HomeMy WebLinkAbout064672 - General - Contract - Wastequip Manufacturing Company, LLCFORT WORTH
CITY OF FORT WORTH
CSC No. 64672
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement ("Agreement") is entered into by and between Wastequip
Manufacturing Company LLC ("Vendor") and the City of Fort Worth ("City"), a Texas home-rule
municipality, individually referred to as "Party" and collectively as the "Parties."
The Cooperative Purchase Agreement includes the following documents which shall be construed in the
order of precedence in which they are listed:
OFFICIAL RECORD
1.
2.
3.
4.
This Cooperative Purchase Agreement; CITY SECRETARY
Exhibit A— Price List; FT. WORTH, TX
Exhibit B— Cooperative Agency Contract Sourcewe11010825-WQI; and
Exhibit C— Conflict of Interest Questionnaire
Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. Vendor agrees to provide City with the services and goods included in
Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all
exhibits thereto. If any provisions of the attached Exhibits conflict with the terms herein, are prohibited
by applicable law, conflict with any applicable rule, regulation, or ordinance of City, the terms in this
Cooperative Purchase Agreement shall control.
City shall pay Vendor in accordance with the payment terms in Exhibit A and in accordance with
the provisions of this Agreement. Total annual payment made under this Agreement by City shall
not exceed One Hundred Fifty Thousand Dollars ($150,000.00). Vendor shall not provide any
additional items or services or bills for expenses incurred for City not specified by this Agreement unless
the City requests and approves in writing the additional costs for such services. City shall not be liable
for any additional expenses of Vendor not specified by this Agreement unless City first approves such
expenses in writing.
The Parties will engage in multiple transactions to purchase of goods/services under this
Agreement. For each purchase made pursuant to this Agreement, Vendor must supply a quote for the
subject goods/services 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 goods/services,
that quote shall be considered 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 ('Bffective Date") and expires on May 19, 2026. City shall be able to renew this agreement
for three (3) one-year renewal options by written agreement of the parties. City ar Vendor may
terminate this Agreement at any time and for any reason by providing the other party with 30 days'
written notice of termination.
Vendor agrees that City shall, until the expiration of three (3) years after final payment under
this Agreement, or the �nal 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 recards, of Vendar involving transactions
relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access
during normal working hours to all necessary Vendor facilities and shall be provided adequate and
appropriate work
space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor
reasonable advance notice of intended audits.
Notices required pursuant to the provisions of this Agreement shall be conclusively determined
to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or
representatives or (2) received by the other party by United States Mail, registered, return receipt
requested, addressed as follows:
To CITY:
City of Fort Worth
Attn: Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102
With copy to Fort Worth City Attorney's Office
at the same address
To VENDOR:
Wastequip Manufacturing Company LLC
Laura Hubbard, Director of Municipal Sales
841 Meacham Road
Statesville, NC 28677
Email : lhubbard@wastequip. com
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 ar by a court of competent jurisdiction.
The Agreement and the rights and obligations of the parties hereto shall be governed by, and
construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of
law provisions. Venue for any suit brought under the Agreement shall be in a court of competent
jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any
state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are
hereby deleted from the Agreement and shall have no force or effect.
Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement
requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted
and shall have no force or effect.
To the extent the Agreement, in any way, limits the liability of Vendor or requires City to
indemnify or hold Vendor or any third party harmless from damages of any kind or character, City
objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force
or effect.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section
does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government
Code, the City is prohibited from entering into a contract with a company for goods or services unless
the contract contains a written veriiication 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 frearm entity or firearm trade association; and (2) will
not discriminate against a firearm entity or firearm trade association during the term of this Agreement.
(signature page follows)
(remainder of this page intentionally left blank)
The undersigned represents and warrants that he or she has the power and authority to execute
this Agreement and bind the respective party.
CITY OF FORT WORTH:
:
Date:
V �Lf'Oti ���
Valerie Washington (Feb 5, 2026 10:06:21 CST)
Name: Valerie Washington
Title: Assistant City Manager
02/05/2026
APPROVAL RECOMMENDED:
:
:
�� ����
Name: James Keezell
Title: Assistant Director 4poRTnaa
poF00000 o, � a
v'�' ° �9�0
p�8 .10
9�p �� �p�� °_°
l� •�'=@� °Po* �o 00 *�d
�\�'�ti�-zi:sz, aaIln nezp54qa
�
Name: Jannette Goodall
Title: City Secretary
VENDOR:
Wastequip Manufacturing Company LLC
GGU✓l.Fl�
By:
Name: Laura Hubbard
Title: Director of Municipal Sales
02/03/2026
Date:
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration of
this contract, including ensuring all performance and
reporting requirements.
�:
�� �. ���
Name: Ruben Diaz
Title: Environment Field Ops Supt
APPROVED AS TO FORM AND LEGALITY:
c��.���
By:
Name: Jordan P. Alvarez
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 26-0004
Date Approved: 1.13.2026
��7��Cy1,1�:7X�%]:7�7
C«] � i'�'i Xy:� � ��1:�'1
FT. WORTH, TX
EXH I BIT A- Price List
Sourcewell �
Wastequip #010825-WQI
Pricing for contract #010825-WQI offers Sourcewell participating agencies the following
discounts:
� Wastequip Steel Container Products: Special Market Pricing
• Confab Steel Container Products: Special Market Pricing
• Wastequip Compaction Products: Special Market Pricing
• Galbreath Mobile Products: 5%to 20%offCatalog List Pricing
� Amrep Mobile Products: Special Market Pricing
� ContainerPros: Special Market Pricing
� Wastequip WRX: Special Market Pricing
• Wastebuilt: Special Market Pricing
• Mountain Tarp: Special Market Pricing
��� WASTEQUIPfl
Sourcewell :
Awarded Contract
Sell To:
Contact Name
Bill To Name
Bill To
Email
Phone
Ruben A. Diaz
City of Fort Worth
100 Throckmorton St
Ste 700
Fort Worth, TX 76102-2837
USA
ruben.alejand rodiaz@fortworthtexas. gov
(817) 229-8571
Quote Information
Salesperson Chance Hennig
Salesperson Email chenniaCc�wastepuip.com
Salesperson Phone (361) 362-4485
5712 Lower 3rd Street, Alexandria, LA, 71302
WQ-10368301
Ship To Name
Ship To
Quick Ship
City of Fort Worth
7801 W Cleburne Rd
Fort Worth, TX 76133
USA
Expiration Date 1/10/2026
Quote Number WQ-10368301
Please Reference Quote Number on all
Purchase Orders
Stationary Compactor Model includes a Key Start-Auto-Jog, 10HP Tri-volt
Compactor - 2451P T.E.F.C. motor, UL/CUL Listed, Remote Power Unit, Weather Cover, Controls
Mounted in Face of NEMA 4 Rated Panel, Precision Guided Ram, Heavy Duty
Ratchet Binders, A.N.S.I Z.245.2 Compliant and WASTEC rated
Compaction - CO201-5 -
145-2451P-265XP-3451P Container Options - Guide rails - 5' standard
Compaction - CO234 -
I Container Options - Hinged retainer teeth (3)
145-2451 P-265XP-3451 P
Compaction - CO252 -
Hopper / Doghouse - 3 sided hopper - side feed - left or right - ANSI
145-2451 P-265XP-3451 P
Compaction - C0102 80°/o full - Advance warning light
Compaction - C0122 Factory Options - Controls on remote pendant in lieu of mounting in panel face
� on 15' cord
Compaction - C0166 Pressure gauge - color coded and numeric - on 15' hose-mounted
Compaction - I
VAF-STAT-1 Guardian Control System
Compaction - (AMS) Automatic Maintenance Scheduler
VAF-STAT-2
Compaction - o
VAF-STAT-3 100 /o Full Light
Compaction -
Multicycle Timer - factory set for 2 cycles
VAF-STAT-4
Compaction -
VAF-STAT-5 Low Temperature Oil
1.00 $15,186.00 $15,186.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
$337.62 $337.62
$470.33 $470.33
$2,137.56 $2,137.56
$503.40 $503.40
$323.44 $323.44
$415.06 $415.06
$0.00 $0.00
1.00 $0.00 $0.00
1.00 $0.00 $0.00
1.00 $0.00 $0.00
1.00
$0.00 $0.00
��� WASTEQUIPfl
Sourcewell :
Awarded Contract
5712 Lower 3rd Street, Alexandria, LA, 71302
WQ-10368301
Compaction - I Warranty: 3 Years Structural, 1 Years Parts and 1 Year Labor
VAF-STAT-6
40 Cubic Yard Standard Duty Octagon Receiver Container 22' Long - Floor: 7
Container - TT - 160925
gauge with 3" structural channels on 18" centers and 6"x 2"x 3/16" Structural
Tubing Main Rails, Walls: 7 gauge lower and 10 gauge upper, Wheels: (2),
Primed and Painted any Standard Color
Surcharge
Compactor Installation
Payment Terms Net 30 Days if credit has been established
Shipping Terms FOB Origin
Add itional I nformation
Subtotal
Shipping
Tax
Grand Total
$30,329.41
$941.00
$0.00
$31,270.41
1.00 $0.00 $0.00
1.00 $7,956.00 $7,956.00
1.00 $O.00I $0.00
1.00 $3,000.00
$3,000.00
Additional Terms Our Quote serves as an offer to provide Products and/or services at the quantities and prices shown and is a good faith
estimate, based on our understanding of your needs. By signing below, you indicate your acceptance of our offer which is
expressly subject to the Wastequip Terms & Conditions of Sale ("Wastequip's Terms"") located at:
https://www.wastepuip.com/terms-conditions-sale, as of the date set forth in Section 1(b) of the WQ T&C, which are made
a part of this Quote. Wastequip's Terms may be updated from time to time and are available by hard copy upon request.
Any changes or deviations to the terms of this Quote, including any different terms in an Order submitted by you, must be
agreed upon in writing by both parties.
Additional Pricing is based on your acceptance prior to the expiration of this Quote, including product specifications, quantities, and
Information timing. Any differences to your Order may result in different pricing, freight or other costs. Due to volatility in
petrochemical, steel and related Product material markets, actual prices and freight, are subject to change. We reserve
the right, by providing notice to you at any time before beginning Product manufacturing, to increase the price of the
Product(s) to reflect any increase in the cost to us which is due to any factor beyond our control (such as, without
limitation, any increase in the costs of labor, materials, or other costs of manufacture or supply). Unless otherwise stated,
materials and container sizes indicated on sales literature, invoices, price lists, quotations and delivery tickets are nominal
sizes and representations — actual volume, Products and materials are subject to manufacturing and commercial variation
and Wastequip's practices, and may vary from nominal sizes and materials. All prices are in US dollars; this Quote may
not include all applicable taxes, brokerage fees or duties. If customer is not tax exempt, final tax calculations are subject to
change. Pursuant to California Section 26275 of the Health and Safety Code, certain trash receptacles and storage
containers must be marked with reflectors. Customers must disclose if such receptacles and containers are intended for
use in California — if not disclosed, the receptacles and containers are not intended for use in California.
Special Contract Sourcewell-Pricing & Product offerings are based on the Sourcewell Co-Operative Contract with Wastequip Manufacturing
Information Company LLC (#010825-WQI, eff. 05/29/2025) and such Contract terms & conditions are incorporated herein by
reference. Pricing & Product (& related) changes may occur at any time with proper documentation, & subject to
Sourcewell approval; therefore, offerings may change without written prior notice. Wastequip Product Limited Warranties,
Disclaimers, Limitation of Liability & Remedies, & Limited Warranty Provisions apply to all purchases thereunder.
Signatures
Accepted By:
Company Name:
Date:
Purchase Order:
5712 Lower 3rd Street, Alexandria, LA, 71302
�� WASTEQUIPfl WQ-10368301
Sourcewell :
Awarded Contract
Please Reference Quote Number on all Purchase Orders
r.�.� WASTEQUIP�
Sou rcewell �
Awarded Contract
Sell To:
Contact Name
Bill To Name
Bill To
Ruben A. Diaz
City of Fort Worth
100 Throckmorton St
Ste 700
Fort Worth, TX 76102-2837
USA
ruben.alejand rodiaz@fortworthtexas.gov
(817) 229-8571
8521 FM 850, Tyler, TX, 75705
PHONE: 903-405-4475
WQ-10368297
Ship To Name
Ship To
City of Fort Worth
7801 W Cleburne Rd
Fort Worth, TX 76133
USA
Email
Phone
Quote Information
Salesperson Chance Hennig
Salesperson Email chenniaCc�wastepuip.com
Salesperson Phone (361) 362-4485
Quick Ship
Expiration Date 12/21/2025
Quote Number WQ-10368297
Please Reference Quote Number on all
Purchase Orders
40 Cubic Yard Standard Duty Rectangular Roll Off Container 22' Long - Floor: 7
Container
gauge with 3" structural channels on 18" centers and 6" x 2" x 3/16" Structural
-TT-
155254 Tubing Main Rails, Walls: 12 gauge with side columns on 36" centers and 3" x
4" x 11 gauge Top Rails, Primed and Painted any Standard Color
Container
40 Cubic Yard Standard Duty Octagon Receiver Container 22' Long - Floor: 7
gauge with 3" structural channels on 18" centers and 6"x 2"x 3/16" Structural
-TT-
160925 Tubing Main Rails, Walls: 7 gauge lower and 10 gauge upper, Wheels: (2),
Primed and Painted any Standard Color
40 Cubic Yard Standard Duty Octagon Receiver Container 22' Long - Floor: 7
Container
gauge with 3" structural channels on 18" centers and 6"x 2"x 3/16" Structural
-TT-
160925 Tubing Main Rails, Walls: 7 gauge lower and 10 gauge upper, Wheels: (2),
Primed and Painted any Standard Color
Payment Terms Net 30 Days if credit has been established
Shipping Terms FOB Origin
Subtotal
Shipping
Tax
Grand Total
Painted
Brown
Painted
Brown
Painted
mediterranean
blue
$75,087.00
$3,171.00
$0.00
$78,258.00
8.00 $6,270.00 $50,160.00
1.00 $8,309.00 $8,309.00
2.00 $8,309.00 $16,618.00
Add itional I nformation
Additional Terms Our Quote serves as an offer to provide Products and/or services at the quantities and prices shown and is a good faith
estimate, based on our understanding of your needs. By signing below, you indicate your acceptance of our offer which is
expressly subject to the Wastequip Terms & Conditions of Sale ("Wastequip's Terms"") located at:
httqs://www.wastequip.com/terms-conditions-sale, as of the date set forth in Section 1(b) of the WQ T&C, which are made
a part of this Quote. Wastequip's Terms may be updated from time to time and are available by hard copy upon request.
r.�.� WASTEQUIP�
Sou rcewell �
Awarded Contract
8521 FM 850, Tyler, TX, 75705
PHONE: 903-405-4475
WQ-10368297
Any changes or deviations to the terms of this Quote, including any different terms in an Order submitted by you, must be
agreed upon in writing by both parties.
