
Washirgton-WA
Medium duty and heavy duty trucks placed in
6 trucks
S7,505,325.00
service. Multiple class 7 and 8 truck models and
multiple truck body types.
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647006-93FC-42A7-B37B-DOE005AD93FC
Table 6: Ability to Sell and Deliver Service
Describe your company's capability to meet the needs of Sourcawell 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 ovedep between the sates and service functions.
Line question
hem
Response'
26 $ales force.
The Kenworth Sales Force consists of roughly 1,660 dealer sales executives, sales managers, sales representatives,
and other sales administrative personnel through 480 plus dealership locations in all 50 United Slates and all
Providences in Canada. Nearly all Kenworth dealers currently conduct some level of sales to Sourcewel participating
agencies twough the anent Kenworth contract or through direct bidding. All truck salespeople at Kenwnnh dealers are
trained and engaged daily in developing commercial vehicle solutions for end users. They custom design the luck
specifications needed to meet the customer's needs including truck bodies and other equipment needed to offer a
oomprehensive quote. The dealer sales force is responsible for quoting, negotiating terms, ordering, delivering and any
follow up services required to fulfill the participating agency's needs.
Supporting the dealer sales personnel are more than 50 Kenworth Truck Company field personnel throughout U.S. and
Canada that work cosey, with dealer sales personnel to provide guidance, expertise, engineering support and the
overall highest love) of responsiveness and customer satisfaction.
27 Dealer network or other distribution methods.
The Kenwoth dealer network consists of 480 plus locations across U.$ curd Canada. A list of dealer location is .
uploaded to supporting documents. A Kenworth dealer locator is also available online at www.kenworth.comldealors.
28 Service force.
Kenworth Dealer Parts and Service departments - After sale warranty, parts, maintenance and repair service is
provided and managed through the 480 plus Kenworth dealer locations. Each dealership service and parts department
has highly trained individuals to support maintenance, repair and pans needs. Overall dealership service department
statistics currently are:
6.151 Truck Service Bays (includes mechanical stalls, LNGlCNG stalls & BEV stags)
5,511 Service Technicians
611 Mobile Service Units
In addition, Kenworth Truck Company employs a field support group to assist dealers as needed to meet all
participaling agency needs.
29 Describe the ordering process. t orders will be handled by
All quotes, ordering, delivery and training will be managed by our dealer salasforce and supported by the Kenworth
distributors, dealers or others, explain the respective rotes of to
field sales organization. Dealer sales personnel YNl quote and establish pricing based on the Kenwodh Contract
Proposer and others.
requirements and order truck chassis, buck bodies, and other equipment as needed to provide a complete vehicle
solution. Orders are placed eleolro ically by dealers to the Kenworth factory using the same system used for spacing '
and establishing the list price, aka MSRP, needed to determine the contract not to exceed safe price. Dealer orders
for participating agencies will include a special tracking code designating the truck or tractor is being ordered in
accordance will an of the SourcwAvil contract requirements
30 Describe in detail the process and procedure of your customer
Kemvoith dealers have established processes and procedures to promptly address customer service needs regarding
service program, if applicable,
vehicle maintenance and repairs. These dealers aim to adhere to specific guidelines to ensure superior customer
service levels. Dealerships are mandaled to employ trained technicians, extend their operational hours, and utilize an
Include your response -time capabilities and commitments, as well
express lane bay for swift diagnostics.
as any Incentives that help your providers meet your stated
service goals or promises.
Kenworth's PremierCare Gold Certification requires dealers to meet specific criteria and standards. The PremiarCare
Gold Certified dealer network is dedicated to enhancing productivity tivough expedited diagnostics, exceptional service,
mobile roadside assistance, and access to premium drivers lounge.
— The PremierCare Expresslane service offers a professional diagnosis and a repair time and cost estimate within
two hours. Each Kenwoith PremierCare Gold Certified dealership has dedicated Exprasslane technicians to ensure this
rapid diagnosis.
— Dealerships certified as PremierCare Gold provide factory -certified technicians who have advanced engine trwning
and Immediate access to a comprehensive inventory of quality parts, facilitating efficient service solutions. Additionally,
these khcabDns offer extended service hours on evenings and weekends. TruckTech+ professionals utilize Kanwarth's
Trucklech+ remote diagnostics system to pre -diagnose issues before the truck reaches the dealership.
— Kenworth's PremierCare Roadside Assistance is available 24R, year-round, across North America. By calling 1$04
KW -ASSIST, customers can oonnect with a skilled Kenworth truck specialist who coordinates emergency service and
unplanned repairs, schedules preventative rnainlenance, and accelerates parts ordering. In case of a roadside
txeakdowo. PrenderCare at 1-0o-KWAS$IST identifies the nearest certified dealer, arranges towing it necessary,
schedules service, and monitors the repair until completion. This service assists in managing breakdowns, warranties,
and payments, if applicable.
• Kemwrth's TnuckTech+ is an onboardlmob#e diagnostic tool giving customers the ability to monitor their fleet's health
and locate the nearest dealer. This system is evolving to also inform customers about parts availability and the nearest
dealers service entry time.
- The Kenworth Customer Satisfaction Process (KGSS) is a program used by Kenworlh to gather customer feedback
on product and service experiences. Customers are contacted, and any unresolved issues are addressed promptly.
Many Kenworth dealers also implement their own internal customer satisfaction standards and practic*s.
31 Describe your ability and willingness to provide your products
The entire Kenworth commercial truck product line and truck parts are offered to all participating agencies through our
and services to Sourcewel participating entities in the United
extensive Kenworth dealer network in the United Slates including Alaska and Hawaii. Agency demand for our trucks is
Slates.
strap and we've successfully grown The volume year over year and delivered the highest quality trucks to participating
agencies over the past two contracts.
32 Describe your ability and willingness to provide your products
The entire Kenworth commercial truck product line and truck parts are offered to all participating agencies through the
and services to Sourcewell participating entities in Canada.
Kacnwanh Canadian dealer network covering all of Canada. Interest for Kenworth trucks has grown through the Canoe I .
network as seen through increased quote activity, truck orders and deliveries over the past contract. This will continue
to be a focus of growth for our Canada dealers.
33 Identity any geographic areas of the United Slates or Canada
All United Slates and Canadian areas will be fully served. I.
that you will NOT be tiny serving through the proposed contact.
34 Identify any Sourcewell participating entry sectors (i.e.,
All participating agencies in all sectors will be fully served.
government, education, not -for -profit) that you will NOT be hotly
serving Ituough the proposed contract.
Explain in detail. For example, does your company have only a
regional presence, or do other cooperative purchasing contracts
limit your ability to promote another contract?
35 Define any specific contract requirements or restrictions that
No restrictions apply. Kenworth dealers will manage all shipping and delivery requirements needed to support
would apply to our participating entices in Hawaii and Alaska
participating agencies in those areas.
and In US Temtorias.
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
Table 7: Marketing Plan
Line Question
Item
Response'
36 Describe your marketing strategy for promoting this contract
The primary strategy far promoting the contract involves leveraging our vast dealership network and approximately 1,660
opportunity. Upload representative samples of your marketing
dealer sales executives, sales managers. and sales representatives calling on and visiting municipal agencies.
materials (if applicable) in the document upload section of your
We have implemented a Sourcewell support program and online training nodules accessible to all Kenworth dealers
response.
via our primary internal website. Nearly all of our dealers are actively engaged in promoting and selling the benefits of
Sourcewell contract. Dealer promotion of the contract is through various means such as personal outreach, distributing
flyers. hosting open house events, and utilizing additional printed materials. A professional brochure was developed
specific for the Sourcewell contract and is being updated to include the latest models and battery electric vehicles.
Examples have been uploaded in the supporting documents.
Konwworth is committed to the ongoing development of marketing materials. The Sourcewell contract is actively promoted
at national trade shows as well as local or regional trade shows in which the local dealership supports. Kenworth and
dealers use the Sourcewell promotional materials available such as the 'Awarded Contract' flags and giveaway
hams.
Many dealers also participate in regional exhibitions spec&Ay targeting the government end municipal sectors. We
support and encourage dealer parlictpa4m and assist with the dealers creation of their own promotional materials for
distribution and display at these events.
Kerworth public relations department distributes national press release to the media to announce Me Sourcewell
contract, a practice we intend to maintain. Additionally, the Kenworth PR Department conducts customer testimonials
and key purchases, such as the King County Battery Eleculc Order. and released to the national media. A sampling
of a past press release is uploaded.
37 Describe your use of technology and digital data (e.g., social
The KenwnM Truck Company's weWte serves as the primary sowce for Information on all its models and provides a
media, metadata usage) to enhance marketing effectiveness.
compreh"sive directory of all Kenworth dealers. In addition to our wabsite, we actively engage wigs our audience
through various social media platforms, including Facabook, Twitter, acid Linkedln. Our dealer network also leverages
those digital tools to promote ovolvement with the Sourcewall contract and to oom hwnicate announcements related to
customer procurement through this contract.
