HomeMy WebLinkAbout064756 - General - Contract - Zimmerer Kubota & Equipment, Inc. and Diamon Mowers, LLCCSC No. 64756
FORT WORTH
CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement ("Agreement") is entered into by and between Zimmerer Kubota &
Equipment, Inc., an authorized dealer for Diamond Mowers, LLC through Sourcewell contract 032525-DMM
("Vendor") and the City of Fort Worth ("City"), a Texas home rule municipality.
The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of
precedence in which they are listed:
L This Cooperative Purchase Agreement;
2. Exhibit A— Seller's Quote;
3. Exhibit B— Cooperative Agency Contract (SW032525-DMM); and
4. Exhibit C— Conflict of Interest Questionnaire
Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B,
or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this
Agreement control.
City shall pay Vendor in accordance with the fee schedule in Exhibit A, including any future quotes, and
in accordance with the provisions of this Agreement. Total annual payment made under this non-exclusive
Agreement may be an amount up to Five Hundred-Thousand Dollars and Zero Cents ($500,000.00). The
Vendor acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of
purchase. Further, Vendor recognizes that the amount stated above is the total amount of funds available,
collectively, for any Vendor that enters into an agreement with the City under the relevant M&C or cooperative
agreement and that once the full amount has been exhausted, whether individually or collectively, funds have
therefore been exhausted under this Agreement as well.
The Parties will engage in multiple transactions to purchase off-road vehicles and/or other motorized
equipment under this Agreement. For each purchase made pursuant to this Agreement, Vendar must supply a
quote for the subject vehicles/equipment, and the quote must conform with the then-current pricing under the
underlying cooperative agreement. If the City accepts the quote and places an order for the vehicles/equipment,
that quote sha11 be considered as an addendum to this agreement but is not required to be filed in the City records.
The Parties will maintain all quotes for the 3-year Audit period included herein.
The term of this Agreement is effective beginning on the date signed by the Assistant City Manager below
("Effective Date") and expires on May 15, 2026.
Vendor agrees that City shall, until the expiration of three (3) years after final payment under this
Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the
right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but
not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional
cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor
facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with
the provisions of this section. City shall give Vendor reasonable advance notice of intended audits.
Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have
been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives or
(2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
To CITY:
City of Fort Worth
Atm: Valerie Washington, Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102
To VENDOR:
Zimmerer Kubota & Equipment, Inc.,
Attn: Steve Lee
5165 Mark N Parkway,
Fort Worth, TX 76106
With copy to Fort Worth City Attorney's Office at Facsimile: N/A
same address
City is a government entity under the laws of the State of Texas and all documents held or maintained by
City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that
City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby
deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked
Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit
reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by
City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction.
The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in
accordance with the laws of the United States and state of Texas, exclusive of conflicts of laws provisions. Venue
for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas.
To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant
County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no
force or effect.
Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement requires
City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have
no force or effect.
To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or
hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and
any such terms are hereby deleted from the Agreement and shall have no force or effect.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not
apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is
prohibited from entering into a contract with a company for goods or services unless the contract contains a written
verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term
of the contract. The terms "boycott IsraeP' 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 Vendar: (1) does not boycott Israel; and (2) wi11 not boycott Israel
during the term of the Agreement.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not
apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is
prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be
paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless
the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and
(2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the
Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's
signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2)
will not boycott energy companies during the term of this Agreement.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not
apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code,
the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that
is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees
unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent
that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor
certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will
not discriminate against a firearm entity or frearm trade association during the term of this Agreement.
(SignatuYe Page to Follow)
The undersigned represents and warrants that he or she has the power and authority to execute this
Agreement and bind the respective Vendor.
CITY OF FORT WORTH:
CONTRACT COMPLIANCE MANAGER:
��� �,�%�^-�. By signing I acknowledge that I am the person
$y; Valerie Washingtor, (�eb � a, 2026 09:45:05 CST) responsible for the monitoring and administration
Name: Valerie Washington of this contract, including ensuring all performance
Title: Assistant City Manager and reporting requirements.
Date: OZ�18/2026
APPROVAL RECOMMENDED:
G'l� �
$y; Reginald Zeno (Feb 18, 2026 09:23:45 CST)
Name: Reginald Zeno
Title: Chief Financial Officer/Director
ATTEST:
�� � �-�
By:
Name: Jannette Goodall
Title: City Secretary
VENDOR:
4dqU4pn
��
c'�'O� foRT ��9 0
0
v_o o•+o
Ovo o=d
P��* o aa*��
a°a orEXA5o4a
��npoab�
Zimmerer K ota c� Equipm t, Inc.
By: `�
i���
ame: ��u �- ��`t
Title: /►� C��� . a� ��J 7 . �t-��
Date: � _ �� � � ��
��� ��
By:
Name: Christopher Ha
Title: Senior Buyer
APPROVED AS TO FORM AND LEGALITY:
��� .A�.��
By:
Name: Jordan P. Alvarez
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0450
Date: June 13, 2023
Form 1295: 2026-1419865
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Exhibit A
Iimmerer u a
since ]479
Customer:
Address:
City:
Make
Diamond
Model
DMG026
City of Fort Worth
EPR 24-00005
Phone:
E-Mail:
Fax:
Description
26" skid steer stump grinder w/ 6 way movement, incl hoses &
1/2" quick couplers, 29-33 GPM hydraulic flow
incoming freight
SOURCEWELL CONTRACT #032525-DMM
Price:
$ 19,228.00
$ 603.00
Sub-Total: $ - $ 19,831.00
Insurance Premium
Months Cost X
I 1z I S I I
I 24 I S I I
I 36 �$ � �
� 48 �$ - � �
� 6� �$ - � �
I X I X I I
Finance Payment Options
Months APR Payment
� 12 0 � $ -
� 24 0 � $ -
� 36 0 � $ -
� 48 0 � $ -
� 60 0 � $ -
� x x � x
Sales Person
Steve Lee
www.zimmererkubota.com
2825 N Nolan River Rd 1421 N Loop 288 3472 S US Hwy 287
Cleburne, TX 76033 Denton, TX 76209 Decatur, TX 76234
(817�645-9106 (940�382-1564 (940)627-4744
Zimmerer Kubota � Equipment, Inc.
5165 MARK IV PARKWAY FORT WORTH, TX 76106 (817)281-6143
Trade-In v ru
Value:
Pay-Off: $ -
Difference�s�b-rocai-vai�e+payoff�: S -
Extended Warranty:
Taxes
Sales Tax (8.25%): $ -
HeavyEquipmentTax(.002547) $ -
TERP Tax (50+ HP Units) (1.5%): $ -
3% Conevience Fee $ -
Extras
Theft, Fire & Vandalism Insurance:
UCC/Document Fee (C/B/N):
RTV Title Fee: $ -
Dellvery Fee: $ 200.00
Total: $ 20,031.00
Down Payment:
Total: $ 20,031.00
Proposal Only. Not a Sales Invoice
All prices quoted are for cash or check purposes. Credit cards are gladly accepted at our non-discounted price.
Date: 11/5/2025
5165 Mark IV Parkway 3218 W US Hwy 82
Fort Worth, TX 76106 Gainesville, TX 76240
(817)281-6143 (940)668-7861
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
Exhibit B
Sourcewell �
MASTER AGREEMENT #032525
CATEGORY: Road Right-of-Way Maintenance Equipment
SUPPLIER: Diamond Mowers, LLC
032525-DMM
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 Diamond Mowers, LLC, 350
E. 60t" St. N., Sioux Falls, SD 57104 (Supplier).
Sourcewell is a local government and service cooperative created under the laws of the State of
Minnesota (Minnesota Statutes Section 123A.21) offering a Cooperative Purchasing Program to eligible
participating government entities
Under this Master Agreement entered with Sourcewell, Supplier will provide Included Solutions to
Participating Entities through Sourcewell's Cooperative Purchasing Program.
Article 1:
General Terms
The General Terms in this Article 1 control the operation of this Master Agreement between Sourcewell
and Supplier and apply to all transactions entered by Supplier and Participating Entities. Subsequent
Articles to this Master Agreement control the rights and obligations directly between Sourcewell and
Supplier (Article 2), and between Supplier and Participating Entity (Article 3), respectively. These Article 1
General Terms control over any conflicting terms. Where this Master Agreement is silent on any subject,
Participating Entity and Supplier retain the ability to negotiate mutually acceptable terms.
