Loading...
Res No 106-24-16211RESOLUTION NO. 106-24-16211 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING AND AUTHORIZING THE PURCHASE FOR THE POLICE DEPARTMENT OF (I) A 2024 JOHN DEERE GATORT11 XUV590M S4 VEIDCLE FROM EVERGLADES EQUIPMENT GROUP PURSUANT TO SOURCEWELL CONTRACT NO. 031121-DAC IN THE AMOUNT OF $18,848.15; AND (II) EMERGENCY EQUIPMENT AND INSTALLATION SERVICES FROM DANA SAFETY SUPPLY, INC. PURSUANT TO CITY OF MIAMI CONTRACT NO. 1301386(26) IN THE AMOUNT OF $2,063, FOR A TOTAL EXPENDITURE AMOUNT OF $20,911.15; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") Police Department (the "Department") wishes to purchase a new utility vehicle which can be utilized for special events and to assist with disaster recovery; and WHEREAS, the City desires to purchase a 2024 JOHN DEERE GATOR™ XUV590M S4 Vehicle (the "Vehicle") for use by the Department; and WHEREAS, Article III, Section 5.H of the City Charter provides that the City may make purchases through other governmental agencies that have followed similar bidding procedures; and WHEREAS, the purchase of the Vehicle contemplated by the City has been competitively bid by Sourcewell, a State of Minnesota local government agency and service cooperative, which has entered into Contract #031121-DAC ("Sourcewell Contract") with Deere & Company (the "John Deere"); and WHEREAS, Everglades Equipment Group (the "Vendor"), an authorized dealer of John Deere, provided the City with the quote attached hereto as Exhibit "A" for the Vehicle in the amount of $18,848.15 pursuant to the Sourcewell Contract (the "Vehicle Quote"); and WHEREAS, the City Commission desires to approve and authorize the purchase of the Vehicle from the Vendor in the amount of$18,848.15, consistent with the Vehicle Quote attached hereto as Exhibit "A" and the terms, conditions, and pricing of the Sourcewell Contract; and WHEREAS, the City further desires to purchase emergency equipment and related installation services for the Vehicle (the "Equipment"); and WHEREAS, the purchase of the Equipment contemplated by the City has been competitively bid by the City of Miami ("Miami"), which has entered into Contract No. 1301386(26) with Dana Safety Supply, Inc. ("DSS"); and Page 1 ofJ Res. No. 106-24-16211 WHEREAS, DSS has provided a quote to the City for the purchase of the Equipment in the amount of$2,063, attached hereto as Exhibit "B" (the "Equipment Quote"); and WHEREAS, the City Commission desires to authorize the City Manager to purchase the Equipment from DSS, consistent with the Equipment Quote attached hereto as Exhibit "B," in the amount of $2,063; and WHEREAS, the total cost of the Vehicle and Equipment in the amount of$20,911.15 shall be charged to American Rescue Plan Act (ARPA) Police Vehicles Account No. 121-1910-521- 6440, which has a current balance of $3,620,022, or such other funding source as determined by the City Manager to be in the best interests of the City; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the City. NOW, THEREFORE, BE IT RESOLVED BY fflE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. The above-stated recitals are true and correct and are incorporated herein by this reference. Section 2. Approval of Vehicle Purchase. The City Commission hereby approves the Vehicle purchase from the Vendor in the amount of $18,848.15, consistent with the Vehicle Quote attached hereto as Exhibit "A" and the terms, conditions, and pricing of the Sourcewell Contract, subject to a purchase order acceptable in form and substance to the City Manager and City Attorney. The City Manager is hereby authorized to charge the American Rescue Plan Act (ARP A) Police Vehicles Account No. 121-1910-521-6440, which has a current balance of $3,620,022, or such other funding source(s) as determined by the City Manager to be in the best interests of the City. Section 3. Approval of Equipment Purchase. The Commission hereby approves the Equipment purchase from DSS for the Vehicle, consistent with the Equipment Quote attached hereto as Exhibit "B," in the amount of $2,063, subject to a purchase order acceptable in form and substance to the City Manager and City Attorney. The City Manager is hereby authorized to charge the American Rescue Plan Act (ARP A) Police Vehicles Account No. 121-1910-521-6440, which has a current balance of $3,620,022, or such other funding source(s) as determined by the City Manager to be in the best interests of the City. Section 4. Implementation. The City Manager is hereby authorized to take any and all actions necessary to implement this Resolution. Section 5. Corrections. Conforming language or technical scrivener-type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 6. adoption. Effective Date. This Resolution shall become effective immediately upon Pagel of3 Res. No. 106-24-16211 PASS ED AND ADOPTED this 20th day of August, 2024. ATTEST: READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF & BI RMAN, P.L. CITY ATTORNEY APPROVED: COMMISSION VOTE: Mayor Fernandez: Vice Mayor Bonich: 4-0 Yea Absent Commissioner Calle: Yea Commissioner Liebman: Yea Commissioner Corey : Yea Page 3 of3 Agenda Item No:10. City Commission Agenda Item Report Meeting Date: August 20, 2024 Submitted by: John Barzola Submitting Department: Police Department Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING AND AUTHORIZING THE PURCHASE FOR THE POLICE DEPARTMENT OF (I) A 2024 JOHN DEERE GATOR™ XUV590M S4 VEHICLE FROM EVERGLADES EQUIPMENT GROUP PURSUANT TO SOURCEWELL CONTRACT NO. 031121-DAC IN THE AMOUNT OF $18,848.15; AND (II) EMERGENCY EQUIPMENT AND INSTALLATION SERVICES FROM DANA SAFETY SUPPLY, INC. PURSUANT TO CITY OF MIAMI CONTRACT NO. 1301386(26) IN THE AMOUNT OF $2,063, FOR A TOTAL EXPENDITURE AMOUNT OF $20,911.15; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-POLICE DEPT.) Suggested Action: Authorizing the city manager to purchase 2024 John Deere Gator XUV590M and emergency equipment for the Police Department for an amount that does not exceed $21,000. Attachments: John_Deere_Side_by_Side_Memo__1_ (2).docx Reso Purchase of John Deere Vehicle and Equipment for PD XUV590M S4 for City of South Miami PD (1).pdf Deere Contract 031121.pdf Prop. Eval. Grounds Maint. 031121.pdf RFP and Addendums-Grounds Maint. 031121.pdf City of Miami Award Letter ITB#1301386.pdf John Deere XUV Digital Brochure.pdf SQ# 541829 UTV-SIDE BY SIDE.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM:Genaro “Chip” Iglesias,City Manager DATE:August 20, 2024 SUBJECT:Purchase of John Deere Utility Vehicle ($20,911.15) RECOMMENDATION: Authorize the City Manager to purchase 2024 John Deere Gator XUV590M and emergency equipment for the Police Department in an amount not to exceed $20,911.15. BACKGROUND: The Police Department is requesting a vehicle which can be utilized for special events and to assist with disaster recovery. The vehicle would replace its current 2014 GEM Car which has experienced several breakdowns and electrical issues. The John Deere Gator XUV590M is a versatile machine that can deliver supplies, conduct area patrol and maintain a uniform police presence during the City’s special events. The vehicle’s offroad capabilities can also assist during disaster recovery and related operations. The vehicle will be equipped with emergency equipment as well. 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The purchase of this vehicle will be completed utilizing a Sourcewell Cooperative Purchasing John Deere contract #031121 from Evergaldes Equipment Group from Homestead, Fl. for a total amount of $18,848.15. The additional funding of $2,063 will be utilized to purchase emergency equipmentand installationutilizing City of Miami Contract ITB#1301386 using either Dana Safety Supply (DSS) and/or Public Safety Supply (PSS). Funding for this purchase will be provided from ARPA Police Vehicles Acct# 121-1910-521-6440 which will be funded by ARPA funds with a current balance of $3,620,022. FUNDING: Acct# 121-1910-521-6440 ARPA Police Vehicles ATTACHMENTS: Resolution Evergaldes Equipment Quote DSS Emergency Equipment Quote Sourcewell John Deere Contract Sourcewell Evaluation Sourcewell RFP & Addendums City of Miami Award Letter John Deere Digital Brochure 3 ALL PURCHASE ORDERS MUST BE MADE OUT TO (VENDOR): Everglades Equipment Group 127 N. Krome AvenueFlorida City, FL 33034 US ALL PURCHASE ORDERS MUST BE SENT TO DELIVERING DEALER: Everglades Equipment Group 127 N. Krome Avenue Florida City, FL 33034 305-247-9886 oca@efe1963.com Confidential Salesperson : X ______________Accepted By : X ______________ Quote Summary Prepared For: City Of South Miami FL Delivering Dealer: Everglades Equipment GroupTerence Manweiler127 N. Krome AvenueFlorida City, FL 33034 Phone: 305-247-9886tmanweiler@efe1963.com Quote ID:31331487 15 July 2024 15 July 2024 Created On: Last Modified On: Expiration Date:14 August 2024 Equipment Summary Suggested List Selling Price Qty Extended JOHN DEERE GATOR™ XUV590M S4 (Model Year 2024) $ 21,916.46 $ 18,848.15 X 1 =$ 18,848.15 Contract: Sourcewell Grounds Maint 031121-DAC (PG BT CG 76) Price Effective Date: October 23, 2022 Equipment Total $ 18,848.15 * Includes Fees and Non-contract items Quote Summary Equipment Total $ 18,848.15 Trade In SubTotal $ 18,848.15 Est. Service Agreement Tax $ 0.00 Total $ 18,848.15 Down Payment (0.00) Rental Applied (0.00) Balance Due $ 18,848.15 7 Quote Id: 31331487 Customer Name: Selling Equipment Confidential ALL PURCHASE ORDERS MUST BE MADE OUT TO (VENDOR): Everglades Equipment Group 127 N. Krome AvenueFlorida City, FL 33034 US ALL PURCHASE ORDERS MUST BE SENT TO DELIVERING DEALER: Everglades Equipment Group 127 N. Krome Avenue Florida City, FL 33034 305-247-9886 oca@efe1963.com JOHN DEERE GATOR™ XUV590M S4 (Model Year 2024) Hours: Stock Number: Contract:Sourcewell Grounds Maint 031121-DAC (PG BT CG 76) Price Effective Date:October 23, 2022 Suggested List * $ 21,916.46 Selling Price * $ 18,848.15 * Price per item - includes Fees and Non-contract items Code Description Qty List Price Discount%Discount Amount Contract Price Extended Contract Price 593GM GATOR™ XUV590M S4 (Model Year 2024) 1 $ 17,999.00 14.00 $ 2,519.86 $ 15,479.14 $ 15,479.14 Standard Options - Per Unit 0202 United States 1 $ 0.00 14.00 $ 0.00 $ 0.00 $ 0.00 0505 Build to Order 1 $ 0.00 14.00 $ 0.00 $ 0.00 $ 0.00 1009 26” Maxxis Bighorn 2.0 extreme terrain radial tires on 14” Black Alloy Wheels 1 $ 1,100.00 14.00 $ 154.00 $ 946.00 $ 946.00 2023 Front/Rear Bench Seat - Black 1 $ 0.00 14.00 $ 0.00 $ 0.00 $ 0.00 2350 Park Position in Transmission 1 $ 0.00 14.00 $ 0.00 $ 0.00 $ 0.00 2501 Olive & Black 1 $ 126.00 14.00 $ 17.64 $ 108.36 $ 108.36 3002 Cargo Box without Box Rails 1 $ 0.00 14.00 $ 0.00 $ 0.00 $ 0.00 3100 Manual Lift 1 $ 0.00 14.00 $ 0.00 $ 0.00 $ 0.00 4002 OPS with Nets & Brake/ Taillights 1 $ 0.00 14.00 $ 0.00 $ 0.00 $ 0.00 4030 Black Roof 1 $ 689.00 14.00 $ 96.46 $ 592.54 $ 592.54 4144 Front Brush Guard 1 $ 434.00 14.00 $ 60.76 $ 373.24 $ 373.24 6026 Underseat Storage 1 $ 140.00 14.00 $ 19.60 $ 120.40 $ 120.40 6349 Less Winch Package 1 $ 0.00 14.00 $ 0.00 $ 0.00 $ 0.00 Standard Options Total $ 2,489.00 $ 348.46 $ 2,140.54 $ 2,140.54 Dealer Attachments/Non-Contract/Open Market BM23373 Full No-Scratch Flip-Open Windshield 1 $ 829.26 14.00 $ 116.10 $ 713.16 $ 713.16 BUC10790 Turn Signal Kit 1 $ 418.37 14.00 $ 58.57 $ 359.80 $ 359.80 BUC11245 Turn Signal Light Harness Kit 1 $ 180.83 14.00 $ 25.32 $ 155.51 $ 155.51 8 Quote Id: 31331487 Customer Name: Selling Equipment Confidential ALL PURCHASE ORDERS MUST BE MADE OUT TO (VENDOR): Everglades Equipment Group 127 N. Krome AvenueFlorida City, FL 33034 US ALL PURCHASE ORDERS MUST BE SENT TO DELIVERING DEALER: Everglades Equipment Group 127 N. Krome Avenue Florida City, FL 33034 305-247-9886 oca@efe1963.com Dealer Attachments Total $ 1,428.46 $ 199.99 $ 1,228.47 $ 1,228.47 Value Added Services Total $ 0.00 $ 0.00 $ 0.00 Total Selling Price $ 21,916.46 $ 3,068.31 $ 18,848.15 $ 18,848.15 9 031121-DAC Rev. 10/2020 1 Solicitation Number: RFP #031121 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Deere & Company, 2000 John Deere Run, Cary, NC 27513 (Vendor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Grounds Maintenance Equipment, Attachments, and Accessories with Related Services from which Vendor was awarded a contract. Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires April 30, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract.             10 031121-DAC Rev. 10/2020 2 All Equipment and Products provided under this Contract must be new/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Vendor’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that is effective past the expiration of the Vendor’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor’s authorized dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time-to-time and is incorporated into this Contract by reference. It is the Vendor’s responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable             11 031121-DAC Rev. 10/2020 3 time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator. This form is available from the assigned Sourcewell Contract Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number; x Clearly specify the requested change; x Provide sufficient detail to justify the requested change; x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing             12 031121-DAC Rev. 10/2020 4 restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Vendor understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor’s employees may be required to perform work at government- owned facilities, including schools. Vendor’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration of this Contract; however, Vendor performance, Participating Entity payment, and any applicable warranty periods or other Vendor or Participating Entity obligations may extend beyond the term of this Contract.             