Over the next several years, Kenworth Truck Company plans to significantly increase our social media presence, with a +
particular focus on hwntent related to Sourcewell.
Furthermore, Kenworth maintains a You'rube channel offering valuable content about our models and featuring customer
testimonials. We also offer a motile app, enabling users to conveniently access intormafion on Kenworth models and
Wake dealer facilities using "ir smanp hones.
38 In your view, what is Sotucewell's rote in promoting contracts
Sourcerweffs main role in promotng this contract will be to make it as easy as possible for agencies to And the
arising out of this RFP?
appropriate, equipment, parts, and truck related services through the various online resources available - primacy the
main sourcewel-mn.gov website. Additionally, the training for dealer salespeople through in person courses, webcasts.
How will you integrate a Sourcowetl,awarded contract into your
or personal visits that Sourcewell personnel, such as those conduded in the past. are key to continually, promoting the
sales process?
use of the contract The training about the Weft and continual development of law to approach, listen and respond
to agency needs is Key to helping dealer salespeople develop the strong trusting relationship with their local agencies.
Every day a Kenworth dealer someplace in the United State and Canada is working with an agency or potential
participating agency to quote equipment to meet a speoft need. We have already integrated the process to quote
complete vehicle solutions to agendas under the awarded contract. The additional lead generating online process that
Sourcewell has implemented has only, enhanced and provides a mean$ to holy promote and connect agencies to
Kanworth dealers. The process we deploy is similar to the normal sales process and is constantly being refined to
provide agencies superior service and responsiveness.
39 Are your products or services evadable through an G-procurement
Because of their custom natwe, Kenworth trucks cannot be ordered through an e-procurement process. Tracks are
ordering process?
exdusiv* available for purchase though KenwoM dealers.
if so, describe your e-procurement system and how governmental
However, parts can be easily obtained through our industry -leading eCommerce loci. Online Parts Counter (OPC). °
and educational customers have used h.
Participating agencies will have access to over 1.4 million pans, available for order ZV7 from any location. This tool
boasts mobile friendly designs, advanced search and filtering options, alternative parts suggestions, and comprehensive
product details.
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D46470D6-93FC-42A7-B37B-DOE005AD93FC
Table 8: Value -Added Attributes
Line Question
Item
(Response'
40 Describe any product, equipment, maintenance, or operator
Kenworth dealers provide on -she product training, maintenaneeirservice training, and various other courses tailored to
training programs (hat you offer to Sourcewal participating entities,
the municipaWocational truck market as needed upon delivery of the vehicle. When dealing with specialized bodies,
vendor -specific representatives are usually engaged to offef operator instructions and address related queries.
Include details, such as whether training is standard or optional,
'
who provides training, and any costs that apply.
Additional operator training andlo maintenance and repair training conducted as a training event are provided to a
group of individuals upon request. The associated costs for such training will be agreed upon mutually between pre
Kernvalh dealer and to requesting member.
41 Describe any technological advances that your proposed products
Benda Wngm in and Meritoes OnGuard collision mitigation systems enhance driver safety through active braking and
or services offer.
collision avoidance mechanisms utilizing forward400ldrg radar and windshielc4nounted cameras. Theca systems also
incorporate lane -keeping technology, side object detection, adaptive cruise control, and electronlc stability control to
prevent rollovers.
High -Intensity Discharge (HID) headlights and LED headlights offer superior fighting capabilities. LEDs provide excellent
wide-rangeldose-range lighting, white HIDs ensure opwrial forward visibility.
ZinD,coated frame rails and crossmembers reduce corrosion throughout the Inuctk's tifespan. Additionally, through
spacial request galvanized frame rails may also be available for certain applications.
Kenwerth's Digital Display features fully digital instrumentation. providing drivers with all necessary operational
inform0on. It can be configured to display as much or as little content as desired.
Truc kTech+ is an innovative technology designed to diagnose and address potential mechanical Issues before they '
Impact vehkte operation. This system ensures maximum uprime by empowering drivers and fleet managers to make
Informed decisions.
Key features of TnxkTech+ include:
• Instant notification of actionable engine and aftertreatment fault Information.
• Fault codes accompanied by plain language explanations and proposed courses of action.
• Over-tho-air updates.
• Proactive diagnostic and repair planning assistance, including detailed analysis of critical fault codes before the
buck arrives at the stop.
- The optional Kenworth Nav-Plus infotainment system provides GPS navigation, cell phone (and future Apple Carllay)
capabilities, vehicle monitoring including virtual gauges, rear camera display when connected to 3rd party cameras,
voice recognition and control, blueloolh connections and Wil'i capability all through a seven inch color touch screen
display. The display is available In English, Spanish and French Canadian languages.
42 Describe any 'green' initiatives that relato to your company or to
PACCAR, the parent company of Ken worth, has invested more than $7.8 billion In the past decade to enhance
your products or services, and include a list of the certifying
environmentally friendly practices in mantrfactunng and distnbulion, develop new vehicle models, and pioneer innovative
agency for each.
Iechnoiogies. Kenwbrtlh's facilities in Renton, Washington; Chillicothe, Ohio; and Ste. Therese, Quebec have earned the
esteemed ISO 14001 certification. This cenifncabDn acknowledges their effective environmental management systems,
which are designed to support the environmentally sustainable production of trucks.
Furthermore, 80% of PACCAR's manufacturing sites have achieved 'zero waste to imidur status. This has been
accomplished through recycling, the use of reusable containers, and the composting of food and paper waste. '
Kenworth is also committed to reducing water usage through recycling initiatives, minimizing paint waste with robotic
painting systems, and conserving energy through the adoption of new technologies. For example, Kenworth utilizes
regenerative dynamometers that capture electricity during vehicle testing.
It its product lineup, Kenworth Currently offers battery etec(ric vehicles (BEVs) and a comprehenslve range of CNG and
LNG engines for class 6.7, and 8 vehicles, Additonaly. Kenworth plans to introduce a hydrogen fuel celVelecbic class
8 vehicle. This configuration will be available and added to this contract at a future date that has yet to be determined.
43 Identify any third -party issued eco-iabels. ratings or certifications
Kenworth offers a comprehensive range of engines, all of which either meet or exceed the stringent emissions
Mat your company has received for the equipment or products
standards set by the Environmental Protection Agency (EPA) and the California Air Resources Board (GARB).
included in your Proposal related to energy efficiency or
conservation, Idecyde design (cradle-tocradle), or other
Our commitment to environmental responsibility extends beyond just our engines. AN Hayworth manufacturing plants are
greerJsustainability factors.
IS014001 caddied, ensuring that our production processes adhere to the highest environmental standards.
In recognition of our dedicatien to suslainabilrty, Kenworth has previously been honored with the Environmental
Protection Agenc)%s Clean Air Excellence award. This accolade underscores our ongoing efforts to develop and
produce environmentally frfendty products. We continuously strive to advance our technologies to reduce greenhouse
gas emissions, offering truck models with zero and rear -zero emissions.
White it's no longer mandatory, we still offer a selection of Kenworth models Owl are SmartWay Certified. This
certification, granted by the EPA SmartWay Transport Partnership, reflects our commtitmerht to collaborating with the
freight industry to enhance energy efficiency and diminish emissions.
44 Describe any Women or Minority Business Entity (WMBE), Small
Since 2018, PACCAR has been recognized by the Women in Trucking Association (WIT) as a 'Top Company for
Business Entity (SBE), or veteran awned business codifications
Worsen to Work for in Transportation' The Women in Trucking Association is an organization dedicated to promoting
that your company or HUB panders have obtained. Upload
diversity and inclusion, with initiatives designed to foster success and provide opportunities for all. Women in Trucking
documenlabon of certification (as applicable) in the document
Press Release uploaded.
upload section of your response.
Furthermore, Mere are two recognized WMBE Kenworth dealerships: Kenworth of Louisiana. led by Jodie Toulon, and
Rihm Kenworth, led by Ken Rihm.
45 What unique attdiulos does your company, your products, or your
Kenworth specializes in the manufacture of supedor-quality, highly customized commercial vehicles ranging from class 5
services offer to Sourcewell participating entities? What makes
to class 8. We prioritize the production of hlgh-quality, long-lasting, and extremely durable vehicles, offering
your proposed solutions unique in your industry as t applies to
customizable cab and chassis options to align with speofic truck -related equipment needs.
Sourcewell participating endues?
Our services include providing customizabie frame layouts, enabling Customers or buck equipment manufaeluroirs to
specify the placement of frame -mounted equipment to precisely match a specific body type.