1) Purpose. Pursuant to Minnesota law, the Sourcewell Board of Directors has authorized a Cooperative
Purchasing Program designed to provide Participating Entities with access to competitively awarded
cooperative purchasing agreements. To facilitate the Program, Sourcewell has awarded Supplier this
cooperative purchasing Master Agreement following a competitive procurement process intended to
meet compliance standards in accordance with Minnesota law and the requirements contained
herein.
2) Intent. The intent of this Master Agreement is to define the roles of Sourcewell, Supplier, and
Participating Entity as it relates to Sourcewell's Cooperative Purchasing Program.
3) Participating Entity Access. Sourcewell's Cooperative Purchasing Program Master Agreements are
available to eligible public agencies (Participating Entities). A Participating Entity's authority to access
Sourcewell's Cooperative Purchasing Program is determined through the laws of its respective
jurisdiction.
4) Supplier Access. The Included Solutions offered under this Agreement 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: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
5) Term. This Agreement is effective upon the date of the final signature below. The term of this
Agreement is four (4) years from the effective date. The Agreement expires at 11:59 P.M. Central
Time on May 15, 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) Excepfional 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.
Scope. Supplier is awarded a Master Agreement to provide the solutions identified in RFP
#032525 to Participating Entities. In Scope solutions include: manned, robotic, or remote Road
Right-of-Way Maintenance Equipment, including equipment, attachments, and accessories
designed or primarily intended for use in the maintenance of road and highway rights-of-way,
including but not limited to:
Flail, boom, rotary, wing, sickle, and slope mowers;
Brush cutters;
Seeders, tillers, mulchers, and sprayers;
Erosion stabilization and prevention products;
Ditch maintenance equipment; and
Dust abatement water trucks.
7) 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.
8) Indefinite Quantity. This Master Agreement defines an indefinite quantity of sales to eligible
Participating Entities.
9) 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.
10) 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.
11) Open Market. Supplier's open market pricing process is included within its Proposal.
12) Supplier Representations:
v052824 2
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
i) Compliance. Supplier represents and warrants it will provide all Included Solutions
under this Agreement in full compliance with applicable federal, state, and local laws and
regulations.
ii) Licenses. As applicable, Supplier will maintain a valid status on all required federal, state,
and local licenses, bonds, and permits required for the operation of Supplier's business with
Participating Entities. Participating Entities may request all relevant documentation directly from
Supplier.
iii) Supplier Warrants. Supplier warrants that all Included Solutions furnished under this
Agreement are free from liens and encumbrances, and are free from defects in design, materials,
and workmanship. In addition, Supplier warrants the Solutions are suitable for and will perform
in accordance with the ordinary use for which they are intended.
13) 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.
14) Debarment and Suspension. Supplier certifies and warrants that neither it nor its principals are
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from programs operated by the State of Minnesota, the United States federal government, or any
Participating Entity. Supplier certifies and warrants that neither it nor its principals have been
convicted of a criminal offense related to the subject matter of this Agreement. Supplier further
warrants that it will provide immediate written notice to Sourcewell if this certification changes at
any time during the term of this Agreement.
15) Provisions for non-United States federal entity procurements under United States federal awards
or other awards (Appendix II to 2 C.F.R § 200). Participating Entities that use United States federal
grant or other federal funding to purchase solutions from this Agreement may be subject to
additional requirements including the procurement standards of the Uniform Administrative
Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200.
Participating Entities may have additional requirements based on specific funding source terms or
conditions. Within this Section, all references to "federal" should be interpreted to mean the United
States federal government. The following list applies when a Participating Entity accesses Supplier's
Included Solutions with United States federal funds.
i) EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. §
60, all agreements that meet the definition of "federally assisted construction contract" in 41
C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935,
3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "OfFice of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
v052824
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
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: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
certifies that during the term of an award for all Agreements by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
v) CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION
CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of
$150,000 require the non-federal award to agree to comply with all applicable standards, orders
or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal
Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to
the Federal awarding agency and the Regional OfFice of the Environmental Protection Agency
(EPA). Supplier certifies that during the term of this Agreement it will comply with applicable
requirements as referenced above.
vi) DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract
award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide
exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines
at 2 C.F.R. § 180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and
12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension" SAM Exclusions contains
the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties
declared ineligible under statutory or regulatory authority other than Executive Order 12549.
Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
vii) BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must
file any required certifications. Suppliers must not have used federal appropriated funds to pay
any person or organization for influencing or attempting to influence an ofFicer or employee of
any agency, a member of Congress, ofFicer or employee of Congress, or an employee of a
member of Congress in connecfion with obtaining any federal contract, grant, or any other
award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds
that takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures
required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352).
viii) RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply
with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further
certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
ix) ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable,
Supplier must comply with the mandatory standards and policies relating to energy efficiency
which are contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act.
x) BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must
comply with all applicable provisions of the Buy American Act. Purchases made in accordance
with the Buy American Act must follow the applicable procurement rules calling for free and
open competition.
v052824
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
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(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests,
or reproductions of flags or likenesses of Federal agency officials without specific pre-approval.
xiv) NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party
to this Agreement or any purchase by a Participating Entity and is not subject to any obligations
or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Agreement or any purchase by an authorized user.
xv) PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. § 38 (Administrative Remedies for False Claims and
Statements) applies to the Supplier's actions pertaining to this Agreement or any purchase by a
Participating Entity.
xvi) FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
xvii) CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Agreement or any aspect related
to the anticipated work under this Agreement raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufFicient detail so that the U.S. OfFice of General Services, Sourcewell, and
Participating Entity are able to assess the actual or potential conflict; and provide any additional
information as necessary or requested.
xviii) U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with
U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of
resources and support to individuals and organizations associated with terrorism.
v052824 6
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
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 Obligafions
The Terms in this Article 2 relate specifically to Sourcewell and its administration of this Master
Agreement with Supplier and Supplier's obligations thereunder.
1) Authorized Sellers. Supplier must provide Sourcewell a current means to validate or authenticate
Supplier's authorized dealers, distributors, or resellers which may complete transactions of Included
Solutions offered under this Agreement. Sourcewell may request updated information in its
discretion, and Supplier agrees to provide requested information within a reasonable time.
2) Product and Price Changes Requirements. Supplier may request Included Solutions changes,
additions, or deletions at any time. All requests must be made in writing by submitting a Sourcewell
Price and Product Change Request Form to Sourcewell. At a minimum, the request must:
• Identify the applicable Sourcewell Agreement number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
• Individually list all Included Solutions affected by the requested change, along with the
requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of Pricing List with the effective date of the modified pricing,
or product addition or deletion. The new pricing restatement must include all Included
Solutions offered, even for those items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an amendment to
this Agreement and will be incorporated by reference.
3) Authorized Representative. Supplier will assign an Authorized Representative to Sourcewell for this
Agreement and must provide prompt notice to Sourcewell if that person is changed. The Authorized
Representative will be responsible for:
• Maintenance and management of this Agreement;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Participation in reviews with Sourcewell.
Sourcewell's Authorized Representative is its Chief Procurement OfFicer.
4) Performance Reviews. Supplier will perform a minimum of one review with Sourcewell per
agreement year. The review will cover transactions to Participating Entities, pricing and terms,
v052824
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
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) Reporfing 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: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department
instructions.
10) Noncompliance. Sourcewell reserves the right to seek all remedies available at law for unpaid or
underpaid Administrative Fees due under this Agreement. Failure to remit payment, delinquent
payments, underpayments, or other deviations from the requirements of this Agreement may be
deemed a material breach and may result in cancellation of this Agreement and disbarment from
future Agreements.
11) Audit Requirements. Pursuant to Minn. Stat. § 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Agreement are subject to
examination by Sourcewell and the Minnesota State Auditor for a minimum of six years from the end
of this Agreement. Supplier agrees to fully cooperate with Sourcewell in auditing transactions under
this Agreement to ensure compliance with pricing terms, correct calculation and remittance of
Administrative Fees, and verification of transactions as may be requested by a Participating Entity or
Sourcewell.
12) Assignment, Transfer, and Administrative Changes. Supplier may not assign or otherwise transfer its
rights or obligations under this Agreement without the prior written consent of Sourcewell. Such
consent will not be unreasonably withheld. 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. Any prohibited
assignment is invalid. 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 Sourcewell to enforce any right under this Agreement will not be deemed a waiver
of such right in the event of the continuation or repetition of the circumstances giving rise to such
right.
15) Complete Agreement. This Agreement represents the complete agreement between the parties for
the scope as defined herein. Supplier and Sourcewell may enter into separate written agreements
relating specifically to transactions outside of the scope of this Agreement.
16) Relationship of Sourcewell and Supplier. This Agreement does not create a partnership, joint
venture, or any other relationship such as employee, independent contractor, master-servant, or
principal-agent.
17) Indemnification. Supplier must indemnify, defend, save, and hold Sourcewell, including their agents
and employees, harmless from any claims or causes of action, including attorneys' fees incurred by
Sourcewell, arising out of any act or omission in the performance of this Agreement by the Supplier
or its agents or employees; this indemnification includes injury or death to person(s) or property
alleged to have been caused by some defect in design, condition, or performance of Included
Solutions under this Agreement. Sourcewell's responsibility will be governed by the State of
Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law.
v052824
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
18) Data Practices. Supplier and Sourcewell acknowledge Sourcewell is subject to the Minnesota
Government Data Practices Act, Minnesota Statutes Chapter 13. As it applies to all data created and
maintained in performance of this Agreement, Supplier may be subject to the requirements of this
chapter.
19) Grant of License.
a) During the term of this Agreement:
i) Supplier Promotion. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive
right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising,
promotional materials, and informational sites for the purpose of marketing Sourcewell's
Agreement with Supplier.
ii) Sourcewell Promotion. Supplier grants to Sourcewell a royalty-free, worldwide, non-
exclusive right and license to use Supplier's trademarks in advertising, promotional
materials, and informational sites for the purpose of marketing Supplier's Agreement with
Sourcewell.
b) Limited Right of Sublicense. The right and license granted herein includes a limited right of each
party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers,
marketing representatives, partners, or agents (collectively "Permitted Sublicensees") in
advertising, promotional, or informational materials for the purpose of marketing the Parties'
relationship. Any sublicense granted will be subject to the terms and conditions of this Article.
Each party will be responsible for any breach of this section by any of their respective
sublicensees.
c) Use; Quality Control.
i) Neither party may alter the other party's trademarks from the form provided and must
comply with removal requests as to specific uses of its trademarks or logos.
ii) Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's
trademarks only in good faith and in a dignified manner consistent with such party's use of
the trademarks. Each party may make written notice to the other regarding misuse under
this section. The offending party will have 30 days of the date of the written notice to cure
the issue or the license/sublicense will be terminated.
d) Termination. Upon the termination of this Agreement for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and
the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of
suppliers which may be used until the next printing). Supplier must return all marketing and
promotional materials, including signage, provided by Sourcewell, or dispose of it according to
Sourcewell's written directions.
20) Venue and Governing law between Sourcewell and Supplier Only. The substantive and procedural
laws of the State of Minnesota will govern this Agreement between Sourcewell and Supplier. Venue
for all legal proceedings arising out of this Agreement between Sourcewell and Supplier will be in
court of competent jurisdiction within the State of Minnesota. This section does not apply to any
dispute between Supplier and Participating Entity. This Agreement reserves the right for Supplier and
v052824 10
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
Participating Entity to negotiate this term to 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 of Subrogation. Supplier waives and must require (by endorsement or otherwise) all its
insurers to waive subrogation rights against Sourcewell and other additional insureds for losses
paid under the insurance policies required by this Agreement or other insurance applicable to
the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured
retentions applicable to the required or any other insurance maintained by the Supplier or its
subcontractors. Where permitted by law, Supplier must require similar written express waivers
of subrogation and insurance clauses from each of its subcontractors.
v052824 11
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
e) Umbrella/Excess Liability/SELF-INSURED RETENTION. The limits required by this Agreement can
be met by either providing a primary policy or in combination with umbrella/excess liability
policy(ies), or self-insured retention.
23) Termination for Convenience. Sourcewell or Supplier may terminate this Agreement upon 60
calendar days' written notice to the other Party. Termination pursuant to this section will not relieve
the Supplier's obligations under this Agreement for any transactions entered with Participating
Entities through the date of termination, including reporting and payment of applicable
Administrative Fees.
24) Termination for Cause. Sourcewell may terminate this Agreement upon providing written notice of
material breach to Supplier. Notice must describe the breach in reasonable detail and state the
intent to terminate the Agreement. Upon receipt of Notice, the Supplier will have 30 calendar days
in which it must cure the breach. Termination pursuant to this section will not relieve the Supplier's
obligations under this Agreement for any transactions entered with Participating Entities through the
date of termination, including reporting and payment of applicable Administrative Fees.
Arficle 3:
Supplier Obligations to Participating Entities
The Terms in this Article 3 relate specifically to Supplier and a Participating Entity when entering
transactions utilizing the General Terms established in this Master Agreement. Article 1 General Terms
control over any conflict with this Article 3. Where this Master Agreement is silent on any subject,
Participating Entity and Supplier retain the ability to negotiate mutually acceptable terms.
1) Quotes to Participating Entities. Suppliers are encouraged to provide all pricing information
regarding the total cost of acquisition when quoting to a Participating Entity. Suppliers and
Participating Entities are encouraged to include all cost specifically associated with or included within
the Suppliers proposal and Included Solutions within transaction documents.
2) Shipping, Delivery, Acceptance, Rejection, and Warranty. Supplier's proposal may include proposed
terms relating to shipping, delivery, inspection, and acceptance/rejection and other relevant terms
of tendered Solutions. Supplier and Participating Entity may negotiate final terms appropriate for the
specific transaction relating to non-appropriation, shipping, delivery, inspection,
acceptance/rejection of tendered Solutions, and warranty coverage for Included Solutions. Such
terms may include, but are not limited to, costs, risk of loss, proper packaging, inspection rights and
timelines, acceptance or rejection procedures, and remedies as mutually agreed include notice
requirements, replacement, return or exchange procedures, and associated costs.
3) Applicable Taxes. Participating Entity is responsible for notifying supplier of its tax-exempt status and
for providing Supplier with any valid tax-exemption certification(s) or related documentation.
4) Ordering Process and Payment. Supplier's ordering process and acceptable forms of payment are
included within its Proposal. Participating Entities will be solely responsible for payment to Supplier
and Sourcewell will have no liability for any unpaid invoice of any Participating Entity.
v052824 12
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
032525-DMM
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 of transaction documents as mutually
agreed. In any transaction document entered utilizing this Agreement, Supplier and Participating
Entity must include specific reference to this Master Agreement by number and to Participating
Entity's unique Sourcewell account number.
6) Addifional Terms and Conditions Permitted. Participating Entity and Supplier may negotiate and
include additional terms and conditions within transaction documentation as mutually agreed. Such
terms may supplant or supersede this Master Agreement when necessary and as solely determined
by Participating Entity. Sourcewell has expressly reserved the right for Supplier and Participating
Entity to address any necessary provisions within transaction documents not expressly included
within this Master Agreement, including but not limited to transaction cancellation, dispute
resolution, governing law and venue, non-appropriation, insurance, defense and indemnity, force
majeure, and other material terms as mutually agreed.
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.
Sourcewell
Signed by:
.�y s���,
COFD2A139D06489...
By:
Jeremy Schwartz
Title: Chief Procurement Officer
Diamond Mowers, LLC
Signed by:
�a�-�lk I�UU9�.
7�SAFBF655D2486...
Y•
Dacotah Buum
Title: Sales Project Manager
5/13/2025 � 12:01 PM CDT
Date:
5/13/2025 � 7:23 AM PDT
Date:
v052824 13
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
RFP 032525 - Road Right-of-Way Maintenance Equipment
Vendor Details
Company Name: Diamond Mowers
Does your company conduct
business under any other name? If SD
yes, please state:
350 E 60TH Street North
Address:
Sioux Falls, sd 57104
Contact: dacotah buum
Email: DBuum@diamondmowers.com
Phone: 605-977-3352
Fax: 888-960-0364
HST#: 46-0457129
Submission Details
Created On: Thursday March 13, 2025 09:16:21
Submitted On: Monday March 24, 2025 10:18:00
Submitted By: dacotah buum
Email: DBuum@diamondmowers.com
Transaction #: 737d5600-766f-4550-80b9-b1c8d2e236e7
Submitter's IP Address: 147.243.203.247
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
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.
2 In the event of award, is this entity the
Responsible Supplier that will execute the
master agreement with Sourcewell? Y or N.
3 Identify all subsidiaries, D.B.A., authorized
affiliates, and any other entity that will be
responsible for offering and performing delivery
of Solutions within this Proposal (i.e.
Responsible Supplier(s) that will execute a
master agreement with Sourcewell).
4 Provide your CAGE code or Unique Entity
Identifier (SAM):
5 Provide your NAICS code applicable to
Solutions proposed.