13 031121-DAC Rev. 10/2020 5 Vendor’s acceptable forms of payment are included in Attachment A. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Vendor, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entitles may require the use of a Participating Addendum; the terms of which will be worked out directly between the Participating Entity and the Vendor. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract, the Participating Entity and the Vendor may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Participating Entity. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable.             14 031121-DAC Rev. 10/2020 6 B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). The Report must contain the following fields: x Customer Name (e.g., City of Staples Highway Department); x Customer Physical Street Address; x Customer City; x Customer State/Province; x Customer Zip Code; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Vendor may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Vendor will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Vendor’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract.             15 031121-DAC Rev. 10/2020 7 In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor’s Authorized Representative is the person named in the Vendor’s Proposal. If Vendor’s Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent.             16 031121-DAC Rev. 10/2020 8 11. LIABILITY Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees, arising out of the performance of this Contract by the Vendor or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. 12. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Vendor a royalty-free, worldwide, non-exclusive right and license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Vendor. b. Vendor grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Vendor’s Trademarks in advertising and promotional materials for the purpose of marketing Vendor’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to its and their respective distributors, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Sourcewell must not alter Vendor’s Trademarks from the form provided by Vendor and must comply with Vendor’s removal requests as to specific uses of its trademarks or logos.             17 031121-DAC Rev. 10/2020 9 b. Vendor must not alter Sourcewell’s Trademarks from the form provided by Sourcewell and must comply with Sourcewell’s removal requests as to specific uses of its trademarks or logos. c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s Trademarks only in good faith and in a dignified manner consistent with such party’s use of the Trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of vendors which may be used until the next printing). Vendor must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota.             18 031121-DAC Rev. 10/2020 10 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Vendor will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a reasonable opportunity to cure must be issued by the party claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may:             19 031121-DAC Rev. 10/2020 11 x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Vendor 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 Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products-Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit             20 031121-DAC Rev. 10/2020 12 4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella coverage over Workers’ Compensation, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 Failure of Vendor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Vendor’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Vendor, and products and completed operations of Vendor. 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. Vendor waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Vendor 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 Vendor or its subcontractors. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention.             21 031121-DAC Rev. 10/2020 13 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Vendor must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require additional requirements based on specific funding specifications. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Vendor’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing             22 031121-DAC Rev. 10/2020 14 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. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to 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. Vendor must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above.             23 031121-DAC Rev. 10/2020 15 D. 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. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 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. Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file any required certifications. Vendors must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Vendors 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. Vendors must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352).             24 031121-DAC Rev. 10/2020 16 H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor 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. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor 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. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor’s personnel for the purpose of interview and discussion relating to such documents. L. 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 $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 22. CANCELLATION Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation.             25 031121-DAC Rev. 10/2020 17 Sourcewell Deere & Company By: __________________________ By: __________________________ Jeremy Schwartz Andrew Roman Title: Chief Procurement Officer Title: Contract Administrator Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________                        26 5)3*URXQGV0DLQWHQDQFH(TXLSPHQW$WWDFKPHQWVDQG $FFHVVRULHVZLWK5HODWHG6HUYLFHV  9HQGRU'HWDLOV &RPSDQ\1DPH 'HHUH &RPSDQ\ $GGUHVV -RKQ'HHUH5XQ &DU\1& &RQWDFW $QGUHZ5RPDQ (PDLO *RY&RQWUDFW6XSSRUW#-RKQ'HHUHFRP 3KRQH )D[  +67  6XEPLVVLRQ'HWDLOV &UHDWHG2Q :HGQHVGD\)HEUXDU\ 6XEPLWWHG2Q :HGQHVGD\0DUFK 6XEPLWWHG%\ $QGUHZ5RPDQ (PDLO *RY&RQWUDFW6XSSRUW#-RKQ'HHUHFRP 7UDQVDFWLRQDIEDHHGIH 6XEPLWWHU V,3$GGUHVV  Bid Number: RFP 031121 Vendor Name: Deere & Company             27 6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ3OHDVHGRQRWPHUHO\ DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNPDUN³1$´LI WKHTXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQH[SODQDWLRQ   /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ DQGௐ DSSOLFDEOHௐGEDௐLIௐDQ\  'HHUHௐ ௐ&RPSDQ\  3URSRVHUௐ$GGUHVV ௐ-RKQௐ'HHUHௐ5XQௐ&DU\ௐ1&ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVZZZMRKQGHHUHFRP   3URSRVHU Vௐ$XWKRUL]HGௐ 5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH ௐ 7KHௐUHSUHVHQWDWLYHௐPXVWௐKDYHௐ DXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ $VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐ EHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐ HYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐௐ WRௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFW  $QGUHZௐ5RPDQௐௐ&RQWUDFWௐ$GPLQLVWUDWRUௐ ௐ-RKQௐ'HHUHௐ5XQௐ&DU\ௐ1&ௐௐ *RY&RQWUDFW6XSSRUW#-RKQ'HHUHFRPௐ ௐ([Wௐ   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐ SURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐ HPDLOௐDGGUHVVௐ ௐSKRQH  $QGUHZௐ5RPDQௐௐ&RQWUDFWௐ$GPLQLVWUDWRUௐ ௐ-RKQௐ'HHUHௐ5XQௐ&DU\ௐ1&ௐௐ *RY&RQWUDFW6XSSRUW#-RKQ'HHUHFRPௐ ௐ([Wௐ   3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐ SURSRVDOௐLIௐDQ\ௐ QDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  %HWKDQ\ௐ6FKQHLGHU ௐ6RXWKௐ5LGJHYLHZௐ5RDGௐ2ODWKHௐ.6ௐ 6FKQHLGHU%HWKDQ\0#-RKQ'HHUHFRP  Bid Number: RFP 031121 Vendor Name: Deere & Company             28 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐ LQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐ EXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐORQJHYLW\ௐ UHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐ RUௐVHUYLFHV 'HHUHௐ ௐ&RPSDQ\ௐIRXQGHGௐLQௐௐ FROOHFWLYHO\ௐNQRZQௐDVௐ-RKQௐ'HHUH ௐEHJDQௐDVௐ DௐVLPSOHௐRQHPDQௐEODFNVPLWKௐVKRSௐ7RGD\ௐLWௐKDVௐJURZQௐLQWRௐDௐFRUSRUDWLRQௐWKDWௐGRHVௐ EXVLQHVVௐDURXQGௐWKHௐZRUOGௐDQGௐHPSOR\VௐRYHUௐௐSHRSOHௐZRUOGZLGHௐ7KHௐ FRPSDQ\ௐLVௐJXLGHGௐE\ௐWKHௐVDPHௐFRUHௐYDOXHVௐHVWDEOLVKHGௐE\ௐLWVௐIRXQGHUௐLQWHJULW\ௐ TXDOLW\ௐFRPPLWPHQWௐDQGௐLQQRYDWLRQௐ-RKQௐ'HHUHௐLVௐWKHௐZRUOG VௐOHDGLQJௐSURYLGHUௐRIௐ DGYDQFHGௐSURGXFWVௐDQGௐVHUYLFHVௐIRUௐDJULFXOWXUHௐFRQVWUXFWLRQௐDQGௐODZQௐ ௐWXUIௐ-RKQௐ 'HHUHௐDOVRௐSURYLGHVௐILQDQFLDOௐVHUYLFHVௐZRUOGZLGHௐDQGௐPDQXIDFWXUHVௐDQGௐPDUNHWVௐ HQJLQHVௐXVHGௐLQௐKHDY\ௐHTXLSPHQWௐ'HHUHௐ ௐ&RPSDQ\ௐLVௐDௐJOREDOௐFRPSDQ\ௐZLWKௐ RIILFHVௐDQGௐIDFWRULHVௐWKURXJKRXWௐWKHௐ86ௐDQGௐRYHUVHDVௐLQௐFRXQWULHVௐVXFKௐDVௐ&KLQDௐ ,QGLDௐ3RODQGௐ5XVVLDௐDQGௐ*HUPDQ\ௐMXVWௐWRௐQDPHௐDௐIHZௐ-RKQௐ'HHUHௐKDVௐEHHQௐ LQYROYHGௐZLWKௐWKHௐPDQXIDFWXULQJௐRIௐWUDFWRUVௐVLQFHௐௐDQGௐPDQXIDFWXULQJௐRIௐODZQௐ HTXLSPHQWௐVLQFHௐ   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐ HYHQWௐRIௐDQௐDZDUG" -RKQௐ'HHUHௐZLOOௐEHௐDEOHௐWRௐRIIHUௐDௐZLGHௐDUUD\ௐRIௐSURGXFWVௐWKDWௐIDOOௐZLWKLQௐWKHௐVFRSHௐ RIௐWKLVௐ5)3ௐWKDWௐZLOOௐPHHWௐDQGௐH[FHHGௐWKHௐQHHGVௐRIௐDOOௐ6RXUFHZHOOௐPHPEHUV  'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐ VWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐ LQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ 6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐ RIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ 8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐ LQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 3OHDVHௐVHHௐ'HHUHௐ ௐ&RPSDQ\ Vௐௐ$QQXDOௐ5HSRUWௐWKDWௐKDVௐEHHQௐXSORDGHGௐDVௐ SDUWௐRIௐRXUௐSURSRVDO   :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" -RKQௐ'HHUHௐFRQVLGHUVௐLWVௐPDUNHWௐVKDUHௐGDWDௐWRௐEHௐSURSULHWDU\ௐLQIRUPDWLRQ  :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" -RKQௐ'HHUHௐFRQVLGHUVௐLWVௐPDUNHWௐVKDUHௐGDWDௐWRௐEHௐSURSULHWDU\ௐLQIRUPDWLRQ  +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐ EDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1R  +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐ LWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐDௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐ TXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐ DSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐ DௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐ SURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐ RIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,Iௐ DSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐ LQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐ DௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ \RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐ IRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐ GHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐ SURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ \RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐ SDUW\" -RKQௐ'HHUHௐLVௐDௐPDQXIDFWXUHUௐ Eௐ-RKQௐ'HHUHௐKDVௐDௐQDWLRQZLGHௐGHDOHUௐQHWZRUNௐௐ7KHௐGHDOHUௐQHWZRUNௐDUHௐ LQGHSHQGHQWO\ௐRZQHGௐDQGௐRSHUDWHGௐEXVLQHVVHVௐௐ-RKQௐ'HHUHௐSDUWQHUVௐZLWKௐWKHVHௐ LQGHSHQGHQWO\ௐRZQHGௐ-RKQௐ'HHUHௐGHDOHUVௐWKDWௐZLOOௐGHOLYHUௐDQGௐVHUYLFHௐWKHௐSURGXFWVௐ EHLQJௐRIIHUHGௐLQௐWKHௐ5)3   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐ RXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐ DUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐ SDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐ SXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ 5)3 7RௐWKHௐEHVWௐRIௐRXUௐNQRZOHGJHௐ'HHUHௐ ௐ&RPSDQ\ௐPDLQWDLQVௐDOOௐOLFHQVHVௐDQGௐ FHUWLILFDWLRQVௐQHFHVVDU\ௐWRௐFRQGXFWௐLWVௐEXVLQHVVௐ HJௐLWVௐVDOHௐRIௐJURXQGVௐPDLQWHQDQFHௐ HTXLSPHQW ௐLQௐWKHௐ8QLWHGௐ6WDWHV   3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐ LQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐ RUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV 1RWௐDSSOLFDEOH  Bid Number: RFP 031121 Vendor Name: Deere & Company             29 7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐ LQௐWKHௐSDVWௐILYHௐ\HDUV  :RUOG Vௐ0RVWௐ(WKLFDOௐ&RPSDQLHVௐௐ(WKLVSKHUHௐ,QVWLWXWH 0RVWௐ,QQRYDWLYHௐ3URGXFWௐ(QJLQHHULQJௐ'HVLJQVௐௐ$(ௐ$ZDUGV %HVWௐ*OREDOௐ%UDQGVௐௐ,QWHUEUDQG %HVWௐ&(6ௐ6XVWDLQDELOLW\ௐ$ZDUGௐௐ*DGJHW0DWFK %HVWௐ3ODFHௐWRௐ:RUNௐௐ*ODVVGRRU  :RUOG Vௐ0RVWௐ(WKLFDOௐ&RPSDQLHVௐௐ(WKLVSKHUHௐ,QVWLWXWH ௐ6XVWDLQDELOLW\ௐ ௐ&OLPDWHௐ/HDGHUௐௐ%ORRPEHUJ %HVWௐ:RUNSODFHVௐIRUௐ,QQRYDWRUVௐௐ)DVWௐ&RPSDQ\ 7RSௐ(PSOR\HUௐௐ7RSௐ(PSOR\HUVௐ,QVWLWXWH $PHULFDVௐ0RVWௐ-867ௐ&RPSDQLHVௐௐ-867ௐ  %HVWௐ*OREDOௐ%UDQGௐௐ,QWHUEUDQG :RUOG Vௐ0RVWௐ(WKLFDOௐ&RPSDQLHVௐௐ(WKLVSKHUHௐ,QVWLWXWH 7RSௐௐ,QQRYDWLYHௐ&RPSDQ\ௐௐ$PHULFDQௐ,QQRYDWLRQௐ,QGH[ &RUSRUDWHௐ3DUWQHUௐRIௐWKHௐ<HDUௐௐ1DWLRQDOௐ6RFLHW\ௐRIௐ%ODFNௐ(QJLQHHUV  :RUOG Vௐ0RVWௐ$GPLUHGௐ&RPSDQLHVௐௐ)RUWXQHௐ0DJD]LQHௐௐ ௐ%HVWௐ3ODFHVௐWRௐ:RUNௐLQௐWKHௐ86ௐௐ,QGHHGFRP 86ௐ&KDPEHUௐRIௐ&RPPHUFHௐ)RXQGDWLRQௐ&LWL]HQVௐ$ZDUG &RPSDQ\ௐRIௐWKHௐ<HDUௐௐ6RFLHW\ௐRIௐ+LVSDQLFௐ3URIHVVLRQDOௐ(QJLQHHUV  ௐ*RRGௐ'HVLJQௐ$ZDUGௐௐ*RRGௐ'HVLJQௐLVௐRQHௐRIௐWKHௐROGHVWௐSUHVWLJLRXVௐDQGௐ PRVWௐUHFRJQL]HGௐSURJUDPௐIRUௐGHVLJQௐH[FHOOHQFHௐZRUOGZLGH   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV 'XHௐWRௐSURSULHWDU\ௐLQIRUPDWLRQௐZHௐZRXOGௐSUHIHUௐQRWௐWRௐSURYLGHௐWKHௐVDOHVௐYROXPHௐ KLVWRU\ௐRIௐJRYHUQPHQWௐDJHQFLHVௐௐ:HௐFDQௐDVVXUHௐ\RXௐWKDWௐZHௐDUHௐDௐSDUWQHUௐZKRௐLVௐ IXOO\ௐDOLJQHGௐZLWKௐJRYHUQPHQWDOௐFXVWRPHUௐSXUFKDVHௐUHTXLUHPHQWVௐௐ:LWKௐDௐGHGLFDWHGௐ JRYHUQPHQWDOௐVDOHVௐGHSDUWPHQWௐWKDWௐZRUNVௐVROHO\ௐZLWKௐSXEOLFௐDJHQFLHVௐDQGௐRXUௐ GHDOHUௐQHWZRUNௐZHௐFRQWLQXHௐWRௐLQFUHDVHௐRXUௐVDOHVௐYROXPHௐLQௐWKLVௐNH\ௐVHJPHQW   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ HGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV 'XHௐWRௐSURSULHWDU\ௐLQIRUPDWLRQௐZHௐZRXOGௐSUHIHUௐQRWௐWRௐSURYLGHௐWKHௐVDOHVௐYROXPHௐ KLVWRU\ௐRIௐHGXFDWLRQௐDJHQFLHVௐௐ:HௐFDQௐDVVXUHௐ\RXௐWKDWௐZHௐDUHௐDௐSDUWQHUௐZKRௐLVௐ IXOO\ௐDOLJQHGௐZLWKௐHGXFDWLRQDOௐFXVWRPHUௐSXUFKDVHௐUHTXLUHPHQWVௐௐ:LWKௐDௐGHGLFDWHGௐ JRYHUQPHQWDOௐVDOHVௐGHSDUWPHQWௐWKDWௐZRUNVௐVROHO\ௐZLWKௐSXEOLFௐDJHQFLHVௐDQGௐRXUௐ GHDOHUௐQHWZRUNௐZHௐFRQWLQXHௐWRௐLQFUHDVHௐRXUௐVDOHVௐYROXPHௐLQௐWKLVௐNH\ௐVHJPHQW   /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐ SXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐ WKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐ FRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" -RKQௐ'HHUHௐFXUUHQWO\ௐKROGVௐRYHUௐௐJRYHUQPHQWௐFRQWUDFWVௐFRQVLVWLQJௐRIௐIHGHUDOௐ VWDWHௐFRXQW\ௐDQGௐFRRSHUDWLYHௐFRQWUDFWVௐ7KHௐVWDWHௐFRXQW\ௐDQGௐFRRSHUDWLYHௐVDOHVௐ YROXPHVௐDUHௐFRPELQHG ௐௐ 7KHௐVDOHVௐYROXPHVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐDUHௐDVௐIROORZV ௐௐ0 ௐௐ0 ௐௐ0   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐ DQGௐ6XSSO\ௐ$UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐ KROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐ HDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ \HDUV" -RKQௐ'HHUHௐFXUUHQWO\ௐKROGVௐWKHௐIROORZLQJௐ*6$ௐ&RQWUDFWV $Jௐ7UDFWRUௐ&RQWUDFWௐ*6)7 89ௐ&RQWUDFWௐ*6)6 / *ௐ&RQWUDFWௐ*6)6 7KHௐWRWDOௐVDOHVௐYROXPHௐIRUௐWKHௐ*6$ௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐDUHௐDVௐ IROORZV ௐௐ0 ௐௐ0 ௐௐ0  Bid Number: RFP 031121 Vendor Name: Deere & Company             30 7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU %URZDUGௐ&RXQW\ௐ3XEOLFௐ6FKRROV (GJDUௐ/XJR  /RXGRXQௐ&RXQW\ௐ9LUJLQLD *HUDOGௐ/DQGD\DQ  2VFHRODௐ&RXQW\ௐ)ORULGD 3DXOௐ&DOODZD\ 6WDWHௐRIௐ,QGLDQDௐௐ6RXUFHZHOOௐ3DUWLFLSDWLQJௐ $GGHQGXP 6WHSKDQLHௐ1HOVRQ  6WDWHௐRIௐ$UNDQVDVௐௐ6RXUFHZHOOௐ3DUWLFLSDWLQJௐ $GGHQGXP -RKQௐ/HYHUHWW  7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO  LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODU YROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH 3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV &RRSௐௐ %X\ERDUGௐ *URXQGVௐ 0DLQWHQDQFHௐ &RQWUDFW *RYHUQPHQW 7H[DV7; &RPSOHWHௐ3ULFHௐ3DJHௐ&RQWUDFWௐ IRUௐDOOௐ-RKQௐ'HHUHௐSURGXFWௐ FDWHJRULHV 9DULHV )<ௐ ௐ0 )<ௐ ௐ0 )<ௐ ௐ0  0,ௐௐ$Jௐ *URXQGVௐDQGௐ 5RDGVLGHௐ (TXLSPHQWௐ &RQWUDFW *RYHUQPHQW 0LFKLJDQ0, &RPSOHWHௐ3ULFHௐ3DJHௐ&RQWUDFWௐ IRUௐDOOௐ-RKQௐ'HHUHௐSURGXFWௐ FDWHJRULHV 9DULHV )<ௐ ௐ0 )<ௐ ௐ0 )<ௐ ௐ0  2+ௐௐ$Jௐ 0DFKLQHU\ௐ 0RZHUVௐ ௐ 7UDFWRUVௐ &RQWUDFW *RYHUQPHQW 2KLR2+ &RPSOHWHௐ3ULFHௐ3DJHௐ&RQWUDFWௐ IRUௐDOOௐ-RKQௐ'HHUHௐSURGXFWௐ FDWHJRULHV 9DULHV )<ௐ ௐ0 )<ௐ ௐ0 )<ௐ ௐ0  2.ௐௐ $JULFXOWXUHௐ 7UHHVௐ ௐ%UXVKௐ 0DLQWHQDQFHௐ (TXLSPHQWௐ &RQWUDFW *RYHUQPHQW 2NODKRPD2. -RKQௐ'HHUHௐ$Jௐ7UDFWRUVௐDQGௐ 5HODWHGௐ(TXLSPHQW 9DULHV )<ௐ ௐ0 )<ௐ ௐ0 )<ௐ ௐ0  3$ௐௐ$JௐDQGௐ *URXQGVௐ .HHSLQJௐ 3RZHUௐ (TXLSPHQWௐ &RQWUDFW *RYHUQPHQW 3HQQV\OYDQLD 3$ &RPSOHWHௐ3ULFHௐ3DJHௐ&RQWUDFWௐ IRUௐDOOௐ-RKQௐ'HHUHௐSURGXFWௐ FDWHJRULHV 9DULHV )<ௐ ௐ0 )<ௐ ௐ0 )<ௐ ௐ0  7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH <RXUUHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHU RIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFKVHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUG SDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 031121 Vendor Name: Deere & Company             31  6DOHVௐIRUFH -RKQௐ'HHUHௐKDVௐGHGLFDWHGௐJRYHUQPHQWDOௐVDOHVௐGHSDUWPHQWௐEDVHGௐRXWௐRIௐ&DU\ௐ1&ௐ WKDWௐIRFXVHVௐௐRIௐWKHLUௐWLPHௐRQௐWKHௐVDOHVௐDQGௐSURFHVVLQJௐRIௐDJULFXOWXUDOௐDQGௐWXUIௐ HTXLSPHQWௐWRௐJRYHUQPHQWDOௐDQGௐRWKHUௐSXEOLFௐDJHQFLHVௐௐ:HௐKDYHௐDௐWRWDOௐRIௐௐ *RYHUQPHQWௐ$FFRXQWௐ0DQDJHUVௐRQHௐRIௐZKLFKௐLVௐGHGLFDWHGௐVWULFWO\ௐWRௐIHGHUDOௐVDOHVௐ 7KHௐௐUHPDLQLQJௐ*RYHUQPHQWௐ$FFRXQWௐ0DQDJHUVௐDUHௐXOWLPDWHO\ௐUHVSRQVLEOHௐIRUௐVWDWHௐ JRYHUQPHQWDOௐVDOHVௐLQௐWKHLUௐUHVSHFWLYHௐJHRJUDSKLHVௐGHGLFDWLQJௐௐRIௐWKHLUௐWLPHௐWRௐ JURZLQJௐWKHௐ-RKQௐ'HHUHௐJRYHUQPHQWDOௐVDOHVௐEXVLQHVVௐௐ7KHௐJRYHUQPHQWௐDFFRXQWௐ PDQDJHUVௐGHYHORSௐUHODWLRQVKLSVௐDQGௐXQGHUVWDQGௐWKHௐHTXLSPHQWௐQHHGVௐRIௐIHGHUDOௐ SXUFKDVLQJௐDJHQWVௐVWDWHௐSXUFKDVLQJௐDJHQWVௐDQGௐVWDWHௐIOHHWௐDGPLQLVWUDWRUVௐLHௐ 'HSDUWPHQWௐRIௐ7UDQVSRUWDWLRQௐ'HSDUWPHQWௐRIௐ1DWXUDOௐ5HVRXUFHVௐௐ7KHௐJRYHUQPHQWௐ DFFRXQWௐPDQDJHUVௐDOVRௐZRUNௐZLWKௐ-RKQௐ'HHUHௐGHDOHUVௐWRௐSURYLGHௐWUDLQLQJௐDQGௐDௐ JUHDWHUௐXQGHUVWDQGLQJௐRIௐWKHௐVHOOLQJௐSURFHVVௐௐ7KHௐ-RKQௐ'HHUHௐGHDOHUௐLVௐXOWLPDWHO\ௐ UHVSRQVLEOHௐIRUௐGHOLYHULQJௐDQGௐVXSSRUWLQJௐWKHௐHTXLSPHQWௐௐ,QௐUHODWLRQௐWRௐWKHௐSRWHQWLDOௐ 6RXUFHZHOOௐ*URXQGVௐ0DLQWHQDQFHௐ(TXLSPHQWௐ&RQWUDFWௐWKHௐJRYHUQPHQWௐDFFRXQWௐ PDQDJHUVௐZRXOGௐSURPRWHௐWKHௐFRQWUDFWௐWRௐVWDWHௐSXUFKDVLQJௐDJHQWVௐDQGௐVWDWHௐIOHHWௐ DGPLQLVWUDWRUVௐZKRௐHLWKHUௐGRௐQRWௐKDYHௐWKHLUௐRZQௐVWDWHௐSXUFKDVLQJௐFRQWUDFWௐRUௐKDYHௐ SURGXFWௐJDSVௐLQௐWKHLUௐFRQWUDFWV   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐ PHWKRGV -RKQௐ'HHUHௐKDVௐDௐQDWLRQZLGHௐLQGHSHQGHQWௐGHDOHUௐQHWZRUNௐRIIHULQJௐEHVWLQFODVVௐSDUWVௐ VHUYLFHௐDQGௐVXSSRUWௐ:HௐNQRZௐWKHௐJRYHUQPHQWௐFXVWRPHUௐDQGௐPDNHௐHYHU\WKLQJௐHDV\ௐ IURPௐWKHௐLQLWLDOௐSXUFKDVHௐWRௐVHUYLFHௐDQGௐVXSSRUWௐ2XUௐGHDOHUௐQHWZRUNௐZLWKௐRYHUௐௐ ORFDWLRQVௐQDWLRQZLGHௐZRXOGௐEHௐUHVSRQVLEOHௐIRUௐGHOLYHULQJௐDQGௐVHUYLFLQJௐWKHௐHTXLSPHQWௐ VROGௐWRௐHQGௐXVHUVௐXVLQJௐWKLVௐFRQWUDFWௐ-RKQௐ'HHUHௐGHDOHUVௐRIIHUௐDௐFRPELQDWLRQௐRIௐDIWHU KRXUVௐVHUYLFHௐ YDULHVௐE\ௐGHDOHU ௐDQGௐRQOLQHௐVXSSRUWௐ RQOLQHௐSDUWVௐRUGHULQJௐV\VWHP ௐ ZKLFKௐJLYHVௐHQGXVHUVௐWKHௐVHUYLFHௐQHHGHGௐWRௐDYRLGௐFRVWO\ௐGRZQWLPHௐ7KHௐ-RKQௐ'HHUHௐ SDUWVௐRUGHULQJௐV\VWHPௐLVௐDYDLODEOHௐIRUௐDOOௐGHDOHUVௐDQGௐJLYHVௐWKHPௐDFFHVVௐWRௐRYHUௐ ௐXQLTXHௐSDUWVௐZKLFKௐDUHௐUHDG\ௐWRௐVKLSௐRYHUQLJKWௐLIௐQHHGHGௐ0RVWௐGHDOHUVௐDOVRௐ RIIHUௐVRPHௐIRUPௐRIௐPRELOHௐPDLQWHQDQFHௐVHUYLFHௐZKLFKௐSURYLGHVௐRQVLWHௐVHUYLFHௐ 'HDOHUௐWHFKQLFLDQVௐDUHௐIDFWRU\WUDLQHGௐRQௐWKHௐVHUYLFHௐDQGௐVXSSRUWௐRIௐWKHௐSURGXFWVௐ RIIHUHGௐLQௐWKLVௐ5)3   6HUYLFHௐIRUFH -RKQௐ'HHUHௐKDVௐDௐQDWLRQZLGHௐLQGHSHQGHQWௐGHDOHUௐQHWZRUNௐRIIHULQJௐEHVWLQFODVVௐSDUWVௐ VHUYLFHௐDQGௐVXSSRUWௐ:HௐNQRZௐWKHௐJRYHUQPHQWௐFXVWRPHUௐDQGௐPDNHௐHYHU\WKLQJௐHDV\ௐ IURPௐWKHௐLQLWLDOௐSXUFKDVHௐWRௐVHUYLFHௐDQGௐVXSSRUWௐ2XUௐGHDOHUௐQHWZRUNௐZLWKௐRYHUௐௐ ORFDWLRQVௐQDWLRQZLGHௐZRXOGௐEHௐUHVSRQVLEOHௐIRUௐGHOLYHULQJௐDQGௐVHUYLFLQJௐWKHௐHTXLSPHQWௐ VROGௐWRௐHQGௐXVHUVௐXVLQJௐWKLVௐFRQWUDFWௐ-RKQௐ'HHUHௐGHDOHUVௐRIIHUௐDௐFRPELQDWLRQௐRIௐDIWHU KRXUVௐVHUYLFHௐ YDULHVௐE\ௐGHDOHU ௐDQGௐRQOLQHௐVXSSRUWௐ RQOLQHௐSDUWVௐRUGHULQJௐV\VWHP ௐ ZKLFKௐJLYHVௐHQGXVHUVௐWKHௐVHUYLFHௐQHHGHGௐWRௐDYRLGௐFRVWO\ௐGRZQWLPHௐ7KHௐ-RKQௐ'HHUHௐ SDUWVௐRUGHULQJௐV\VWHPௐLVௐDYDLODEOHௐIRUௐDOOௐGHDOHUVௐDQGௐJLYHVௐWKHPௐDFFHVVௐWRௐRYHUௐ ௐXQLTXHௐSDUWVௐZKLFKௐDUHௐUHDG\ௐWRௐVKLSௐRYHUQLJKWௐLIௐQHHGHGௐ0RVWௐGHDOHUVௐDOVRௐ RIIHUௐVRPHௐIRUPௐRIௐPRELOHௐPDLQWHQDQFHௐVHUYLFHௐZKLFKௐSURYLGHVௐRQVLWHௐVHUYLFHௐ 'HDOHUௐWHFKQLFLDQVௐDUHௐIDFWRU\WUDLQHGௐRQௐWKHௐVHUYLFHௐDQGௐVXSSRUWௐRIௐWKHௐSURGXFWVௐ RIIHUHGௐLQௐWKLVௐ5)3   'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐ SURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐ SURJUDPௐLIௐDSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐ UHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐ FRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐ WKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐ VHUYLFHௐJRDOVௐRUௐSURPLVHV 7KHௐVXSSRUWௐRIௐWKHௐHTXLSPHQWௐXOWLPDWHO\ௐWDNHVௐSODFHௐWKURXJKௐWKHௐ-RKQௐ'HHUHௐGHDOHUௐ QHWZRUNௐௐ:KLOHௐFXVWRPHUௐVHUYLFHௐLQHYLWDEO\ௐYDULHVௐZLWKLQௐWKHௐGHDOHUௐQHWZRUNௐWKHௐ FRQVLVWHQWௐWUDLQLQJௐWKDWௐLVௐRIIHUHGௐE\ௐ-RKQௐ'HHUHௐ&RPSDQ\ௐWRௐGHDOHUௐWHFKQLFLDQVௐDQGௐ SDUWVௐSHUVRQQHOௐKHOSVௐSURYLGHௐHDFKௐDJHQF\ௐZLWKௐDௐVLPLODUௐFXVWRPHUௐH[SHULHQFHௐௐ 6KRXOGௐWKHUHௐEHௐDௐQHHGௐIRUௐHTXLSPHQWௐVHUYLFHௐLWௐZLOOௐEHௐWKHௐ6RXUFHZHOOௐPHPEHU¶Vௐ UHVSRQVLELOLW\ௐWRௐFRQWDFWௐWKHௐGHOLYHULQJௐGHDOHUௐIRUௐVHUYLFHௐௐ7KHௐPHPEHUௐFDQௐDOVRௐZRUNௐ ZLWKௐRWKHUௐGHDOHUVௐLIௐQHFHVVDU\ௐDVௐZDUUDQW\ௐDQGௐVHUYLFHௐZRUNௐFDQௐEHௐSHUIRUPHGௐE\ௐ DQ\ௐDXWKRUL]HGௐ-RKQௐ'HHUHௐGHDOHUௐௐ,QௐWKHௐHYHQWௐRIௐVHUYLFHௐLVVXHVௐWKDWௐFDQQRWௐEHௐ VROYHGௐE\ௐWKHௐ-RKQௐ'HHUHௐGHDOHUௐWKHௐGHDOHUௐZRUNVௐZLWKௐ-RKQௐ'HHUHௐ&RPSDQ\¶Vௐ GHDOHUௐWHFKQLFDOௐDVVLVWDQFHௐFHQWHUௐIRUௐHOHYDWHGௐVXSSRUW $VௐIDUௐDVௐWKHௐ-RKQௐ'HHUHௐ*RYHUQPHQWௐ6DOHVௐ'HSDUWPHQWௐZHௐKDYHௐDQௐHQWLUHௐ GHSDUWPHQWௐRIௐDSSUR[LPDWHO\ௐௐSHRSOHௐGHGLFDWHGௐWRௐJRYHUQPHQWௐVDOHVௐ7KLVௐLQFOXGHVௐ DQௐ2UGHUௐ0DQDJHPHQWௐ7HDPௐWKDWௐZLWKLQௐDQௐDYHUDJHௐRIௐௐGD\VௐRIௐVXEPLVVLRQௐDXGLWVௐ DQGௐSURFHVVHVௐHYHU\ௐ32ௐWRௐYHULI\ௐFRQWUDFWௐSULFLQJௐDQGௐYHULI\ௐWKHௐLWHPVௐTXRWHGௐDUHௐ HOLJLEOHௐIRUௐWKHௐFRQWUDFWௐ&RQWUDFWௐ$GPLQLVWUDWRUVௐLQௐWKHௐGHSDUWPHQWௐHQVXUHௐFRQWUDFWௐ FRPSOLDQFHௐLVௐPDLQWDLQHG   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ 8QLWHGௐ6WDWHV -RKQௐ'HHUHௐZLOOௐVHUYHௐ6RXUFHZHOOௐPHPEHUௐDJHQFLHVௐLQௐWKHௐ8QLWHGௐ6WDWHVௐௐ7KHௐ QDWLRQZLGHௐ-RKQௐ'HHUHௐGHDOHUௐQHWZRUNௐLVௐDEOHௐWRௐSURYLGHௐSURGXFWVௐDQGௐVHUYLFHVௐ WKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHV (TXLSPHQWௐ'HOLYHU\ௐ7LPHௐ$IWHUௐ5HFHLSWௐRIௐ2UGHUௐ $52 ௐLVௐDVௐIROORZV ௐௐ/DZQௐ ௐ*DUGHQௐௐௐWRௐௐGD\VௐDIWHUௐUHFHLSWௐRIௐRUGHU ௐௐ&RPPHUFLDOௐௐௐWRௐௐGD\VௐDIWHUௐUHFHLSWௐRIௐRUGHU   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD -RKQௐ'HHUHௐZLOOௐVHUYHௐ6RXUFHZHOOௐPHPEHUௐDJHQFLHVௐLQௐ&DQDGDௐௐ7KHௐ&DQDGLDQௐ-RKQௐ 'HHUHௐGHDOHUௐQHWZRUNௐLVௐDEOHௐWRௐSURYLGHௐSURGXFWVௐDQGௐVHUYLFHVௐWKURXJKRXWௐ&DQDGD  ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐ IXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW -RKQௐ'HHUHௐZLOOௐVHUYHௐWKHௐHQWLUHௐ8QLWHGௐ6WDWHVௐLQFOXGLQJௐ$ODVNDௐDQGௐ+DZDLLௐDQGௐ &DQDGD Bid Number: RFP 031121 Vendor Name: Deere & Company             32  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐ VHFWRUVௐ LHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRU SURILW ௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐ WKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐ GHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐ KDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐ DELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" -RKQௐ'HHUHௐZLOOௐVHUYHௐDOOௐ6RXUFHZHOOௐ0HPEHUௐVHFWRUV   'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐ RUௐUHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐ SDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ DQGௐLQௐ86ௐ7HUULWRULHV -RKQௐ'HHUHௐZLOOௐRQO\ௐVKLSௐWRௐ$ODVNDௐDQGௐ+DZDLLௐௐ)RUௐGHOLYHULHVௐWRௐ$ODVNDௐRUௐ+DZDLLௐ IDFWRU\ௐIUHLJKWௐWRௐWKHௐGHOLYHULQJௐGHDOHUௐZLOOௐEHௐSDLGௐE\ௐWKHௐ6RXUFHZHOOௐPHPEHUௐௐ7KHௐ HTXLSPHQWௐZLOOௐEHௐ)2%ௐRULJLQௐௐ)DFWRU\ௐIUHLJKWௐLVௐNQRZQௐDWௐWKHௐWLPHௐRIௐTXRWLQJௐDQGௐ ZLOOௐEHௐLQFOXGHGௐRQௐWKHௐTXRWHௐWRௐWKHௐ6RXUFHZHOOௐPHPEHUௐௐ)RUௐDOOௐRWKHUௐGHOLYHULHVௐ ZLWKLQௐWKHௐFRQWLQHQWDOௐ86ௐWKHௐHTXLSPHQWௐZLOOௐEHௐ)2%ௐGHVWLQDWLRQௐ WKHௐ6RXUFHZHOOௐ PHPEHUௐZLOOௐ127ௐEHௐFKDUJHGௐIDFWRU\ௐIUHLJKWௐWRௐWKHௐGHOLYHULQJௐGHDOHU   7DEOH0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ 8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐ PDUNHWLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐ WKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH -RKQௐ'HHUHௐFXUUHQWO\ௐXVHVௐVHYHUDOௐIRUPVௐRIௐPDUNHWLQJௐWRௐWDUJHWௐWKHௐJRYHUQPHQWDOௐDQGௐ SXEOLFௐFXVWRPHUௐVHJPHQWௐௐ ௐ:HௐKDYHௐFUHDWHGௐDௐZHEVLWHௐZKHUHௐZHௐSURPLQHQWO\ௐDGYHUWLVHௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐ ZHௐFXUUHQWO\ௐKROG ௐ(DFKௐ\HDUௐWKHௐFRPSDQ\ௐSURGXFHVௐDௐSXUFKDVLQJௐJXLGHௐIRUௐJRYHUQPHQWௐHTXLSPHQWௐௐ7KLVௐ SXUFKDVLQJௐJXLGHௐDYDLODEOHௐLQௐERWKௐSULQWௐDQGௐHOHFWURQLFௐ)ODVKௐ'ULYHௐIRUPDWௐLVௐXVHGௐE\ௐWKHௐ -RKQௐ'HHUHௐGHDOHUௐQHWZRUNௐWRௐSURPRWHௐWKHௐSURGXFWV ௐ-RKQௐ'HHUHௐSURYLGHVௐWHPSODWHVௐRQOLQHௐIRUௐGHDOHUVௐWRௐFUHDWHௐWKHLUௐRZQௐPDLOLQJVௐWRௐ SURPRWHௐSURGXFWVௐWRௐJRYHUQPHQWDOௐDQGௐSXEOLFௐDJHQFLHV ௐ ௐ-RKQௐ'HHUHௐDOVRௐSULQWVௐGHWDLOHGௐPDUNHWLQJௐEURFKXUHVௐIRUௐWKHௐSURGXFWVௐEHLQJௐRIIHUHGௐLQௐ WKLVௐ5)3ௐௐ7KLVௐOLWHUDWXUHௐLVௐPDGHௐDYDLODEOHௐWRௐGHDOHUVௐDQGௐLQFOXGHVௐIHDWXUHVௐDQGௐEHQHILWVௐ DQGௐHTXLSPHQWௐVSHFLILFDWLRQV ௐௐ $ௐVDPSOHௐRIௐPDUNHWLQJௐPDWHULDOVௐKDYHௐEHHQௐXSORDGHGௐIRUௐUHYLHZௐDQGௐLQFOXGHௐ*RYHUQPHQWௐ 0XQLFLSDOௐ/HDVHௐ/LWHUDWXUHௐ*RYHUQPHQWௐ6DOHVௐ)ROGHUௐ3DFNHWௐDQGௐ*RYHUQPHQWௐ6SRUWௐ7XUIௐ %DQQHU   'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ GLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐ PHWDGDWDௐXVDJH ௐWRௐHQKDQFHௐ PDUNHWLQJௐHIIHFWLYHQHVV -RKQ'HHUHFRPௐSURYLGHVௐGHWDLOHGௐSURGXFWௐLQIRUPDWLRQௐIRUௐWKHௐSURGXFWVௐEHLQJௐRIIHUHGௐLQௐWKLVௐ 5)3ௐௐ&XVWRPHUVௐDUHௐDEOHௐWRௐYLHZௐLQIRUPDWLRQௐRQௐSURGXFWௐIHDWXUHVௐVSHFLILFDWLRQVௐDQGௐ DFFHVVRULHVௐௐ8WLOL]LQJௐ-RKQ'HHUHFRPௐ6RXUFHZHOOௐPHPEHUVௐZRXOGௐEHௐDEOHௐWRௐ³EXLOGWKHLU RZQ´ௐSURGXFWௐௐ&XVWRPHUVௐFKRRVHௐWKHௐSURGXFWௐFDWHJRU\ௐDQGௐVXEVHTXHQWௐSURGXFWௐRSWLRQVௐWRௐ FRQILJXUHௐWKHLUௐGHVLUHGௐSLHFHௐRIௐHTXLSPHQWௐௐ0DQXIDFWXUHU¶Vௐ6XJJHVWHGௐ5HWDLOௐ/LVWௐ3ULFHௐLVௐ VKRZQௐௐ7KHௐZHEVLWHௐZLOOௐQRWௐVKRZௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐGLVFRXQWௐEXWௐLIௐWKHௐ6RXUFHZHOOௐ PHPEHUௐNQRZVௐWKHௐGLVFRXQWௐRQௐWKHௐSDUWLFXODUௐSURGXFWௐFDWHJRU\ௐWKH\ௐZLOOௐEHௐDEOHௐWRௐ GHWHUPLQHௐWKHLUௐSXUFKDVHௐSULFH   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐ LQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐ WKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ 6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐ VDOHVௐSURFHVV" 6RXUFHZHOOௐZLOOௐSOD\ௐDௐNH\ௐUROHௐLQௐZRUNLQJௐZLWKௐDQGௐVXSSRUWLQJௐWKHௐ-RKQௐ'HHUHௐ*RYHUQPHQWௐ $FFRXQWௐ0DQDJHUVௐE\ௐKHOSLQJௐWKHௐ$FFRXQWௐ0DQDJHUVௐSURPRWHௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐDQGௐ UHFRJQL]HௐNH\ௐRSSRUWXQLWLHVௐLQௐVWDWHVௐWKDWௐVKRZௐDௐZLOOLQJQHVVௐWRௐDGRSWௐ6RXUFHZHOOௐௐ &RQIHUHQFHௐFDOOVௐDQGRUௐZHELQDUVௐZLWKௐWKHௐ-RKQௐ'HHUHௐ*RYHUQPHQWௐ$FFRXQWௐ0DQDJHUVௐZLOOௐ EHௐDௐYDOXDEOHௐWRROௐௐ%HFDXVHௐWKHௐ$FFRXQWௐ0DQDJHUVௐKDYHௐDௐVWURQJௐUHODWLRQVKLSௐZLWKௐWKHௐ -RKQௐ'HHUHௐGHDOHUVௐWKHௐDFFRXQWௐPDQDJHUVௐZLOOௐKHOSௐWKHௐGHDOHUVௐXQGHUVWDQGௐWKHௐFRQWUDFWௐ DQGௐPDUNHWௐLWௐLQௐWKHLUௐSDUWLFXODUௐDUHDVௐௐ7KHௐDFFRXQWௐPDQDJHUVௐZLOOௐKHOSௐWKHௐ-RKQௐ'HHUHௐ GHDOHUVௐXQGHUVWDQGௐWKHௐVWHSVௐQHFHVVDU\ௐWRௐVLJQௐXSௐQHZௐ6RXUFHZHOOௐPHPEHUVௐDVௐZHOOௐௐ )XUWKHUPRUHௐLQௐFHUWDLQௐJHRJUDSKLHVௐZHELQDUVௐFRXOGௐEHௐXVHGௐWRௐKHOSௐ-RKQௐ'HHUHௐGHDOHUVௐ XQGHUVWDQGௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐௐ7KHVHௐRSSRUWXQLWLHVௐZRXOGௐW\SLFDOO\ௐEHௐLQLWLDWHGௐE\ௐ -RKQௐ'HHUHௐDQGௐFRQVLGHUHGௐRQௐDQௐLQGLYLGXDOௐEDVLVௐGHSHQGLQJௐRQௐWKHௐQHHGVௐRIௐDௐSDUWLFXODUௐ UHJLRQ   $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐ DYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐ RUGHULQJௐSURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐ HSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐ JRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐ FXVWRPHUVௐKDYHௐXVHGௐLW :HௐFXUUHQWO\ௐXVHௐ(SURFXUHPHQWௐV\VWHPVௐLQௐ1RUWKௐ&DUROLQDௐDQGௐ9LUJLQLDௐ H9$ ௐEHFDXVHௐZHௐ DUHௐFRQWUDFWXDOO\ௐUHTXLUHGௐWRௐGRௐVRௐௐ7KHௐV\VWHPௐGRHVௐSURYLGHௐWKHௐVWDWHௐDௐFRQVWDQWௐUHFRUGௐ RIௐVDOHVௐDFWLYLW\ௐKRZHYHUௐDGPLQLVWUDWLYHO\ௐ(SURFXUHPHQWௐLVௐQRWௐDௐVHDPOHVVௐSURFHVVௐIRUௐ XVௐௐ:KHQௐLWௐFRPHVௐWRௐ-RKQௐ'HHUHௐHTXLSPHQWௐWKHUHௐDUHௐWKRXVDQGVௐRIௐHTXLSPHQWௐ FRQILJXUDWLRQVௐௐ%HFDXVHௐ'HHUH¶VௐSULFHௐSDJHVௐDUHௐLQௐSGIௐIRUPDWௐZHௐFDQQRWௐMXVWௐVLPSO\ௐ XSORDGௐWKHௐSULFLQJௐLQWRௐWKHௐ(SURFXUHPHQWௐV\VWHPVௐௐ:HௐKDYHௐWRௐPDQXDOO\ௐFRQVWUXFWௐEDVHௐ PDFKLQHVௐE\ௐPRGHOௐDQGௐHQWHUௐWKHPௐLQGLYLGXDOO\ௐௐ'RLQJௐLWௐWKLVௐZD\ௐPHDQVௐWKHௐDJHQF\ௐLVௐ QRWௐJHWWLQJௐWKHௐFRPSOHWHௐSLFWXUHௐRIௐZKDWௐZHௐKDYHௐDYDLODEOHௐௐ7KH\¶UHௐRQO\ௐJHWWLQJௐ Dௐ³VDPSOH´ௐௐ)RUௐWKHௐPRVWௐSDUWௐDJHQFLHVௐVWLOOௐIHHOௐPRVWௐFRPIRUWDEOHௐZLWKௐZRUNLQJௐGLUHFWO\ௐ ZLWKௐWKHௐGHDOHUௐWRௐHQVXUHௐWKH\¶UHௐJHWWLQJௐHTXLSPHQWௐWKDWௐZLOOௐEHVWௐVXLWௐWKHLUௐQHHGV  Bid Number: RFP 031121 Vendor Name: Deere & Company             33 7DEOH9DOXH$GGHG$WWULEXWHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐ WUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐ ZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐ FRVWVௐWKDWௐDSSO\ 7KHௐ-RKQௐ'HHUHௐGHDOHUௐLVௐXOWLPDWHO\ௐUHVSRQVLEOHௐIRUௐGHOLYHULQJௐDQGௐVXSSRUWLQJௐWKHௐ HTXLSPHQWௐௐ+RZHYHUௐDQ\ௐ6RXUFHZHOOௐPHPEHUௐZLOOௐEHௐHQFRXUDJHGௐWRௐFDOOௐWKHௐ-RKQௐ'HHUHௐ JRYHUQPHQWDOௐVDOHVௐGLUHFWௐWROOIUHHௐQXPEHUௐ ௐRSWLRQௐ ௐIRUௐDVVLVWDQFHௐZLWKௐ ORFDWLQJௐWKHLUௐQHDUHVWௐGHDOHUௐௐ-RKQௐ'HHUHௐGRHVௐRIIHUௐGLVWDQFHOHDUQLQJௐFODVVHVௐRQௐWKHௐ RSHUDWLRQௐDQGௐDGMXVWPHQWௐRIௐHTXLSPHQWௐIRUௐFHUWDLQௐSURGXFWVௐௐ7RௐGDWHௐWKLVௐKDVௐSULPDULO\ௐ EHHQௐIRUௐODUJHUௐHTXLSPHQWௐWDUJHWHGௐDWௐIDUPௐFXVWRPHUVௐௐ0DQ\ௐ-RKQௐ'HHUHௐGHDOHUVௐRIIHUௐ ORFDOௐWUDLQLQJௐZKLFKௐLVௐDWௐWKHௐGLVFUHWLRQௐRIௐWKHௐGHDOHU   'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐ DGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐ SURGXFWVௐRUௐVHUYLFHVௐRIIHU )DVWEDFNŒௐ352ௐ5HDU'LVFKDUJHௐ0RZHUௐ'HFNௐIRUௐWKHௐJDVௐDQGௐGLHVHOௐ=ௐ=WUDNௐ0RZHUVௐ ௐௐ$YDLODEOHௐLQௐDௐௐRUௐLQFKௐFXWWLQJௐZLGWKVௐ ௐௐ7KHௐUHDUGLVFKDUJHௐPRZHUௐGHFNௐLQFUHDVHVௐSURGXFWLYLW\ௐDQGௐLPSURYHVௐRSHUDWRUௐFRPIRUWௐ ZLWKRXWௐVDFULILFLQJௐFXWௐTXDOLW\ ௐௐ7KHௐUHDUGLVFKDUJHௐGHVLJQௐWKHௐFKDQFHௐRIௐGDPDJHௐIURPௐREMHFWVௐEHLQJௐWKURZQௐIURPௐWKHௐ PRZHUௐGHFNௐLVௐGHFUHDVHGௐ ௐௐ7KHௐXQLTXHௐGHVLJQௐDOVRௐKHOSVௐPLQLPL]HௐWKHௐDPRXQWௐRIௐGHEULVௐEORZQௐRQWRௐWKHௐRSHUDWRU ௐௐ$OORZVௐRSHUDWRUVௐWRௐPRZௐFORVHO\ௐDURXQGௐIL[HGௐREMHFWVௐZLWKௐHLWKHUௐVLGHௐRIௐWKHௐGHFN &RPSDFWௐ7UDFWRUௐ4XLN.QHFWŒௐ6\VWHPௐ$ZDUGHGௐZLWKௐௐ$(ௐ$ZDUG ௐௐ4XLN.QHFWௐ6\VWHPௐ1DPHGௐ2QHௐRIௐ7KLVௐ<HDU¶Vௐ0RVWௐ,QQRYDWLYHௐ3URGXFWVௐLQௐWKHௐ)RRGௐ DQGௐ$JULFXOWXUHௐ,QGXVWU\ ௐௐ4XLN.QHFWௐSUHYHQWVௐWZLVWLQJௐRUௐIRUFLQJௐWRௐOLQHXSௐWKHௐVSOLQHVௐZKHQௐDWWDFKLQJௐUHDUௐ LPSOHPHQWV ௐௐ'HYHORSHGௐWRௐKHOSௐLQFUHDVHௐRSHUDWRUௐHDVHௐDQGௐHQKDQFHௐSURGXFWLYLW\ ௐௐ2SHUDWRUVௐVOLGHௐWKHௐWUDFWRUௐDQGௐLPSOHPHQWௐFRQQHFWRUVௐWRJHWKHUௐXQWLOௐWKH\ௐFOLFNௐLQWRௐSODFH &RPPHUFLDOௐ:DONௐ%HKLQGௐ0RZHUVௐ5HFRJQL]HGௐZLWKௐௐ$(ௐ$ZDUG ௐௐ$(ௐDZDUGVௐKLJKOLJKWௐWKHௐPRVWௐLQQRYDWLYHௐGHVLJQVௐLQௐSURGXFWௐHQJLQHHULQJ ௐௐ7KHௐUHFRLOௐVWDUWௐ0ௐ6HULHVௐDQGௐHOHFWULFௐVWDUWௐ5ௐ6HULHVௐ:DONௐ%HKLQGௐ0RZHUVௐKDYHௐEHHQௐDௐ JDPHFKDQJHUௐIRUௐWKHௐFRPPHUFLDOௐPRZLQJௐLQGXVWU\ ௐௐ5HGHVLJQHGௐPDFKLQHVௐGLUHFWO\ௐDGGUHVVௐWKHௐSULPDU\ௐFXVWRPHUௐQHHGVௐRIௐSURGXFWLYLW\ௐ RSHUDWRUௐFRPIRUWௐZHLJKWௐGLVWULEXWLRQௐDQGௐIUDPHௐFOHDUDQFH   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐ WKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ \RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐ LQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐ DJHQF\ௐIRUௐHDFK -RKQௐ'HHUHௐKDVௐFUHDWHGௐDௐ3URGXFWௐ6XVWDLQDELOLW\ௐJRDOௐZKHUHௐZHௐRIIHUௐPDFKLQHVௐDQGௐ WHFKQRORJ\ௐVROXWLRQVௐWKDWௐDUHௐQRWௐRQO\ௐPRUHௐSURGXFWLYHௐDQGௐHIILFLHQWௐEXWௐDOVRௐPLQLPL]HௐWKHௐ LPSDFWௐRQௐWKHௐHQYLURQPHQWௐௐ6RPHௐ3URGXFWௐ6XVWDLQDELOLW\ௐ*RDOVௐLQFOXGH ௐௐ5HGXFHௐHQYLURQPHQWௐLPSDFWௐLQFOXGLQJௐ&2ௐHPLVVLRQVௐRQௐௐRIௐQHZௐSURGXFWV ௐௐ,QFUHDVHௐWKHௐXVHௐRIௐVXVWDLQDEOHௐPDWHULDOVௐE\ௐJURZLQJௐUHPDQXIDFWXUHGௐDQGௐUHEXLOGௐVDOHVௐ E\ௐ ௐௐ,QFUHDVLQJௐUHF\FODEOHௐUHQHZDEOHௐDQGௐUHF\FOHGௐFRQWHQW   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐ WKHௐHTXLSPHQWௐRUௐSURGXFWVௐ LQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐ WRௐHQHUJ\ௐHIILFLHQF\ௐRUௐ FRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV 6XVWDLQDELOLW\ௐLVௐIRXQGDWLRQDOௐWRௐWKHௐ-RKQௐ'HHUHௐVWUDWHJ\ௐ:HௐDUHௐFRPPLWWHGௐWRௐUHGXFLQJௐWKHௐ HQYLURQPHQWDOௐLPSDFWௐRQௐௐRIௐQHZௐSURGXFWVௐWRௐLQFOXGHௐௐFDUERQௐHPLVVLRQௐUHGXFWLRQVௐDQGௐ LQYHVWௐௐ0LOOLRQௐGROODUVௐSHUௐGD\ௐLQௐUHVHDUFKௐDQGௐGHYHORSPHQWௐ)XUWKHUௐZHௐKDYHௐUHFHLYHGௐWKHௐ IROORZLQJௐDZDUGV ௐௐ%HVWௐRIௐ&(6ௐ6XVWDLQDELOLW\ௐ$ZDUGௐ *DGJHW0DWFK ௐௐௐ6XVWDLQDELOLW\ௐ ௐ&OLPDWHௐ/HDGHUௐ %ORRPEHUJ ௐௐ:RUOG Vௐ0RVWௐ(WKLFDOௐ&RPSDQLHVௐ (WKLVSKHUH   'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ %XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ %XVLQHVVௐ(QWLW\ௐ 6%( ௐRUௐYHWHUDQௐ RZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐ KDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐ DSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH -RKQௐ'HHUHௐFRQWLQXHVௐWRௐSURDFWLYHO\ௐHQJDJHௐVPDOOௐDQGௐGLYHUVHௐEXVLQHVVHVௐWRௐVXSSRUWௐWKHௐ HFRQRPLFௐJURZWKௐRIௐFRPPXQLWLHVௐௐ%HQHILWVௐRIௐDௐWKULYLQJௐ6XSSOLHUௐ'LYHUVLW\ௐ3URJUDPௐLQFOXGH ௐௐ*HQHUDWHVௐHFRQRPLFௐRSSRUWXQLWLHVௐIRUௐGLVDGYDQWDJHGௐFRPPXQLWLHV ௐௐ3URPRWHVௐVXSSO\ௐEDVHௐFRPSHWLWLRQௐDQGௐFUHDWHVௐULVNௐPLWLJDWLRQௐRSWLRQV ௐௐ8QORFNVௐLQQRYDWLRQௐDQGௐGLYHUVLW\ௐRIௐWKRXJKW  :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ \RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ \RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" -RKQௐ'HHUH¶VௐIRXQGHUௐZDVௐEHVWௐNQRZQௐIRUௐKLVௐZRUNௐZLWKௐWKHௐILUVWௐFRPPHUFLDOO\ௐVXFFHVVIXOௐ SORZௐ$QGௐVRௐLWௐLVௐWRGD\ௐWKDWௐZHௐDUHௐSHUKDSVௐEHVWௐNQRZQௐIRUௐRXUௐTXDOLW\ௐDJULFXOWXUDOௐ HTXLSPHQWௐ:HௐDOVRௐWDNHௐWKHௐOHDGௐZRUOGZLGHௐLQௐFRQVWUXFWLRQௐDQGௐIRUHVWU\ௐHTXLSPHQWௐ:H UHௐ DௐPDMRUௐIRUFHௐLQௐJURXQGVௐPDLQWHQDQFHௐDQGௐFRPPHUFLDOௐODQGVFDSHௐHTXLSPHQWௐ$OVRௐ-RKQௐ 'HHUHௐ)LQDQFLDOௐLVௐRQHௐRIௐWKHௐODUJHVWௐHTXLSPHQWௐILQDQFHௐFRPSDQLHV  Bid Number: RFP 031121 Vendor Name: Deere & Company             34 7DEOH:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUH DQGRYHUDOOVWUXFWXUH<RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQW XSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐ ODERU" 6HHௐSDUDJUDSKௐ$ௐRIௐWKHௐDWWDFKHGௐZDUUDQW\ௐVWDWHPHQW  'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐ RWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" 3HUௐWKHௐDWWDFKHGௐZDUUDQW\ௐVWDWHPHQWௐSDUDJUDSKௐ%ௐWKHௐZDUUDQW\ௐWHUPௐ WLPHௐ SHULRGௐDQGௐXVDJHௐOLPLWV ௐYDULHVௐE\ௐSURGXFW  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐ WHFKQLFLDQV¶ௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐ ZDUUDQW\ௐUHSDLUV" 3HUௐWKHௐDWWDFKHGௐZDUUDQW\ௐVWDWHPHQWௐSDUDJUDSKௐ$ௐWKHௐSXUFKDVHUௐZLOOௐEHௐ UHVSRQVLEOHௐIRUௐDQ\ௐVHUYLFHௐFDOOௐDQGRUௐWUDQVSRUWDWLRQௐRIௐHTXLSPHQWௐWRௐDQGௐ IURPௐWKHௐDXWKRUL]HGௐGHDOHU¶VௐSODFHௐRIௐEXVLQHVVௐ H[FHSWௐZKHUHௐSURKLELWHGௐE\ௐ ODZ ௐIRUௐDQ\ௐSUHPLXPௐFKDUJHGௐIRUௐRYHUWLPHௐODERUௐUHTXHVWHGௐE\ௐWKHௐSXUFKDVHUௐ DQGௐIRUௐDQ\ௐVHUYLFHௐDQGRUௐPDLQWHQDQFHௐQRWௐGLUHFWO\ௐUHODWHGௐWRௐDQ\ௐGHIHFWௐ FRYHUHGௐXQGHUௐWKHVHௐZDUUDQWLHV   $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐ FDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐ ZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐ VHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" 7KHௐ-RKQௐ'HHUHௐGHDOHUௐQHWZRUNௐLVௐDEOHௐWRௐVHUYLFHௐHTXLSPHQWௐWKURXJKRXWௐWKHௐ 8QLWHGௐ6WDWHVௐDQGௐ&DQDGD   :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐ RWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐ RUௐDUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐ WRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" -RKQௐ'HHUHௐLVௐRQO\ௐVXEPLWWLQJௐHTXLSPHQWௐPDQXIDFWXUHGௐE\ௐ-RKQௐ'HHUH   :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐ SURJUDPVௐDQGௐSROLFLHV" -RKQௐ'HHUHௐH[FKDQJHVௐDQGௐUHWXUQVௐZLOOௐQRWௐEHௐSHUPLWWHG  'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐ LWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO -RKQௐ'HHUHௐLVௐQRWௐLQFOXGLQJௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐZLWKௐRXUௐSURSRVDO 7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  :KDWௐDUHௐ\RXUௐSD\PHQWௐWHUPVௐ HJௐQHWௐௐQHWௐ " -RKQௐ'HHUH VௐSD\PHQWௐWHUPVௐDUHௐ1HWௐ  'Rௐ\RXௐSURYLGHௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐHVSHFLDOO\ௐ WKRVHௐRSWLRQVௐWKDWௐVFKRROVௐDQGௐJRYHUQPHQWDOௐHQWLWLHVௐPD\ௐ QHHGௐWRௐXVHௐLQௐRUGHUௐWRௐPDNHௐFHUWDLQௐDFTXLVLWLRQV" -RKQௐ'HHUHௐRIIHUVௐILQDQFLQJௐDQGௐOHDVLQJௐRSWLRQVௐWKURXJKௐ-RKQௐ'HHUHௐ )LQDQFLDOௐௐ7KHௐ-RKQௐ'HHUHௐ0XQLFLSDOௐ/HDVHௐ3XUFKDVHௐ3ODQௐLVௐDௐ VSHFLDOௐORZௐௐௐUDWHௐILQDQFLQJௐSODQௐWKDWௐLVௐGHVLJQHGௐWRௐSURYLGHௐ IOH[LELOLW\ௐRIௐOHDVLQJௐZKLOHௐEXLOGLQJௐHTXLW\ௐWRZDUGௐRZQHUVKLSௐRIௐWKHௐ -RKQௐ'HHUHௐHTXLSPHQWௐௐ$Q\ௐVWDWHௐRUௐORFDOௐJRYHUQPHQWௐERG\ௐRUௐWKHLUௐ SROLWLFDOௐVXEGLYLVLRQVௐPD\ௐEHௐHOLJLEOHௐIRUௐWKHௐ-RKQௐ'HHUHௐ0XQLFLSDOௐ /HDVHௐ3XUFKDVHௐ3ODQௐVXEMHFWௐWRௐDSSURYDOௐDQGௐLIௐWKHௐDJHQFLHVௐUXOHVௐ DQGௐJXLGHOLQHVௐDOORZௐௐௐ-RKQௐ'HHUHௐ)LQDQFLDOௐDOVRௐRIIHUVௐRWKHUௐ OHDVLQJௐDQGௐILQDQFLQJௐRSWLRQVௐIRUௐJRYHUQPHQWDOௐHGXFDWLRQDOௐDQGௐ QRQௐSURILWௐHQWLWLHVௐVXEMHFWௐWRௐDSSURYDO   %ULHIO\ௐGHVFULEHௐ\RXUௐSURSRVHGௐRUGHUௐSURFHVVௐ,QFOXGHௐ HQRXJKௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐ VDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWHௐ )RUௐH[DPSOHௐLQGLFDWHௐZKHWKHUௐ\RXUௐGHDOHUௐQHWZRUNௐLVௐ LQFOXGHGௐLQௐ\RXUௐUHVSRQVHௐDQGௐZKHWKHUௐHDFKௐGHDOHUௐ RUௐ VRPHௐRWKHUௐHQWLW\ ௐZLOOௐSURFHVVௐWKHௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHV¶ௐSXUFKDVHௐRUGHUV 7KHௐRUGHUௐSURFHVVௐZLOOௐIROORZௐDௐ%XVLQHVVWR*RYHUQPHQWௐRUGHUௐ SURFHVVௐௐ2XUௐGHDOHUௐQHWZRUNௐZLOOௐEHௐTXRWLQJௐHTXLSPHQWௐDFFHSWLQJௐ SXUFKDVHௐRUGHUVௐGHOLYHULQJௐDQGௐVHUYLFLQJௐWKHௐHTXLSPHQWௐௐ7KHௐ 6RXUFHZHOOௐ0HPEHUௐRUௐ-RKQௐ'HHUHௐGHDOHUௐZLOOௐVXEPLWௐDௐSXUFKDVHௐ RUGHUௐWRௐ-RKQௐ'HHUHௐ*RYHUQPHQWௐ6DOHVௐIRUௐSURFHVVLQJௐQRWLQJௐWKHௐ 6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐRQௐWKHௐ32ௐDQGௐWKHௐ0HPEHU¶VௐSUHIHUUHGௐ GHOLYHULQJௐGHDOHUௐ-RKQௐ'HHUHௐZLOOௐLQYRLFHௐWKHௐPHPEHUௐXSRQௐGHOLYHU\ௐ RIௐWKHௐSURGXFWௐௐ7KHௐHTXLSPHQWௐZLOOௐEHௐGHOLYHUHGௐE\ௐWKHௐGHVLJQDWHGௐ GHDOHU   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" 1R  Bid Number: RFP 031121 Vendor Name: Deere & Company             35 7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQ EHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDVGHVULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW &KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐ SURGXFWFDWHJRU\ௐGLVFRXQWV ௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐ GLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ 6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,Iௐ DSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH -RKQௐ'HHUHௐLVௐRIIHULQJௐSURGXFWFDWHJRU\ௐGLVFRXQWVௐௐ6HHௐXSORDGHGௐ 3ULFHௐ6FKHGXOHௐDQGௐ3ULFHௐ3DJHVSGI   4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐ SURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ \RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ 0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH 7KHௐSHUFHQWDJHௐGLVFRXQWௐUDQJHௐLVௐௐWRௐௐRIIௐ&XUUHQWௐ0653   'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐ SURJUDPVௐWKDWௐ\RXௐRIIHU -RKQௐ'HHUHௐRIIHUVௐDௐ0XOWLSOHௐ8QLWௐ'LVFRXQWௐ 08' ௐEDVHGௐRQௐWKHௐ IROORZLQJௐVFKHGXOH ௐXQLWVௐ±ௐௐ ௐXQLWVௐ±ௐௐ ௐXQLWVௐ±ௐ ௐXQLWVௐRUௐPRUHௐ±ௐ )RUௐVDOHVௐRIௐWKUHHௐRUௐPRUHௐOLNHௐVHOISURSHOOHGௐHTXLSPHQWௐVROGௐWRௐ RQHௐFXVWRPHUௐRQௐWKHௐVDPHௐSXUFKDVHௐRUGHUௐTXDOLILHVௐIRUௐDQௐ DGGLWLRQDOௐGLVFRXQWௐௐ,PSOHPHQWVௐDQGௐDWWDFKPHQWVௐVROGௐZLWKௐDQGௐIRUௐ VHOISURSHOOHGௐULGHRQௐPDFKLQHVௐDUHௐDOVRௐHOLJLEOHௐIRUௐPXOWLXQLWௐ GLVFRXQWVௐEXWௐGRௐQRWௐFRXQWௐWRZDUGVௐWKHௐWRWDOௐQXPEHUௐRIௐULGHRQௐ XQLWVௐZKLFKௐGHWHUPLQHVௐWKHௐPXOWLXQLWௐGLVFRXQWௐSHUFHQWDJHௐௐ)URQWLHUௐ (TXLSPHQWௐLVௐH[FOXGHGௐIURPௐWKHௐ0XOWLSOHௐ8QLWௐ'LVFRXQW   3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐ UHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐ PDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐ PD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐ SHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐ UHTXHVW -RKQௐ'HHUHௐFDQௐRIIHUௐ³6RXUFHGௐ*RRGV´ௐWRௐ6RXUFHZHOOௐ0HPEHUVௐௐ :KDWௐ6RXUFHZHOOௐFDOOVௐ³6RXUFHGௐ*RRGV´ௐ-RKQௐ'HHUHௐFDOOVௐQRQ FRQWUDFWௐLWHPVௐDQGௐDOOLHGௐLWHPVௐௐ:HௐGHILQHௐQRQFRQWUDFWௐDVௐ-RKQௐ 'HHUHௐLWHPVௐWKDWௐDUHௐQRWௐRQௐFRQWUDFWௐ OLNHௐSDUWVௐDQGௐFDWDORJௐLWHPVௐ WKDWௐVD\ௐ³6HHௐ3DUWV´ௐRUௐ³6HHௐ&DWDORJ´ௐLQௐRXUௐSULFHௐSDJHV ௐௐ$OOLHGௐ HTXLSPHQWௐLVௐGHILQHGௐDVௐQRQ-RKQௐ'HHUHௐHTXLSPHQWௐ H[ௐ7LJHUௐ PRZHU ௐௐ1RQFRQWUDFWௐDQGௐDOOLHGௐLWHPVௐZRXOGௐEHௐVROGௐDVௐ³RSHQௐ PDUNHW´ௐDQGௐWKHௐSULFHௐRIௐWKHௐLWHPௐZRXOGௐEHௐQHJRWLDWHGௐEHWZHHQௐWKHௐ -RKQௐ'HHUHௐGHDOHUௐDQGௐWKHௐ6RXUFHZHOOௐ0HPEHUௐௐ7KHௐQRQ FRQWUDFWDOOLHGௐLWHPௐZRXOGௐDSSHDUௐRQௐWKHௐSXUFKDVHௐRUGHUௐ 32 ௐZLWKௐ WKHௐFRQWUDFWௐLWHPௐEXWௐZRXOGௐEHௐOLVWHGௐDVௐ³QRQFRQWUDFW´   ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ 127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐ SXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐ VKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUH GHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐ RUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐ FRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU )RUௐGHOLYHULHVௐWRௐ$ODVNDௐ+DZDLLௐIDFWRU\ௐIUHLJKWௐWRௐWKHௐGHOLYHULQJௐ GHDOHUௐZLOOௐEHௐSDLGௐE\ௐWKHௐ6RXUFHZHOOௐPHPEHUௐௐ)DFWRU\ௐIUHLJKWௐLVௐ NQRZQௐDWௐWKHௐWLPHௐRIௐTXRWLQJௐDQGௐZLOOௐEHௐLQFOXGHGௐRQௐWKHௐTXRWHௐWRௐ WKHௐ6RXUFHZHOOௐPHPEHU 7KHௐGHDOHUௐPD\ௐFKDUJHௐௐSHUௐORDGHGௐPLOHௐWRௐGHOLYHUௐHTXLSPHQWௐ IURPௐWKHௐGHDOHUVKLSௐWRௐWKHௐDJHQF\ VௐORFDWLRQௐௐ7KHௐFKDUJHௐPXVWௐ DSSHDUௐRQௐWKHௐTXRWHௐRUௐSXUFKDVHௐRUGHU   ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐ FRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP )RUௐGHOLYHULHVௐWRௐ$ODVNDௐ+DZDLLௐIDFWRU\ௐIUHLJKWௐWRௐWKHௐGHOLYHULQJௐ GHDOHUௐZLOOௐEHௐSDLGௐE\ௐWKHௐ6RXUFHZHOOௐPHPEHUௐௐ)DFWRU\ௐIUHLJKWௐLVௐ NQRZQௐDWௐWKHௐWLPHௐRIௐTXRWLQJௐDQGௐZLOOௐEHௐLQFOXGHGௐRQௐWKHௐTXRWHௐWRௐ WKHௐ6RXUFHZHOOௐPHPEHU 7KHௐGHDOHUௐPD\ௐFKDUJHௐௐSHUௐORDGHGௐPLOHௐWRௐGHOLYHUௐHTXLSPHQWௐ IURPௐWKHௐGHDOHUVKLSௐWRௐWKHௐDJHQF\ VௐORFDWLRQௐௐ7KHௐFKDUJHௐPXVWௐ DSSHDUௐRQௐWKHௐTXRWHௐRUௐSXUFKDVHௐRUGHU   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐ SURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐ RIIVKRUHௐGHOLYHU\ )RUௐGHOLYHULHVௐWRௐ$ODVNDௐ+DZDLLௐIDFWRU\ௐIUHLJKWௐWRௐWKHௐGHOLYHULQJௐ GHDOHUௐZLOOௐEHௐSDLGௐE\ௐWKHௐ6RXUFHZHOOௐPHPEHUௐௐ)DFWRU\ௐIUHLJKWௐLVௐ NQRZQௐDWௐWKHௐWLPHௐRIௐTXRWLQJௐDQGௐZLOOௐEHௐLQFOXGHGௐRQௐWKHௐTXRWHௐWRௐ WKHௐ6RXUFHZHOOௐPHPEHU   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO 1RQH Bid Number: RFP 031121 Vendor Name: Deere & Company             36 7DEOH3ULFLQJ2IIHUHG /LQH ,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  EWKHVDPHDVWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJ GHSDUWPHQWV  7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐ SODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐ ZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐ UHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ 9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOO 7KHௐ6RXUFHZHOOௐPHPEHUௐZLOOௐUHFHLYHௐWKHLUௐHTXLSPHQWௐTXRWHௐ GLUHFWO\ௐIURPௐWKHௐ-RKQௐ'HHUHௐGHDOHUௐௐ7KHௐGHDOHUௐLVௐDEOHௐWRௐ FUHDWHௐWKHௐTXRWHௐE\ௐXWLOL]LQJௐWKHௐFRQWUDFWௐLQIRUPDWLRQௐ GLVFRXQWVௐFRQWUDFWௐJXLGHOLQHVௐHOLJLEOHௐHTXLSPHQWௐHWF ௐWKDWௐ ZHௐKDYHௐSRVWHGௐRQௐRXUௐZHEVLWHௐDVௐZHOOௐDVௐDௐTXRWLQJௐWRROௐ WKDWௐZH¶YHௐPDGHௐDYDLODEOHௐWRௐWKHPௐௐ7KHௐPHPEHUௐZLOOௐVXEPLWௐ WKHLUௐSXUFKDVHௐRUGHUௐ 32 ௐZLWKௐFRQWUDFWௐQXPEHUௐQRWHGௐWRௐWKHௐ GHDOHUௐௐ-RKQௐ'HHUHௐZLOOௐEHௐOLVWHGௐDVௐWKHௐYHQGRUௐRQௐWKHௐ32ௐ DQGௐWKHௐGHDOHUௐZKRௐFUHDWHGௐWKHௐTXRWHௐZLOOௐEHௐWKHௐGHOLYHULQJௐ GHDOHUௐௐ7KHௐGHDOHUௐZLOOௐWKHQௐXSORDGௐWKHௐTXRWHௐDQGௐWKHௐ32ௐWRௐ 'HHUH¶VௐRQOLQHௐRUGHUௐPDQDJHPHQWௐV\VWHPௐௐ2XUௐ2UGHUௐ 0DQDJHPHQWௐ7HDPௐZLOOௐWKHQௐUHWULHYHௐWKHௐTXRWHௐDQGௐWKHௐ32ௐ DQGௐDXGLWௐWKHPௐEDVHGௐRQௐWKHௐFRQWUDFWௐJXLGHOLQHVௐௐ,IௐDQௐ LVVXHௐLVௐGLVFRYHUHGௐZLWKௐ32ௐDQGRUௐTXRWHௐWKHௐ2UGHUௐ 0DQDJHPHQWௐ7HDPௐZLOOௐWKHQௐFRQWDFWௐWKHௐGHDOHUௐDQGௐZRUNௐZLWKௐ WKHௐGHDOHUௐDQGௐWKHௐPHPEHUௐWRௐJHWௐWKHௐLVVXHௐUHVROYHG   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ 6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ &RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐ LVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ &RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ 0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV -RKQௐ'HHUHௐZLOOௐSD\ௐDௐௐDGPLQLVWUDWLYHௐIHH  Bid Number: RFP 031121 Vendor Name: Deere & Company             37 7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐ HTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐ DUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO -RKQௐ'HHUHௐZLOOௐRIIHUௐLWVௐFRPSOHWHௐSURGXFWௐRIIHULQJௐWKDWௐIDOOௐZLWKLQௐWKHௐVFRSHௐRIௐWKLVௐ 5)3ௐௐ'HVFULSWLRQௐRIௐWKHௐSURGXFWVௐ-RKQௐ'HHUHௐZLOOௐRIIHUௐLQFOXGH 5HVLGHQWLDOௐ=HUR7XUQௐ5DGLXVௐ0RZHUVௐ ௐ(TXLSPHQW /DZQௐ7UDFWRUVௐ ௐ(TXLSPHQW *DUGHQௐ7UDFWRUVௐ ௐ(TXLSPHQW (TXLSPHQWௐIRUௐ/DZQௐ ௐ*DUGHQௐ7UDFWRUV &RPPHUFLDOௐ:DON%HKLQGௐ0RZHUVௐ ௐ(TXLSPHQW &RPPHUFLDOௐ=HUR7XUQௐ5DGLXVௐ0RZHUVௐ ௐ(TXLSPHQW &RPPHUFLDOௐ)URQWௐ0RZHUVௐ ௐ(TXLSPHQW &RPPHUFLDOௐ:LGHௐ$UHDௐ0RZHUVௐ ௐ(TXLSPHQW &RPSDFWௐ8WLOLW\ௐ7UDFWRUVௐ ௐ(TXLSPHQW (TXLSPHQWௐIRUௐ&RPPHUFLDOௐ0RZLQJௐ3URGXFWV (TXLSPHQWௐIRUௐ&RPSDFWௐ8WLOLW\ௐ7UDFWRUV 0LG6L]Hௐ8WLOLW\ௐ9HKLFOHVௐ ௐ(TXLSPHQW )XOO6L]Hௐ8WLOLW\ௐ9HKLFOHVௐ ௐ(TXLSPHQW 7UDGLWLRQDOௐ8WLOLW\ௐ9HKLFOHVௐ ௐ(TXLSPHQW +3;ௐ8WLOLW\ௐ9HKLFOHVௐ ௐ(TXLSPHQW ,PSOHPHQWVௐIRUௐ8WLOLW\ௐ9HKLFOHV 7HUUDLQ&XWௐ0RZHUVௐ ௐ(TXLSPHQW 6SHFLDOௐ$SSOLFDWLRQௐ9HKLFOHVௐ ௐ(TXLSPHQW $HUFRUHௐ ௐ(TXLSPHQW 'HEULVௐ0DLQWHQDQFHௐ ௐ(TXLSPHQW )URQWLHUௐ,PSOHPHQWVௐDQGௐ$WWDFKPHQWV 2XUௐLQGHSHQGHQWௐGHDOHUௐQHWZRUNௐZLOOௐSURYLGHௐDIWHUPDUNHWௐVHUYLFHVௐXSRQௐUHTXHVW (TXLSPHQWௐ'HOLYHU\ௐ7LPHௐ$IWHUௐ5HFHLSWௐRIௐ2UGHUௐ $52 ௐLVௐDVௐIROORZV ௐௐ/DZQௐ ௐ*DUGHQௐௐௐWRௐௐGD\VௐDIWHUௐUHFHLSWௐRIௐRUGHU ௐௐ&RPPHUFLDOௐௐௐWRௐௐGD\VௐDIWHUௐUHFHLSWௐRIௐRUGHU   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐ VXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐ WLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐ VHUYLFHV /LVWௐRIௐVXEFDWHJRU\ௐSURGXFWVௐ-RKQௐ'HHUHௐZLOOௐRIIHUௐZLWKLQௐWKLVௐ5)3ௐLQFOXGH 0DWHULDOௐ+DQGOLQJௐ$WWDFKPHQWVௐ /RDGHUVௐ%DFNKRHVௐ0RZHUௐ'HFNVௐ5RWDU\ௐ7LOOHUVௐ 6QRZௐ%ORZHUV )URQWLHUௐ$WWDFKPHQWVௐ &RWWRQௐ&XWWLQJ0RZLQJௐ+D\ௐ ௐ)RUDJHௐ/DQGVFDSHௐ/LYHVWRFNௐ 0DWHULDOௐ+DQGOLQJௐ3ODQWLQJௐ ௐ6HHGLQJௐ6QRZௐ6SUD\HUVௐ7LOODJH  7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDO FRPPHQWVLQWKHWH[WER[SURYLGHGDVQHFHVVDU\ /LQH ,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV  /DZQௐDQGௐJDUGHQௐHTXLSPHQWௐWRROVௐ DWWDFKPHQWVௐDQGௐDFFHVVRULHV <HV 1R 6HHௐXSORDGHGௐ3ULFHௐ6FKHGXOHௐDQGௐ3ULFHௐ3DJHVSGI  ,UULJDWLRQௐV\VWHPVௐHTXLSPHQWௐSDUWVௐDQGௐ UHODWHGௐLQVWDOODWLRQௐDQGௐPDLQWHQDQFHௐVHUYLFHV <HV 1R 1Rௐ%LG   %HDFKௐDQGௐZDWHUIURQWௐPDLQWHQDQFHௐ HTXLSPHQWௐDQGௐDFFHVVRULHV <HV 1R 1Rௐ%LG   $FFHVVRULHVௐSDUWVௐDQGௐVHUYLFHVௐUHODWHGௐWRௐ WKHௐVROXWLRQVௐGHVFULEHGௐDERYHௐLQFOXGLQJௐ PDLQWHQDQFHௐRUௐUHSDLUௐDQGௐZDUUDQW\ௐ SURJUDPV <HV 1R -RKQௐ'HHUHௐLVௐQRWௐSURYLGLQJௐSDUWVௐVHUYLFHௐRUௐZDUUDQW\ௐSURJUDPVௐ DVௐSDUWௐRIௐLWVௐ5)3ௐUHVSRQVHௐௐ+RZHYHUௐ6RXUFHZHOOௐPHPEHUVௐ ZLOOௐEHௐDEOHௐWRௐSXUFKDVHௐSDUWVௐDQGௐRWKHUௐVHUYLFHௐSURJUDPVௐ GLUHFWO\ௐIURPௐWKHௐ-RKQௐ'HHUHௐGHDOHUV  Bid Number: RFP 031121 Vendor Name: Deere & Company             38 Table 15: Industry Specific Questions Line Item Question Response * 70 If you are awarded a contract, provide a few examples of internal metrics that will be tracked to measure whether you are having success with the contract. John Deere looks forward to annual business reviews with Sourcewell account managers. During these reviews, we discuss plans and volume goals and normally include percentage sales increase. Our metrics & goals for 2021 and beyond includes this discussion. * 71 Describe the serviceability of the products included in your proposal (parts availability, warranty and technical support, etc.). John Deere has a nationwide independent dealer network offering best-in-class parts, service, and support. Our dealer network, with over 1,700 locations nationwide, would be responsible for delivering and servicing the equipment sold to end users using this contract. John Deere dealers offer a combination of after-hours service (varies by dealer) and online support (online parts ordering system), which gives end-users the service needed to avoid costly downtime. The John Deere parts ordering system is available for all dealers and gives them access to over 800,000 unique parts which are ready to ship overnight, if needed. Most dealers also offer some form of mobile maintenance service, which provides on-site service. Dealer technicians are factory-trained on the service and support of the products offered in this RFP. 72 Describe advancements reflected in the equipment or products offered in your proposal, such as safety, longevity or life cycle cost measures. John Deere relies heavily on applicable safety standards as published by the International Standards Organization (ISO), the American National Standards Institute (ANSI), the American Society of Agricultural and Biological Engineers (ASABE), European Committee for Standardization (CEN), and other organizations. Our goal is to meet or surpass the intent of these standards. As part of our design process, we ensure safety information appears in pre-delivery instructions, operator's manuals, technical manuals, and other service publications. In addition, safety instructions in the form of safety signs are affixed to the product to appropriately warn an operator of potential hazards. We also provide training resources such as videos, posters, brochures, and guides. Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Bid Number: RFP 031121 Vendor Name: Deere & Company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¶VREMHFWLYLW\LQSHUIRUPLQJWKHFRQWUDFWLVRUPLJKWEHLPSDLUHG  7KHFRQWHQWVRIWKH3URSRVDOKDYHQRWEHHQFRPPXQLFDWHGE\WKH3URSRVHURULWVHPSOR\HHVRUDJHQWVWRDQ\SHUVRQQRWDQ HPSOR\HHRUOHJDOO\DXWKRUL]HGDJHQWRIWKH3URSRVHUDQGZLOOQRWEHFRPPXQLFDWHGWRDQ\VXFKSHUVRQVSULRUWR'XH'DWHRIWKLV VROLFLWDWLRQ  ,IDZDUGHGDFRQWUDFWWKH3URSRVHUZLOOSURYLGHWR6RXUFHZHOO3DUWLFLSDWLQJ(QWLWLHVWKHHTXLSPHQWSURGXFWVDQGVHUYLFHVLQ DFFRUGDQFHZLWKWKHWHUPVFRQGLWLRQVDQGVFRSHRIDUHVXOWLQJFRQWUDFW  7KH3URSRVHUSRVVHVVHVRUZLOOSRVVHVVEHIRUHGHOLYHULQJDQ\HTXLSPHQWSURGXFWVRUVHUYLFHVDOODSSOLFDEOHOLFHQVHVRU FHUWLILFDWLRQVQHFHVVDU\WRGHOLYHUVXFKHTXLSPHQWSURGXFWVRUVHUYLFHVXQGHUDQ\UHVXOWLQJFRQWUDFW  7KH3URSRVHUDJUHHVWRGHOLYHUHTXLSPHQWSURGXFWVDQGVHUYLFHVWKURXJKYDOLGFRQWUDFWVSXUFKDVHRUGHUVRUPHDQVWKDWDUH DFFHSWDEOHWR6RXUFHZHOO0HPEHUV8QOHVVRWKHUZLVHDJUHHGWRWKH3URSRVHUPXVWSURYLGHRQO\QHZDQGILUVWTXDOLW\SURGXFWVDQG UHODWHGVHUYLFHVWR6RXUFHZHOO0HPEHUVXQGHUDQDZDUGHG&RQWUDFW  7KH3URSRVHUZLOOFRPSO\ZLWKDOODSSOLFDEOHSURYLVLRQVRIIHGHUDOVWDWHDQGORFDOODZVUHJXODWLRQVUXOHVDQGRUGHUV  7KH3URSRVHUXQGHUVWDQGVWKDW6RXUFHZHOOZLOOUHMHFW5)3SURSRVDOVWKDWDUHPDUNHGFRQILGHQWLDO RUQRQSXEOLFHWF HLWKHU VXEVWDQWLDOO\RULQWKHLUHQWLUHW\8QGHU0LQQHVRWD6WDWXWHV6HFWLRQVXEGLYLVLRQDOOSURSRVDOVDUHFRQVLGHUHGQRQSXEOLF GDWDXQWLOWKHHYDOXDWLRQLVFRPSOHWHDQGD&RQWUDFWLVDZDUGHG$WWKDWSRLQWSURSRVDOVEHFRPHSXEOLFGDWD0LQQHVRWD6WDWXWHV 6HFWLRQSHUPLWVRQO\FHUWDLQQDUURZO\GHILQHGGDWDWREHFRQVLGHUHGDWUDGHVHFUHWDQGWKXVQRQSXEOLFGDWDXQGHU 0LQQHVRWD V'DWD3UDFWLFHV$FW  3URSRVHULWVHPSOR\HHVDJHQWVDQGVXEFRQWUDFWRUVDUHQRW D ,QFOXGHGRQWKH³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURO RIWKH8QLWHG6WDWHV'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI E ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDW KWWSVVDPJRY6$0RU Bid Number: RFP 031121 Vendor Name: Deere & Company             40 F 3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHG E\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\ 3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVH UHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 031121 Vendor Name: Deere & Company             41 AMENDMENT TO CONTRACT #031121-DAC THIS AMENDMENT is effective upon the date of the last signature below by and between Sourcewell and Deere & Company (Vendor). Sourcewell awarded a contract to Vendor to provide Grounds Maintenance Equipment, Attachments, and Accessories with Related Services, to Sourcewell and its Participating Entities, effective April 30, 2021, through April 30, 2025, (Original Agreement). The parties wish to amend the Contract to add: Upon a Dealer’s acceptance of this Contract’s Terms and Conditions, Supplier authorizes Dealers to sell directly to Participating Entities; this includes accepting Purchase Orders and Invoicing Participating Entities. In the event a Dealer does not accept this Contract’s Terms and Conditions, Supplier may sell directly to Participating Entitles. Except as amended by this Amendment, the Original Agreement remains in full force and effect. Sourcewell Deere & Company By: By: Jeremy Schwartz Andrew Roman Title: Director of Operations & Procurement/CPO Title: Date: Date: Approved: By: Chad Coauette, Executive Director/CEO Date:                      42 AebiSchmidtNorthAmerica Altoz,Inc AriensCompanyBanditIndustries,Inc. BCSAmerica,LLCBlueDiamondAttachmentsBonnellIndustriesInc.BUCEPHALUSBUYER,LLCC&BManufacturingClarkEquipmentCompany CraryBearCat Deere&Company DuCo,LLCEmbankscapeEquipmentLLCExmarkMfg.Co.,Inc. FerriGeneracPowerSystemsGreenClimberofNorthAmerica GRYBUSAH.Barber&Sons,Inc.HusqvarnaProfessionalProducts,Inc.PossiblePointsConformancetoTerms/ConditionstoIncludeDocumentation50433943423642423739444341454141364341354243Pricing400324326331314240323325304271346328329328316323311339289272335329Financial,IndustryandMarketplaceSuccesses75655465625563636260696571696157566361536467Bidder'sAbilitytoSell/ServiceContractNationally100846686787583718370888387857481658672687383Bidder'sMarketingPlan50433843373540413832434443464042364238354344ValueAddedAttributes75605964545355635256686165675867506562496367WarrantyCoveragesandInformation50444143423739384134434343434641384140404242SelectionandVarietyofProductsandServicesOffered200151145164150146153144164134172148175157139174138162139134146174TotalPoints1,000814 768 839 779 677 798 787 781 696 873 815 854 840 775 826 730 841 742 686 808 849RankOrder 163210294220262840 115 38.530.51439 7374118 5HustlerTurfEquipment,IncKärcherMunicipalNorthAmericaCorp.KubotaTractorCorporationLandPride,ADivisionofGreatPlainsMfg.Inc.MaxDistributing/BCSAmericaMoridgeManufacturing,Inc. MTDProducts RhinoAg,Inc.ScagPowerEquipmentSchillerGroundsCare Smithco,IncStonebrookeEquipment,Inc. SwitchͲNͲGo,LLC TheToroCompanyTobrocoMachineryLLCTracklessVehiclesLtd.TURFCOManufacturingVENTUREPRODUCTSINC.WalkerManufacturingCompanyWiedenmannNorthAmerica,LLCWoodsEquipmentCompanyPossiblePointsConformancetoTerms/ConditionstoIncludeDocumentation50424243434041433943394242424241424041414140Pricing400353319330335323320337313339290322317297346328309300320315317339Financial,IndustryandMarketplaceSuccesses75646269655961666365596360626562636264636364Bidder'sAbilitytoSell/ServiceContractNationally100827988867277878285757971738675797482797685Bidder'sMarketingPlan50434143423938423942424037374342414243424145ValueAddedAttributes75616167555559615663525852536755585856605956WarrantyCoveragesandInformation50434439414341444343364342403839434441404243SelectionandVarietyofProductsandServicesOffered200165161168162127154160163156152149128130175146140142149158147164TotalPoints1,000853 809 847 829 758 791 840 798 836 745 796 749 734 862 788 775 762 796 798 786 836RankOrder 4 17 6 13 34 24 8.5 20 11.5 36 22.5 35 38 2 25 30.5 33 22.5 20 27 11.5KimAustin,MBA,CPPB,ProcurementLeadAnalyst BillDavison,CPPO,NIGPͲCPP,ProcurementAnalyst BeverlyHoemberg,ProcurementAnalyst DuffErholtz,ProcurementAnalystGroundsMaintenanceEquipment,Attachments,andAccessorieswithRelatedServicesRFP#031121ProposalEvaluation        43 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 1 RFP #031121 REQUEST FOR PROPOSALS for Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Proposal Due Date: March 11, 2021, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government agency and service cooperative, is requesting proposals for Grounds Maintenance Equipment, Attachments, and Accessories with Related Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 11, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Solicitation Schedule Public Notice of RFP Published: January 19, 2021 Pre-proposal Conference: February 11, 2021, 10:00 a.m., Central Time Question Submission Deadline: March 4, 2021, 4:30 p.m., Central Time Proposal Due Date: March 11, 2021, 4:30 p.m., Central Time Late responses will not be considered. Opening: March 11, 2021, 6:30 p.m., Central Time ** ** SEE RFP SUB-SECTION V. G. “OPENING” 44 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 2 I.ABOUT SOURCEWELL PARTICIPATING ENTITIES A.SOURCEWELL Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ participating entities across the United States and Canada. Sourcewell’s solicitation process complies with State of Minnesota law and policies, conforms to Canadian trade agreements, and results in cooperative contracting solutions from which Sourcewell’s Participating Entities procure equipment, products, and services. Cooperative contracting provides participating entities and vendors increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings. At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted vendors’ potential pool of end users. Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which all proposals to this RFP must be submitted. B.USE OF RESULTING CONTRACTS In the United States, Sourcewell’s contracts are available for use by: •Federal and state government entities; •Cities, towns, and counties/parishes; •Education service cooperatives; •K-12 and higher education entities; •Tribal government entities; •Some nonprofit entities; and •Other public entities. In Canada, Sourcewell’s contracts are available for use by: •Provincial and territorial government departments, ministries, agencies, boards, councils, committees, commissions, and similar agencies; •Regional, local, district, and other forms of municipal government, municipal organizations, school boards, and publicly-funded academic, health, and social service entities referred to as MASH sector (this should be construed to include but not be limited to the Cities of Calgary, Edmonton, Toronto, Calgary, Ottawa, and Winnipeg), as well as any corporation or entity owned or controlled by one or more of the preceding entities; 45 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 3 •Crown corporations, government enterprises, and other entities that are owned or controlled by these entities through ownership interest; •Members of the Rural Municipalities of Alberta (RMA) and their represented Associations, Saskatchewan Association of Rural Municipalities (SARM), Saskatchewan Urban Municipalities Association (SUMA), Association of Manitoba Municipalities (AMM), Local Authority Services (LAS), Municipalities Newfoundland and Labrador (MNL), Nova Scotia Federation of Municipalities (NSFM), and Federation of Prince Edward Island Municipalities (FPEIM). For a listing of current United States and Canadian Participating Entities visit Sourcewell’s website (note: there is a tab for each country’s listing): https://www.sourcewell- mn.gov/sourcewell-for-vendors/agency-locator. Access to contracted equipment, products, or services by Participating Entities is typically through a purchase order issued directly to the applicable vendor. A Participating Entity may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Participating Entities retain the right to obtain similar equipment, products, or services from other sources. To meet Participating Entities’ needs, public notice of this RFP has been broadly published, including notification in the United States to each state-level procurement department for possible re-posting. Proof of publication will be available at the conclusion of the solicitation process. II.EQUIPMENT, PRODUCTS, AND SERVICES A.SOLUTIONS-BASED SOLICITATION This RFP and contract award process is a solutions-based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. B.REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that Proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1.Sourcewell is seeking proposals for Grounds Maintenance Equipment, Attachments, and Accessories with Related Services, to include: 46 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 4 a. Lawn and garden equipment, tools, attachments, and accessories for all types of lawn, field and turf care, golf course maintenance, landscape maintenance, sidewalk and walking path maintenance, parking lot maintenance, and snow removal; b. Irrigation systems, equipment, parts, and related installation and maintenance services; c. Beach and waterfront maintenance equipment and accessories; and d. Accessories, parts, and services related to the solutions described in subsection 1.a. - c. above, including maintenance or repair, and warranty programs. However, this solicitation should NOT be construed to include “service-only” solutions. Proposers may include related services to the extent that these solutions are complementary to the offering of the equipment and products being proposed. 2. The primary focus of this solicitation is on Grounds Maintenance Equipment, Attachments, and Accessories. This solicitation should NOT be construed to include equipment principally intended or designed for highway, road, right-of-way or sewer maintenance. 3. This solicitation does not include those equipment, products, or services covered under categories included in contracts currently maintained by Sourcewell: a. Roadway Maintenance Equipment with Related Accessories, Attachments, Materials, and Supplies (RFP #052417) b. Snow and Ice Handling Equipment, Supplies, and Accessories (RFP #080818) c. Portable Construction Equipment with Related Accessories and Attachments (RFP#041719) d. Ag Tractors with Related Attachments, Accessories, and Supplies (RFP #110719) Proposers may include related equipment, accessories, and services to the extent that these solutions are complementary to the equipment, products, or service(s) being proposed. Generally, the solutions for Participating Entities are turn-key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly operating status. However, equipment or products only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third- party contractors, to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers vendors that provide a sole source of responsibility for the products and services provided under a resulting contract. If Proposer requires the use of dealers, resellers, or subcontractors to provide the products or services, the Proposal should address how the products or services will be provided to Participating Entities and describe the network of dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. 47 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 5 Sourcewell desires the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. C. REQUIREMENTS It is expected that Proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1.Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2.Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3.New Equipment and Products. Proposed equipment and products must be for new, current model; however, Proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4.Delivered and operational. Unless clearly noted in the Proposal, equipment and products must be delivered to the Participating Entity as operational. 5.Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. ANTICIPATED CONTRACT TERM Sourcewell anticipates that the term of any resulting contract(s) will be four (4) years. Up to two one-year extensions may be offered based on the best interests of Sourcewell and its Participating Entities. E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $85 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. F. MARKETING PLAN Proposer’s sales force will be the primary source of communication with Participating Entities. The Proposer’s Marketing Plan should demonstrate Proposer’s ability to deploy a sales force or dealer network to Participating Entities, as well as Proposer’s sales and service capabilities. It is expected that Proposer will promote and market any contract award. 48 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 6 G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to Proposers able to best meet the need of Participating Entities. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. Proposers should include all relevant information in its proposal, since Sourcewell cannot consider information that is not included in the Proposal. Sourcewell reserves the right to verify Proposer’s information and may request clarification from a Proposer, including samples of the proposed equipment or products. 3. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Participating Entities. Awards may be based on a subcategory. 4. A Proposer’s documented negative past performance with Sourcewell or its Participating Entities occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. E. PRICING A. REQUIREMENTS All proposed pricing must be: 1. Either Line-Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line-item Pricing is pricing based on each individual product or services. Each line must indicate the Vendor’s published “List Price,” as well as the “Contract Price.” b. Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer’s Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any Contract resulting from this RFP. 2. The Proposer’s ceiling price (Ceiling price means that the proposed pricing will be considered as the highest price for which equipment, products, or services may be billed to a Participating Entity). However, it is permissible for vendors to sell at a price that is lower than the contracted price; 3. Stated in U.S. and Canadian dollars (as applicable); and 4. Clearly understood, complete, and fully describe the total cost of acquisition (e.g., the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Participating Entity’s location). 49 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 7 Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the Proposer. Additionally, Proposers should clearly describe any unique distribution and/or delivery methods or options offered in the Proposal. B. ADMINISTRATIVE FEES Proposers are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Participating Entities for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. F. CONTRACT Proposers awarded a contract will be required to execute a contract with Sourcewell (see attached template). Only those modifications the Proposer indicates in its proposal will be available for discussion. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Minnesota law may result in the Proposal being disqualified from further review and evaluation. To request a modification to the Contract terms, conditions, or specifications, a Proposer must complete and submit the Exceptions to Terms, Conditions, or Specifications table, with all requested modifications, through the Sourcewell Procurement Portal at the time of submitting the Proposer’s Proposal. Exceptions must: 1. Clearly identify the affected article and section, and 2. Clearly note what language is requested to be modified. Unclear requests will be automatically denied. Only those exceptions that have been accepted by Sourcewell will be included in the contract document provided to the awarded vendor for signature. If a Proposer receives a contract award resulting from this solicitation it will have up to 30 days to sign and return the contract. After that time, at Sourcewell’s sole discretion, the contract award may be revoked. G. RFP PROCESS A. PRE-PROPOSAL CONFERENCE Sourcewell will hold an optional, non-mandatory pre-proposal conference via webcast on the date and time noted on page one of this RFP and on the Sourcewell Procurement Portal. The 50 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 8 purpose of this conference is to allow potential Proposers to ask questions regarding this RFP and Sourcewell’s competitive contracting process. Information about the webcast will be sent to all entities that have registered for this solicitation opportunity through their Sourcewell Procurement Portal Vendor Account. Pre-proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION Questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. All questions, whether specific to a Proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may disqualify the Proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. C. ADDENDA Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential Proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the Proposer by checking the box for each addendum. It is the responsibility of the Proposer to check for any addenda that may have been issued up to the solicitation due date and time. If an addendum is issued after a Proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the Proposer’s proposal status to INCOMPLETE. The Proposer can view this status change in the “MY BIDS” section of the Sourcewell Procurement Portal Vendor Account. The Proposer is solely responsible to check the “MY BIDS” section of the Sourcewell Procurement Portal Vendor Account periodically after submitting its Proposal (and up to the Proposal due date). If the Proposer’s Proposal status has changed to INCOMPLETE, the Proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and iii) ensure the re-submitted proposal is received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time shown in the Solicitation Schedule above. D. PROPOSAL SUBMISSION 51 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 9 Proposer’s complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Late proposals will not be considered. It is the Proposer’s sole responsibility to ensure that the proposal is received on time. It is recommended that Proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The time and date that a Proposal is received by Sourcewell is solely determined by the Sourcewell Procurement Portal web clock. In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technical support posted in the portal. It may take up to twenty-four (24) hours to respond to certain issues. Upon successful submission of a proposal, the Portal will automatically generate a confirmation email to the Proposer. If the Proposer does not receive a confirmation email, contact Sourcewell’s support provider at support@bidsandtenders.ca. To ensure receipt of the latest information and updates via email regarding this solicitation, or if the Proposer has obtained this solicitation document from a third party, the onus is on the Proposer to create a Sourcewell Procurement Portal Vendor Account and register for this solicitation opportunity. Within the Procurement Portal, all proposals must be digitally acknowledged by an authorized representative of the Proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, Proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the Proposer to remedies available by law. E. GENERAL PROPOSAL REQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. • Complete. A proposal will be rejected if it is conditional or incomplete. • Submitted in English. • Valid and irrevocable for 90 days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the Proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a Proposer may withdraw its proposal. 