Additionally. Kanworth offers a range of commercial trucks designed to support sustainablity, objectives. Our selection
includes vehicles equipped with natural gas engines, fully electric medium -duty and heavy-duty drivetrains, and
upcoming models powered by hydrogen fuel cell technology.
Headquartered In the Pacific Northwest of the United States, Kemvofi has a century -long history of leveraging the
latest technology to engineer of idenl trucks. Our commitment to dativerirg transportation solutions that meet our
custome+m' needs continues to (in" our innovation today.
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
Table 9A: Warranty
Desaibe in detail your manufacturer warranty program, including conditions and requirements to qualify, daims procedure, and overall structure.
You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below.
Una Question
Item
Response'
46 Do your warranties cover all products, parts, and labor:+
Yes, the Kenworth warranty covers our products parts and labor. Details regarding standard and extended warranty
schedules are included in the uploaded documents.
The ooverege of warranties for Kemvotth products varies depending on the specific model and components chosen,
While Kenworth provides warranties that parts and labor for its products, some components may be covered by their
respective manufacturers. For instance, Cummins engines come wilt a Cummins warranty, and warranty services for
these engines are pedomed at Kenworth dealerships, with claims directly processed through Cummins. Similarly, '
Allison transmissions are covered by an Allison warranty. If a Kenwortin dealer is not an authorized Allison warranty
service provider, they would usually coordinate with a kcal authorized Allison repair Comer for any necessary repairs.
Additionally, any Add -on bodies or other truck -related equipment are covered by the warranties of their respective
suppliers. Dealers generally collaborate with these suppliers to facilitate warranty repairs through the appropriate
subcontractors.
47 Do your warranties impose usage restrictions or other limitations
If a Kenworth truck is used in what is defined as a sever service application, a specific standard warranty Is defined
that adversely affect coverage?
separately for units that fall into this category. Severe service defmttilm and the specific warranty is included in the
warranty documents uploaded. '
A Vehicle Warranty Quirk Reference Guide has been uploaded to help further define.
46 Do your warranties cover the expense of technicians' travel lime
Every breakdown scenario is unique. Kenwonh dealers are equipped with the training to make critical decisions
and mileage to perform warranty repairs?
required to ascertain the best approach to rectify a warrantable breakdown. Should the breakdown occur within the
initial 6 months, or 100,000 miles, and the dealer possesses the necessary resources and capability, and concludes '
that dispatching a technician for a road call is the most suitable solution, then the dealer wig receive reimbursement for
such calls under a Kenworth warranty repair.
49 Are there any geographic regions of the United States or
Kenworth has more than 450 authorized dealers situated across all states of the U.S. and throughout Canada. You can
Canada (as applicable) for which you cannot provide a certified
easily find these locations by using the dealer locator tool on www.kerrwo(th.can. It's Important to note that for warranly
technician to perform warranty repairs?
repairs on Kenworth products, they must be carved out by an authorized Kenworth dealer. However, it's also worth
mentioning that some warrantable repairs on specific components may be conducted by any authorized location that
How will Sourcewell participating entitles In these regions be
deals with that component make.
provided service for wanwty repair?
'
Ken"rth ensures that Souroewoll participating entities in the United States and Canada receive comprehensive
warranty service. All warranty claims will be honored it line with the Kenworth Warranty Agreement api'+licable al the
time of the initial purchase. Furthermore. warranty repairs will be executed following Kenworth's detailed policies and
procedures, regardless of whether the truck was purchased from the servicing dealer. Kenworth is dedicated to
maintaining the highest standard of service in fulfiling your warranty requirements.
50 WIN you cover warranty service for items made by other
Items manufactured by other companies, such as bodies and additional equipment. are covered by Me warranties
manufacturers that are part of your proposal, or are these
provided by those specific manufacturers or service providers. The Kemvodh dealer will help coordinate or perform the
warranties issues typically passed on to rho original equipment
warrantable repair of the add on equipment and manage Me claim vnth the appropriate entity. For items Installed by '
manufacturer?
the Kenworth factory but warranted by Me component manufacturer, the repairs, when conducted at a Kenworth dealer,
are Processed through Kenworth Truck Company and Men forwarded to the original manufacturer.
51 What are your proposed exchange and return programs and
Since each Kenworth luck is custom-built to meek the specific requirements of the purchaser, we do not offer a
policies?
standard exchange, or return program. Any exceptions to this policy are subject to tie yudgement and approval of Me '
selling Kenworth dealer.
52 Dewcdbe any service contract options for the Items included in
Service contract options would be managed through the Kenworth dealer network. Most dealers provide service
your proposal.
contracts offering a range of options such as preventative maintenance, towing service. DOT inspections, fire exchange
Programs. oil analysis, and winter preparation,
Service contracts directly through the, Kenworth Tuck Company are exclusively available through Kenworth's company- '
owned lease opemoons. Paclease. PacLesse, a division of PACCAR Inc., offers full maintenance leases, rental units.
contract maintenance, and other fleet services as pan of a comprehensive vehicle solution tailored to meet the needs
of its customers. Many Kenworth dealers are involved in this type of business and are equipped to provide these
services to customers.
Table 10: Payment Terms and Financing Options
Line Question
Item
Response'
53 Describe your payment temps and aoceptod payment methods.
The base payment terms are net 15 days after released from the Kenworth factory assembly plant with freight prepaid
to the funk destination in the continental U.S., or Canada. However, most chassis will require a body installation so it
we, be mutually agreed upon between the Kenwo M dealer and participating agency the appropriate payment terms.
The sealing dealer and participating agencies will mutually determine the best payment method. The Kenworth dealer
can coordinate and assist in evaluating alternative payment strategies through Paccar Financial or other financial
Institutions.
54 Describe any leasing or financing options available for use by
Kenworth dealers wig offer a full range of financing and leasing options including municipal leases through Paccar
educaticnal or governmental entitles.
Financial, banks, dealer owned financial enlities or other institutions such as those that have a Sourcewell contract.
55 Describe any standard transecbm documents that you propose to
The primary standard transaction system used to quote end order the custom class 5, 6, 7 or 6 truck is the Kenworth
use In connection with an awarded contras (order forms, terrns
proprietary PremterSpec sales tool. All vehicle quotes and orders will be through a Kenworth authorized dealer,
and conditions, service level agreements, etc.). Upload a sample
Dealer Salesperson determines truck model and generates compatible spaificabons that meet the customers need,
of each (as applicable) in the document upload section of your
meet the specific body installation need, and meets local road regulations and any other requirements. The Kenworth
response.
Premi"pec chassis summary report generated will show the proposed chassis specification and total list price (also
shown as Total Adjusted Price) equal to the base model list plus all the selected chassis options. This is the fist
price that the agency discount will apply and include height to the first continental U.S., or Canada for Canadian
members, destination after chassis assembly at the Kenworth factory. An example vehicle summary report is
uploaded.
Since every State has unique laws and requirements and each total vehicle solution vary greatly depending on use
application and body type, each dealership has truck order forms and unique [arms and oonditions to that are specific
to the dealer group and/or area. Kenworth Tuck Company does provide a standard Sourcewell contract calculator for
all dealerships to use when quoting to help assure pricing integrity to the contract pricing matrix.
Given Me unique nature of commercial vehicles and the vast number of different bodies that may be installed, the feel
lams and conditions are mutually agreed upon between the dealer management and participating agency.
Standard and optional extended warranty agreements are generated by Kenworth Tuck Company and are the same
for all dealers in the U.S. or same for the dealers in Canada. Copies are uploaded. Custom warranty agreements
are available specific to the end user and are generated by Kehworih Truk Company.
56 Do you accept Me P-card procurement and payment process?
P-card payment process is 4picalN not used for commercial tuck procurement However, this would be mutually
determined between the member and he selling Kenworth dealer.
If so, is Mere any additional post to Sourcewel participating
entities for using this process?
Table 11: Pricing and Delivery
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as
described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form.
Lim Question
teem
Response'
57 Describe your pricing model (e.g., line -item discounts or product-
Truck Chassis Pricing is based on product model discounts: Kenworth truck chassis pricing for class 5 through 8,
category discounts).
including battery electric vehicles (BEV), is the custom spec'd buck chassis list price, also known as the `Total
Adjusted Price (wlo freight & warranty & surcharges)- in the PremierSpec chassis summary report. less the contract
Provide detailed pricing data (Including standard or list pricing
discount for the spec he model. Any Tax, CARB required warranty or surcharge, or FET and other Government fees
and fhe Sourcewdl discounted price) on all of the items that you
will be applied if applicable. The prices will be in US Dollars. For Canadian agencies purchasing through Canoe, an
want Sourcewel to consider as part of your RFP response.
exchange rate will be added by the dealer at the time of proposal.
If applicable. provide a SKU for each item in your proposal.