6 Proposer Physical Address:
7
8
�
10
Proposer website address (or addresses):
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):
Proposer's primary contact for this proposal
(name, title, address, email address & phone):
Proposer's other contacts for this proposal, if
any (name, title, address, email address &
phone):
Response�
Diamond Mowers, LLC
Yes
N/A
CAGE code 37UQ4
SAM UEID XM54HUWL3DU6
333
Diamond Mowers, LLC
350 E 60th St. N
Sioux Falls, SD 57104
www.diamondmowers.com
Dacotah Buum - Sales Project Manager - 350 E. 60th St. N. Sioux Falls, SD
57104 - dbuum@diamondmowers.com - 605-679-0567
Dacotah Buum - Sales Project Manager - 350 E. 60th St. N. Sioux Falls, SD
57104 - dbuum@diamondmowers.com - 605-679-0567
Aaron Boyd - National Sales Director - 350 E. 60th St. N. Sioux Falls, SD 57104 -
aboyd@diamondmowers.com - 605-977-3304
Table 2A: Financial Viability and Marketplace Success (50 Points, applies to Table 2A and 2B)
Line Question
Item
Response`
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
11 Provide a brief history of your company,
including your company's core values,
business philosophy, and industry longevity
related to the requested Solutions.
Founded in 2000, Sioux Falls, South Dakota, USA based Diamond Mowers is the
leading manufacturer of industrial mowing, mulching and brush cutting equipment for
the municipal, skid-steer, and excavator markets. Our mission, we will field the best
team, we will be the best managed business in our industry, we will excel at driving
our dealer's success and we will become the most
desired brand in the markets we serve. All employees know, embrace and live our
core values, everyone we interact with from vendors, dealers and customers are
impacted by our five core values, Customer Focused, Accountability, Grit, Safety and <
Team Player. Our products are designed and engineered for quality and performance.
They're checked repeatedly in a battery of quality assurance tests and performance
tests. As a result, they're strong, durable and they work the way they're supposed
to. "Demand the BesY' has been our philosophy and our purpose. From engineers to
fabricators, from accountants to customer service representatives, from assembly
workers to HR, the people of Diamond understand the meaning of "Demand the
BesY' and embrace its application to their specific role. This June, Diamond will
celebrate its 25th anniversary and we couldn't be any prouder.
12 What are your company's expectations in the Since our first awarded contract with Sourcewell, we have seen our Municipal
event of an award? business grow each year and we expect to continue this growth pattern. Our
relationship has allowed us to work with states and municipalities that do not have a
contract or have a complicated purchasing method. We have seen much growth and "
awareness in Canada, and we are excited to see Canoe excel. We have grown with
Sourcewell throughout the years and will continue to promote, educate and utilize the
full benefits with our staff, customers and our network of over 1,000+ dealer locations.
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 What is your US market share for the
Solutions that you are proposing?
15 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.
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?
Diamond Mowers has been with Sourcewell (formerly NJPA) since 2013. Our
relationship with Sourcewell helped us to have a record year in 2013 of 17 million
dollars in sales. Today, Diamond has continued that relationship and has grown to 95
million dollars in sales in 2024 and is on track for 100 million in 2025.
See attached Financial Strength and Stability Document.
Diamond currently has 35-40% of the market share in the US.
Diamond currently has 40-45% of the market in Canada.
Diamond has never petitioned for bankruptcy or been involved in any bankruptcy
action.
Diamond Mowers is a Manufacturer of industrial roadside mowing and land clearing
equipment. Diamond primarily sells through our Authorized Dealers, we currently have
over 1,000 dealer locations throughout the US and Canada. Diamond also has the
option to sell direct.
Lead by our Executive Vice President, National Sales Director, Sales Project
Manager and Sales Operations Manager, Diamond Mowers has a team of eight
Regional Sales Managers (RSM) across the US and Canada, each with an internal
Sales Support Specialist (FSS) that works together as a team to manage sales
territories. Diamond also has a designated Parts Team, Customer Service Team,
Marketing Team, Shipping and Receiving Team, Accounting Team, Engineering Team
including our Application Engineers that work directly with our Sales Team and
specialize in working with customers to pair the right equipment to fit a variety of
carriers, solve problems and find the right solutions to all mowing and land clearing
needs. Diamond has partnered with dealers throughout the US and Canada to
sell/demo/promote Diamond products. We have a variety of signed dealers ranging
from Bobcat, John Deere, Case, New Holland, Massey Ferguson, ASV, Kubota, CAT
and many others to promote and sell our products. These dealers must meet a strict
criteria to become an authorized Diamond Mowers dealer, this includes but is not
limited to, stock inventory, full sales training, product installation, servicing, stocking,
promoting and demonstrating our product line. We have a variety of dealers, some
specialize in our Municipal line and have designated Government Sales Reps, other
specialize in our Skid Steer and Excavator line with designated Sales Reps, others
support our full line of products.
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
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.
Diamond Mowers has tested and complied with the following: SAE J115, J208, J232,
J517, J898, J909, J920, J1001, J1150, J1170, J898, J909, J1150, J1500 and
ANSI/ASAE: EP363, EP363.1, S203.13, S217.10, S217.11, S278.6, S318.7,
S318.14, S390.1, S441, S443 and ASTM A370.
The two most regulate standards in our industry are SAE J1001 and SAE J232:
SAE J1001: Personal Protection - This establishes guidelines for operator and
bystander protection from flail mowers and flail power rakes whose intended use falls
within the scope of this document. The guidelines for operator and bystander
protection in this recommended practice apply to towed, semi-mounted or mounted
flail mowers and flail power rakes when powered by a propelling tractor or machine
of at least 15 kw (20 HP), intended for marketing as industrial mowing equipment
and designed for cutting grass and other growth in public use areas such as parks,
cemeteries and along roadways and highways. SAE J232: Industrial Protection - This
SAE standard established performance criteria is towed, semi mounted or mounted,
and arm type rotary mowers with one or more blade assemblies of 77.5cm blade tip
circle diameter or over, mounted on propelling tractor or machine of at least 15 kw
(20HP), intended for marketing as industrial mowing equipment and designed for
cutting grass and other growth in public use areas such as parks, cemeteries, and
along roadways and highways.
Diamond Mowers has not had any Suspensions or Debarments.
In 2017, Diamond was named one of the fastest growing companies in America by
Fortune 5000. In 2019, Diamond was given the Editor's Choice award by Rental
Magazine. In 2021, Diamond was honored with the Rich Garry Rookie of the Year
award by the Sioux Empire United Way. 2019 Rental Editor's Choice Awards for
Diamonds Skid Steer Drum Mulcher. 2022 Rental Editor's Choice Awards for
Diamond's Drum Mulcher OD Pro X. 2023 Green Industry Editor's Choice Award for
Dimond's TR Boom Drum Mulcher. 2024 Rental Editor's Choice Awards for
Diamond's Drum Mulcher DC. 2024 Green Industry Pros Editor's Choice Award for
Diamond's disc Mulcher Belt Drive Pro X.
21 What percentage of your sales are to the Diamond has averaged 47% of our total sales in the governmental sector. The
governmental sector in the past three years? remaining portion in large is to farmers, landowners and contractors.
22 What percentage of your sales are to the Diamond does not primarily market to the Education Sector, however, we have had
education sector in the past three years? some colleges and school's purchase our mowing and mulching equipment, but this
would be less than 1%.
23 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?
24 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?
Sourcewell 070821-DMM $16,917,793
Arizona 4705000848 $0 -`NEW
California 4-22-06-1052 $0 - 'NEW
lowa PA 070821-DMM- $101,071
Kentucky 2300001369 $0 - 'NEW
Louisiana 4400027628 $1,602,338
Minnesota 246980 $1,255,146
Mississippi 8200073315 $991,117
Missouri CC221934002 $167,973
Nebraska 16049-OC $0 - *NEW
New York PC69840 $10,246,835
Ohio STS012702 $1,982,871
Oklahoma SW0196DM $125,336
Pennsylvania 4400028122 $1,306,590
Texas TXMAS-25-02001 $38,539
Washington 5218 $130,061
Federal GS-03F-113DA $145,234
Buyboard 706-23 $3,612,510
Equalis R10-1165 $0 - �NEW
Diamond Mowers products are also listed on a large number of state contracts that
are held by our authorized dealers in states such as Alaska, Alabama, Georgia,
Florida, Pennsylvania, Massachusetts, North Carolina, New Mexico, and others.
Diamond has been partnered with our dealer, Federal Contract Corps (FCC) who
holds our GSA contract and has dedicated staff that specialize in promoting and
bidding Diamonds full product line. Diamonds GSA sales have grown tremendously
year after year with FCC. Diamonds previously held GSA contract
#47QMCA19DOOOM, has been terminated on good terms by Diamond Mowers.
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
Table 2B: References/Testimonials
Line Item 25. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name *
City of Sioux Falls, Sioux Falls, SD
St. Louis County Highway, Duluth, MN
Lincoln County, Canton, SD.
Contact Name *
Scott Rust
srust@siouxfalls.org
Sourcewell ID# 72248
Phone Number `
605-367-8836 Office
605-321-5501 Mobile
Testimonial: "Diamond Mowers salesman Paul Schreurs
is very
customer focused and helps customers purchase the
right mower and tractor for their application. He puts
the customer first and makes sure they are happy with
equipment upon delivery and after it has been put into
service! Diamond Mower's dedication to innovation,
quality and customer service sets them apart from the
competition!"
Chad Skelton
skeltonc@co.st-louis.mn.us
Sourcewell ID# 59548
Terry Fluit
tfluit@lincolncountysd.org
Sourcewell ID# 119303
218-290-6397 Mobile
218-742-9804 Office
605-764-5841 Office
Table 3: Ability to Sell and Deliver Solutions (150 Points)
Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your
response should address in detail at least the following areas: locations of your network of sales and service providers, the number of
workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party),
and any overlap between the sales and service functions.
Line
Item
26
Question
Sales force.
Response'
Diamond Mowers directly employs a Sales staff consisting of the below.
Executive Vice President Sales & Marketing
Vice President of Parts Business
National Sales Director
Director of Marketing
Director of Municipal Business
Business Development Manager
Sales Project Manager
Sales Operations Manager
Regional Sales Manager - Qty 8
Sales Operations Specialist - Qty 4
Application Engineer
Parts Sales Associate - Qty 5
All of the above-mentioned positions are direct Diamond Mowers employees. The 8
Regional Sales Managers (RSM) are based strategically around the US and Canada
to cover their specific territories. Our RSM's live and work in their specific territories
to stay in tune with the market, customers and our dealer network of over 1,000+
locations. Remaining staff are based at either of our plants/offices, located in Sioux
Falls, SD.
27 Describe the network of Authorized Sellers Diamond Mowers has an extensive network of over 1,000+ authorized dealer locations
who will deliver Solutions, including dealers, throughout the US and Canada. Our dealers are fully trained to install, troubleshoot,
distributors, resellers, and other distribution service and repair our products. Our dealer's stock both inventory and parts and have
methods. dedicated sales representatives trained on Diamond products. Diamond has our dealer .
locator on our website allowing customers to find their closest Diamond Mowers
dealer with ease. Diamond also has the option to sell direct.
See the attached Diamond Mowers Dealer Network.
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
28 Service force.
29 Describe the ordering process. If orders will
be handled by distributors, dealers or
others, explain the respective roles of the
Proposer and others.
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.
�
32
33
Describe your ability and willingness to
provide your products and services to
Sourcewell participating entities.
Describe your ability and willingness to
provide your products and services to
Sourcewell participating entities in Canada
Identify any geographic areas of the United
States or Canada that you will NOT be fully
serving through the proposed agreement.
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.
Diamond Mowers directly employs a Customer Service staff consisting of the below:
Director of Customer Care
Customer Service Manager
Customer Service Lead
Customer Service Support Tech - Qty 4
Customer Service Administrator
Our Customer Service team is equipped to handle all technical and service-related
questions that our customers have. This team handles all warranty cases and most
trouble shooting and product repair questions over the phone or email. This is a full-
time team dedicated to taking care of our customer needs. We are staffed from
7:OOAM CST to 5:OOPM CST Monday through Friday. Diamonds call answer rate in
2024 was 99% of the 1% that didn't get answered, 98% were called back within 1
hour.
Diamond orders will either be processed by a Diamond Regional Sales Manager
(RSM) or directly through any of our Diamond Mowers Dealers. Our Application
Engineers, RSM's and dealer sales reps will work directly with customers to find the
solution that best fits their needs based on their specific application. After qualifying
and making a recommendation, a firm quote is given to the customer based on the
Sourcewell contracted price. The customer would then issue a purchase order to
Diamond Mowers or to the Dealer listing the corresponding Sourcewell contract
number. Internally, Diamond verifies Sourcewell membership prior to processing the
order, this is recorded on the sales order and the order is flagged for quarterly
reporting. If a Dealer sells a Diamond Mowers unit out of their inventory, a purchase
or sales order is provided to Diamond with the Sourcewell member number, these are
then added to the quarterly reporting and submitted to Sourcewell in their Excel format
template.
Diamond Mowers prides itself in Customer Responsiveness and with that we have two
main metrics in place: 1) 90% of all inbound calls are answered and 2) 90% of all
voicemails are returned within 60 mins or less. In 2024 we were at 99% of all calls
being answered and 98% of unanswered calls were returned withing 1 hour! We view
our nationwide network of over 1,000+ authorized service dealers as our 1st line of
support for our customers however, we have customers that prefer to contact and work
with Diamond directly vs. the dealer. We will support those customers with the same
urgency and responsiveness as our dealers with the ultimate goal of the Diamond
Mowers Customer Care team being to minimize unit downtime. Our Customer Care
team can be reached directly via phone, email, text, or an online support submission.
Our team of experienced techs will work directly with our case contact to identify the
issue, diagnose a solution, and provide parts as needed. All support cases are
logged into our CRM to best understand and manage our products including training
opportunities, quality updates, enhancements, and documentation needs.
Diamond has eight Regional Sales Managers dedicate to the US and Canada along
with four Sales Operations Specialists. We have an extensive dealer network of over
1,000+ dealer locations in the US and Canada. Sourcewell customers can purchase
directly through the factory or through any of our authorized dealers. We have a fully
staffed sales team located at our plant in Sioux Falls, South Dakota dedicated to
helping our customers from assisting with application specifics, quoting, ordering,
manufacturing, shipping, training, service and parts.
We have seen tremendous growth and awareness of Canoe. Diamond actively attends
tradeshows in the US and Canada and promotes our Canoe and Sourcewell banners.
Diamond has two designated Regional Sales Manager and two Sales Operations
Specialists for all of Canada. We also have an established network of dealers
throughout Canada that stock our products and are fully trained to install, troubleshoot,
and repair our products. Diamond is currently working with many new potential dealers
to grow this market. Canadian customer can also purchase direct through Diamond.
We have also partnered with brokers and shipping companies to deliver into Canada.
There are not any geographical areas of the US or Canada we will not be serving.
There are no Participating Entities which will not have full access.
There are not specific contract requirements or restrictions that apply to Hawaii,
Alaska or US Territories.
36 Will Proposer extend terms of any awarded Diamond will extend terms to all eligible Sourcewell members, including nonprofit .
master agreement to nonprofit entities? members.
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
Table 4: Marketing Plan (100 Points)
Item Question Response �
37 Describe your marketing strategy for Diamond provides our contracted dealers with a wide variety of marketing assets and
promoting this opportunity. Upload resources across all product lines. These materials include sales collateral such as sell
representative samples of your sheets and brochures, turnkey social media content, showroom-ready videos, website
marketing materials (if applicable) in landing page kits, and more. Our goal is to set our dealers up for success by providing
the document upload section of your marketing resources that are ready to use and easy to implement.
response. Dealers have access to these materials anytime through Diamond on Demand — Dealer
Portal, which is available 24/7/365 to all contracted dealers.
Additionally, we provide our dealers with access to Diamond Price Lists, which include
Sourcewell pricing when applicable, allowing us to deliver added value to both our dealers
and their customers.
38 Describe your use of technology and Diamond Mowers leverages digital platforms and social media to enhance our marketing
digital data (e.g., social media, effectiveness. As a thought leader in the industry, we feature and promote educational
metadata usage) to enhance content to drive engagement and position ourselves as a trusted resource. With a growing
marketing effectiveness. and engaged audience, we are able to highlight the unique attributes of our broad product
offering. Our Marketing program utilizes a multi-channel approach—including social media, e-
commerce, paid advertising, SEO, and more—to build awareness and drive traffic to our
website. Current strategies include:
Google Ads — Enhancing discoverability and SEO through Google advertising and targeted
campaigns.
Facebook — With over 90K followers, we post daily content and stories and run targeted
paid advertising campaigns.
Instagram — Reaching more than 6K followers with regular posts, stories, and targeted ads.
Blog & Testimonial Content — Focused on industry-relevant topics to educate our audience
and position Diamond as an expert, while amplifying the voice of the customer and
showcasing their experiences.
E-commerce Parts Website — Offers an easy-to-use online ordering experience for dealers
and customers.