52 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 10 G. OPENING The Opening of Proposals will be conducted electronically through the Sourcewell Procurement Portal. A list of all Proposers will be made publicly available in the Sourcewell Procurement Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation Schedule. To view the list of Proposers, verify that the Sourcewell Procurement Portal opportunities list search is set to “All” or “Closed.” The solicitation status will automatically change to “Closed” after the Proposal Due Date and Time. H. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible Proposer(s) offering the best overall quality, selection of equipment, products, and services, and price that meet the commonly requested specifications of Sourcewell and its Participating Entities. The award(s) will be limited to the number of Proposers that Sourcewell determines is necessary to meet the needs of Participating Entities. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: • The number of and geographic location of: o Proposers necessary to offer a comprehensive selection of equipment, products, or services for Participating Entities’ use. o A Proposer’s sales and service network to assure availability of product supply and coverage to meet Participating Entities’ anticipated needs. • Total evaluation scores. • The attributes of Proposers, and their equipment, products, or services, to assist Participating Entities achieve environmental and social requirements, preferences, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell’s knowledge about a specific vendor or product. B. AWARD(S) Award(s) will be made to the Proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (available in the Sourcewell Procurement Portal): 53 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 11 Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a Proposer must be in writing, addressed to Sourcewell’s Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Box 219, Staples, MN 56479. The protest must be received no later than 10 calendar days’ following Sourcewell’s notice of contract award(s) or non-award and must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A protest must include the following items: • The name, address, and telephone number of the protester; • The original signature of the protester or its representative; • Identification of the solicitation by RFP number; • A precise statement of the relevant facts; • Identification of the issues to be resolved; • Identification of the legal or factual basis; • Any additional supporting documentation; and • Protest bond in the amount of $20,000, except where prohibited by law or treaty. Protests that do not address these elements will not be reviewed. D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the Proposer may be rejected. Sourcewell reserves the right to: • Modify or cancel this RFP at any time; • Reject any and all proposals received; • Reject proposals that do not comply with the provisions of this RFP; • Select, for contracts or for discussion, a proposal other than that with the lowest cost; 54 Rev. 2/2020 Sourcewell RFP #031121 Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Page 12 • Independently verify any information provided in a Proposal; • Disqualify any Proposer that does not meet the requirements of this RFP, is debarred or suspended by the United States or Canada, State of Minnesota, Participating Entity’s state or province; has an officer, or other key personnel, who have been charged with a serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a reasonable prospect; • Waive or modify any informalities, irregularities, or inconsistencies in the proposals received; • Clarify any part of a proposal and discuss any aspect of the proposal with any Proposer; and negotiate with more than one Proposer; • Award a contract if only one responsive proposal is received if it is in the best interest of Participating Entities; and • Award a contract to one or more Proposers if it is in the best interest of Participating Entities. E. DISPOSITION OF PROPOSALS All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete. Sourcewell considers that negotiations are complete upon execution of a resulting contract. It is the Proposer’s responsibility to clearly identify any data submitted that it considers to be protected. Proposer must also include a justification for the classification citing the applicable Minnesota law. Sourcewell will not consider the prices submitted by the Proposer to be confidential, proprietary, or trade secret materials. Financial information, including financial statements, provided by a Proposer is not considered trade secret under the statutory definition. The Proposer understands that Sourcewell will reject proposals that are marked confidential or nonpublic, either substantially or in their entirety. 55 1/19/2021 Addendum No. 1 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Is there a line item copy of this bid? Answer 1: Sourcewell utilizes a competitive, solutions-based solicitation approach that is not based on detailed specifications or finite quantities. A proposer can propose its entire line of equipment, products, and services falling within the requested equipment, products, and services as described in the RFP. Question 2: Is this the successor to Sourcewell Contract #062117? Answer 2: Each opportunity posted to the Sourcewell Procurement Portal represents a separate and distinct competitive solicitation. End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 1/19/2021, is required at the time of proposal submittal. 56 1/20/2021 Addendum No. 2 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Is there a way to publish the list of questions outlined in Tables 1-15 so bidders can review and access them off-line? Answer 1: After selecting “Start Submission”, a proposer may navigate to Step 4 – “Preview Bid” and select “Preview My Bid in PDF” if a downloadable PDF of the questionnaire tables is desired. End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 1/20/2021, is required at the time of proposal submittal. 57 1/21/2021 Addendum No. 3 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: We are a factory authorized dealer/distributor for products used in construction, agricultural, golf, municipal and mining industries. Would Sourcewell add these products to the RFP for Grounds Maintenance Equipment, Attachments, and Accessories with Related Services? Answer 1: Each proposer, in its discretion, will propose the equipment, products, and services that it deems to fall within Sourcewell’s requested equipment, products, and services as described in RFP Section II. B (Requested Equipment, Products and Services). Only those products and services within the scope of the RFP will be included in any contract awarded by Sourcewell as a result of this solicitation. Sourcewell does not anticipate an amendment of the description of requested equipment, products, and services in RFP Section II. B. Question 2: Does this RFP include the equipment that can go into the water to remove weeds and debris along the edges of beaches and waterfront? Answer 2: Sourcewell utilizes a competitive, solutions-based solicitation approach that is not based on detailed specifications. Each proposer, in its discretion, will propose the equipment, products, and services that it deems to fall within Sourcewell’s requested equipment, products, and services as described in RFP Section II. B (Requested Equipment, Products and Services). 58 End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 1/21/2021, is required at the time of proposal submittal. 59 2/2/2021 Addendum No. 4 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Clarify what data is needed for Table 3, Question 19, sales volume? Would you like this as an average overall or per contract? Answer 1: It is left to the discretion of each proposer to determine and articulate the response that best represents their current or previous contract volumes. Individual proposals are evaluated based on the criteria stated in the RFP. End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 2/2/2021, is required at the time of proposal submittal. 60 2/12/2021 Addendum No. 5 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: For references in Table 4, are you just asking for customer types that bought from us before or customers that have bought from us but did not use Sourcewell? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. So, it is left to the discretion of each proposer to determine the information necessary to best demonstrate their marketplace success and that they are willing to include. End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 2/12/2021, is required at the time of proposal submittal. 61 2/16/2021 Addendum No. 6 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: In Table 5, Sourcewell asks for a list of our top five government or education customers, including the size of transactions and dollar volumes from the past three years. We consider this information confidential. Can we use "Confidential" in the required fields and still be considered a responsive responder? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine the information that they are willing to include and that is necessary to best demonstrate their marketplace success. Proposals are evaluated according the scoring criteria stated in the RFP on the content submitted. End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 2/16/2021, is required at the time of proposal submittal. 62 2/17/2021 Addendum No. 7 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: For financial information and the Dunn and Bradstreet report, will the most current on file be suitable as our year end? The 2020 reports will not be complete until after the bid due date? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine the information necessary to best demonstrate their financial viability/success and that they are willing to include. Proposals are evaluated on the content submitted. End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 2/17/2021, is required at the time of proposal submittal. 63 2/22/2021 Addendum No. 8 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. RFP Amendment: As the result of a formatting error, several Section headings of the RFP document were mislabeled at the time of publication. The following listed RFP Section headings are revised to delete the erroneous section letter, and insert the correct section numeral, to read as indicated: I. III. PRICING J. IV. CONTRACT K. V. RFP PROCESS L. VI. EVALUATION AND AWARD The remainder of the RFP Section headings and sub-headings, and all other RFP content remains unchanged. Question 1: Is it possible to submit two price lists? One for Canada and one for the U.S.? Answer 1: Yes, if applicable, pricing is to be submitted in U.S. and Canadian dollars. Refer to RFP Section III. A. 3., Pricing - Requirements. (RFP Article numbering corrected above.) Proposals are evaluated based on the criteria stated in the RFP. End of Addendum 64 Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 2/22/2021, is required at the time of proposal submittal. 65 2/23/2021 Addendum No. 9 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Are there any specific font type or size requirements related to our typed responses in the solicitation tables and/or attachment we provide? Answer 1: Sourcewell does not identify a mandatory font type or size. In the competitive process, Sourcewell will not advise a proposer on the format for attachments. It is left to the discretion of each proposer to determine the method it deems best suited to represent their proposal and meet the requirements of the RFP. End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 2/23/2021, is required at the time of proposal submittal. 66 2/25/2021 Addendum No. 10 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: For line items 21 and 22, what references are required? Should these include previous entities we have worked with outside of Sourcewell? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine the information that they are willing to include and that is necessary to best demonstrate their marketplace success. Proposals are evaluated according the scoring criteria stated in the RFP on the content submitted. End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 2/25/2021, is required at the time of proposal submittal. 67 3/4/2021 Addendum No. 11 Solicitation Number: RFP 031121 Solicitation Name: Grounds Maintenance Equipment, Attachments, and Accessories with Related Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Are vendors only allowed one submission, or is it possible to propose multiple submissions? Answer 1: Each vendor may only submit one proposal as restricted by the rules set in the Sourcewell Procurement Portal. Question 2: Is the administrative fee paid to Sourcewell calculated on our proposed price or the proposed price plus additional costs such as set up and freight? Answer 2: Refer to RFP Section III. B. – Administrative Fees, for directions on proposing an administrative fee. It is left to the discretion of each proposer to determine and propose an administrative fee that is consistent with its business and its industry. Question 3: If your company is not awarded a contract, does all proposal information become public? Answer 3: Refer to RFP Section VI. E. - Disposition of Proposals, for guidance on materials submitted in response to the RFP and applicable public data laws. 68 End of Addendum Acknowledgement of this Addendum to RFP 031121 posted to the Sourcewell Procurement Portal on 3/4/2021, is required at the time of proposal submittal. 