Each truck quote is custom to meet the needs of the participating agency and therefore final list price varies greatly
Upload your pricing materials (t applicable) in the dommont
based on the final set of specifications desired and required to meet fho agencies application need. This calculated
upload section of your response.
agency price includes the standard height from Kenworth factory assembly plant to the firs( delivery destination in the
continental U.S. or Canada. Soo the uploaded "Sourcewell Discount Matrix for Kenworth Trucks- with the specific
discounts by each truck model, the instructions to calculate pricing, and a pricug example that includes a sourced
body. Agency price for all vehicle bodies and equipment needed to offer a complete vehicle sdution win be al
Kenworth dealer sales deparlmenl cost plus no more than 5%. This includes all potential truck mounted bodies, add
on equipment, special training requests, additional or special manuals, special software andlor hardware, subscriptions,
special transportation (other than the transport included from the chassis assembly plant to the first specified delivery
location which is included in the agency chassis pricing), any and all truck related typo services (for body swap from
old chassis to new chassis for example) and any flooring or storage costs required, or as muWaly agreed upon, for
time to allow body installations or services. Agency prices for all electric vehicle support services, infrastructure
analysis, and charging systems pricing will be quoted at dealer truck sales department cost plus no more than 5%.
Kenworth Truck Parts - PACCAR Parts: The pricing for PACCAR pans Is based on product category discounts. The
discounts are a percentage off list price amount that range from 0% to 6Z%%. Participating agencies wal apply for
a Paccar Parts Fleet Services (PPF$) account, After applying, establishing credit, and receiving approval, a PPFS
account number wit be assigned. The PPFS account is required to assure the Sourcew+etl Kemvorth Parts discounts
are provided, PACCAR Parts purchases tracked (other truck parts that may be available from the dealer are riot
Included), and PACCAR Parts purchases reported quarterly. The Sourcowell Discount Matrix for Kenworth Parts —
Uniled States and one for Canadian is uploaded under Pricing.
Used Trucks: Used truck pricing is not to exceed 110% of the NADA calculated retail value of the vehicle plus any
existing or add on equipmeil or services retail value such as, but not limited to, truck bodies, chrome items.
headache racks, reconditioning work, repair services, pads, flooring and storage, painting, special warranties, cleaning,
transport, inspections and fuel.
58 Quantify the pricing discount represented by the pricing proposal
For Kenworth truck chassis the discount from the total list price, generated through Ube selection of custom options in
In this response. For example, if the pricing in your response
the PremierSpec System, ranges from 7% to 42.8% depending on the specific model. See the uploaded Kenworth
represents a percentage discount from MSRP or list, state the
contract discount price matrix for the schedule of discounts off list price for each buck model. Again, iVs important to
percentage or percentage range.
role that each vehicle is custom designed, and the final list price will vary depending on final specifications selected
to meet application requirements and agency needs. Truck bodies, equipment, and services and limited to dealer tack
sales department cost plus no more than 5% markup.
For Kenworlh — PACCAR Parts: The discount from the list price ranges from o% to 62,96% for United States
participating agencies from 0% to 60,81% for Canadian participating agencies. The PPFS account is required to
assure the Sourcewell Kanworth Parts discounts are provided, the PACCAR Parts purchases tracked (other truck parts
that may be available from the dealer are not included), and PACCAR Parts purchases reported quarterly. The
Sourcewell Discount Matrix for Kenworth Parts — United States and one for Canadian is uploaded under Pricing.
For Used Trucks. A's extremely difficult to quantity a discount due to the extreme variability of custom specification.
truck conditions, geographic impacts, body typos and condition, and overall market demand. For this reason, used
trucks offered by Kenworth Truck dealers are set at a 'not to exceed' price of 110% of the NADA calculated retail
value of the vehicle plus any existing or add on equipment or services total value, or truck sales department coal plus
5%, value such as, but not limited to, truck bodies. chrome items, headache racks, reconditioning work, repair
services, parts. Rooting and storage, painting, special warranties, cleaning, transport, inspecions and fuel,
59 Describe any quantity or volume discounts or rebate programs
The pricing included in this offer includes discounts that take into account the total potential volume of all participating
that you offer,
agency purchases corndned. However, for high volume purchases in a single event. additional discounts will be '
considered on a case by case by the Kenworth dealer and Kenworth Truck Company cooperatively.
60 Propose a method of fadlnating `sourced' products or related
An sourced products and services are priced at the Kenworth Truck Dealer New Truk Sales Department cost plus no
services, which may be referred to as 'open market- items
more than 5% markup.
or -nonstandard options'. For example, you may supply such
items 'at cost* or -at cost plus a percentage,' or you may supply
The Kenworth dealer will soleft offers from subcontractors for sourced goods and services needed to offer a complete
a quote for each such request.
vehicle solution that meets the and users need. These sourced goods and services include, but are not limited to, any
truck body, traders, truck equipment, tools, support devices, parts andlor maintenance parts kits to be included with the
chassis, additional of custom manuals. software, subscriptions, special transportation (other than the standard
transportation included in the chassis price to the first delivery destination after the Kerworth factory assembly plant),
requested training, extended warranties, and any specialized body or specialized service. Chassis storage and flooring
costs may also be quoted, I needed and agreed upon between member and dealer, to manage the costs associated
with a chassis waiting for a period of lime to allow a body or service installation. All related products mentioned
above will be priced no higher than the Kenworth dealer new truck sales dtepartmem oost plus 5 percent.
An example of the common sourced bodies are : Ambulance Truck, Armored Truck, Ashen Spreader, Atenuater Truck,
Auto Carrier, Belly Plow Truk, Beverage Hauling Truck, Block Truck, Boom Truck, Bulkhead, Conveyor Tnick, Crane
Truck, Crewcab, Day Cob Tractor, Drilling Truck, Dual Drive Truck, Dump Truck, Dumping Flatbed Truck, Expeditor
Truck, Extended Cab, Feed Truck, Fire Pumper, Fire Service, Fire Truck, Flatbed Truck, Flatbed with Moffit Forklift,
Fork Lift Truck, Fuel Delivery Truck, Garbage Packer Garbage Side Loader, Grapple Truck. Heavy Haul Trades. Hook
and Lift Truck, Hook Truck. Hopper Truck, Landcape Truck, Logger Truck, Maintenance, Marine Truck, Mixer Truck, Oil
Took Truck. Pirtle Hook , Pot Hole Patchor, Potable Water Truck, Pumper Truck, Recycling Truck. Refrigerated Van
Truck, Refuse, Rescue Hauler, Rol -Back Recovery Truck, R" Truck, Rod-onloff Truck, Route Tractor, Scissor OIL
Sewer Vac Truck, Side Dump Truck, Sleeper Truck, Snow Plow Truck, Stake Truk, Street Sweeper, Sweeper Took,
Trailers, Transport Truk, Utility bucket took, Utility Digger Derrick, Utility Service Truck, Utility Truck, Vacuum, Van
Truck, Vocational Trader, Waste Hauling Truk, Water Tank Truck, Wog Plow Truck, and Wrecker Truck.
An example of common add on truck equipment Is wheel nut covers, mudRaps, fairings, pintle look, trailer brakes and
electrical connections, sleepers, crewcab and extended cab modifications, dual steering modifications, bulkhead, GPS
devices, etc.
An example of some specialized services are body swaps, body modificalions, chassis wheelbase modifications.
specialized training, maintenance program, etc.
An example of special transportation that might be requested and required would be when needed truck related
equipment, a body for example, is assembled and Installed on kheomplete truck chassis beyond the members
community. Or when the members baton requires specialized transport such as Hawaii or Alaska.
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope 10: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
61 Identify any element of the total oust of acquisition that is NOT Many States or local political divisions have unique laws and potential taxes that are not included and would be
included in the pricing submitted with your response. added by he selling dealer as required by law.
This includes all additional charges associated with a purchase
that are not directly identified as height or shipping charges. For
example, list costs for items like pre -delivery inspection,
installation, set up, mandatory training, or Irdtial Inspection. Identity
any parties that impose such costs and their relationship to the
Proposer•
62 If freight, delivery, or shipping is an additional coal to the
Soumewel particlpating entity, describe in detail the complete
freight, shipping, and delivery program.
63 Specifically describe freight, shipping, and delivery terms or
programs available for Alaska, Hawaii, Canada, or any offshore
day
64 Describe any unique distribution anNor dskvery methods or
options offered in your proposal.
Table 12: Pricing Offered
Additionally, unique surcharges may or may not be required depending on the State of registry or use. An example is
with the California Air Resources Board (GARB) and the Stale of California in which a surcharge is required for
certain engines to be used in that State.
Generally, any federal. state, or kcal taxes, fees, tag, tile, permit. CARS compliance. or other miscellaneous
requirements are not included and will be determined and added by the Kenworth dealer as required with each unique
Mote and vehicle offering.