Targeted Email Communications — Tailored messaging for current and prospective
customers based on their interests and needs, along with regular communications to
dealers on new products, pricina, proarams. and companv updates.
39 In your view, what is Sourcewell's role In our view, Sourcewell's role is to create awareness through marketing the value and
in promoting agreements arising out of services provided. Sourcewell has consistently kept us stocked up on tradeshow flags and
this RFP? How will you integrate a magnets to promote our contract and we would expect this to continue. We would like to
Sourcewell-awarded agreement into see the continued H20 and Sourcewell Academy trainings being offered as our teams find
your sales process? much value in attending these. Our Sourcewell representatives have consistently been
readily available and have assisted when issues arise or when data is needed, and we
expect that to continue. In addition to Sourcewell, we would expect to see efforts to create
awareness of Canoe in Canada.
Diamond has continued to bring Sourcewell into the conversation early on at the beginning
of the sales process, giving our customers an effortless way to purchase. Diamond
identifies opportunities and merges them into an existing sales funnel supported by our
sales team. Our goal is to ensure the entire sales process remains consistent for all
Diamond Mowers customers.
40 Are your Solutions available through Diamonds products are not available through an e-procurement process. Our products
an e-procurement ordering process? If including boom mowers, side fold mowers, drum mulchers, disc mulchers etc. require a
so, describe your e-procurement thorough technical review and are tailored to each customer's needs and carrier information
system and how governmental and such as the make/model of tractor/skid steer/excavator our attachment will be mounting to.
educational customers have used it. Being a more custom process to meet customers specific needs, an e-procurement
process does not fit this method
Table 5A: Value-Added Attributes (100 Points, applies to Table 5A and 5B)
Item Question Response *
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
41 Describe any product, equipment, Diamond offers hard copy or digital operators guides on all of our products. These manuals
maintenance, or operator training give specific information about the product, parts, maintenance and best practices. Diamond
programs that you offer to also offers walk around training videos known as "Inservice Guides" online and
Sourcewell participating entities. also "Operator Techniques" videos that demonstrate techniques and proper methods to work ,
Include details, such as whether safer, faster and more efficient. Additional onsite training is often available through our
training is standard or optional, authorized Diamond Mowers dealers upon request, but this is not a standard practice.
who provides training, and any
costs that apply.
42 Describe any technological Diamond is currently the only manufacturer to offer the Integrated Boom Control system on all
advances that your proposed mid mount booms. This system was created to give the operator single hand control,
Solutions offer. enhanced safety features, and an industry leading Smart Screen. The joystick is built into the
armrest attaching to the tractors seat and gives five different adjustment locations. It also '
enhanced safety with an emergency stop button. The Smart Screen allows you to customize
boom speeds and joystick sensitivity, tracks and feeds data back to you and offers a
detailed diagnostics for troubleshooting in the field.
43 Describe any "green" initiatives Diamond does not currently hold any green certificates; however, we do have policies in
that relate to your company or to place for eliminating waste and increasing efficiency. We have a full recycling program in >
your Solutions, and include a list place for our office, materials handling, factory and shipping departments.
of the certifying agency for each.
44 Identify any third-party issued eco- Diamond does not have any 3rd party labels.
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.
45 What unique attributes does your Diamond offers a 72-hour parts shipping guarantee on our most common replacement parts.
company, your products, or your We understand that our products need to be up and running as much as possible, this
services offer to Sourcewell ensures the customers highest possible uptime. Our customers parts ship within 72 hours or
participating entities? What makes the parts and shipping is free! We also offer a best price guarantee on all of our parts. If
your proposed solutions unique in you find a better price, Diamond will match it.
your industry as it applies to
Sourcewell participating entities? Diamond offers the most advanced spindle design in the industry. Most spindles require daily
greasing while ours is required annually or once every 500 hours.
With an industry leading 5-year warranty, Diamonds proprietary blade carriers are the most
advanced in the industry.
Diamonds hydraulic actuators on our boom mowers offer a greater range of motion vs the
competition and are less maintenance compared to the traditional hydraulic swing cylinder
design. This design also offers full break away protection!
Diamonds boom mowers offer greater stability and visibility from the tractor resulting in a
better operator experience.
Diamonds Integrated Boom Controls provides the most ergonomic joystick available in the
industry. This can be paired with our digital smart screen which allows the operator to
monitor, adjust, diagnose and troubleshoot the equipment in real time.
46 Describe any safety features your Safety is as at the forefront of Diamond Mowers. Diamond offers many safety features such
equipment and products offer such as 1/2" Polycarbonate Safety Glass to protect operators. Chain guards and rubber flaps to
as emergency or auto-shut off deflect and control debris. Hydraulic trap doors on drum mulchers to direct debris. Brake
capability and roll-over protection options on boom mower heads. New for 2025, 10 second hydraulic brakes are now
systems (ROPS) or stability available on skid steer drum mulchers. Ridged steps and slip resistant surfaces that are
enhancements, slip resistant grips strategically placed to prevent slips and falls. Travel locks on rotary and flail mowers for
and surfaces, blade guards and transportation safety. We provide emergency stop buttons, allowing the operator to shut down
throttle lockouts. immediately. Diamond also applies safety decals indicating moving parts, pinch points, stay
back indicators and much more.
47 Describe any ergonomic features Diamonds Boom Mowers include our Integrated Boom Controls (IBC) which provides the
your products offer such as most ergonomic joystick available in the industry. This joystick is built into the armrest
adjustable operator controls, attaching to the tractors seat and gives five different adjustment locations. It also enhanced
suspension seats, vibration safety with an emergency stop button.
dampening systems, enhanced
visibility cab designs, assistive Diamonds Miller Stump Grinder includes an ergonomic control that allows the operator to
mechanisms for lifting heavy control the grinder from the cab.
components, and anti-glare
interfaces to reduce eye strain.
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
48 Describe the serviceability of the All Diamond products come standard with a full 1-year warranty! In addition, all of our Drum
products included in your proposal Mulchers come standard with an industry leading full 2-year warranty! Diamond offers a 72-
(parts availability, warranty, and hour parts guarantee for our most common replacement parts, if it doesn't ship within 72
technical support, etc.). hours, the part and the freight is free! Diamond has over 1,000 authorized dealers throughout
every state in the US and dealer locations in Canada! Our dealers are authorized to
diagnose and repair our equipment, they also stock common replacement parts. Diamond
has a dedicated service team available to diagnose and troubleshoot all issues. Diamond
Engineering has put much thought into the serviceability of our products, this includes easy
access points to daily maintenance items and also annual maintenance points. Accessibility
to common items such as blade and tooth replacement, belt tensions, oil changes and
greasing are all pre planned, identified in manuals and clearly labeled as needed.
Table 5B: Value-Added Attributes
Line Question Certification Offered Comment
Item
49 Select any Women C' Yes Double not qualify for any of the below.
or Minority Business r No
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 aII that apply.
50 Minority Business � Yes Diamond does not qualify as a Minority Business Enterprise
Enterprise (MBE) r No
51 Women Business r Yes Diamond does not qualify as a Women Business Enterprise
Enterprise (WBE) C: No
52 Disabled-Owned C' Yes Diamond does not qualify as a Disabled-Owned Business
Business Enterprise C: No Enterprise
(DOBE)
53 Veteran-Owned C' Yes Diamond does not qualify as a Veteran-Owned Business
Business Enterprise r No Enterprise
(VBE)
54 Service-Disabled C' Yes Diamond does not qualify as a Service-Disabled Veteran
Veteran-Owned r No Owned Business
Business
(SDVOB)
55 Small Business C' Yes Diamond does not qualify as a Small Business Enterprise
Enterprise (SBE) C: No
56
57
Small Disadvantaged C' Yes
Business (SDB) C: No
Women-Owned Small C' Yes
Business (WOSB) C: No
Table 6A: Pricing (400 Points, applies to Table 6A and 6B)
Provide detailed pricing information in the questions that follow below.
Line
Item
58
Question
Describe your payment terms and accepted payment
methods.
Diamond does not qualify as a Small Disadvantaged Business �
Diamond does not qualify as a Women-Owned Small Business �
Response'
Diamond Mowers payment terms are Net-30. Accepted payment
methods include ACH/Wire Transfer/Check/Cash/Credit Card (up to
$15,000.00 with no fee).
59 Describe any leasing or financing options available for use Diamond has partnered with NCL Government Capital who is also
by educational or governmental entities. an awarded Sourcewell 092424-NCL contract holder to offer financing
and leasing options. NCL specializes in this competitively bid `
financing. Our sales staff is fully trained and works with NCL regularly
to provide these services.