Additional Pricing is based on your acceptance prior to the expiration of this Quote, including product specifications, quantities, and
Information timing. Any differences to your Order may result in different pricing, freight or other costs. Due to volatility in
petrochemical, steel and related Product material markets, actual prices and freight, are subject to change. We reserve
the right, by providing notice to you at any time before beginning Product manufacturing, to increase the price of the
Product(s) to reflect any increase in the cost to us which is due to any factor beyond our control (such as, without
limitation, any increase in the costs of labor, materials, or other costs of manufacture or supply). Unless otherwise stated,
materials and container sizes indicated on sales literature, invoices, price lists, quotations and delivery tickets are nominal
sizes and representations — actual volume, Products and materials are subject to manufacturing and commercial variation
and Wastequip's practices, and may vary from nominal sizes and materials. All prices are in US dollars; this Quote may
not include all applicable taxes, brokerage fees or duties. If customer is not tax exempt, final tax calculations are subject to
change. Pursuant to California Section 26275 of the Health and Safety Code, certain trash receptacles and storage
containers must be marked with reflectors. Customers must disclose if such receptacles and containers are intended for
use in California — if not disclosed, the receptacles and containers are not intended for use in California.
Special Contract Sourcewell-Pricing & Product offerings are based on the Sourcewell Co-Operative Contract with Wastequip Manufacturing
Information Company LLC (#010825-WQI, eff. 05/29/2025) and such Contract terms & conditions are incorporated herein by
reference. Pricing & Product (& related) changes may occur at any time with proper documentation, & subject to
Sourcewell approval; therefore, offerings may change without written prior notice. Wastequip Product Limited Warranties,
Disclaimers, Limitation of Liability & Remedies, & Limited Warranty Provisions apply to all purchases thereunder.
Signatures
Accepted By:
Company Name:
Date:
Purchase Order:
Please Reference Quote Number on all Purchase Orders
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
EXHIBIT 6
Sc�urcewell �
MASTER AGREEMENT # 010825
CATEGORY: Bulk Solid Waste and Recycling Equipment
SUPPLIER: Wastequip Manufacturing Company LLC
010825-WQI
This Master Agreement (Agreement) is between Sourcewell, a Minnesota service cooperative located at
202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Wastequip Manufacturing
Company LLC, 6525 Carnegie Blvd., Suite 300, Charlotte, NC 28211 (Supplier).
Sourcewell is a local government and service cooperative created under the laws of the State of
Minnesota (Minnesota Statutes Section 123A.21) offering a Cooperative Purchasing Program to eligible
participating government entities.
Under this Master Agreement entered with Sourcewell, Supplier will provide Included Solutions to
Participating Entities through Sourcewell's Cooperative Purchasing Program.
Article 1:
General Terms
The General Terms in this Article 1 control the operation of this Master Agreement between Sourcewell
and Supplier and apply to all transactions entered by Supplier and Participating Entities. Subsequent
Articles to this Master Agreement control the rights and obligations directly between Sourcewell and
Supplier (Article 2), and between Supplier and Participating Entity (Article 3), respectively. These Article 1
General Terms control over any conflicting terms. Where this Master Agreement is silent on any subject,
Participating Entity and Supplier retain the ability to negotiate mutually acceptable terms.
1) Purpose. Pursuant to Minnesota law, the Sourcewell Board of Directors has authorized a Cooperative
Purchasing Program designed to provide Participating Entities with access to competitively awarded
cooperative purchasing agreements. To facilitate the Program, Sourcewell has awarded Supplier this
cooperative purchasing MasterAgreement following a competitive procurement process intended to
meet compliance standards in accordance with Minnesota law and the requirements contained
herein.
2) Intent. The intent of this Master Agreement is to define the roles of Sourcewell, Supplier, and
Participating Entity as it relates to Sourcewell's Cooperative Purchasing Program.
3) Participating Entity Access. Sourcewell's Cooperative Purchasing Program Master Agreements are
available to eligible public agencies (Participating Entities). A Participating Entity's authority to access
Sourcewell's Cooperative Purchasing Program is determined through the laws of its respective
jurisdiction.
4) Supplier Access. The Included Solutions offered underthis Agreement may be made available to any
Participating Entity. Supplier understands that a Participating Entity's use of this Agreement is at the
Participating Entity's sole convenience. Supplier will educate its sales and service forces about
Sourcewell eligibility requirements and required documentation. Supplier will be responsible for
ensuring sales are with Participating Entities.
v052824
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
S) Term. This Agreement is effective upon the date of the final signature below. The term of this
Agreement is four (4) years from the effective date. The Agreement expires at 11:59 P.M. Central
Time on May 19, 2029, unless it is cancelled or extended as defined in this Agreement.
a) Extensions. Sourcewell and Supplier may agree to up to three (3) additional one-year extensions
beyond the original four-year term. The total possible length of this Agreement will be seven (7)
years from the effective date.
b) Exceptional Circumstances. Sourcewell retains the right to consider additional extensions as
required under exceptional circumstances.
6) Survival of Terms. Notwithstanding the termination of this Agreement, the obligations of this
Agreement will continue through the performance period of any transaction entered between
Supplier and any Participating Entity before the termination date.
7) Scope. Supplier is awarded a Master Agreement to provide the solutions identified in (RFP #010825)
to Participating Entities. In Scope solutions include:
a. Commercial and institutional-sized refuse and recycling containers roll-off containers,
collection bins, and dumpsters of inetal construction;
b. Knuckleboom and grapple loaders;
c. Hook and hoist dumpster loaders;
Roll-offtrucks; and
Refuse and recyclable material balers and compactors.
Proposers may include related equipment, accessories, and services to the extent that these solutions
are complementary and directly related to the equipment, products, or services being proposed in 1. a. -
e. above.
8) Included Solutions. Supplier's Proposal to the above referenced RFP is incorporated into this Master
Agreement. Only those Solutions included within Supplier's Proposal and within Scope (Included
Solutions) are included within the Agreement and may be offered to Participating Entities.
9) Indefinite Quantity. This Master Agreement defines an indefinite quantity of sales to eligible
Participating Entities.
10) Pricing. Pricing information (including Pricing and Delivery and Pricing Offered tables) for all Included
Solutions within Supplier's Proposal is incorporated into this Master Agreement.
11) Not to Exceed Pricing. Suppliers may not exceed the prices listed in the current Pricing List on file
with Sourcewell when offering Included Solutions to Participating Entities. Participating Entities may
request adjustments to pricing directly from Supplier during the negotiation and execution of any
transaction.
12) Open Market. Supplier's open market pricing process is included within its Proposal.
13) Supplier Representations:
v052824 2
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
i) Compliance. Supplier represents and warrants it will provide all Included Solutions
under this Agreement in full compliance with applicable federal, state, and local laws and
regulations.
ii) Licenses. As applicable, Supplier will maintain a valid status on all required federal, state,
and local licenses, bonds, and permits required for the operation of Supplier's business with
Participating Entities. Participating Entities may request all relevant documentation directly from
Supplier.
iii) Supplier Warrants. Supplier warrants only Included Solutions of its manufacture, sold by
the Supplier, or by a Supplier authorized distributor, for normal and intended use and service
and for specific periods against operational failure caused by proven defective material or
workmanship. In addition, Supplier warrants the Solutions are suitable for and will perform in
accordance with the ordinary use for which they are intended.
14) Bankruptcy Notices. Supplier certifies and warrants it is not currently in a bankruptcy proceeding.
Supplier has disclosed all current and completed bankruptcy proceedings within the past seven years
within its Proposal. Supplier must provide notice in writing to Sourcewell if it enters a bankruptcy
proceeding at any time during the term of this Agreement.
15) Debarment and Suspension. Supplier certifies and warrants that neither it nor its principals are
presentlydebarred, suspended, proposed fordebarment, declared ineligible, orvoluntarily excluded
from programs operated by the State of Minnesota, the United States federal government, or any
Participating Entity. Supplier certifies and warrants that neither it nor its principals have been
convicted of a criminal offense related to the subject matter of this Agreement. Supplier further
warrants that it will provide immediate written notice to Sourcewell if this certification changes at
any time during the term of this Agreement.
16) Provisions for non-United States federal entity procurements under United States federal awards
or other awards (Appendix II to 2 C.F.R § 200). Participating Entities that use United States federal
grant or other federal funding to purchase solutions from this Agreement may be subject to
additional requirements including the procurement standards of the Uniform Administrative
Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200.
Participating Entities may have additional requirements based on specific funding source terms or
conditions. Within this Section, all references to "federal" should be interpreted to mean the United
States federal government. The following list applies when a Participating Entity accesses Supplier's
Included Solutions with United States federal funds.
i) EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. §
60, all agreements that meet the definition of "federally assisted construction contract" in 41
C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935,
3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
v052824 3
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
ii) DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-federal
entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-
3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with the
Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report all
suspected or reported violations to the federal awarding agency. Supplier must comply with all
applicable Davis-Bacon Act provisions.
iii) CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708).
Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that
involve the employment of inechanics or laborers must include a provision for compliance with
40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of
the standard work week is permissible provided that the worker is compensated at a rate of not
less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in
the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and
provide that no laborer or mechanic must be required to work in surroundings or under working
conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to
the purchases of supplies, materials, or articles ordinarily available on the open market, or
contracts for transportation or transmission of intelligence. This provision is hereby incorporated
by reference into this Agreement. Supplier certifies that during the term of an award for all
Agreements by Sourcewell resulting from this procurement process, Supplier must comply with
applicable requirements as referenced above.
iv) RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal
award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient
or subrecipient wishes to enter into a contract with a small business firm or nonprofit
organization regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Supplier
v052824 4
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
certifies that during the term of an award for all Agreements by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
v) CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION
CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of
$150,000 require the non-federal award to agree to comply with all applicable standards, orders
or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal
Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to
the Federal awarding agency and the Regional Office of the Environmental Protection Agency
(EPA). Supplier certifies that during the term of this Agreement it will comply with applicable
requirements as referenced above.
vi) DEBARMENTAND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract
award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide
exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines
at 2 C.F.R. § 180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and
12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains
the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties
declared ineligible under statutory or regulatory authority other than Executive Order 12549.
Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
vii) BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must
file any required certifications. Suppliers must not have used federal appropriated funds to pay
any person or organization for influencing or attempting to influence an officer or employee of
any agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any federal contract, grant, or any other
award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds
that takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures
required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352).
viii) RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply
with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further
certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
ix) ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable,
Supplier must comply with the mandatory standards and policies relating to energy efficiency
which are contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act.
x) BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must
comply with all applicable provisions of the Buy American Act. Purchases made in accordance
with the Buy American Act must follow the applicable procurement rules calling for free and
open competition.
v052824 5
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
xi) ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this
Agreement for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Supplier's personnel for the purpose of
interview and discussion relating to such documents.
xii) PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity
that is a state agency or agency of a political subdivision of a state and its contractors must
comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource
Conservation and Recovery Act. The requirements of Section 6002 include procuring only items
designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that
contain the highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
xiii) FEDERAL SEAL(5), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests,
or reproductions of flags or likenesses of Federal agency officials without specific pre-approval.
xiv) NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party
to this Agreement or any purchase by a Participating Entity and is not subject to any obligations
or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Agreement or any purchase by an authorized user.
xv) PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. § 38 (Administrative Remedies for False Claims and
Statements) applies to the Supplier's actions pertaining to this Agreement or any purchase by a
Participating Entity.
xvi) FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
xvii) CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Agreement or any aspect related
to the anticipated work under this Agreement raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and
Participating Entity are able to assess the actual or potential conflict; and provide any additional
information as necessary or requested.
xviii) U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with
U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of
resources and support to individuals and organizations associated with terrorism.
v052824 6
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
xix) PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of
this Agreement it will comply with applicable requirements of 2 C.F.R. § 200.216.
xx) DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier
certifies that during the term of this Agreement, Supplier will comply with applicable
requirements of 2 C.F.R. § 200.322.
Article 2:
Sourcewell and Supplier Obligations
The Terms in this Article 2 relate specifically to Sourcewell and its administration of this Master
Agreement with Supplier and Supplier's obligations thereunder.