Freight from the Kenworth factory to the first specified delivery location in the contineral United Slate or Canada is
Included. Additional transport, most often from the body installer to the local dealer and then for final delivery to the
and user, will be arranged by tie selling dealer and Included in the complete vehicle offer at a price not higher than
the dealer sales department cost plus 5 percent. Transport required to deliver to Alaska, Hawaii or other U.S.
territories would be offered and priced the same as the additional transport associated with body installations
mentioned above.
Freight from the Kenworth factory to the first specified delivery location in he continental United State or Canada is
included. This could include a port in the continental United States, or Canada. Any additional freight for ocean
shipment, rail. Reload, or other transport service required to deliver to Alaska, Hawaii or off -shore would be priced at
the Kenworth dealer sales department cost plus no more than 5 percent.
The Kenworth offer includes all dealer stock units ready for service. The discount matrix applies and supports those
participating agencies with the ability to purchase and place in-service needed equipment within weeks compared to
months.
Additionally, any unique delivery requested by the participating agency is possible. For example, 'd he agency wishes
to purchase the truck chassis separately from the truck body, the delivery of the cab and chassis can be made to any
location as they need which would be arranged, and quoted, if necessary, by the Kenworth dealer.
For ordered units that require the highest level of expedited shipping from he Kanworth factory, dealer factory pickup
or a single drive versus 3 way or 4 way transport may be available and would be determined and quoted by the
Kenworth dealer at no more than the sales department cost plus 5 percent.
Line
item
The Pricing offered In this Proposal is: '
Comments
65
c. better than he Proposer typically offers to GPOs, cooperative procvn3ment organizations, or state purchasing departments. Kenworth is providing a pricing structure
that is better then what is being offered
through other cooperative organizations.
Additionally, for quanft deals Kenworth
and the Kenworth dealer have provided,
and will continue to provide, additional
special discounts and incentives.
Table 13: Audit and Administrative Fee
no
Question
Response'
66
Specifically describe any saff•audit process or program that you
A pricing calculator has been developed for dealer sales personnel to use when quoting vehicle solutions to
plan to employ to verily oanplanoe with your proposed Contract
'participating agencies. The calculator assures the pricing is correct up front during the initial quoting process and
with Sourcewell.
!assists the dealer in documenting all the economic details.
(Units are ordered using a special tracking code which assure the units will be reported when final delivery and in•
This process includes ensuring that Sourcewell participating
!service takes place. At that point, the dealer will use an oriine link to report additional and final information needed
entities obtain the proper pricing that the Vendor reports all sales to populate all the required information in the quarterly report. This process has been in place for he past 24 months
land
under the Contract each quarter, and that he Vendor remits the
has resutled in a substantial improvement in timely reporting and fee remittance. Additionally, the same online link
proper administrative fee to Saurnewell,
used by dealers to manage offering participating agenccies units from pre -made dealer stock, reporting the detailed
formation necessary for the quarterly report, and assuring a process and action to assure the administrative fee is
provide sufficient detail to support your ability to report quarterly
ollected. AR reporting,collection of administrative fees, and finalremittance are completely managed by Kenworlh
t
sales to Sourcewel as described in the Contract template_
ruck Company.
67
If you are awarded a contract, provide a few examples of lntemal
The primary measurement of success has been unit delivery metrics by state measured quarterly. In addition, ease
metrics that will be tracked to measure whether you are having
areas that appear to lack typical volumes are addressed by regional sales managers with dealer management to
success with the contract.
assure sales representatives are property trained, have the rods to seek out and conned with potential agencies.
68
Identify a proposed administrative fee that you will pay to
Kenworth proposes a $750 Rat administrative fee per New Truck or Trecldr vehicle to be paid quarterly.
Sowcewell for facltitating, managing, and promoting the
Sourcewel Contract in the event that you are awarded a
Kenworth proposes a 0.5% administrative fee for parts purchases quarterly provided here is a minimum $250,000
Contract. The fee is typically calculated as a percentage of
total purchases in the quarter. For quarters with total parts purchases less than $250,000 the proposed fee is
Vendor's sales under the Contract or as a per -unit lee; it is not
a line -item addition to the Member's cost of goods.
Kenworth proposes a $250 flat administrative fee per used truck or tractor vehicle to be paid quarterly.
(See the RFP and template Contract for additional details.:
Table 14A: Depth and Breadth of Offered Equipment Products
and Services
Proposers submitting a proposal in Category 1 as defined herein will be submitting In the broad category that includes all types of engines, fuel, and propulsion systems. For example, if a
Proposer offers chassis and cabs with Internal Combustion Engines: •CEI as well as chess's and cabs with electric propulsion systems the Proposer should designate it is seeking an award
n Category t only. Proposers seeking an award n Category 2. as defined herein, must Include at least one solution offered within the scope of Category 2 for electric propulsion systems
only
Line (tom Category SeNelion'
68 lCalegory t• As engines, fuel. and propulsion "a chess* end labs
Table 14B. Depth and Breadth of Offered Equipment Products and Services
Line 'Question Response'
Insm i
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE6C5AD93FC
70 Provide a detailed description of the equipment,
services that you are offering in your proposal.
products, and Kenworth is offering all truck and tractor models, truck parts, used trucks, and financial and municipal lease services.
offerings are through our contracted Kenworth deafer network throughout the United States and Canada.
Within this RFP category there may be subcategories of
solutions, List subcategory Was that best describe your
products and services.
Describe any manufadunng processes or materials ub ized that
contribute to chassis strength, cab strength. overall durability,
driver safety
The trick and tractor products include the entire Kenworth product line of class 5, 6, 7, and 8 vehicles vrith GVW /
GCW ratings from 16,000 lbs, to 140,0DO lbs. The base modets are: T180, T200, T380, T4800 K270, K370, T600,
T800, T880, W900. W990 and C500 that include multiple fuel types such as diesel, natural gas, electric, and future
additional options such as gasoline, hydrogen, or propane. Biodiesel blend Is also offered. Drive types offered include
tx2, 4x4, 6x4, 6x2, 6x6, as well as factory installed pusher eudes. Highly specialized vehicles are also offered such as
,twin steer, right hand drive, or dual drive type configuration.
Current electric vehicle models include K270e 4x2 in 26,000 GVWR non-CDL truck configuration. K370e 4x2 in 33,000
GVWR COL truck configuration. T6800 6x4 in doss 8 tractor or tack configuration. Future models win be added as
they become available such as hydrogen lual call vehicles and next generation battery electric models which match better
with vocational bodies and applications. Thane truck models include all possible factory assembled sates code options
included in published data books and rhon-published factory options (NPO items).
All truck body types, equipment, tools, support devices, and services to be installed or provided after chassis assembly
are offered as wall. These will be offered through Kenworth dealers at the time of tack chassis quotes in order to
provide a complete vehicle solution. Kenworth dealers will work with truck equipment manufacturers (body companies) and
other entities for necessary equipment and/or services required to meet the needs of the agency and application, This
Includes, but is not limited lo, bodies such as: Ambulance Truk, Armored Truck, Ashan Spreader, Atenuater Truck, Auto
Carrier, Belly Plow Truck, Beverage Hauling Truck, Block Truk, Boom Tnick, Sulkhead, Conveyor Truck, Crane Truck,
Crewcab, Day Cab Tractor, Drilling Truck, Dual Drive Truck, Dump Truck, Dumping Flatbed Truck, Expeditor Truck,
Extended Cab. Feed Truck, Fire Pumper, Fire Service, Fire Truck, Flatbed Truck, Flatbed with Molfit Forklift, Fork Lift
Truck, Fuel Delivery Truck, Garbage Packer, Garbage $ide Loader, Grapple Truck, Heavy Haul Tractor, Hook and Lift
Truck. Hook Truck, Hopper Truck, Landcaps Truk, Logger Truck, Maintenance, Marine Tnudk, Mixer Truck, 00 Tank Tnrck,
Finds Hook , Pot Hole Patc her, Potable Water Truk, Pumper Truk, Recycling Truck, Refrigerated Van Truck, Refuse,
Rescue Hauler, Ron -Back Recovery Truck, Rot -of Truck, Rollondoff Truck, Rout Tractor, Scissor Lift, Sewer Vac Truk,
Side Dump Truck, Sleeper Truck, Snow Plow Truck, Stake Truck, Street Sweeper, Sweeper Truck, Trailers, Transport
Truck, Ufilny bucket truck, Utility Dogger Derrick, Utility Service Truck, Utility Truck, Vacuum, Van Truck, Vocational Trader,
Waste Hauling Truck Water Tank Truck, Wig Plow Truk, Wrecker Truck, parts and parts kits, manuals, software, and
any specialized body or specialized service.