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
60 Describe any standard transaction documents that you Diamond uses Salesforce as our CRM for producing requested
propose to use in connection with an awarded agreement quotes/orders. Diamonds accounting team invoices directly.
(order forms, terms and conditions, service level Sourcewell quotes and orders are clearly labeled to indicate this.
agreements, etc.). Upload all template agreements or
transaction documents which may be proposed to See attached Diamond Mowers Quote Sample for reference.
Participating Entities.
61 Do you accept the P-card procurement and payment Diamond does not currently accept the P-card procurement and
process? If so, is there any additional cost to Sourcewell payment process.
participating entities for using this process?
62 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.
63 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.
64 Describe any quantity or volume discounts or rebate
programs that you offer.
Sourcewell pricing will be offered as a percent discount off of our
List Price and is applied to all items on our price list.
Please see the attached Diamond Mowers Price List for reference,
this shows all line items offered by Diamond including part code,
description and our List Price and proposed Sourcewell price!
Diamond has presented a 20% discount off of List Price on all
tractor attachments. 15% discount off of List Price on all skid steer
attachments and 10% discount off of List Price on all excavator
attachments. These % discounts are the minimum and some items
may receive an even higher % discount.
See attached Diamond Mowers Price List document.
Multiple unit sales are rare in our industry, but we do look at these
on a case-by-case basis. Our Sourcewell pricing is a max contract ,
price to allow competitive pricing on larger multi-unit orders. Diamond
does not offer a rebate program.
65 Propose a method of facilitating "sourced" products or While it is not common at Diamond to be asked to source product
related services, which may be referred to as "open or equipment for customer, we do occasionally get asked to
markeY' items or "non-contracted items". For example, you design/modify product for a specific solution. In this instance,
may supply such items "at cosY' or "at cost plus a Diamond would honor the same Sourcewell % discount as agreed '
percentage," or you may supply a quote for each such upon and establish a list price, the same as all other products.
request. Sourced items will be specifically called out/identified on the initial
upfront quote and order.
66 Identify any element of the total cost of acquisition that is All total cost of acquisition are clearly stated on our price list (see
NOT included in the pricing submitted with your response. the attached Diamond Mowers Price List for reference). This includes
This includes all additional charges associated with a a mounting or installation fees when necessary. Customers should not
purchase that are not directly identified as freight or incur any other costs that are not clearly identified on the invoice. In ,
shipping charges. For example, list costs for items like pre- the instance of special requests such as on-site training or sourced
delivery inspection, installation, set up, mandatory training, items, this will be clearly identified on the quote/order.
or initial inspection. Identify any parties that impose such
costs and their relationship to the Proposer.
67
68
If freight, delivery, or shipping is an additional cost to the
Sourcewell participating entity, describe in detail the
complete freight, shipping, and delivery program.
Specifically describe freight, shipping, and delivery terms or
programs available for Alaska, Hawaii, Canada, or any
offshore delivery.
Diamond calculates freight charges at the time of the quote. We
work with a variety of providers to provide cost-conscious solutions
for all shipments. Actual freight/shipping costs are marked up 10% to
cover Diamonds overhead costs related to shipments. These include ,
but are not limited to, labor, materials and packaging. Diamonds
freight costs are set and do not vary to customers based on any
additional incurred charges at time of shipment. The customer pays
the original quoted freight price.
Diamond calculates freight for Alaska, Hawaii, Canada and all other
offshore deliveries using the same shipping method. We partner with
our variety of providers to find the best possible freight solution. �
Shipping costs are marked up 10% to cover overhead costs. Factory
direct pickup options are also available from our plant in Sioux Falls,
SD.
69 Describe any unique distribution and/or delivery methods or Sourcwell customers will have access to dealer stock inventory
options offered in your proposal. through any of our 1,000+ dealer locations across the US and �
Canada. In some cases, they could see faster lead times to get the
products they need vs ordering direct from Diamond!
70 Specifically describe any self-audit process or program that Diamond's Accounting team performs monthly financial reviews to
you plan to employ to verify compliance with your ensure all sales for state and national contracts are reported correctly
proposed agreement with Sourcewell. This process includes and fees are calculated appropriately. Each Sourcewell sale is clearly
ensuring that Sourcewell participating entities obtain the marked with our contract number and each sale is recorded. Direct �
proper pricing. dealer sales are recorded as well and reported by Diamond.
Sourcewell quotes are generated by Diamond directly which ensures
current price levels are always accurate. This is monitored by our
Sales Operations team.
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
71 If you are awarded an agreement, provide a few examples State and National contract sales to total sales volume will be
of internal metrics that will be tracked to measure whether tracked routinely as well as looking at monthly, quarterly, and annual
you are having success with the agreement. state contract sales growth. We will continue to work with our
Sourcewell representatives to provide quarterly reporting. Diamond
has also set a Sourcewell growth goal of 5% annually over the term
of the contract. Our goal for 2025 is 6,300,000.00.
72 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
Item The Pricing Offered in this Proposal is: *
Diamond Mowers proposes a 1% administrative fee to Sourcewell.
73 The pricing offered is as good as or better than pricing typically offered through existing cooperative contracts, state
contracts, or agencies.
Table 7A: Depth and Breadth of Offered Solutions (200 Points, applies to Table 7A and 7B)
Line Question
Item
74 Provide a detailed description of all the
Solutions offered, including used Solutions if
applicable, offered in the proposal.
75 Within this RFP category there may be
subcategories of solutions. List subcategory
titles that best describe your products and
services.
Response'
Comments
Diamonds pricing offering is
consistent with our
currenUprevious Sourcwell �
070821-DMM contract as well
as other awarded state and
national contracts.
Diamond Mowers manufactures and sells industrial grade mowing and mulching
equipment to municipalities, landowners, contractors and a variety of other customers
with mowing, mulching and land clearing needs. We manufacture Rotary Mowers, Flail
Mowers, Disc Mulchers, Drum Mulchers, Stump Grinders and Road Reclaimers in a
variety of configurations, flow rates and PSI to fit the greater majority of Tractors,
Skid Steer, Excavators, Wheel Loaders and Motor Graders. Diamond also offers a
line up of used/demo units which are fully inspected/repaired by the factory and
include a factory warranty unless otherwise stated.
Diamond Mowers offering to Sourcewell is our full product line of tractor, excavator, .
wheel loader, motor grader and skid steer attachments. This includes (but not limited
to) Drum Mulcher, Disc Mulcher, Stump Grinder, Rear Cradle Boom Mowers, Side
Fold Boom Mowers, 3-Point Boom Mowers, Wheel Loader Boom Mowers, Rotary
Mowers, Flail Mowers, and Road Reclaimers, all available options including factory
mounting, and a variety of other attachment product related to road right-of-way
maintenance.
Diamond offers a variety of used and demo equipment for resale. All units come
with a factory warranty unless otherwise stated. All are factory inspected to ensure
they work as intended.
Diamond Mowers falls under subcategory Road Right-of-Way Maintenance Equipment.
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
Table 7B: Depth and Breadth 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
76 Flail, boom, rotary, wing, sickle, and slope mowers
77
78
79
80
81
Brush cutters
Seeders, tillers, mulchers, and sprayers
Erosion stabilization and prevention products
Ditch maintenance equipment
Dust abatement water trucks
Offered *
r Yes
C' No
r. Yes
C' No
r. Yes
t' No
C' Yes
r No
r. Yes
C' No
C' Yes
r No
Table 8: Exceptions to Terms, Conditions, or Specifications Form
Comments
Diamond offers multiple Flail, Boom
and Rotary mowers for many carriers.
Diamond offers multiple Brush Cutters
for multiple carriers.
Diamond offers mulchers for multiple
carriers.
Diamond does not offer stabilization
and prevention products.
Diamond offers ditch maintenance
equipment.
Diamond does not offer abatement
water trucks.
Line Item 82. NOTICE: To identify any exception, or to request any modification, to Sourcewell standard Master Agreement terms,
conditions, or specifications, a Proposer must submit the proposed exception(s) or requested modification(s) via redline in the Master
Agreement Template provided in the "Bid Documents" section. Proposer must upload the redline in the "Requested Exceptions" upload
field. All exceptions and/or proposed modifications are subject to review and approval by Sourcewell and will not automatically be
included in the Master Agreement.
Do you have exceptions or modifications to propose?
Documents
Ensure your submission document(s) conforms to the following:
Acknowledgement `
C' Yes
r No
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to
ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by
Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the
zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding
to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan."