1) Authorized Sellers. Supplier must provide Sourcewell a current means to validate or authenticate
Supplier's authorized dealers, distributors, or resellers which may complete transactions of Included
Solutions offered under this Agreement. Sourcewell may request updated information in its
discretion, and Supplier agrees to provide requested information within a reasonable time.
2) Product and Price Changes Requirements. Supplier may request Included Solutions changes,
additions, or deletions at any time. All requests must be made in writing by submitting a Sourcewell
Price and Product Change Request Form to Sourcewell. At a minimum, the request must:
• Identify the applicable Sourcewell Agreement number;
• Clearlyspecifythe requested change;
• Provide sufficient detail to justify the requested change;
• Individually list all Included Solutions affected by the requested change, along with the
requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of Pricing List with the effective date of the modified pricing,
or product addition or deletion. The new pricing restatement must include all Included
Solutions offered, even for those items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an amendment to
this Agreement and will be incorporated by reference.
3) Authorized Representative. Supplier will assign an Authorized Representative to Sourcewell for this
Agreement and must provide prompt notice to Sourcewell if that person is changed. The Authorized
Representative will be responsible for:
• Maintenance and management ofthis Agreement;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Participation in reviews with Sourcewell.
Sourcewell's Authorized Representative is its Chief Procurement Officer.
4) Performance Reviews. Supplier will perform a minimum of one review with Sourcewell per
agreementyear. The review will covertransactions to Participating Entities, pricing and terms,
v052824 7
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
administrative fees, sales data reports, performance issues, supply chain issues, customer issues, and
any other necessary information.
5) Sales Reporting Required. Supplier is required as a material element to this Master Agreement to
report all completed transactions with Participating Entities utilizing this Agreement. Failure to
provide complete and accurate reports as defined herein will be a material breach of the Agreement
and Sourcewell reserves the right to pursue all remedies available at law including cancellation of
this Agreement.
6) Reporting Requirements. Supplier must provide Sourcewell an activity report of all transactions
completed utilizing this Agreement. Reports are due at least once each calendar quarter (Reporting
Period). Reports must be received no later than 45 calendar days after the end of each calendar
quarter. Supplier may report on a more frequent basis in its discretion. Reports must be provided
regardless of the amount of completed transactions during that quarter (i.e., if there are no sales,
Supplier must submit a report indicating no sales were made).
The Report must contain the following fields:
• Participating Entity Name (e.g., City of Staples Highway Department);
• Participating Entity Physical Street Address;
• Participating Entity City;
• Participating Entity State/Province;
• Participating Entity Zip/Postal Code;
• Sourcewell Participating Entity Account Number;
• Transaction Description;
• Transaction Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Transaction was invoiced/sale was recognized as revenue by Supplier.
If collected by Supplier, the Report may include the following fields as available:
• Participating Entity Contact Name;
• Participating Entity Contact Email Address;
• Participating Entity Contact Telephone Number;
7) Administrative Fee. In consideration for the support and services provided by Sourcewell, Supplier
will pay an Administrative Fee to Sourcewell on all completed transactions to Participating Entities
utilizing this Agreement. Supplier will include its Administrative Fee within its proposed pricing.
Supplier may not directly charge Participating Entities to offset the Administrative Fee.
8) Fee Calculation. Supplier's Administrative Fee payable to Sourcewell will be calculated as a stated
percentage (listed in Supplier's Proposal) of all completed transactions utilizing this Master
Agreement within the preceding Reporting Period. For certain categories, a flat fee may be
proposed. The Administrative Fee will be stated in Supplier's Proposal.
9) Fee Remittance. Supplier will remit fee to Sourcewell no later than 45 calendar days after the close
of the preceding calendar quarter in conjunction with Supplier's Reporting Period obligations
defined herein. Payments should note the Supplier's name and Sourcewell-assigned Agreement
number in the memo; and must be either mailed to Sourcewell above "Attn: Accounts Receivable" or
v052824
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
remitted electronicallyto Sourcewell's banking institution perSourcewell's Finance department
instructions.
10) Noncompliance. Sourcewell reserves the right to seek all remedies available at law for unpaid or
underpaid Administrative Fees due under this Agreement. Failure to remit undisputed payment,
delinquent undisputed payments, underpayments of undisputed amounts, or other material
deviations from the requirements ofthis Agreement may be deemed a material breach and may
result in cancellation of this Agreement and disbarment from future Agreements.
11) Audit Requirements. Pursuant to Minn. Stat. § 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Agreement are subject to
examination by Sourcewell and the Minnesota State Auditor for a minimum of sixyears from the end
of this Agreement. Supplier agrees to fully cooperate with Sourcewell in auditing transactions under
this Agreement to ensure compliance with pricing terms, correct calculation and remittance of
Administrative Fees, and verification of transactions as may be requested by a Participating Entity or
Sourcewell.
12) Assignment, Transfer, and Administrative Changes. Neither the Supplier nor Sourcewell may assign
or otherwise transfer any rights or obligations under this Agreement without the prior written
consent of the parties and a fully executed assignment agreement. Such consent will not be
unreasonably withheld. Notwithstanding the foregoing, Sourcewell reserves the right to unilaterally
assign all or portions of this Agreement within its sole discretion to address corporate restructurings,
mergers, acquisitions, or other changes to the Responsible party and named in the Agreement. Upon
request Sourcewell may make administrative changes to agreement documentation such as name
changes, address changes, and other non-material updates as determined within its sole discretion.
13) Amendments. Any material change to this Agreement must be executed in writing through an
amendment and will not be effective until it has been duly executed by the parties.
14) Waiver. Failure by Either Party to enforce any right under this Agreement will not be deemed a
waiver of such right in the event of the continuation or repetition of the circumstances giving rise to
such right.
15) Complete Agreement. This Agreement represents the complete agreement between the parties for
the scope as defined herein. Supplier and Sourcewell may enter into separate written agreements
relating specifically to transactions outside of the scope of this Agreement.
16) Relationship of Sourcewell and Supplier. This Agreement does not create a partnership, joint
venture, or any other relationship such as employee, independent contractor, master-servant, or
principal-agent.
17) Indemnification. Supplier must indemnify, defend, save, and hold Sourcewell, including their agents
and employees, harmless from any claims or causes of action, including attorneys' fees incurred by
Sourcewell, arising out of any act or omission in the performance of this Agreement by the Supplier
or its agents or employees; this indemnification includes injury or death to person(s) or property
alleged to have been caused by some defect in design, condition, or performance of Included
Solutions under this Agreement TO THE EXTENT THE INCLUDED SOLUTIONS HAVE BEEN USED
ACCORDING TO THEIR SPECIFICATIONS. Sourcewell's responsibility will be governed by the State of
v052824 9
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. IN NO
EVENT WILL SUPPLIER BE LIABLE FOR ANY LOSS OF USE, REVENUE, OR PROFIT, OR FOR ANY
CONSEQUENTIAL, INCIDENTAL, INDIRECT, OR EXEMPLARY DAMAGES, WHETHER ARISING OUT OF
BREACH OF CONTRACT, TORT (INCLUDING NEGLIGENCE), OR OTHERWISE, REGARDLESS OF WHETHER
SUCH DAMAGE WAS FORESEEABLE AND WHETHER OR NOT THE INDEMNITEE WAS ADVISED OF THE
POSSIBILITY OF SUCH DAMAGES.
18) Data Practices. Supplier and Sourcewell acknowledge Sourcewell is subject to the Minnesota
Government Data Practices Act, Minnesota Statutes Chapter 13. As it applies to all data created and
maintained in performance of this Agreement, Supplier may be subject to the requirements of this
chapter.
19) Grant of License.
a) During the term of this Agreement:
i) Supplier Promotion. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive
right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising,
promotional materials, and informational sites for the purpose of marketing Sourcewell's
Agreement with Supplier.
ii) Sourcewell Promotion. Supplier grants to Sourcewell a royalty-free, worldwide, non-
exclusive right and license to use Supplier's trademarks in advertising, promotional
materials, and informational sites forthe purpose of marketing Supplier's Agreement with
Sourcewell.
b) Limited Right of Sublicense. The right and license granted herein includes a limited right of each
party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers,
marketing representatives, partners, or agents (collectively "Permitted Sublicensees") in
advertising, promotional, or informational materials for the purpose of marketing the Parties'
relationship. Any sublicense granted will be subject to the terms and conditions of this Article.
Each party will be responsible for any breach of this section by any of their respective
sublicensees.
c) Use; Quality Control.
i) Neither party may alter the other party's trademarks from the form provided and must
comply with removal requests as to specific uses of its trademarks or logos.
ii) Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's
trademarks only in good faith and in a dignified manner consistent with such party's use of
the trademarks. Each party may make written notice to the other regarding misuse under
this section. The offending party will have 30 days of the date of the written notice to cure
the issue or the license/sublicense will be terminated.
d) Termination. Upon the termination of this Agreement for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and
the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of
suppliers which may be used until the next printing). Supplier must return all marketing and
promotional materials, including signage, provided by Sourcewell, or dispose of it according to
Sourcewell's written directions.
v052824 10
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
20) Venue and Governing law between Sourcewell and Supplier Only. The substantive and procedural
laws of the State of Minnesota will govern this Agreement between Sourcewell and Supplier. Venue
for all legal proceedings arising out of this Agreement between Sourcewell and Supplier will be in
court of competent jurisdiction within the State of Minnesota. This section does not apply to any
dispute between Supplier and Participating Entity. This Agreement reserves the right for Supplier and
Participating Entity to negotiate this term within any transaction documents.
21) Severability. If any provision of this Agreement is found by a court of competent jurisdiction to be
illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Agreement is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
22) Insurance Coverage. At its own expense, Supplier must maintain valid insurance policy(ies) during
the performance of this Agreement with insurance company(ies) licensed or authorized to do
business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and
limits of insurance not less than the following:
a) Commercial General Liability Insurance. Supplier will maintain insurance covering its operations,
with coverage on an occurrence basis, and must be subject to terms no less broad than the
Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer
edition), or equivalent. At a minimum, coverage must include liability arising from premises,
operations, bodily injury and property damage, independent contractors, products-completed
operations including construction defect, contractual liability, blanket contractual liability, and
personal injury and advertising injury. All required limits, terms and conditions of coverage must
be maintained during the term of this Agreement.
• $1,500,000 each occurrence Bodily Injury and Property Damage
• $1,500,000 Personal and Advertising Injury
• $2,000,000 aggregate for products liability-completed operations
• $2,000,000 general aggregate
b) Certificates of Insurance. Prior to execution of this Agreement, Supplier must furnish to
Sourcewell a certificate of insurance, as evidence of the insurance required under this
Agreement. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or provided to in an
alternative manner as directed by Sourcewell. The certificates must be signed by a person
authorized by the insurer(s) to bind coverage on their behalf. Failure of Supplier to maintain the
required insurance and documentation may constitute a material breach.
c) Additional Insured Endorsement and Primary and Non-contributory Insurance Clause. Supplier
agrees to list Sourcewell, including its officers, agents, and employees, as an additional insured
under the Supplier's commercial general liability insurance policy with respect to liability arising
out of activities, "operations," or "work" performed by or on behalf of Supplier, and products
and completed operations of Supplier. The policy provision(s) or endorsement(s) must further
provide that coverage is primary and not excess over or contributory with any other valid,
applicable, and collectible insurance or self-insurance in force for the additional insureds.
d) Waiver of5ubrogation. Supplier waives and must require (by endorsement or otherwise) all its
insurers to waive subrogation rights against Sourcewell and other additional insureds for losses
v052824 11
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
paid under the insurance policies required by this Agreement or other insurance applicable to
the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured
retentions applicable to the required or any other insurance maintained by the Supplier or its
subcontractors. Where permitted by law, Supplier must require similar written express waivers
of subrogation and insurance clauses from each of its subcontractors.
e) Umbrella/Excess Liability/SELF-INSURED RETENTION. The limits required by this Agreement can
be met by either providing a primary policy or in combination with umbrella/excess liability
policy(ies), or self-insured retention.
23) Termination for Convenience. Sourcewell or Supplier may terminate this Agreement upon 60
calendar days' written notice to the other Party. Termination pursuant to this section will not relieve
the Supplier's obligations under this Agreement for any transactions entered with Participating
Entities through the date of termination, including reporting and payment of applicable
Administrative Fees.
24) Termination for Cause. Either Party may terminate this Agreement upon providing written notice of
material breach to the other party. Notice must describe the breach in reasonable detail and state
the intent to terminate the Agreement. Upon receipt of Notice, the Recipient will have 30 calendar
days in which it must cure the breach. Termination pursuant to this section will not relieve the
Breaching Party under this Agreement for any transactions entered with Participating Entities
through the date oftermination, including reporting and payment of applicable Administrative Fees.
Article 3:
Supplier Obligations to Participating Entities
The Terms in this Article 3 relate specifically to Supplier and a Participating Entity when entering
transactions utilizing the General Terms established in this MasterAgreement. Article 1 General Terms
control over any conflict with this Article 3. Where this Master Agreement is silent on any subject,
Participating Entity and Supplier retain the ability to negotiate mutually acceptable terms.
1) Quotes to Participating Entities. Suppliers are encouraged to provide all pricing information
regarding the total cost of acquisition when quoting to a Participating Entity. Suppliers and
Participating Entities are encouraged to include all cost specifically associated with or included within
the Suppliers proposal and Included Solutions within transaction documents.