An example of some specialized services are body swaps, body modifications, chassis wheelbase modifications,
specialized training, refurbishing, and repainting. Special transportation service win be offered by Kenworth dealers in
addition to the standard transport provided as needed depending on the body and application solution. This is typically
required when a truck body and/or other related equipment is assembled and installed on incomplete truck chassis. Or
when the agencies' krcaWn requires specialized transport such as Hawaii.
Extended warranties for brio chassis, engines, aftertreatment, Iransmissons, bodies or any other truck related optional
extended warranties are offered. Kenworth Truck dealers vrift work directly with agencies to develop a complete vehicle
offering that meets the agencies specific needs.
Given the custom nature of each truck being designed to meet the end user and application need. Kenvorth dealers and
the participating agency will mutually agree upon what is needed in the overal quote, the final delivery expectations, and
final terms, conditions, cuffenccy type, and payment method. All KermvaNh U.S. and Canadian dealers are engaged,
supported, and eager to grow relationships and sales with participating agencies to meet their unique and specific
commercial vehicle transportation needs.
Truck Parts: Kenworth is offering 1A million different commercial PACCAR Truck Parts supporting all Kenworth and other
types of commercial vehicles through all Kenworth dealers and TRP Sloes as well as a 24 hour, 7 days a week, 365
days a year Online Parts Counter - parts.kenworth.com.
Used Trucks: Kenworth Is offedrri pray lyo? of used commercial truck available through Kenworth dealers.
Truck Parts: Kenworth is offering 1A million different commercial PACCAR Truck Parts supporting all Kenworth and other
types of Commercial vehicles through all Kenworth dealers and TRP Stores as well as a 24 hour, 7 days a week, 365
days a year OMlns Parts Counter - parts.kenworth.corn.
Used Trucks: Kenworth is offering any type of used commercial truck available through Kenworth dealers.
Paccar fina_±;a: Kenworth is offering through Paccar Financial lending and lease services.
Battery Electric Vehicles (SEVSI require more supporting services than typical ICE vehicles. Kenworth offers assistance
both directly and through conuaded third parties to analyze the agencies infrastructure needs, establish a comprehensive
plan that irrludes site analysis and recommendations, power / Grid analysis, construction and appropriate charger plans.
Additionally, Kenworth has personnel dedicated to assist agencies with funding, grant writing, and application assistance
for noentiva funds Thal may be available
Kenworth trucks are designed and twill to the highest gustily standards. Kenworth uses high strength aluminum cabs and
high-quallty materials and components that are tested and pass the extreme tests conducted at the Paccar Technical
Center The Kenworth conventional product line utilizes aluminum cab construction which has been proven in the field to
have industry leading durabi icy Not only are aluminum cabs lighter than stamped steel, they are also corrosion resistant-
Kenworth was founded by budding high quality, durable, rugged vocational trucks and our cabs can withstand the most +
severe duties such as heavy dump Off road applications.
Kenworth trucks are assembled with 120.000 PSI, North American steel. We also offer several different frame rail sizes
up to 11.519' to accommodate each type of application Kenworth offers heavy duty bolted crossmembers which provide
superior strength, durability and serviceability over standard welded or stamped steel crossmembers. Each order is
analyzed by a team of engineers to make sure that the chassis is spec'd property and will be capable of the Intended
sery , E
Standard .v nearly every Kerworth truck model, Kenworth's TruckTech+ is an innovative technology designed to diagnose
and address potential machamoal issues before they impact vehicle operation. This system ensures maximum uptme by
empowering drivers and fleet managers to make informed decisions.
Key features of I rudkTochr include,
• Instant notification of actionable engine and aftertmatmenl fault information.
• Fault codes accompanied by plain language explanations and proposed courses of action,
• Over -the -air updates.
• Proactive diagnostic and repair planning assistance, including detailed analysis of critical fault codes before the truck i
arrives at the shop.
Kenworth offers a wide array of standard and optional safety items including LED Headlights, automatic traction control,
rol stability rx79,ewn avoidance systems with automatic braking such as Sendix Wrgman Advanced and Bendix Fusion,
lane departure warning, lane centenrg. side object detection Bluelooth radios, smart steering wheels for hands on
controls.: d other driver safety systems that continually enhance driver comfort and safety.
Additional driver and user safety features-icluds, but are not limited to, driver self heck which assist with daily driver
DOT i-ispections headlights on with wipers, audible alarm when door open widhout park brake, battery disconnect
switches. auto neutral with parking brake, various PTO control interlocks, seat beft and occupancy sensors and warnings.
high visibility hand holds for cab entry and egress, orange or red seal bells, RdlTek side air -bag seats, keyless remote.
reverse warning alarmcustomer body builder te]Wzds (for boom out of stow for example), and constant onboard systems
diagnostics with high visibility indicators
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
73 Describe any differentiating serviceability attributes Irornote I
Kenworth conventional trick models include wide hood openings, up to 90 degrees, win hood safety locks to assure they
diagnostics, etc 7 your proposal offers. stay up in windy cordltions. The hood opening allows for easier driver checks, maintenance and service procedures.
!Standard on nearly every Kenworth truck model, Kenworth's TnxkTech+ is an innovative technology designed to diagnose
land address potential mechanical issues before they impact vehicle operation. This system ensures maximum uptime by
'empowering drivers and Beet managers to make informed decisions.
I Key features of TrvaTech+ Include -
instant notification of actionable ongine and afferUeatmenl fault information.
Fault codes accompanied by plain language explanations and proposed courses of action,
0 ar4he-air updates
Proactive diagnostic and repair planning ass stance including detailed analysis of critical fault codes before fha burin
`
-arrives al the shop. _1
Table 15: Category 1 - Depth and Breadth of Offered Equipment Products and Services
Indicate below if the listed types or Gasses of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary.
Proposers submitting a proposal in Category 1 will be submitting in the broad category that includes all types of engines, fuel, and propulsion systems. See RFP Section Ill. B. 1 for details.
We will not be submitting for Table 15: Category 1 - Depth and Breadth of Offered Equipment Products and Serv-ces
Category or Type 'offeredChassis Type (ICE and/or BEV)
Gass 4 chassis 'r Yes Both Chassis Types (ICE and BEV)
r. No
Class 5 chassis C. Yes Internal Combustion Engine fuel types (ICE)
C No
76 Class 6 chassis
# chassis
Yea Both Chassis Types (ICE and BEVI
No
r- Yes Both Chassis Types (ICE and BEV)
r- No
Comments
Cunentfy Kenworth does not offer a class 4 chassis.
Kenworth offers a class 5 ICE chassis in a hydraulic brake, 4x2
truck configuration that includes optional installation of any and all
body types required to meet the participating agencies need, Diesel,
biodiesel blend, and natural gas are available and future gasoline,
hydrogen and propane potentially. Potential future availability of
battery electric is also possible. _
Kenworth offers mutL'pte class 6 chassis models. Two with ICE and
one fully battery electric (BEV). ICE models available in 4x2 truck or
tractor configuration, au -wheel drive. Diesel. biodiesel blend. and
natural gas, Future alternative fuels planned include gasoline,
hydrogen, and propane potentially. Available in hydraulic or air
brakes. These models are highly customizable and include options
for extended front frame rail for front engine PTO or snowplow
applications. Truck configurations also include optional installation of
any and all body types required to meet the participafing agencies
need such as: Ambulance Truck, Armored Truck, Ashah Spreader,
Atenuater Truck, Auto Carrier, Belly Plow Truck, Beverage Hauling
Truck Block Truck, Boar Truck, Bulkhead, Conveyor Truck, Crane
Truck, Crewcab, Day Cab Tractor, Drilling Truck, Dual Drive Truck,
Dump Truck, Dumping Flatbod Truck, Expeditor Truck, Extended Cab,
Feed Tnrck, Fire Pumper, Fire Service, Fire Truck, Flatbed Truck,
Flatbed with Molfit Forklift, Fork Lift Truck, Fuel Delivery Truck.
Garbage Packer, Garbage Side Loader, Grapple Truck, Heavy Haul
Tractor. Hook and Lift Truck, Hook Truck, Hopper Truck, Lardrape
Truck, _ogger Truck, Maintenance, Marine Truck, Mixer Truck, Oct
Tank Truck, Pirtle Hook , Pot Hole Patcher, Potable Water Truck,
Pumper Truck, Recycling Truck, Refrigerated Van Truck, Refuse,
Rescue Hauler, Roll -Back Recovery Truck, Roloff Trudy Rolonloff
Truck. Route Tractor, Scissor Litt, Sewer Vac Truck, Side Dump
Truck, Sleeper Truck, Snow Plow Truck, Stake Truck, Street Sweeper
Sweeper Truck, Trailers, Transport Truck, Utility bucket crux*, Utility
Digger Derrick, Utility Service Truck, Utility Truck, Vacuum, Van Truck,
Vocational Tractor, Waste Haukng Truck, Water Tank Truck, Wig
Plow Truck, and Wrecker Truck. Battery electric model is available
in cabover 4x2 truck configuration.