• Pricina - 2025 Diamond Mowers Price List - Sourcewell.pdf - Thursday March 13, 2025 11:28:12
. Financial Strenath and Stabilitv - Diamond Mowers 2024-12 Final Financial Statement.pdf - Friday March 21, 2025 13:44:46
• Marketina Plan/Samoles - Diamond Mowers Marketing Samples.pdf - Monday March 24, 2025 10:08:26
• WMBE/MBE/SBE or Related Certificates (optional)
• Standard Transaction Document Samqles - Sourcewell Quote Sample.pdf - Thursday March 13, 2025 11:29:39
• Requested Exceptions (optional)
• Uqload Additional Document - Diamond Mowers Dealer Network .pdf - Monday March 24, 2025 09:36:42
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
Addenda, Terms and Conditions
PROPOSER AFFIDAVIT OF COMPLIANCE
I certify that I am an authorized representative of Proposer and have authority to submit the foregoing Proposal:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the
jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for
award.
3. The Proposer certifies that:
(1) The prices in this Proposal have been arrived at independently, without, for the purpose of restricting competition, any
consultation, communication, or agreement with any other Proposer or competitor relating to-
(i) Those prices;
(ii) The intention to submit an offer; or
(iii) The methods or factors used to calculate the prices offered.
(2) The prices in this Proposal have not been and will not be knowingly disclosed by the Proposer, directly or indirectly, to any other
Proposer or competitor before award unless otherwise required by law; and
(3) No attempt has been made or will be made by Proposer to induce any other concern to submit or not to submit a Proposal for the
purpose of restricting competition.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or
circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest is created when a
current or prospective supplier is unable to render impartial service to Sourcewell due to the supplier's: a. creation of evaluation criteria
during performance of a prior agreement which potentially influences future competitive opportunities to its favor; b. access to nonpublic
and material information that may provide for a competitive advantage in a later procurement competition; c. impaired objectivity in
providing advice to Sourcewell.
5. Proposer will provide to Sourcewell Participating Entities Solutions in accordance with the terms, conditions, and scope of a resulting
master agreement.
6. The Proposer possesses, or will possess all applicable licenses or certifications necessary to deliver Solutions under any resulting
master agreement.
7. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
8. Proposer its employees, agents, and subcontractors are not:
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the
United States Department of the Treasury found at: httos://www.treasurv.aov/ofac/downloads/sdnlist.qdf;
2. Included on the government-wide exclusions lists in the United States System for Award Management found at:
httos://sam.aov/SAM/; or
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the
State of Minnesota; the United States federal government, as applicable; or any Participating Entity. Vendor certifies and warrants
that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this
Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I
had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic
signature or electronic record was used in its formation. - Dacotah Buum, Sales Project Manager, Diamond Mowers, LLC
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Docusign Envelope ID: 9829174A-BE86-48FD-9631-FCCE43028066
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the
Proposer foresees an actual or potential Conflict of Interest in performing the obligations contemplated in the solicitation proposal.
r Yes r. No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document.
Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.
I have reviewed the
File Name below addendum and pages
attachments (if
applicable)
There have not been any addenda issued for this bid.
Bid Number: RFP 032525 Vendor Name: Diamond Mowers
Exhibit C- Conflict of Interest Questionnaire
CONFLICT OF INTEREST QUESTI�NNAIRE
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
OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
�tm���fL �v� � �v �P�v►�T ��Vc,
J '
❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomp�ete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
� I�
Name of Officer
J Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
� 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.
J
� Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
J .�(�� — � T
ignat e of vendor doing business with the govern�l entit���
Form provided by Texas Ethics Commission www.ethics.state.tx.us
� � L% ^ `�L�-� �
Date
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) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
City of Fort Worth,
Mayor and
DATE: 06/13/23
Texas
Council Communication
M&C FILE NUMBER: M&C 23-0450
LOG NAME: 13P BLANKET COOPERATIVE AUTHORIZATION FLEET ACQUISITIONS ADK
SUBJECT
(ALL) Authorize Purchase Agreements with Multiple Vendors for the Purchase of Fleet Vehicles, Off-Road Vehicles, and Other Motorized
Equipment up to the Amount of Available Funding in Capital Projects Across Multiple Funds Citywide using Multiple Cooperative Contracts and
Interlocal Agreements for Three Years for the Property Management Department
RECOMMENDATION:
It is recommended that the City Council authorize the execution of purchase agreements with multiple vendors for the purchase of fleet vehicles, off
road vehicles, and other motorized equipment up to the amount of available funding in Capital Projects Across Multiple Funds Citywide using
multiple cooperative contracts and interlocal agreements for three years for the Property Management Department.
DISCUSSION:
The Property Management DepartmenYs Fleet Acquisitions Division is currently in the process of fulfilling a multi-year backlog of City vehicle and
equipment purchases. The biggest challenge in trying to overcome this backlog is the availability of vendors, inventory, and the time it takes for the
City to make purchases when vehicles are available. Currently, the City has a backlog of eight (8) years totaling more than $30 million dollars.
The City currently has contracts with the following vendors using cooperative contracts:
VENDOR
Siddons Martin Emergency Group, LLC
Siddons Martin Emergency Group, LLC
JHouston Holdings, LLC
Versalift
Lake Country Chevrolet
North Texas Trailers, LLC
Silsbee Ford
Associated Supply Company (ASCO)
Rogue Jet Boatworks, Inc.
Lenco Industries, Inc.
Polaris Sales, Inc.
Nationwide Trailers, LLC
Crafco, Inc.
��Z�] � �:7_� � 1�/ �_[�3 �►[� 1
BuyBoard
Houston-Galveston Area Council (HGAC)
BuyBoard
Sourcewel I
The Interlocal Purchasing System (TIPS)
Buyboard
TIPS
BuyBoard
General Services Administration (GSA)
HGAC
Sourcewel I
BuyBoard
BuyBoard
However, due to limited inventory and availability, additional vendors and options are needed. Fleet Acquisitions has already identified twenty-nine
additional vendors that are available through cooperatives.
Approval of this Mayor & Council Communication (M&C) authorizes the City to execute contracts with any vendor that is currently listed on any valid
cooperative that has one or more vehicles or pieces of equipment that is a current need for the City's fleet. This authorization would also include
purchases made using Interlocal Agreements with other governmental entities.
Fleet Acquisitions recently partnered with the Purchasing Division in an effort to better ensure that the City is able to purchase needed items as
quickly and efficiently as possible. The Fleet team meets regularly with key personnel to ensure that specifications are appropriate for the City's
fleet, costs are reasonable and acceptable, and that departments are receiving items that meet their business needs.
COOPERATIVE PURCHASE and INTERLOCAL AGREEMENTS - State law provides that a local government purchasing an item under a
cooperative purchasing agreement or interlocal agreement satisfies state laws requiring that the local government seek competitive bids for
purchase of the item.
AGREEMENT TERMS - Upon City Council approval of this M&C, the City will have authority to enter into one-time purchase agreements or annual
agreements with available vendors for up to three years from the date of approval. At the expiration of three years from the date of approval, the
City will seek additional authorization for any necessary contracts at that time.
BUSINESS EQUITY - an M/WBE goal is not assigned when purchasing from an approved purchasing cooperative or other public entity.
FUNDING - Currently, there is $42,593,019.00 in the City's budget in capital projects across multiple funds citywide for the purpose of funding fleet
acquisitions. Prior to each purchase agreement or contract being executed, staff will confirm that funding is available for that purchase and is
appropriated for that purpose. All existing contracts shall be amended or terminated to release encumbered funds to ensure that the City is able to
make purchases with the vendors that have needed items available for purchase on a rolling basis. No guarantee has been or will be made to any
vendor regarding minimum purchases.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budgets, as previously appropriated, in the Vehicle and
Equip Replacement Fund, W&S Capital Projects Fund, Stormwater Capital Projects Fund, Municipal Airport Capital Proj Fund, Solid Waste
Capital Projects Fund, CCPD Capital Projects Fund, ITS Capital Fund, Fleet Capital Projects Fund, Environmental Prot Cap Proj Fund, Tax Note
2019 Fund and Tax Note 2020 Fund to support the approval of the above recommendation for the purchase of vehicles and equipment. Prior to
any expenditures being incurred, the Property Management Department has the responsibility to validate the availability of funds.
Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517
Dana Burghdoff 8018
Oriainatina Business Unit Head: Reginald Zeno 8517
Steve Cooke 5134
Additional Information Contact: Jo Ann Gunn 8525
Ashley Kadva 2047
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Zimmerer Kubota through Diamond Mowers
Subject of the Agreement: Provide road right-of-way vehicles and related equipment for City fleet.
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: June 13, 2026
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.