2) Shipping, Delivery, Acceptance, Rejection, and Warranty. Supplier's proposal may include proposed
terms relating to shipping, delivery, inspection, and acceptance/rejection and other relevant terms
of tendered Solutions. Supplier and Participating Entity may negotiate final terms appropriate forthe
specific transaction relating to non-appropriation, shipping, delivery, inspection,
acceptance/rejection of tendered Solutions, and warranty coverage for Included Solutions. Such
terms may include, but are not limited to, costs, risk of loss, proper packaging, inspection rights and
timelines, acceptance or rejection procedures, and remedies as mutually agreed include notice
requirements, replacement, return or exchange procedures, and associated costs.
3) Applicable Taxes. Participating Entity is responsible for notifying supplier of its tax-exempt status and
for providing Supplier with any valid tax-exemption certification(s) or related documentation.
v052824 12
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
4) Ordering Process and Payment. Supplier's ordering process and acceptable forms of payment are
included within its Proposal. Participating Entities will be solely responsible for payment to Supplier
and Sourcewell will have no liability for any unpaid invoice of any Participating Entity.
5) Transaction Documents. Participating Entity may require the use of its own forms to complete
transactions directly with Supplier utilizing the terms established in this Agreement. Supplier's
standard form agreements may be offered as part of its Proposal. Supplier and Participating Entity
may complete and document transactions utilizing any type oftransaction documents as mutually
agreed. In any transaction document entered utilizing this Agreement, Supplier and Participating
Entity must include specific reference to this Master Agreement by number and to Participating
Entity's unique Sourcewell account number.
6) Additional Terms and Conditions Permitted. Participating Entity and Supplier may negotiate and
include additional terms and conditions within transaction documentation as mutually agreed. Such
terms may supplant or supersede this Master Agreement when necessary and as mutually
determined by Participating Entity and the Supplier. Sourcewell has expressly reserved the right for
Supplier and Participating Entity to address any necessary provisions within transaction documents
not expressly included within this Master Agreement, including but not limited to transaction
cancellation, dispute resolution, governing law and venue, non-appropriation, insurance, defense
and indemnity, force majeure, and other material terms as mutually agreed.
7) Subsequent Agreements and Survival. Supplier and Participating Entity may enter into a separate
agreement to facilitate long-term performance obligations utilizing the terms of this Master
Agreement as mutually agreed. Such agreements may provide for a performance period extending
beyond the full term of this Master Agreement as determined in the discretion of Participating
Entity.
8) Participating Addendums. Supplier and Participating Entity may enter a Participating Addendum or
similar document extending and supplementing the terms of this Master Agreement to facilitate
adoption as may be required by a Participating Entity.
9) Force Majeure. Supplier shall not be held responsible for delay or default caused by acts of God or
other conditions that are beyond Supplier's reasonable control.
Sourcewell
Signetl by:
�y s���
COFD2A139D06489...
By:
Jeremy Schwartz
Title: Chief Procurement Officer
Date:
5/29/2025 � 6:53 AM C�T
Wastequip Manufacturing Company LLC
Slgnetl by:
/7\�� `
v
834FF567BBD940B...
By:
Laura Hubbard
Title: Director of Municipal Sales
5/28/2025 � 5:46 PM EDT
Date:
v052824 13
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
010825-WQI
v052824 14
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
RFP 010825 - Bulk Solid Waste and Recycling Equipment
Vendor Details
Company Name: Wastequip Manufacturing Company LLC
(Bid Location) 841 Meacham Road
Address:
Statesville, NC 28677
Contact: VICKY CONNELLY-TURMAN
Email: bids@wastequip.com
Phone: 800-424-0422 09641
HST#: 22-3191624
Submission Details
Created On: Thursday November 14, 2024 09:04:29
Submitted On: Wednesday January 08, 2025 09:47:56
Submitted By: VICKY CONNELLY-TURMAN
Email: bids@wastequip.com
Transaction #: 47b1 e5d2-7634-436b-8161-d5c3fac75387
Submitter's IP Address: 4.37.174.194
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
Specifications
Table 1: Proposer ldentity & Authorized Representatives (Not Scored)
General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach
additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the
question does not apply to you (preferably with an explanation).
Table 1 Specific Instructions. Sourcewell requires identification of all parties responsible for providing Solutions under a resulting master
agreement(s) (Responsible Supplier). Proposers are strongly encouraged to include all potential Responsible Suppliers including any
corporate affiliates, subsidiaries, D.B.A., and any other authorized entities within a singular proposal. All information required under this
RFP must be included for each Responsible Supplier as instructed. Proposers with multiple Responsible Supplier options may choose to
respond individually as distinct entities, however each response will be evaluated individually and only those proposals recommended for
award may result in a master agreement award. Unawarded entities will not be permitted to later be added to an existing master
agreement through operation of Proposer's corporate organization affiliation.
Line Question
Item
1 Provide the legal name of the Proposer
authorized to submit this Proposal.
Response'
Wastequip Manufacturing Company LLC
2 In the event of award, is this entity the Yes
Responsible Supplier that will execute the
master agreement with Sourcewell? Y or N.
3 Identify all subsidiaries, D.B.A., authorized Wastequip Manufacturing Company LLC's affiliates are its Wastequip sister
affiliates, and any other entity that will be companies, Confab, Galbreath (Pioneer), Amrep, ContainerPros, Wastequip WRX,
responsible for offering and performing delivery Wastebuilt, and Mountain Tarp; however, Wastequip Manufacturing Company LLC is
of Solutions within this Proposal (i.e. the Responsible Supplier to execute this master
Responsible Supplier(s) that will execute a agreement with Sourcewell.
master aareement with Sourcewelll.
4 Provide your CAGE code or Unique Entity
Identifier (SAM):
5 Provide your NAICS code applicable to
Solutions proposed.
6 Proposer Physical Address:
7 Proposer website address (or addresses):
8 Proposer's Authorized Representative (name,
title, address, email address & phone) (The
representative must have authority to sign
the "Proposer's Assurance of Compliance" on
behalf of the Proposer):
9 Proposer's primary contact for this proposal
(name, title, address, email address & phone):
10 Proposer's other contacts for this proposal, if
any (name, title, address, email address &
phone):
Unique Entity ID: C6CCF17GV7B7 CAGE Code: 1LRZ1
332420, 332439, 333131, 333310, 423830, 333923
6525 Carnegie Blvd, Suite 300
Charlotte, NC 28211
www.wastequip.com
Laura Hubbard
Director of Municipal Sales
841 Meacham Road
Statesville, NC 28677
I h u b b a rd @wa ste q u i p. co m
704-682-3398
Vicky Connelly-Turman
Bids/Contracts Supervisor - Steel
841 Meacham Road
Statesville, NC 28677
vconnelly@wastequ ip.com
980-987-7602 ext. 9641
Kellie Clark
Senior Manager, Bids and Contracts,
Wastequip, LLC & Toter, LLC
841 Meacham Road
Statesville, NC 28677
kcl a rk@wa steq u i p. co m
980-987-7602 ext. 9584
Table 2A: Financial Viability and Marketplace Success (50 Points, applies to Table 2A and 2B)
Line Question
Item
Response*
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
11 Provide a brief history of your company,
including your company's core values,
business philosophy, and industry longevity
related to the requested Solutions.
12 What are your company's expectations in the
event of an award?
13 Demonstrate your financial strength and
stability with meaningful data. This could
include such items as financial statements,
SEC filings, credit and bond ratings, letters
of credit, and detailed reference letters.
Upload supporting documents (as applicable)
in the document upload section of your
response. DO NOT PROVIDE ANY TAX
INFORMATION OR PERSONALLY
IDENTIFIABLE INFORMATION.
14
15
What is your US market share for the
Solutions that you are proposing?
What is your Canadian market share for the
Solutions that you are proposing?
16 Disclose all current and completed bankruptcy
proceedings for Proposer and any included
possible Responsible Party within the past
seven years. Proposer must provide notice in
writing to Sourcewell if it enters a bankruptcy
proceeding at any time during the pendency
of this RFP evaluation.
Privately held, Wastequip is the leading North American manufacturer of waste
handling equipment. Headquartered in Charlotte, North Carolina, with over forty (40)
manufacturing and service facilities throughout North America. Wastequip employs
more than 2000 dedicated employees.
We serve our customer base on a local level while delivering cost advantages that
smaller manufacturers cannot achieve. This gives Wastequip a clear edge over our
competitors.
Wastequip was created to consolidate the highly fragmented and regionalized waste
equipment manufacturing sector. Our vision is to provide the large and growing base
of national haulers with a single source for their waste hauling needs, including
standardized equipment, highly durable products, inventory availability, faster delivery,
and outstanding customer service.
Wastequip systematically acquired the leading businesses and brands over the course
of three decades, combining them under the Wastequip name. These trademarks
included everything from standard and specialized steel containers for every waste
handling need, to garbage trucks to hoists, carts, and tarping systems, as well as
container and compactor maintenance, repair, and service. For all of your waste
handling needs, Wastequip is your "All In One" company.
Wastequip anticipates the following as a potential incumbent awardee:
• Continue to raise market awareness of our Sourcewell contract, our goods, and
services by partnering with other Awarded Sourcewell Vendors and providing
comprehensive product purchase solutions through our Sourcewell contract.
• Continue to promote Sourcewell among our current clientele and extend this
service to Wastequip's recently acquired businesses.
• Maintain and enhance our dealer networks' comprehension of Sourcewell and
how to use our Sourcewell contract to obtain a competitive edge.
• Continue to increase market share in order to sustain revenue growth.
• Together, Wastequip and Sourcewell can provide Public Agencies with quality
solutions within one "All In One" company.
The attached Organizational Chart shows Wastequip Manufacturing Company LLC's
relationship to Wastequip, LLC and ultimately to Patriot Container Corp. Patriot
Container Corp. is the level of ownership where we produce our financial statements
and report earnings; therefore, we have attached a copy of our most recent
unaudited financials. As a privately held company, our financial statements are
proprietary trade secrets and we take great lengths to protect the confidentiality of
this information by restricting disclosure of this information to those that have a need
to know for a specific purpose (typically through non-disclosure agreements).
Wastequip Manufacturing Company LLC is providing these financial statements as
required by the RFP terms and trusts that Sourcewell will not post this information for
public viewing and provide Wastequip Manufacturing Company with notice if a FOIA
request is made for information that would include these financial statements.
*You can find these attachments along with a referral letter from our bank uploaded
in the Financial Strength and Stability Documents labeled, "RFP #010825 WQ
Financial Strength and Stability"
While Wastequip's exact market share information is company confidential and critical
to our strategy for success, we can share more about our market position upon
request. Based on our internal estimates, we determined that most of Wastequip's
business units are a number one or number two position in the marketplace,
including our Steel Group and Galbreath Mobile Group.
Most of our divisions do a small amount of business in Canada; therefore, we do
not track our Canadian market share. However, we will seek further business in
Canada, utilizing Canoe, and increasing Revenue.
None
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
17 How is your organization best described: is it
a manufacturer, a distributor/dealer/reseller, or
a service provider? Answer the question that
best applies to your organization, either a) or
b).
a) If your company is best described as a
distributor/dealer/reseller (or similar entity),
provide your written authorization to act as a
distributor/dealer/reseller for the manufacturer
of the products proposed in this RFP. If
applicable, is your dealer network
independent or company owned?
b) If your company is best described as a
manufacturer or service provider, describe
your relationship with your sales and service
force and with your dealer network in
delivering the products and services proposed
in this RFP. Are these individuals your
employees, or the employees of a third party?
18 If applicable, provide a detailed explanation
outlining the licenses and certifications that
are both required to be held, and actually
held, by your organization (including third
parties and subcontractors that you use) in
pursuit of the business contemplated by this
RFP.
19 Disclose all current and past debarments or
suspensions for Proposer and any included
possible Responsible Party within the past
seven years. Proposer must provide notice in
writing to Sourcewell if it enters a debarment
or suspension status any time during the
pendency of this RFP evaluation.
20 Describe any relevant industry awards or
recognition that your company has received in
the past five years.
Wastequip Manufacturing Company LLC is a manufacturer and service provider, with
a network of distributors and dealers and best fall within item "b". The majority of
Wastequip Manufacturing Company LLC sales are made directly in North America by
our Sales footprint of twenty-six (26) Regional Sales Managers (RSMs) currently, plus
four (4) Division Sales Directors, one (1) Municipal Sales Director, and one (1) Vice
President of Sales.
Additionally, we depend on reputable dealers that aid us in building new business
and offer support services in the US and Canada. Our RSMs and dealer network
are fully supported by a team of Customer Service Representatives (CSRs), Inside
Sales/ Call Specialists at the Wastequip Call Center, as well as a dedicated
Bids/Contracts staff and Quality/Warranty Team. All dealers and service providers are
independent third-party contractors and employ their own teams consisting of sales,
service, and warranty staff.
Wastequip Manufacturing Company LLC has applicable licenses to operate in the
State of North Carolina, the state of our headquarters. We obtain licenses in
municipalities and localities in which we are required by contracts to register and
obtain licenses. We operate facilities that are OSHA compliant. Our steel waste
containers, compactors, parts, and hoist systems meet or exceed the American
National Standards Institute (ANSI) standards to ensure consistent quality and safety:
• ANSI Z245.30 - 2008 Equipment Technology and Operations for Wastes and
Recyclable Materials - Waste Containers - Safety Requirements.
• ANSI Z245.60-2008 Equipment Technology and Operations for Wastes and
Recyclable Materials - Waste Containers - Compatibility Dimensions.