Kenworth offers multiple class 7 chassis models. Two with ICE and
one fully battery electric (BEV). ICE models available in 4x2 truck or
tractor :,0iguration, all -wheel drive. Nasal. biodiesel bland, and
natural gas. Future alternative heels planned include gasoline,
hydrogen, and propane potentially. Available in hydraulic or air
brakes. These models are highly customizable and include options
for extended front frame rail for front engine PTO or snowplow
applications. Truk configurations also include optional installation of
any and all body types required to meet the participating agencies
need such as: Ambulance Truck, Armored Truck, Ashal Spreader
Atenualer Truck, Auto Carrier, Belly Plow Truck, Beverage Hauing
Truck, Black Truck, Boom Truk, Bulkhead, Conveyor Track, Crane
Truck, 4.rawrab, Day Cab Tractor, Drilling Truck, Dual Drive Tack,
Dump Truck, Dumping Flatbed Truck, Expeditor Truck, Extended Cab.
Feed -nick, Fire Pumper, Fire Service, Fire Truck, Flatbed Truck,
Flatbed with Mofit Foftt, Fork Lift Truck, Fuel Delivery Truck,
Garbage Packer, Garbage Side Loader, Grapple Truck, Heavy Haul
Tractor. Hook and Lift Truck, Hook Truck, Hopper Truck, Landcape
Truck ' ogger Truck. Maintenance, Marine Truck. Maor Truck. Oil
Tank Truck. Pinle Hook . Pot Hole Patcher, Potable Water Truck,
Pumper Truck, Recycling Truck, Refrigerated Van Truck, Refuse,
Roscoe Hauler, RoFBadk Recovery Truck, Rol -oft Truck, Rolorvoff
Truck. Route Tractor, Scissor Lilt, Sewer Vac Truck, Side Dump
Truck. Sleeper Trull, Snow Plow Truk, Stake Truck, Street Sweeper.
Sweeper Truck, Trailers, Transport Truck, Utility bucket trucK LMAy
Digger Derrick, Utility Service Truck, Utility Truck, Vacuum, Van Truck,
vocational Tractor, Waste Hauling Truck, Water Tank Truck, Wing
Plow Truck, and Wrecker Truck. Battery electric model is available
w -xbover 4x2 buck configuration.
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
Class 8 chassis c yes
r No
79 Related equipment, accessories, r. Yes
parts, upfitting. services, used chassis r No
and Gass 3 chassis
Bah Chassis Types QCE and BEV) Kenworth offers more then 20 class 6 chassis models, Over twenty
models wth ICE and one fully battery electric (BEV). ICE models
available in 4x2, 4x4, 6x4, 6x6, and 6x2 truck or tractor configuration,
all -wheal drive. Nclory installed pusher or tag axles, GVWR's and
GCWR's from 33,000 los. to 140,000 lbs., diesel, biodiesa bland,
and natural gas engines. Future allemaWe fuels planned include
gasoline, hydrogen, and propane Potentially. These models are h0hty
customizable and include options such as extended front frame rails
for front engine PTO or snowplow applications and roar engine PTO
applications. Truck configurations also include optional installation of
any and all body types required to most the participating agencies
need such as: : Ambulance Truck, Armored Truck, Ashatt Spreader,
Atenuater Truck, Auto Carrier. Bogy Plow Truck, Beverage Hauling
Truck, Block Truck, Boom Truk, Bulkhead, Conveyor Truck, Crane
Truck, Crercab, Day Cab Tractor, Dd" Truck, Dual Drive Truck,
Dump Truck, Dumping Flatbed Truck, Expeditor Truck, Extended Cab,
Feed Truck, Fire Pumper, Fire Service, Fire Truck, Flatbed Truck,
Flatbed with Moffil Forklift, Fork Lill Truck, Fuel Delivery Truck,
Garbage Packer, Garbage Side Loader, Grapple Truck, Heavy Haul
Tractor, Hock and Lift Truck, Hook Truck, Hopper Truck, Landcope
Truck, Logger Truck, Maintenance, Marine Truk, Mixer Truck, Oct
Tank Truck, Pinde Hook , Pot Hale Patcrer, Potable Water Truck,
Pumper Tnrdk, Recyding Trunk, Refrigerated Van Truck, Refkrse,
�Rescue Hauler, Roll -Back Recovery TnxK RoW Truk, Rosovoff
Tnrrk, Route Tractor, Scissor Lift, Sewer Vac Truck, Sloe Dump
Truck, Steeper Truck, Snow Plow Truk, Stake Trxik, Street Sweeper,
Sweeper Truck, Trailers, Transport Truck, Utility bucket truck, Utility
Digger Derrick, Utility Service Truck. Utility Truck, Vaarum, Van Truck,
IVoational Tractor, Waste Hauling Truck. Water Tank TuxK Wing
Plow Truck, end Wrecker Truck. Battery electric model is available
rin class 8 60 tractor or mirk onfguration.
Both Chassis Types (ICE and BEV) AN related body equipment and upfittng is offered. This includes but
is not limited to: All type of truck bodies, equipment, accessories,
training or other services, and fmancing options necessary to provide
a comprehensive and compete vehicle solution. See Table 140,
Une 70 for the list of body types, equipment, tools, support devices,
and services that are inducted in this offer and pricing is established
at the dealer's Now Truck Sales Department cost plus no more than
5% markup.
Bad" Electric Vehicles (BEVs) require more supporting services
than typical ICE vehicles. Kemwonh offers assistance both directly
and through contracted third parties to analyze the agencies
infrastructure needs, establish a comprehensive plan that includes site
analysis and recommendations, power ! Grid analysis, construction
and appropriate charger plans. Additionally, Kenworth has personnel
dedicated to assist agencies with funding, grant writing, and
application assistance for incentive funds that may be available.
Ocimmercal Truck Parts; Kenworth — PACCAR Parts is offering over
1.4 miilion commercial truck parts supporbng all Kenworth and other
types of commercial vehicles. After applying and receiving approval
for a Paccar Parts Flee) Account, purchases can be made through
(he Kam%,od h Realer network or through an optional On" Pans
Counter available 24 hours a day, 7 days a week, and 365 days a
year. The site is located at www,parts.kerhworth.00m. The pricing for
PACCAR parts is based on product category discounts. The
discounts are a percentage off list price amount that range from 0%
to 62.96%. Particpatng agencies will apply for a Paccar Parts
Fleet Services (PPFS) account. After applying, establishing credit,
and receiving approval, a PPFS account number will be assigned.
The PPFS account is required to assure the Sourcewell Kenworth
Parts discounts are provided. PACCAR Pans purchases tracked
(other tuck parts that may be available from the dealer are not
inc ided), and PACCAR Parts purchases reported quarlerty. The
Sourcewell Discount Matrix for Kenworth Pans — United States and
one for Canadian is uploaded under Pricing.
Used Tricks: Kemrorth is offering any type of used commercial
buck available through the 480+ Kenworth dealer locations. Used
truck pricing is not to exceed 110% of the NADA calculated retail
value of the vahkte plus any existing or add on equipment or
services retail value such as, but not limited to, truck bodies, chrome
items, headache racks, reconditioning work, repair services, parts,
flooring and storage, painting. special warranties, cleaning, transport,
—,>-tkxs and fuel.
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: 04647OD6-93FC-42A7-B37B-DOE005AD93FC
Table 16: Category 2 - Depth and Breadth of Offered Equipment Products and Services
Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary
Proposers seeking an award in Category 2, as defined herein, must include at least one solution offered within the scope of Category 2 for electric propulsion systems only See RFP
Section It. B. 1 for details.
P We wig not be submitting for Table 16: Category 2 - Depth and Breadth of Offered Equipment Products and Services
�Category or Type
Offend ' Comments
80 Battery Electric 9ehide (BE9)
r Yes
Class 4 Chassis
r No
61 Battery Electric 9ehide (BE9)
r Yes
Gass 5 Chassis
r No
82 Battery Electric 90lucle (BE9)
r Yes
Class 6 Chassis
r No
Battery Electric 9elucle (BE9)
r Yes
I63
Class 7 Chassis
r No
84 Battery Electric 9ehicle (BE9)
r Yes
Class 8 Chassis
r No
Related equipment, accessories, pats, upfimV,
r Yes - —
I85
services, used chassis and Gass 3 chassis
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:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formals 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 documents) 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 documeni(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,'d responding to the Marketing Plan category save the document as 'Marketing Plan."
• Pricing - Kenwonh Truck and Parts Pridng.zip - Monday March 25, 202414:02:52
• Financial Strength and Stability - PACCAR 2023 Annual Report. pdf - Friday March 22, 2024 16:24:33
• Marketing PlanlSemales - Marketing Samples and model brochures used.zip - Wednesday March 27, 2024 19:01:20
• Yddrir R.1€ -snp :r R—bled _ert4 rairs - WMBE awards.zip - Tuesday March 26, 2024 09:46:44
• Warranty Information - Warranty Documents.zip - Tuesday March 26, 2024 09:36:29
• ;leyr,psrd. fs or' C :ui ie :m Lin: -Standard Document Samples.zip -Tuesday March 26, 2024 09:38:02
• Requeslec ExcVjion s-Exceptions.pdf -Tuesday March 26, 2024 09:53:17
• Llolna:l Adtla onal Docunu w - Dealer Locations sample body company list and technology leader examples -zip - Tuesday March 26. 2024 10:05:37
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSign Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
Addenda, Terms and Conditions
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with
any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty.
The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of e
resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Addilionally, if Proposer has worked with a
consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational
conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendors objectivity in performing the contract is, or might be,
impaired,
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and
will not be communicated to any such persons prior to Due Date of this solicitation.
6. If awarded a contract, the Proposerwill provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a
resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products,
or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise
agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, slate, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or `nonpublic," etc.), either substantially or in their entirety. Under Minnesota
Statutes Section 13.591. subdivision 4, all proposals are considered nonpublic data unfit the evaluation is complete and a Contract is awarded. At that point, proposals become public
data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a'trade secret,' and thus nonpublic data under Minnesota's Data Practices Act,
11. Proposer its employees, agents, and subcontractors are not:
1. Included on the `Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury
found at: ldW risrx tuaswy.ysv_ofatio er_ostls adnlia sidF,
2. Included on the government -wide exclusions lists in the United States System for Award Management found at: hnns 11sAm.covISAM1; or
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the Stale of Minnesota; the United States federal
government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither 4 nor its principals have been convicted of a criminal
offense related to the subject matter of this solicitation.
17 By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this
electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or
enforceability solely because an electronic signature or electronic record was used in its formation. - Mike Kleaspies, Director Medium Duty Trucks, Kenwonh Truck Co.
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of
Interest in performing the contractual obligations contemplated in the bid.
r Yes a No
The Bidder acknowledges and agrees that the addendurrVaddenda 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.
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
DocuSlgn Envelope ID: D4647OD6-93FC-42A7-B37B-DOE005AD93FC
I have reviewed the
File Name
below addendum and
Pages
attachments (H
appllcable)
Addendum-7 Class 4-8 Chassis and Cabs RFP_032024
17
,
Thu March 211024 08:45 AM
Addendum-8—Class 4-8 Chassis and Cabs _RFP 032824
P
Wed March 20 202412:36 PM
9
Addandurn S Class 4-8 Chassis and Cabs _RFP_032824
p
Mon March 18 2024 12:01 PM
1
Addandum_4_Class 4-0 Chassis and Cabs RFP 032824
R
Wed March 6 2024 09:38 AM
1
Addendum-3—Class " Chassis and Cabs RFP 032824
Wed February 21 2024 04:08 PM
Addsndum_2_Class 4-8 Chassis and Cabs _RFP 032824
R
Wed February 14 2024 04:12 PM
1
Addendum 1 Class 4-8 Chassis and Cabs RFP_032824
$7
Thu February 8 2024 04:24 PM
1
Bid Number: RFP 032824 Vendor Name: Kenworth Truck Company, Division of PACCAR Inc.
Exhibit C - Conflict of Interest Questionnaire
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the taw by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being tiled 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 meels 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.
AA
❑ 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
CIO as necessary.
i PC 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?
Yes F-1 No
CB. Is the vendor receiving or I'kely 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?
F1 Yes a 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
❑
N� as described in Section 176,003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
J
Signature of vey." oinc,��ness wit 1 e governmental entity Date
Form provided by Texas Ethics Comm ssion www.eth'cs.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 hftp://www.statutes.legis.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 S 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 lz 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
rrr
(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) A vendor 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
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 06/13/23
M&C FILE NUMBER: M&C 23-0450
LOG NAME: 13P BLANKET COOPERATIVE AUTHORIZATION FLEET ACQUISITIONS ADK
(ALL) Authorize Purchase Agreements with Multiple Vendors for the Purchase of Fleet Vehicles, Off -Road Vehicles, and Other Motorized
Equipment up to the Amount of Available Funding in Capital Projects Across Multiple Funds Citywide using Multiple Cooperative Contracts and
Intedocal Agreements for Three Years for the Property Management Department
It is recommended that the City Council authorize the execution of purchase agreements with multiple vendors for the purchase of fleet vehicles, off
road vehicles, and other motorized equipment up to the amount of available funding in Capital Projects Across Multiple Funds Citywide using
multiple cooperative contracts and interlocal agreements for three years for the Property Management Department.
The Property Management Department's Fleet Acquisitions Division is currently in the process of fulfilling a multi -year backlog of City vehicle and
equipment purchases. The biggest challenge in trying to overcome this backlog is the availability of vendors, inventory, and the time it takes for the
City to make purchases when vehicles are available. Currently, the City has a backlog of eight (8) years totaling more than $30 million dollars.
The City currently has contracts with the following vendors using cooperative contracts:
VENDOR
Siddons Martin Emergency Group, LLC
Siddons Martin Emergency Group, LLC
JHouston Holdings, LLC
Versalift
Lake Country Chevrolet
North Texas Trailers, LLC
Silsbee Ford
Associated Supply Company (ASCO)
Rogue Jet Boatworks, Inc.
Lenoo Industries, Inc.
Polaris Sales, Inc.
Nationwide Trailers, LLC
Crafco, Inc.
COOPERATIVE AGENCY
BuyBoard
Houston -Galveston Area Council (HGAC)
BuyBoard
Sourcewell
The Intedocal Purchasing System (TIPS)
Buyboard
TIPS
BuyBoard
General Services Administration (GSA)
HGAC
Sourcewell
BuyBoard
BuyBoard
However, due to limited inventory and availability, additional vendors and options are needed. Fleet Acquisitions has already identified twenty-nine
additional vendors that are available through cooperatives.
Approval of this Mayor & Council Communication (M&C) authorizes the City to execute contracts with any vendor that is currently listed on any valid
cooperative that has one or more vehicles or pieces of equipment that is a current need for the City's fleet. This authorization would also include
purchases made using Interlocal Agreements with other governmental entities.
Fleet Acquisitions recently partnered with the Purchasing Division in an effort to better ensure that the City is able to purchase needed items as
quickly and efficiently as possible. The Fleet team meets regularly with key personnel to ensure that specifications are appropriate for the City's
fleet, costs are reasonable and acceptable, and that departments are receiving items that meet their business needs.
COOPERATIVE PURCHASE and INTERLOCAL AGREEMENTS - State law provides that a local government purchasing an item under a
cooperative purchasing agreement or interlocal agreement satisfies state laws requiring that the local government seek competitive bids for
purchase of the item.
AGREEMENT TERMS - Upon City Council approval of this M&C, the City will have authority to enter into one-time purchase agreements or annual
agreements with available vendors for up to three years from the date of approval. At the expiration of three years from the date of approval, the
City will seek additional authorization for any necessary contracts at that time.
BUSINESS EQUITY - an M/WBE goal is not assigned when purchasing from an approved purchasing cooperative or other public entity.
FUNDING - Currently, there is $42,593,019.00 in the City's budget in capital projects across multiple funds citywide for the purpose of funding fleet
acquisitions. Prior to each purchase agreement or contract being executed, staff will confirm that funding is available for that purchase and is
appropriated for that purpose. All existing contracts shall be amended or terminated to release encumbered funds to ensure that the City is able to
make purchases with the vendors that have needed items available for purchase on a rolling basis. No guarantee has been or will be made to any
vendor regarding minimum purchases.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budgets, as previously appropriated, in the Vehicle and
Equip Replacement Fund, W&S Capital Projects Fund, Stormwater Capital Projects Fund, Municipal Airport Capital Proj Fund, Solid Waste
Capital Projects Fund, CCPD Capital Projects Fund, ITS Capital Fund, Fleet Capital Projects Fund, Environmental Prot Cap Proj Fund, Tax Note
2019 Fund and Tax Note 2020 Fund to support the approval of the above recommendation for the purchase of vehicles and equipment. Prior to
any expenditures being incurred, the Property Management Department has the responsibility to validate the availability of funds.
SljbMjted for Citv Manager's Office by: Reginald Zeno 8517
Dana Burghdoff 8018
Originating Business Unit Head: Reginald Zeno 8517
Steve Cooke 5134
Additional lnformationContact, Jo Ann Gunn 8525
Ashley Kadva 2047