• ANSI Z245.2-2013 Stationary Compactors - Safety Requirements for Installation,
Maintenance, and Operation.
• ANSI Z245.5-2013 Baling Equipment - Safety Requirements for Installation,
Maintenance, and Operation.
• ANSI Z245.1-2017 Mobile Wastes and Recyclable Materials Collection,
Transportation, and Compaction Equipment.
Employees from several Wastequip divisions have been on or are currently serving
on committees or subcommittees of the National Waste and Recycling Association.
None
Wastequip, LLC, the parent company of Wastequip Manufacturing Company LLC, has
received several recognitions:
• August 2023, our sister division, Wastebuilt, received an international GOLD
dotCOMM award for its transformative digital presence in partnership with
Americaneagle.com and OroCommerce. This award honors excellence in web
creativity and digital communication and also recognizes the time and effort
Wastebuilt invested to build a scalable, dynamic, and integrated solution to fix
problems for our customers, for Wastebuilt, and all concerned in Wastequip's
eCommerce/dotCOMM endeavors. Wastebuilt is the waste industry's online source for
waste equipment supplies and replacement parts for refuse trucks, roll-off hoists,
compactors, containers, and more.
• March 2022, Wastequip was a nominee for Sustain Charlotte's 10th Annual
Charlotte Sustainability Awards in the Large Business category. This award honors
businesses for advancing smart growth and sustainability in Charlotte, NC.
• October 2021, our sister division, Toter, was nominated for the "Coolest Thing
Made in NC" by the NC Chamber. This competition celebrates North Carolina's
manufacturers and shines a light on manufacturing careers and allows the public to
nominate and vote for favorite products manufactured in North Carolina.
Executive Team Awards:
• Waste 360 awarded Wastequip's Brittany Taylor, Regional Sales Manager, to the
2023 class of "40 under 40" awards. Chance Hennig, Regional Sales Manager was
also named to the 2021 Class. The program recognizes inspiring and innovative
professionals under the age of 40 whose work in waste, recycling, and organics has
made a significant contribution to the waste and recycling industry.
21 What percentage of your sales are to the For the product line being offered in this RFP, over the past three years, .
governmental sector in the past three years? approximately 6% of our total sales were in the government sector.
22 What percentage of your sales are to the For the product line being offered in this RFP, over the past three years, .
education sector in the past three years? approximately 1% of our total sales were in the education sector.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
23
24
List all state, cooperative purchasing
agreements that you hold. What is the annual
sales volume for each of these agreement
over the past three years?
List any GSA contracts or Standing Offers
and Supply Arrangements (SOSA) that you
hold. What is the annual sales volume for
each of these contracts over the past three
years?
Table 2B: References/Testimonials
***CONFIDENTIAL INFORMATION*��
Sourcewell:
• 2021 = $12.7M
• 2022 = $10.3M
• 2023 = $12.9M
Houston Galveston Area Council (HGAC):
• 2021 = $252K
• 2022 = $550K
• 2023 = $144K
Texas BuyBoard:
• 2021 = $878K
• 2022 = $1.5M
• 2023 = $1.OM
MassDEP:
• 2021 = $361K
• 2022 = $930K
• 2023 = $464K
None are held at this time.
Line Item 25. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name �
City of Temple, TX
City of Enumclaw Public Works, WA
Spartanburg County, SC
Contact Name *
Joseph Paine, Commercial Foreman
Branden Herrell, Operations Manager
Steve Walker, Public Works Manager
Table 3: Ability to Sell and Deliver Solutions (150 Points)
Phone Number �
(254) 289-5725
(360) 615-5659
(860) 706-3587
��
Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your
response should address in detail at least the following areas: locations of your network of sales and service providers, the number of
workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party),
and any overlap between the sales and service functions.
Line Question
Item
Response*
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
26 Sales force. The majority of Wastequip sales are made directly by Wastequip employed Regional
Sales Managers (RSMs). Our direct Wastequip employed sales network consist of the
following:
• Wastequip Manufacturing Company LLC: Twenty-six (26) RSMs that cover the
continental US, Hawaii, Alaska, and Canada and six (6) Customer Service
Representatives (CSRs)
• Confab Steel Group: Three (3) RSMs that cover the lower US West Coast and
Hawaii and five (5) CSRs
• Galbreath Mobile Group: Five (5) RSMs that cover the continental US and
Canada and three (3) CSRs
• Amrep Mobile Hoist Group: Five (5) RSMs that cover the continental US and
Canada and eight (8) CSRs
• ContainerPros: The strength of ContainerPros lies in its diverse and experienced
workforce, including Directors, Project Managers, Project Coordinators, Data
Coordinators, Project Supervisors, and Leads. Each professional brings a wealth of
expertise and hands-on experience, ensuring that every project is executed with
precision and care. This well-rounded team works seamlessly together, managing all
aspects of service delivery from planning through completion.
• Wastebuilt: Wastebuilt is Wastequip's Original Equipment Manufacturer (OEM)
Parts Provider for Wastequip Products as well as Aftermarket Parts Provider for non-
Wastequip Products. Wastebuilt is organized in four (4) US Regions: FLORIDA,
EAST, CENTRAL and WEST. Each Region is Managed by a Regional Director and
Outside Sales Team. Overall, there are seventeen (17) Outside Sales Representatives
and an additional four (4) Field Merchandisers throughout the US.
• Mountain Tarp: Mountain Tarp is the premier manufacturer of tarping systems for
construction, agriculture and transportation applications. With six (6) manufacturing and
installation sites, Mountain Tarp also works in conjunction with Wastequip WRX,
multiplying Mountain Tarp locations across the country to handle customer repairs and
new system installations.
All Wastequip groups are supported by our four (4) Regional Sales Directors, our
Director of Municipal Sales and the Bids/Contracts Team.
27 Describe the network of Authorized Sellers
who will deliver Solutions, including dealers,
distributors, resellers, and other distribution
methods.
Wastequip also has an Inside Sales Team furthering the above sales and support
footprint, to provide quoting and assistance as needed. There are seven (7) Inside
Sales team members, led by one (1) manager position. This team extends all of
Wastequip's Sales teams, centrally located, to provide support across North America
and beyond.
Wastequip also provides product group specific Warranty Teams.
Together these team members perform all actions necessary to produce an exceptional
level of sales, including, but not limited to making sales calls necessary to cover
territories, assisting with test programs, and warranty administration. All dealers and
service providers are independent third-party contractors and employ their own teams
consisting of sales, service, and warranty staff.
All Wastequip Groups rely on a wide and geographically diverse independent third-
party dealer network and service providers who aid in developing new business and
provide additional support services to Participating Entities. We are intent on
providing quality "All In One" solutions.
• Wastequip/Confab Steel Groups offer approximately fourteen (14) Preferred
Dealers who employ personnel to handle sales, service, maintenance, and installation
of Wastequip's products.
• Galbreath Mobile Group has structured a robust dealer network for the cable
hoist market consisting of approximately fifty (50) qualified Galbreath dealers located
strategically across the US and Canada.
• Amrep Mobile Hoist Group offers a geographically diverse independent third-party
dealer network consisting of six (6) dealers with eleven (11) locations, who aid in
developing new business and provide additional support services to Amrep.
Wastequip's Amrep division services our customers and dealer network from five (5)
factory owned locations. Our dealer network and service providers are fully supported
by the Wastequip sales, service, and warranty teams.
• Wastequip WRX offers ten (10) service locations across the US. If the customer
cannot be serviced through one of our locations, we will provide services through our
3rd Party network.
• Mountain Tarp has a well-established Dealer network to provide Tarp sales and
service across the United States.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
28 Service force. All Wastequip Groups depend on a vast and geographically varied network of
independent third-party dealers and service providers who help Wastequip grow its
business and offer extra support services. We also employ division specific
engineering staff who are available for specific design projects or technical
requirements. Wastequip provides "All In One" solutions.
• Wastequip/Confab Group offers a nationwide service provider network of
approximately 526 independently owned service provider companies who provide
warranty, preventative maintenance, service, and repair of equipment.
• Galbreath Mobile Group dealer network also provides warranty, preventative
maintenance, service, and repair of equipment assistance.
• ContainerPros, a service division, is highly skilled and versatile to provide owners
and operators with an array of specialized professional waste management services
including container assembly, maintenance, service, consulting, sales and marketing,
and customer management across the United States and Canada.
• Wastequip WRX, another service division, provides repair services for all makes
and models of commercial refuse trucks and trash compactors/balers.
• WastebuilYs thirteen (13) Parts Distribution Centers cover all major regions in the
US with local Delivery and Will Call (paid-for parts delivered/held at agreed upon
location). Most parts can be delivered by the means of our own delivery trucks or
3rd party logistics dealers within 1-3 days throughout the US for all items in stock.
Our national phone system routes our customers based on area code to the closest
brick and mortar site to service them with inventory on hand.
• Mountain Tarp has six (6) production and installation facilities in the United
States. In order to manage client maintenance and new system installations, Mountain
Tarp also collaborates with Wastequip WRX locations nationwide.
Wastequip's dealer network and service providers are fully supported by the Wastequip
sales, service, and warranty teams, extending our availability to customers.
29 Describe the ordering process. If orders will
be handled by distributors, dealers or
others, explain the respective roles of the
Proposer and others.
30 Describe in detail the process and
procedure of your customer service
program, if applicable. Include your
response-time capabilities and
commitments, as well as any incentives that
help your providers meet your stated
service goals or promises.
Our general outline for order processing is:
1. Wastequip prepares proposal documents based on product selection by Sourcewell
Member.
2. Sourcewell Awarded Contract logo quote is provided to the Sourcewell Member or
Dealer utilizing our SalesForce.com Customer Relationship Management (CRM) system.
3. Upon quote acceptance, the Sourcewell Member issues a Written Purchase Order
to Wastequip, or Dealer, as appropriate.
4. Order is entered electronically into the Wastequip D365/CRM order entry system.
5. Order details are confirmed in writing by the customer with an Order Confirmation
and Markings Approval Forms.
6. Once signed order acknowledgement is received, the order is released for
production planning for a production timeframe.
7. Order is produced to required specifications.
8. Wastequip logistics team contacts Sourcewell Member to schedule delivery.
9. Order is delivered to Sourcewell Member.
10. Product and Warranty support available.
Wastequip takes great satisfaction in providing exceptional customer service and has
extensive experience working with municipal and private accounts of all sizes, as well
as multi-location enterprises. Our large customer base requires rapid customer care
and strict, just-in-time delivery performance. Regional Sales Managers (RSMs) and
Customer Service Representatives (CSRs) at Wastequip attend to the needs of
customers before, during, and after they place orders with our business. Within 48
hours after receiving the purchase order, we aim to have clients' orders submitted,
entered, and confirmed with ship dates for regular product order entry. A similar
procedure is followed for non-standard or special products, which comprises
engineering, sales drawing submission for approval, and confirmation of the ship date
after approval.
At Wastequip we want all customers to have a great experience with our products -
from our first contact with us, all the way through product delivery. As such, we have
adopted the following Customer Service Credo Commitment:
• We will treat all customers with respect.
• We will follow up with customers upon receipt of order to ensure satisfaction.
• We will resolve any issues quickly.
• We will provide a dedicated Customer Service Representative (CSR) for each
participating member.
• We will respond quickly on quotes (same-day response in most cases).
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
31 Describe your ability and willingness to Wastequip Manufacturing Company LLC has enjoyed the privilege of working with
provide your products and services to Sourcewell since 2012 with previous contracts and we are excited about the
Sourcewell participating entities. opportunity to continue our relationship with Sourcewell and their Participating Entities.
We have extensive experience marketing cooperative purchasing agreements with a
high degree of success that has resulted in successful sales to over 890 Sourcewell
Participating Entities.
Wastequip Manufacturing Company LLC's executive leadership and sales team are fully
invested, and all resources are in place for a seamless transition. Our Bids/Contracts
team and Regional Sales Managers are very familiar with and ready to promote a
new contract to existing and new agencies. If awarded, we would notify existing
customers immediately so they can seamlessly transition from purchasing off our
current contract to our new contract.
32 Describe your ability and willingness to Wastequip Manufacturing Company LLC currently provides our complete line of
provide your products and services to products and services to Canadian entities. We have been fortunate to have our
Sourcewell participating entities in Canada. Sourcewell contract adopted by Canoe and have been very pleased with the increase
in interest, and activity in Canada. We will seek to increase member participation in
Canada with a new contract.
33 Identify any geographic areas of the United All Wastequip Groups are able to fully serve all fifty (50) states, U.S. territories, and
States or Canada that you will NOT be fully Canadian provinces.
servina throuah the proposed aareement.
34 Identify any account type of Participating
Entity which will not have full access to
your Solutions if awarded an agreement,
and the reasoning for this.
35 Define any specific requirements or
restrictions that would apply to our
participating entities in Hawaii and Alaska
and in US Territories.
36 Will Proposer extend terms of any awarded
master agreement to nonprofit entities?
Table 4: Marketing Plan (100 Points)
All Wastequip Groups are able to fully serve all fifty (50) states, U.S. territories, and
Canadian provinces.
The thirteen (13) production facilities owned by Wastequip Manufacturing Company
LLC are positioned strategically across the US to provide complete service.
Since 2018 Wastequip's Amrep Mobile Hoist Group has been widening its reach and
presence in the Central and Eastern U.S. adding to its already strong presence in the
Western region. Amrep intends to maintain the expansion by continually adding support
dealers in areas where service facilities are limited. In May 2024, Amrep announced
its expansion of their East Coast facility in Salisbury, NC.
No specific contract requirements or restrictions would apply.
Wastequip is able to serve these areas with all of our offered products. We are
adept at handling the difference in our service involving Ocean Freight, different sized
sea containers (different container quantities than over-the-road semi-truck loads), and
varying schedules for shipments. The shipments may vary due to restricted passage
to these outlying states/territories whose path of shipment may involve extreme
seasonal and other weather-related issues. We find that these customers are more
than aware of the issues surrounding their shipments, and they are accepting of these
freight differences.
Yes
Line Question Response �
Item
37 Describe your marketing strategy for Our marketing strategy utilizes both digital and print platforms, including paid and organic
promoting this opportunity. Upload posting on social media. This will prioritize outreach through key industry publications like
representative samples of your American City & County and Government Product News. We will foster our partnership with
marketing materials (if applicable) in Sourcewell across select media channels by publishing press releases and targeted content
the document upload section of your designed to reach key market segments. This messaging will focus on targeting Public
response. Works, Municipalities, and other sectors where our collaboration adds significant value.
Wastequip will predominantly highlight our Sourcewell partnership at the trade shows we
attend. To call attention to this relationship, we will display the Sourcewell logo on show
materials like banner stands and literature at major regional and national events.
The Wastequip Bids and Contracts Department is a key component in communicating our
Sourcewell partnership by incorporating their logo and relevant details into quotes and
outreach efforts. This approach will aid in growing Sourcewell's reach into underserved
markets and raise awareness in new sectors.
We will continue to emphasize the value brought to the entities we serve across our web
properties. The plan to feature Sourcewell information will include a link back to
Sourcewell's website to enhance visibility and simplify engagement in this valuable
partnership.
"Please find Wastequip's Marketing Materials uploaded to Marketing Plan/Samples
labeled, "RFP #010825 Wastequip Marketing Samples"
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
38 Describe your use of technology and Wastequip's multifaceted marketing strategy leverages various channels to maximize visibility
digital data (e.g., social media, by boosting brand awareness and driving customer engagement. We conduct research to
metadata usage) to enhance identify effective organic and paid search terms that resonate with our target audience and
marketing effectiveness. incorporate these insights into the content on our branded websites. We use this
information to develop a comprehensive list of keywords for our paid search efforts that
enhance our organic program.
Through robust tracking methods, we gain a clear understanding of our customers' online
behaviors, job titles, and locations. This data enables us to retarget visitors and create
lookalike audience segments for expanded advertisement placements. Additionally, we use
Urchin Tracking Module (UTM) parameters and custom redirects to capture personal
interactions with our brands.
All this data contributes to building detailed audience segments on social platforms. This
allows us to accurately target key professionals on Linkedln, Meta, and other channels for
our paid social media.
• Facebook Metadata
Audience Demographics: Age, location, interests, gender.
Engagement Metrics: Likes, shares, comments, click-through rates, and post reach.
Visitor Data: Repeat visitors vs. new visitors, time spent on the page, and bounce rate.
• Linkedln Metadata
Audience Details: Job titles, industry, company size, and geographic data.
Engagement Insights: Likes, shares, comments, and click-through rates.
Campaign Metrics: Conversion rates, impressions, and click-through rates.
• Wastequip Website Properties Metadata
Visitor Data: Unique visitors, returning visitors, pages per session, session duration.
Source/Medium: Identifies traffic sources (organic, paid, referral, campaign).
Behavior Metrics: Pages viewed, exit pages, bounce rate, and form submissions.
Conversion Data: Tracks product page views, download actions, and completed forms.
• Banner Ads Metadata
Campaign Data: Impressions, click-through rates, and conversion rates.
Lead Source Information: Tracks lead origin through campaigns, banner ads, and keywords.
Audience Targeting: Target demographics (age, location, interests).
Sales Cycle Tracking: Lead progression in Salesforce from inquiry to sale.
�Please find Wastequip's social media examples uploaded to Marketing Plan/Samples
labeled, "RFP #010825 Wastequip Marketing Samples".
39 In your view, what is Sourcewell's role In promoting agreements from this RFP, Sourcewell provides important foundational support
in promoting agreements arising out of by leveraging its established credibility and outreach capabilities. Sourcewell can amplify the
this RFP? How will you integrate a agreemenYs visibility through its network and communication channels, thus ensuring
Sourcewell-awarded agreement into potential customers are informed of the benefits and streamlined purchasing processes that
your sales process? are available to them.
Wastequip will take a proactive approach and continue to integrate a Sourcewell-awarded
agreement into our sales process, involving refresh sessions with our Regional Sales
Managers, Dealers, and other internal staff on how to effectively communicate Sourcewell's
added value to established and potential Members.
40 Are your Solutions available through
an e-procurement ordering process? If
so, describe your e-procurement
system and how governmental and
educational customers have used it.
Additionally, we will leverage the Wastequip Marketing team to support this effort through
digital media campaigns, targeted email communications, product showcases, and
promotional events. By creating specific audience segments in our CRM and using tailored
messaging, we will engage relevant industries and specific job titles with personalized
content.
This integrated approach allows us to seamlessly promote the Sourcewell agreement,
maximizing its impact and driving greater adoption among our customers. Through
consistent tracking and feedback, we will be able to adjust our strategy to advantageously
meet Sourcewell's objectives and our clients' needs.
Due to the specialized requirements and customizations of Wastequip products, we do not
operate through an e-procurement ordering platform. However, we accept purchase orders
by mail, fax, and email. We can work with members to use Ariba Supplier Solutions and
provide invoicing for customers using Ariba.
Additionally, we have the capability to enter order updates (such as delivery information)
and invoices in select customers' e-procurement systems and inter-municipal platforms. This
flexibility streamlines and matches processes for customers, so that we continuously meet
their needs.
Table 5A: Value-Added Attributes (100 Points, applies to Table 5A and 5B)
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
Line Question
Item
Response*
41 Describe any product, equipment, Wastequip Manufacturing Company LLC offers plant tours for our customers upon request,
maintenance, or operator training and our Regional Sales Managers are on hand for onsite training and troubleshooting issues
programs that you offer to in the field. We offer assembly instructions upon request, and at the end of each project for
Sourcewell participating entities. containers being serviced. Simple repairs can be explained in 1-to-2-page instruction sheets
Include details, such as whether but can also be done in person.
training is standard or optional,
who provides training, and any Wastequip Compaction Technical Training is a 2-day classroom and hands-on course for
costs that apply. service and maintenance personnel of compaction and baler equipment. The course is $350
per student and each attendee receives a service training manual, training competitions
certificate and an electric voltmeter. The curriculum includes the following:
1. Plant Tour
2. Hydraulics
3. Electrical Theory
4. Hands-on hydraulic and electrical demonstrations
5. Troubleshooting systems
6. Application of classroom knowledge to achieve solutions
7. Guardian Control System
8. ANSI (American National Standards Institute)
9. Lock out / tag out procedures
10. Review of new equipment features
42 Describe any technological Wastequip manufactures a full range of garbage collection, compaction, transportation, and
advances that your proposed disposal equipment for residential, commercial, and industrial applications.
Solutions offer. 1. Wastequip has partnered SSAB, a global specialty steel supplier, to develop a high
strength roll-off container for the construction and demolition industry. This container
incorporates SSAB's Hardox 450 wear plate for better performance and sustainability to
withstand the abuse of containers used in these dense waste applications. Wastequip's
RockBox containers are twice as strong and last four times as long as standard containers
used in these applications. The use of Hardox 450 wear plate and a unique floating body
design allows this to be done without increasing the container tear weight.
2. Galbreath Mobile Group provides alternate fuel compatible roll-off hoists to meet the needs
of customers' desire to operate compressed natural gas (CNG) powered vehicles as well as
electric vehicles (EV's).
3. WastebuilYs highly advanced national phone system has the ability to route customer calls,
based on their area code, to the closest brick and mortar site to service them with inventory
on hand.
4. See our CORE initiatives listed in question forty-three (43).
43 Describe any "green" initiatives
that relate to your company or to
your Solutions, and include a list
of the certifying agency for each.
44 Identify any third-party issued eco-
labels, ratings or certifications that
your company has received for the
Solutions included in your Proposal
related to energy efficiency or
conservation, life-cycle design
(cradle-to-cradle), or other
green/sustainability factors.
At Wastequip, we are focused on our commitment to improving the condition of the planet,
the lives of our employees, and the quality of life in the communities we serve, all while
maintaining a healthy and thriving company.
Some of the ways we are working towards our "green" initiatives are:
• Incoming packaging efficiency: For incoming shipments, Wastequip has been
standardizing our reusable pallets and containers and implementing circular take-back models
with our pallet suppliers.
• Material efficiency: We reprocess all scraps, cuts, and drops of remaining steel. We
actively separate alternative materials (bronze, aluminum, carbon steel) for recycling to aid in
processing and reducing costs.
• Energy efficiency: Across our Steel and Galbreath facilities, we've currently replaced
about 15-20% of our welding units with new units that use a quarter to a third less
electricity, and about 60% of our steel plants with LED lighting.
• Distribution efficiency: We are continuously innovating our products to enhance
our "green" initiatives. We continue to employ nesting improvements in the distribution of our
steel containers, allowing us to nest and ship more products on each truckload.
• Renewable Energy: Following a successful launch at our facility in Tyler, Texas, our staff
created "solar powered" signage for several of our Wastequip plant locations. Many
Wastequip plants and offices have been upgraded with motion sensing lights and newer LED
ballasts to reduce energy consumption and waste.
• Climate Preservation: As we have acquired new steel facilities, we have also replaced
welding gas tanks that could be prone to leakage, therefore preventing damage to the
climate.
'Please find our Sustainability Report uploaded to Upload Additional Documents Zip file
labeled, "RFP #010825 Upload Additional Documents".
To understand the complete environmental impact of our products, we continue to work with
a consultant on cradle-to-grave Life-Cycle Assessments (LCAs), which scientifically measure
the carbon footprint of our products. This includes the raw materials we source, inbound
transportation to our facilities, manufacturing our products, distributing our products, the use of
our products, and the end of life, and complies with ISO 14044 standards. From our new
Steel LCA, the majority of emissions from our products come from the raw materials we
source. We have applied what we've learned from collective data to create goods that use
less raw materials during manufacturing, which lowers the carbon footprint of our containers.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
45 What unique attributes does your
company, your products, or your
services offer to Sourcewell
participating entities? What makes
your proposed solutions unique in
your industry as it applies to
Sourcewell participating entities?
Wastequip Manufacturing Company LLC is owned by our parent company, Wastequip, the
waste industry's one stop shop with twelve (12) industry leading brands. We are the leading
manufacturer of waste handling equipment in North America. Our company has a network of
expertise and a reputation for service and innovation.
1. The Wastequip portfolio includes quality brands from the production of containers and
compactors to refuse trucks, parts, and service. With a"can do" approach, you can trust
Wastequip to be your "All-in-One" equipment, service, and parts provider. Our product offering
includes virtually every possible container and related lifting equipment need from the
residence to the convention center to the city office building to the farmers' market.
Wastequip offers Sourcewell Members an aggregate waste stream flow for waste material
from waste generation to final waste disposition.
2. Galbreath boasts many value-added items including a full staff of Engineers, including a
design group which utilizes the latest 3D modeling software with Dynamic Finite Element
Analysis and a full staffed Research and Development group which allow for superior
validation processes and ensures the latest technological developments are being utilized in
the design of our products. Galbreath Mobile Group has a robust dealer network for the
cable hoist market, with more than fifty (50) certified dealers strategically located across the
U.S. and Canada.
3. ContainerPros offers Sourcewell participating entities with over twenty (20) years of
experience, resulting in a unique blend of customized waste management solutions, and
designed to maximize efficiency and revenue while minimizing costs.
With a focus on personalized service, professional training, and proven results, we ensure
that every job is done right the first time. Our commitment to quality and customer
satisfaction makes Wastequip the ideal partner for Sourcewell members seeking to optimize
their operations and provide positive solutions to their own end users.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
Table 5B: Value-Added Attributes
Line Question
Item
46 Select any Women
or Minority Business
Entity (WMBE), Small
Business Entity
(SBE), or veteran
owned business
certifications that your
company or hub
partners have
obtained. Upload
documentation and a
listing of dealerships,
HUB partners or re-
sellers if available.
Select all that apply.
47
48
Certification Offered
� Yes
r No
Minority Business � Yes
Enterprise (MBE) � No
Women Business � Yes
Enterprise (WBE) r No
Comment
Wastequip nor any of our subsidiaries are considered a
Woman or Minority Business Entity (WMBE) or a Small
Business Entity (SBE).
However, Wastequip is committed to the utilization of
disadvantaged entities whenever possible, and we set out to
identify possible use of MWBEs and/or SBEs as
subcontractors on a case-by-case basis in a concerted effort
to meet the encouraged goals of our municipal/governmental
customers.
Wastequip buys our office supplies via a WMBE or SBE.
Additionally, we collaborate on projects with numerous
underprivileged companies and are always looking for new
methods to cooperate with these certified businesses such as
subcontracting work for compactor or equipment installation.
'Please find Wastequip's Good Faith Effort Statement
uploaded to WMBE/MBE/SBC or Related Certificates
labeled, "RFP #010825 Wastequip Good Faith Effort".
Please see Wastequip Manufacturing Company's response in
the above question #46
comment box.
Please see Wastequip Manufacturing Company's response in
the above question #46
comment box.
49 Disabled-Owned � Yes Please see Wastequip Manufacturing Company's response in
Business Enterprise r No the above question #46
(DOBE) comment box.
50 Veteran-Owned � Yes Please see Wastequip Manufacturing Company's response in
Business Enterprise � No the above question #46
(VBE) comment box.
51 Service-Disabled t" Yes Please see Wastequip Manufacturing Company's response in
Veteran-Owned r No the above question #46
Business comment box.
52
53
54
Small Business � Yes
Enterprise (SBE) r No
Small Disadvantaged � Yes
Business (SDB) r. No
Women-Owned Small � Yes
Business (WOSB) r No
Table 6A: Pricing (400 Points, applies to Table 6A and 6B)
Provide detailed pricing information in the questions that follow below.
Line
Item
55
Question
Describe your payment terms and accepted payment
methods.
Please see Wastequip Manufacturing Company's response in
the above question #46
comment box.
Please see Wastequip Manufacturing Company's response in
the above question #46
comment box.
Please see Wastequip Manufacturing Company's response in
the above question #46
comment box.
Response*
Payment shall be due as stated on the Wastequip Invoice for the
Product. Payment Terms are set at Net 30 Days with Approved
Credit. For method of payment, Wastequip accepts P-card, credit
card (additional fees apply), wire, ACH, or check. Our preferred
method of payment is wire, ACH or check.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
56 Describe any leasing or financing options available for use
by educational or governmental entities.
57 Describe any standard transaction documents that you
propose to use in connection with an awarded agreement
(order forms, terms and conditions, service level
agreements, etc.). Upload all template agreements or
transaction documents which may be proposed to
Participating Entities.
58 Do you accept the P-card procurement and payment
process? If so, is there any additional cost to Sourcewell
participating entities for using this process?
59 Describe your pricing model (e.g., line-item discounts or
product-category discounts). Provide detailed pricing data
(including standard or list pricing and the Sourcewell
discounted price) on all of the items that you want
Sourcewell to consider as part of your RFP response. If
applicable, provide a SKU for each item in your proposal.
Upload your pricing materials (if applicable) in the
document upload section of your response.
60 Quantify the pricing discount represented by the pricing
proposal in this response. For example, if the pricing in
your response represents a percentage discount from
MSRP or list, state the percentage or percentage range.
All Wastequip divisions have access to a bridge to solutions for
educational or governmental entities to find leasing and financing
options through Wastequip Finance, with our finance partner, NCL
Government Capital (NCL), the only leasing and financing company in
the nation with a leasing and financing contract with Sourcewell
(Contract #011620-NCL). We are pleased to offer NCL's over 20
years of specializing in providing competitive equipment financing
programs for entities across the nation, providing Sourcewell
members access to financing that multiplies their purchasing power
potentially six-fold. We understand that funds are not always
available for new and adequate equipment, and the Tax-Exempt
Municipal financing offered by Wastequip Finance/NCL allows
agencies to obtain equipment without delay through manageable
installment payments that come from their operating budget. We
believe that Sourcewell, Wastequip Finance, and NCL have a
common goal to provide solutions to Sourcewell members.
Wastequip Manufacturing Company LLC aims to streamline
procedures for Participating Entities while ensuring that they are set
up for safe data use, high service levels, approvals of order details
prior to manufacture, and other forms and processes. The purpose of
these transaction documents is to benefit our business and our
clients. Attached are samples of several of these forms for
Sourcewell's review.
We have included the following Standard Transaction Documents in
the file upload section:
1. Customer Set-Up Form
2. Wastequip Credit Application Form
3. Credit Card Authorization Form
4. Wastequip Terms and Conditions of Sale
5. Wastequip Limited Warranty
6. Wastequip Equipment Finance Application
"Please find the above documents uploaded to Standard Transaction
Document Samples labeled, "RFP #010825 Wastequip Standard
Transaction Document Samples".
Yes, Wastequip accepts P-card and credit card payments; additional
fees apply. Our preferred method of payment is wire, ACH or check, �
at no additional cost to customers.
• Wastequip Steel Container products are offered on a line-item
by manufacturing facility location basis.
• Wastequip Compaction products are offered on a line-item by
location basis.
• Galbreath Mobile Products are offered on a product catalog
basis.
• Amrep Mobile Products are offered on a product line-item basis.
• ContainerPros services are offered on a Price On Request �
basis; customized for the needs of the Sourcewell Member.
• Wastequip WRX services are offered on a line-item by location
basis.
• Wastebuilt products are offered on a product line-item basis.
• Mountain Tarp products are offered on a product line-item basis.
"Please find Wastequip's Pricing Zip File uploaded to Pricing
labeled, "RFP #010825 Wastequip Pricing Guides"
Wastequip is offering the below product group specific pricing
discount ranges to Sourcewell Members.
• Wastequip Steel Container Products: Special Market Pricing
• Confab Steel Container Products: Special Market Pricing
• Wastequip Compaction Products: Special Market Pricing
• Galbreath Mobile Products: 5% to 20% off Catalog List Pricing
• Amrep Mobile Products: Special Market Pricing
• ContainerPros: Special Market Pricing
• Wastequip WRX: Special Market Pricing
• Wastebuilt: Special Market Pricing
• Mountain Tarp: Special Market Pricing
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
61 Describe any quantity or volume discounts or rebate
programs that you offer.
62 Propose a method of facilitating "sourced" products or
related services, which may be referred to as "open
markeY' items or "non-contracted items". For example, you
may supply such items "at cosY' or "at cost plus a
percentage," or you may supply a quote for each such
request.
63 Identify any element of the total cost of acquisition that is
NOT included in the pricing submitted with your response.
This includes all additional charges associated with a
purchase that are not directly identified as freight or
shipping charges. For example, list costs for items like pre-
delivery inspection, installation, set up, mandatory training,
or initial inspection. Identify any parties that impose such
costs and their relationship to the Proposer.
64 If freight, delivery, or shipping is an additional cost to the
Sourcewell participating entity, describe in detail the
complete freight, shipping, and delivery program.
Wastequip may offer discounts off the Sourcewell Member price for
large projects when possible, giving the Member the benefit of
making larger purchases and permitting Wastequip the opportunity to
be flexible in competitive situations as required. We believe that it
will be to both Wastequip's and the Member's advantage for this
contract to allow flexibility with larger quantity discounts. As such, we
do not feel it is in either of our best interests to set prices for large
projects but rather offer discounted pricing based on the details of
each such project and per current market conditions at time of
request.
Wastequip is offering the following sourced goods solutions:
Nonstandard external options or open market items: Wastequip will
offer these items to Sourcewell Members on a Supply Quote basis.
Wastequip or a Wastequip Authorized Dealer/Supplier will provide the
Sourcewell Member with a quote for all items not listed on the
awarded Sourcewell contract. These items will be sourced at a
Cost Plus average maximum of 20% to 30% basis. These options
will be provided at a Price on Request (P.O.R.) basis and are listed
in the price guides as "Specials".
1. Installation: Cost of installation, as required, shall be paid by the
end user. Due to the customized nature of our business, each
customer's project installation is unique, and therefore, quoted
individually. Unique installations may include, and are not limited to
requirements such as installation of equipment, assembly and
distribution of containers to end users, additional labor for customer
preferences, etc.
2. Taxes: Local, State and Federal Sales or Use Taxes or any
applicable ferry costs, customs duties, levies and taxes are not
included in our proposed pricing models. If required, these items
will be added at the time of quote. Also, Canadian GST/PST/HST
taxes are not included in our proposed pricing models and are not
paid by Wastequip. If required to be paid by Wastequip, then the
Member will be required to reimburse Wastequip for these taxes.
3. Surcharges: Steel costs continue to remain volatile, fluctuating
each month. Wastequip has been working closely with our supply
chain to help minimize these costs, but our suite of products
continues to be impacted directly by the escalating commodity
prices. Therefore, Wastequip is including a surcharge option in our
RFP proposal. To maintain transparency with Sourcewell Members,
this charge, if needed, will be shown as a separate line item at time
of quote, this as a surcharge providing Wastequip the flexibility to
adjust product pricing up or down quickly in response to cost
increases such as steel and components without having to change
customer discount levels established on the contract.
Wastequip has over forty (40) manufacturing plant and distribution
sites throughout the U.S., which allow us to serve our customer base
on a local level while delivering economies of scale not possible with
smaller manufacturers. With our size, Wastequip can stock and ship
products from around the country to aid in reducing freight costs.
Wastequip has extensive import/export experience and an expansive
logistics group available to assist Sourcewell Members. Wastequip
can ship via our own fleet as well as contracted and qualified
outside carriers. In addition, Wastequip can quote subcontracting of
off-loading, assembly, installation and distribution as required by the
Sourcewell Member needs and demands. Wastequip will evaluate
each order as a unique opportunity and consider the Sourcewell
Member's order volume and location.
Freight/delivery/shipping shall be paid for by the End User.
Calculations of these charges will be based on prevailing best rates
at the time of quote, included on the quote as a separate line item.
Sourcewell Members are responsible for offloading equipment at time
of delivery, unless otherwise noted at time of order. This cost will
not include the 1.5°/o Administrative Fee.
65 Specifically describe freight, shipping, and delivery terms or Wastequip is able to serve these areas with all of our offered
programs available for Alaska, Hawaii, Canada, or any products on any INCOTERM the End User decides. Wastequip
offshore delivery. arranges shipments to Canada and offshore locations daily and our
experienced logistics team can assist with the transportation as well
as any applicable customs documentation required.
66 Describe any unique distribution and/or delivery methods or Wastequip has over forty (40) manufacturing sites and distribution
options offered in your proposal. plants across the U.S. ensuring Wastequip is able to provide the
most economical freight rates to our customers. In addition, many of
our products such as our steel slant and flat top containers are
nestable, meaning one container nests inside another container,
therefore saving members on freight charges.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
67 Specifically describe any self-audit process or program that
you plan to employ to verify compliance with your
proposed agreement with Sourcewell. This process includes
ensuring that Sourcewell participating entities obtain the
proper pricing.
Wastequip Manufacturing Company LLC's sales team works closely
with each customer to identify solutions and provide a quote that
meets their requirements. All quotes using our current Sourcewell
agreement include the Sourcewell logo and Contract
number/information of reference, which clearly identifies to our internal
team and customers that the Sourcewell contract is being used.
Quotes go through an internal approval process where pricing is
verified before being sent to the customer. Once the Member's
Purchase Order is received, our customer service team codes the
order as a"Sourcewell" sale into our order entry system. Using this
code, we can easily generate reports from our order entry system.
All reports are checked for accuracy by comparing to quotes from
our Salesforce application to ensure the order was coded
appropriatelv and included in the reportina.
68 If you are awarded an agreement, provide a few examples Wastequip Manufacturing Company LLC develops monthly, quarterly,
of internal metrics that will be tracked to measure whether and annual targets to drive business to include municipal sales. This
you are having success with the agreement. is tracked closely to make sure our sales team is proactively
working to meet these goals.
69 Provide a proposed Administration Fee payable to
Sourcewell. The Fee is in consideration for the support
and services provided by Sourcewell. The propose an
Administrative Fee will be payable to Sourcewell on all
completed transactions to Participating Entities utilizing this
Agreement. The Administrative Fee will be calculated as a
stated percentage, or flat fee as may be applicable, of all
completed transactions utilizing this Master Agreement
within the preceding Reporting Period defined in the
agreement.
Table 6B: Pricing Offered
We review and track sales based on all directly bid contracts versus
cooperative contracts to make sure our sales team continues to lead
with cooperative agreements. Furthermore, we identify opportunities to
discuss cooperative purchasing to those municipalities that continue
to use the cumbersome bid process.
We also review annual sales specific to sales off the contract to
review and compare to prior sales history to determine Year-over-
Year (YoY) trends. This has shown our greatest measure of success
with continued YoY growth from sales off our current Sourcewell
contract.
Wastequip Manufacturing Company LLC is proposing a 1.5%
administrative fee that is calculated and included in the contract
dollar amount for products listed in our pricing section. Please note
that freight costs will not be included in this fee.
Line The Pricing Offered in this Proposal is: � Comments
Item
70 The pricing offered is as good as or better than pricing typically offered through existing cooperative contracts, state Wastequip Manufacturing
contracts, or agencies. Company LLC seeks to
provide value and pricing as
good as or better than
pricing typically offered
through our existing
cooperative contracts. We
have described our pricing
structure within our answer for
Line Item 60. Wastequip
understands Sourcewell
Participating Entities' budgets
and responsibilities to funding
constituents (citizens, staffing, "
etc...) as they seek to make
sound choices for best and
lasting products and services.
We specialize in unique and
challenging solutions to
remedy with the best value,
All-In-One shopping and
support, and overall ease of
purchase for Members. We
also understand that repeat
purchases often come out of
successes from previous
sales/solutions.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
Table 7A: Depth and Breadth of Offered Solutions (200 Points, applies to Table 7A and 7B)
Line Question Response "
Item
71 Provide a detailed description of all the 1. Wastequip Steel Container product offering consist of the following: Environmental
Solutions offered, including used, offered in Containers, Front Load Containers, Other Large Containers, Other Small Containers,
the proposal. Rear Load Containers, Side Load Containers, Receiver Containers, Roll Off
Containers (Rectangle and Tub), Scrap Bins, Self Dumping Hoppers and Container
Factory Options.
2. Confab Steel Container product offering consist of the following: Front Load
Containers, Other Large Containers, Other Small Containers, Rear Load Containers,
Receiver Containers, Roll Off Containers (Rectangle and Tub), Self Dumping Hoppers,
Side Load Containers and Container Factory Options.
72 Within this RFP category there may be
subcategories of solutions. List subcategory
titles that best describe your products and
seroices.
3. Wastequip Compaction product offering consist of the following: Stationary
Compactors, Pre-Crusher Compactors, Self-Contained Compactors, Apartment
Compactors, Pak-Man Compactors, Accu-Pak Compactors, Vertical Balers, Container
Lifters and Compaction Factory Options.
4. Galbreath Mobile product offering consists of the following: Cable Hoists, Hook
Hoists, Container Delivery Units, Trail Hoist Trailers, Pup Trailers, Roll Off Trailers,
Tarps and Mobile Factory Options.
"Above Product Brochures are located in "Upload Additional Documents" Zip File
labeled "RFP #010825 Upload Additional Documents"
5. Amrep Mobile product offering consists of the following: Cable Hoists, Chain
Hoists, Pup Trailers, Transfer/Pull Trailers, Tarps and Mobile Factory Options.
6. ContainerPros offering consists of the following: Commercial Bin/Container Delivery,
Old Commercial Bin/Container Retrieval, Commercial Bin/Container Exchanges, Route
Audit Services, Stickering/Labeling Services, Commercial Container Maintenance
Contracts.
7. Wastequip WRX offering consists of the following: Repair Services of Commercial
Refuse Trucks, Trash Compactors and Balers.
8. Wastebuilt offering consists of the following: OEM Parts Provider as well as
Aftermarket Parts provider for non-Wastequip Products.
9. Mountain Tarp offering consists of the following: Tarping systems for construction,
agriculture and transportation applications.
All Wastequip Products are New and never Used.
Additional product information can be found by visiting our website at
www.wastequip.com
'Please find Wastequip's Product Brochures Zip file uploaded in the Upload
Additional Documents labeled, "RFP #010825 Upload Additional Documents".
Wastequip believes that the following subcategory of solutions should be included:
1. Factory Options: Wastequip has included in our price guides additional factory
available add on features that are readily available to Sourcewell Members. These
factory options are enhancers to our standard products.
2. Custom Options: Any custom feature requested by the customer may be
provided and will be made available as a"Special" and provided as a Price On
Request item.
3. Services: Wastequip can provide additional services to Sourcewell Members.
These services may include unloading, assembly, equipment installation, and training.
These services will be made available as a"Special" and provided as a Price On
Request item.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
Table 78: Depth and 8readth of Offered Solutions
Indicate below if the listed types or classes of Solutions are offered within your proposal. Provide additional comments in the text box
provided, as necessary.
Line Item Category or Type
73
74
75
rc.
77
Commercial and institutional-sized refuse and
recycling containers roll-off containers, collection
bins, and dumpsters of inetal construction
Knuckleboom and grapple loaders
Hook and hoist dumpster loaders
Roll-off trucks
Refuse and recyclable material balers and
compactors
Offered �
Comments
r Yes Wastequip's Steel Group manufactures
r No a wide range of front- load, roll-off,
side-load, and rear-load containers,
as well as self-dumping hoppers for
all types of waste and recycling. The
division also makes specialty
containers for handling sludge,
grease, and other tough waste, along
with dewatering, vacuum, and
intermodal containers.
r Yes
� No
No Bid
c Yes Wastequip's branded Galbreath
r No Mobile Group products are
engineered to withstand the
punishment of hauling waste,
recyclables, and scrap. The division
includes branded products such as
Galbreath hoists, container handlers,
and trailers, Mountain Tarp and
Pioneer tarping systems.
For decades, Amrep has been
meeting our customers' needs by
designing durable, high-performing "
roll- off hoists that minimize weight
and maximize payload. At Amrep, we
understand that our customers'
requirements vary based on
application and budget, and we
accommodate their needs by offering
a variety of roll-off cable hoists. From
refuse and construction hauling to
product delivery and yard transport,
Amrep can help you choose the right
product.
t Yes Wastequip's branded Galbreath
�` No Mobile Group products are
engineered to withstand the
punishment of hauling waste,
recyclables, and scrap. The division �
includes branded products such as
Galbreath hoists, container handlers,
and trailers; Mountain Tarp and
Pioneer tarping systems.
c Yes Wastequip's Steel Group manufactures
r No Wastequip-branded compactors and
industrial balers. �
These powertul products withstand the
demands of both commercial and
industrial use.
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.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
Documents
Ensure your submission document(s) conforms to the following:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to
ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by
Sourcewel I.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the
zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding
to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan."
• Pricinq - RFP #010825 Wastequip Pricing Guides.zip - Tuesday January 07, 2025 20:16:52
• Financial Strenath and Stabilitv - RFP #010825 WQ Financial Strength and Stability.pdf - Tuesday January 07, 2025 20:18:58
• Marketinq Plan/Samples - RFP #010825 Wastequip Marketing Samples.pdf - Tuesday January 07, 2025 20:19:27
• WMBE/MBE/SBE or Related Certificates - RFP #010825 Wastequip Good Faith Effort.pdf - Tuesday January 07, 2025 20:19:51
• Standard Transaction Document Samples - RFP #010825 Wastequip Standard Transaction Document Samples.pdf - Tuesday
January 07, 2025 20:23:43
• Upload Additional Document - RFP #010825 Upload Additional Documents.zip - Tuesday January 07, 2025 20:49:55
• Reauested Exceptions - RFP 010825 Wastequip Requested Exceptions.pdf - Tuesday January 07, 2025 20:40:52
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
Addenda, Terms and Conditions
PROPOSER AFFIDAVIT OF COMPLIANCE
I certify that I am an authorized representative of Proposer and have authority to submit the foregoing Proposal:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the
jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for
award.
3. The Proposer certifies that:
(1) The prices in this Proposal have been arrived at independently, without, for the purpose of restricting competition, any
consultation, communication, or agreement with any other Proposer or competitor relating to-
(i) Those prices;
(ii) The intention to submit an offer; or
(iii) The methods or factors used to calculate the prices offered.
(2) The prices in this Proposal have not been and will not be knowingly disclosed by the Proposer, directly or indirectly, to any other
Proposer or competitor before award unless otherwise required by law; and
(3) No attempt has been made or will be made by Proposer to induce any other concern to submit or not to submit a Proposal for the
purpose of restricting competition.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or
circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest is created when a
current or prospective supplier is unable to render impartial service to Sourcewell due to the supplier's: a. creation of evaluation criteria
during performance of a prior agreement which potentially influences future competitive opportunities to its favor; b. access to nonpublic
and material information that may provide for a competitive advantage in a later procurement competition; c. impaired objectivity in
providing advice to Sourcewell.
5. Proposer will provide to Sourcewell Participating Entities Solutions in accordance with the terms, conditions, and scope of a resulting
master agreement.
6. The Proposer possesses, or will possess all applicable licenses or certifications necessary to deliver Solutions under any resulting
master agreement.
7. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
8. Proposer its employees, agents, and subcontractors are not:
Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the
United States Department of the Treasury found at: https://www.treasurv.qov/ofac/downloads/sdnlist.pdf;
Included on the government-wide exclusions lists in the United States System for Award Management found at:
https://sam.aov/SAM/; or
Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the
State of Minnesota; the United States federal government, as applicable; or any Participating Entity. Vendor certifies and warrants
that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this
Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I
had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic
signature or electronic record was used in its formation. - Laura Hubbard, Director of Municipal Sales, Wastequip Manufacturing
Company LLC
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
Docusign Envelope ID: 6C149445-21 FF-4394-B6F5-CB51 E5C36AA0
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the
Proposer foresees an actual or potential Conflict of Interest in performing the obligations contemplated in the solicitation proposal.
r Yes � No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document.
Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.
I have reviewed the
File Name belowaddendum and
attachments (if Pages
applicable)
There have not been any addenda issued for this bid.
Bid Number: RFP 010825 Vendor Name: Wastequip Manufacturing Company LLC
EXHIBIT C
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
FORM CIQ
OFFICEUSEONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
� Name of vendor who has a business relationship with local governmental entity.
None
J
� Checkthis 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.)
� Name of local government officer about whom the information is being disclosed.
None
Name of Officer
J Describe each employment or other business relationship with the local government ofFicer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
None
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 � No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
� Yes � No
� 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.
N/A
J
❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
�
� 02/03/2026
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.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 & 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code � 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
***
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code & 176.006(a) and (a-1)
(a) 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
M&C Review
CITYCOUNCILAGENDA
Create New From This M&C
DATE:
CODE
REFERENCE **M&C 26-
1/13/2026 NO.: 0004
P TYPE: CONSENT
LOG NAME:
PUBLIC
HEARING:
Page 1 of 2
Official site of the City of Fort Worth, Texas
�ORT�'�'ORTII
-��-
13P COOP SW 010825-WQI
ROLL-OFF CONTAINER JJ
ENV
�
SUBJECT: (ALL) Authorize Execution of an Agreement with Wastequip Manufacturing Company
LLC, Using a Sourcewell Cooperative Contract for Roll-Off Containers in an Amount Up
to $150,000.00 for the Initial One-Year Term and Authorize Three One-Year Renewal
Options for the Same Amount for the Environmental Services Department
1:7xd�]►�il►�il��l�7_��[�7►P
It is recommended that the City Council authorize execution of an agreement with Wastequip
Manufacturing Company LLC, using a Sourcewell Cooperative Contract for roll-off containers in an
amount up to $150,000.00 for the initial one-year term and authorize three one-year renewal options
for the same amount for the Environmental Services Department.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize execution of an
agreement with Wastequip Manufacturing Company LLC under Sourcewell Cooperative Contract
010825-WQI for the purchase of roll-off containers to support the Environmental Services
Department's Drop-off Stations. The department manages a wide range of residential waste and
recycling, with Fort Worth residents utilizing seven disposal bays at each Drop-off Station daily,
resulting in approximately 6,000 annual hauls to the landfill and recycling facilities. These hauls are
conducted using an inventory of 80 roll-off containers that are continually transported between the
four Drop-off Stations, the landfill, and recycling facilities by the City's contracted hauler, Waste
Management. Due to this heavy daily use and constant transport, the containers experience
significant wear and require regular replacement. This agreement will ensure the department has
durable roll-off containers and related equipment needed to maintain efficient, safe, and reliable
operations.
FUNDING: The maximum annual amount allowed under this agreement will be $150,000.00;
however, the actual amount used will be based on the needs of the department and available budget.
Funding is budgeted in the Other Contractual Services account within the Solid Waste Fund for the
Environmental Services Department.
COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under a
cooperative purchase agreement satisfies any state law requiring that the local government seek
competitive bids for the purchase of the item. Sourcewell Contracts have been competitively bid to
increase and simplify the purchasing power of government entities across the State of Texas.
Request for Proposal No. 010825 was published on November 14, 2024, and November 21, 2024,
and responses were opened on January 8, 2025. Sourcewell contract offers fixed discounts. Staff
reviewed the pricing and determined it to be fair and reasonable.
AGREEMENT TERM: The initial term of the agreement will begin upon execution and end on May
29, 2026.
RENEWAL OPTIONS: In accordance with the terms of the Sourcewell Cooperative Contract No.
010825-WQI, there are three one-year terms. The spending authority for the renewal period, if
exercised, will be in an amount up to $150,000.00. This action does not require specific City Council
approval provided that the City Council has appropriated sufficient funds to satisfy the City's
http://apps.cfwnet.org/council�acket/mc review.asp?ID=34048&councildate=l/13/2026 1/15/2026
M&C Review Page 2 of 2
obligations during the renewal term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by
the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does
not require specific City Council approval as long as sufficient funds have been appropriated.
SMALL BUSINESS: A Small Business subcontracting goal is not assigned to this contract because a
waiver has been approved by the department's Assistant City Manager, in accordance with the City's
Small Business Ordinance, Chapter 21 of the City Code. The waiver was granted due to the use of a
cooperative purchasing agreement.
The agreement serves ALL COUNCIL DISTRICTS.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as
previously appropriated, in the Solid Waste Fund to support the approval of the above
recommendation and award of the contract. Prior to any expenditure being incurred, the
Environmental Services Department has the responsibility to validate the availability of funds.
BQN\\
TO
� Fund Department Account Project Program Activity Budget Reference #
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference #
ID ID Year (Chartfield 2)
Reginald Zeno (8517)
Submitted for Citv Manaqer's Office bv:
Amount
Amount
Valerie Washington (6192)
Oriqinatinq Department Head:
Additional Information Contact:
Reginald Zeno (8517)
Cody Montana Whittenburg (5455)
Haven Wynne (8525)
Juby Jacob (8066)
ATTACHMENTS
13P COOP SOURCEWELL ROLL-OFF CONTAINER JJ EVN Propertv Manaqement Funds
Availabilitv.docx (CFW Internal)
FID TABLE Wastequip Roll Off Containers.xlsx (CFW Internal)
Form 1295 Certificate 101466514.pdf (CFw �nterna�)
SAMs 12.9.25.pdf (CFW Internal)
Small Business Coop Waiver V1-1 COOpSOUI'Cewell-WaSte EqUlp.pdf (CFW Internal)
SOS 12.9.25.pnq. (CFW Internal)
Signature: �a,�,v,��-L�,�
Email: Ihubbard@wastequip.com
http://apps.cfwnet.org/council�acket/mc review.asp?ID=34048&councildate=l/13/2026 1/15/2026
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Wastequip Manufacturing Company LLC
SubjeCt of the Agreement: Procuring Roll-Off Containers using COOP - Sourcewell 010825-WQI
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes ❑ No 0
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date: 5.19.2029
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑✓ No ❑
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.