69 ANNIE PEREZ, CPPO Arthur Noriega V. Director of Procurement City Manager June 8, 2021 All Responding Bidders (See Distribution List) SUBJECT: Invitation for Bid (IFB) No. 1301386, Purchase and Installation of Municipal Vehicle Equipment - Citywide. Dear Bidder: Evaluation of the bid tendered in response to the above-mentioned solicitation has been completed. The City Manager has signed the award recommendation award as shown in the attached document. This notice is provided in accordance with Section 1.20 of the solicitation. Our provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action, as dictated by Section 18-74 (d) (2) of the City of Miami Code. We appreciate your participation. If you have any questions, please contact me at 305-416-1904, or via email at clima@miamigov.com. Sincerely, Cristiane Lima Cristiane Lima Procurement Contracting Officer Distribution List: Dana Safety Supply, Inc. ProLogic ITS, LLC Public Safety Supply, LLC The Shyft Group Upfit Services, Inc. D/B/A Strobes-r-us. Attachment: City Manager Award Recommendation c: City Clerk Fernando Casamayor, Assistant City Manager, Chief Financial Officer Natasha Colebrook-Williams, Assistant City Manager, Chief of Operations Jennifer Ramirez, Interim Director, General Services Administration (“GSA”) Yadissa A. Calderon, CPPB, Assistant Director, Department of Procurement 70 71 TO: Arthur Noriega V City Manager CITY OF MIAMI, FLORIDA INTER-OFFICE MEMORANDUM DATE: May 19, 2021 FILE: SUBJECT: Recommendation of Award for Purchase and Installation of Municipal Vehicle Equipment - Citywide. FROM: Annie Perez, CPPO, Director J) REFERENCES: Department of Procurement ~ Invitation for Bid ("IFB") No. 1301386 ENCLOSURES: RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends award of IFB No. 1301386, to Dana Safety Supply, Inc. ("Dana Safety Supply"), Public Safety Supply, LLC ("Public Safety Supply"), and The Shyft Group Upfit Services, Inc. D/B/A Strobes-r-us ("Strobes-r-us"), the responsive and responsible Bidders, for the purchase and installation of municipal vehicle equipment, on an as needed basis, for the City of Miami General Services Administration Department, to be utilized citywide. The recommended vendors, and contract terms and amount are shown below. IFB No./Title: Contract Amount: Contract Term: Recommended Vendor: BACKGROUND: IFB No. 1301386, Purchase and Installation of Municipal Vehicle Equipment - Citywide $1,830,000.00 annually, depending on how many vehicles the City procures (Approximately $9,150,000.00 for all five (5) years in the aggregate). • Initial term is for a period of three (3) years with the option to renew for one (1) additional two (2) year period. Dana Safety Supply, Inc., Public Safety Supply, LLC, and The Shyft Group Upfit Services, Inc. D/B/A Strobes-r-us. On April 7, 2021, Procurement issued IFB No. 1301386, Purchase and Installation of Municipal Vehicle Equipment, Citywide, under full and open competition. As required by the Procurement Code, the IFB was advertised and issued online. On April 30, 2021, at bid closing, four (4) bids were received. The bids were evaluated and tabulated following the guidelines published in the bid, and one (1) bid was deemed non-responsive. The bid received from Prologic ITS, LLC was deemed non-responsive for their failure to provide a local service/equipment installation facility address, as required by the IFB. Procurement is recommending award to Dana Safety Supply, Public Safety Supply, and Strobes-r-us, the responsive and responsible Bidders, per bid specifications. Consequently, approval of1 is recommendation to award is requested. Your signature below will indicate approval of this recommendation u, er your deleQated authority. JUN O 4 2021 Date: ____ _ c: Fernando Casamayor, Assistant City Manager, Chief Financial Officer Natasha Colebrook-Williams, Assistant City Manager, Chief of Operations Jennifer Ramirez, Interim Director, General Services Administration ("GSA") Yadissa A Calderon, CPPB, Assistant Director, Department of Procurement PR21152 72IFB No.: 1301386 -Purchase And Installation Of Municipal Vehicle Equipment -Citywide Manufacturer Price Catalog Dana Safety Supply Prologic Public Safety Supply The Shyft Group Upfit Services Inc DBA Strobes-r-us Line No. Item Description Unit Quantity Percentage Percentage Percentage N 911 Signal Emergency Lighting each 0 NOBID 0% 2 Abel 2 Products Emergency Lighting each NOBID 30% BU Priority Start. each N NOBID 15% 4 Brooking Industries Emergency Lighting each NOBID 35% 5 Code 3 Emergency Lighting each NOBID 25% 6 O&R Electronics Emergency Lighting. each R NOBID 7 Fenix Emergency Lighting each E 45% 8 Golight Scene Lighting each NOBID 9 s NOBID Golight Helios (Thermal Imaging) & Parts/ Accessories each 10 Maxxima Emergency Lighting each p NO BID 11 Sound Off Signal Emergency Lighting each NO BID 12 0 NO BID Star Warning Products Emergency Lighting each 13 Thor Manufacturing Power Inverters and Electronics each N NOBID 14 Tremco Safety Equipment each s NOBID 15 Unity Spotlights Scene Lighting each NOBID 16 Whelen Emergency Lighting each NO BID 17 Hella Vehicle Lighting each 15% V NO BID 18 NOBID NOBID KC HiliTES Vehicle Lighting each E 19 3% NOBID Ace K9 /Radiotronics K9 Transport Electronic each 20 American Aluminum Prisoner and K9 Transports each 15% 10% 21 Brooking Industries Prisoner Transport (Seat & Window Bars) each 30% NO BID 22 O&R Electronics K-9 and Prisoner Transport each 15% NOBID 7323 Go Rhino Prisoner Transport & Push Bumper each 15% 24 Havis Prisoner and K9 Transport each 30% 25 Jotto Desk Prisoner Transport each 20% 26 Pro~Gard Products Prisoner Transport (Partition Seats Window Bars) each 20% 27 Prisoner Transport Systems (PTS) Prisoner Transport each 28 Ranch Hand Push Bumpers each 29 Ray Allen K9 Electronics each N 30 Selina Prisoner Transport (Partitions Seats Window Bars) each 0 31 Selina Lighted Push Bumpers each N 32 Troy Products Prisoner Transport each 33 Westin Push Bumpers each 34 Boss Strongbox Storage Solutions each R 35 Big Sky Gun Racks Gun Racks each E 36 Cargoglide Truck Storage Access Solution each s 37 O&R Electronics Gun Racks & Storage Boxes each 38 DECKED Storage Solutions for Truck Bed p each 39 GoRhino Gun Rack and Storage Solutions each 0 40 Jotto Desk Gun Racks each N 41 Lund Industries Gun Racks and Storage Solutions each s 42 OPS Storage Solutions each 43 Prisoner Transport Systems (PTS) Storage Boxes I each 44 Pro-Gard Products Gun Racks and Storage Solutions each V 45 Rockland Storage Boxes each E 46 Santa Cruz Gunlocks Gun Racks each 47 Selina Gun Racks and Storage Boxes each 48 Selina Blac-Rac Gun Racks each 3% 49 Troy Products Gun Racks and Storage Boxes each 15% 50 Tuck Vault Storage Boxes each 5% 51 Tufty Security Products Storage Boxes each 5% 7452 Tufloc I Esmet Storage Boxes each 5% NO BID 53 Tufloc I Esmet Storage Boxes each 5% NO BID 54 Lind Electronics Power Supplies for Laptops and Printers each 3% NO BID 55 Brother Mobile Solutions Printers and Accessories each NO BID 56 D&R Electronics Consoles Laptop Mounts Docking Stations each N NOBID 57 Gamber Johnson Consoles Laptop Mounts Docking Stations each 58 Havis Consoles Laptop Mounts Docking Stations each 30% 20% 0 NOBID 59 Havis Apple Related Products and ICS (Integrated Control Systems) each 3% N NO BID 60 Jotto Desk Consoles Laptop Mounts Docking Stations each NO BID 0% 61 LEM Solutions Printer Mounts each NOBID 0% 62 Lund Industries Consoles Laptop Mounts Docking Stations each R NOBID 0% 63 Panasonic Laptops each E NOBID 0% 64 Ram Mount Consoles And Laptop Mounts each 65 Samsung Computing Devices each s 66 Troy Products Consoles Laptop Mounts Docking Stations each p 67 Apollo Video In-Car Video each 68 Decatur Electronics In-Car Video and Radar each NOBID 0% 0 NOBID 0% 69 Digital Ally Body Camera and In-Car Video each N NOBID 0% 70 Genetec LPR each 71 L3 Mobile /Safe Fleet In-Car Video each NO BID 0% s NOBID 0% 72 Mobileye Collision Avoidance each I NOBID 0% 73 MPH Radar Radar each 74 Point Blank/ Advance Tech Group Body Camera and In-Car Video each V NOBID 0% NO BID 0% 75 Patrol Witness In-Car Video each E NOBID 0% 76 Rearview Safety Back-Up Camera System each NOBID 0% 77 Rostra Back-Up Camera System each NOBID 78 Stalker Radar each NOBID 0% 79 Utility Body Camera and In-Car Video each NOBID 0% 80 Watchguard Body Camera and In-Car Video each NOBID 0% 7581 Bayco Products Flashlights each NOBID 82 Maglile Flashlights each NOBID 83 Pelican Products Flashlights and Scene Lighting N NOBID each 84 Streamlighl Flashlights each 0 NOBID 85 Sure Fire Flashlights NOBID each N 86 A.RE. Topper and Tonneau Covers each NOBID 0% 87 Bakflip Bed Covers each NOBID 0% 88 Reading Truck/ Utility Body Products each R NOBID 0% 89 Roll-N-Lock Bed Covers each NOBID 0% 90 Spacekap Transferable Fiberglass Caps each E NOBID 0% 91 Buyers Products Truck Equipment and Accessories each s NOBID 0% 92 Deezee Truck Equipment and Accessories each NOBID 0% 93 Keystone Automotive Truck Equipment and Accessories p each NOBID 0% 94 Meyers Distributing Truck Equipment and Accessories each 0 NO BID 0% 95 Karge Master Van Accessories each N NOBID 0% 96 Legend Fleet Solutions Van Accessories each NOBID 0% 97 Masterack Van Accessories each s NOBID 0% 98 OPS Public Safety Van Accessories each NOBID 99 Westcan Manufacturing Van Accessories each NOBID 0% 100 Pro•Clip Mobile Mounting Solutions each V NOBID 0% 101 Fleet Safety All Products each E NO BID 0% 102 Dana Safety Supply All Products each NO BID 0% 103 Federal Signal Corporation All Products. each 0% 76Pickup and Delivery for DDS Products and Services Dana Safety Supply ProLogic Public Safety Supply The Shyft Group Upfit Services Inc OBA Strobes-r-us Total Cost= Total Cost= Total Cost= Item Line No. Item Description Unit Quantity Item Cost Item Cost x Item Cost Item Cost x Item Cost Quantity Quantity Cost x Quantity 1 Transport costs fee 1 $ 1.00 $1.00 NON RESPONSIVE $75.00 $75.00 $ 150.00 $150.00 Round trip pickup vehicle from City of Miami Price is listed as $1.00 per mile each Fleet transport to Strobes-r-us and then way return to City of Miami when complete. One Full Round Trip. Installation Dana Safety Supply ProLogic Public Safety Supply The Shyft Group Upfit Services Inc OBA Strobes+us Total Cost= Total Cost= Total Cost= Total Cost= Item Line No. Item Description Unit Quantity Item Cost Item Costx Item Cost Item Cost x Item Cost Item Cost x Item Cost Quantity Quantity Quantity Cost x Quantity 1 Prisoner Cage hour 1 $ 130.00 $130.00 $170.00 $170.00 $ 177.00 $177.00 2 Prisoner Seat hour 1 $ 260.00 $260.00 $170.00 $170.00 $ 75.00 $75.00 3 Prisoner Seat & Cage hour 1 $ 390.00 $390.00 $340.00 $340.00 $ 354.00 $354.00 4 Rear Window Bars with OEM or ABS door panels. hour 1 $ 97.50 $97.50 NON RESPONSIVE $225.00 $225.00 $ 44.25 $44.25 5 Rear Window Bars and ABS door panels. hour 1 $ 97.50 $97.50 $300.00 $300.00 $ 177.00 $177.00 6 Four (4) Corner Universal LED Hideaway Light System with Controller. hour 1 $ 350.00 $350.00 $300.00 $300.00 $ 295.00 $295.00 7 Four (4) Corner Universal LED Hideaway Light System without Controller. hour 1 $ 300.00 $300.00 $300.00 $300.00 $ 265.50 $265.50 Total: $1,625.00 Total: $1,805.00 Total: Labor Rate Dana Safety Supply ProLogic Public Safety Supply The Shyft Group Upfit Services Inc OBA Strobes-r-us Total Cost= Total Cost= Total Cost= Total Cost= Item Line No. Item Description Unit Quantity Item Cost Item Cost x Item Cost Item Costx Item Cost Item Cost x Item Cost Cost x Quantity Quantity Quantity Quantity 1 Install Items From Catalogs and Packages. hour 1 $ 65.00 $65.00 NON RESPONSIVE $85.00 $85.00 $ 69.00 $69.00 Total: Total: $85.00 Total: $69.00 77Balance of Line Dana Safety Supply Prologic Public Safety Supply The Shyft Group Upfit Services Inc OBA Strobes-r-us Line No. Item Description Unit Quantity Percentage Percentage Percentage Percentage 5%NON/STOCK ITEMS 28% off ATEK Defense Brand 1 each 1 3% NON RESPONSIVE Putco 20% Ballistic Vehicle Products: 45% off hella brand emergency vehicle Minimum Percentage Discount off Catalogs Not Listed. equipment ADD-ON Services Dana Safety Supply Prologic Public Safety Supply The Shyft Group Upfit Services Inc DBA Strobes-r-us Total Cost= Total Cost= Total Cost= Total Cost= Item Line No. Item Description Unit Quantity Item Cost Item Cost x Item Cost Item Cost x Item Cost Item Cost x Item Cost Cost x Quantity Quantity Quantity Quantity 1 Window Tinting with Labor Included for Sedans (Compact to Full Size). each 1 s 120.00 $120.00 $150.00 $150.00 $ 135.00 $135.00 2 Window Tinting with Labor Included for Sports Utility Vehicles. each 1 $ 140.00 $140.00 $175.00 $175.00 $ 165.00 $165.00 3 Window Tinting with Labor Included for Pickups Standard Cab. each 1 s 100.00 $100.00 $150.00 $150.00 $ 115.00 $115.00 4 each 1 $ 120.00 $120.00 NON RESPONSIVE $175.00 $175.00 $ 135.00 $135.00 Window Tinting with Labor Included for Pickups Extended Cab. 5 Window Tinting with Labor Included for Pickups Crew Cab. each 1 $ 120.00 $120,00 $175,00 $175.00 $ 145,00 $145,00 Total: Total: $825.00 Total: $695.00 ~-~ d-2._ . Prepared by: Cristiane Lima E ~ / Procurement Contracting Officer Director, or ~nee / J Q GATOR ™ MID-SIZE XUV SERIES CROSSOVER UTILITY VEHICLES RUN WITH US 78 Four-Wheel Independent Suspension for incredible ride and handling. Colorful, Easy-To-Read Dash Panel on the XUV590M with indicator lights helps you keep an eye on everything from speed and gear position to service warnings. Engine The Gator XUV590M is powered by a 586-cc (35.8-cu in.), 32-hp (23.9 kW) overhead- valve engine that can tow up to 1,500 lb. (680 kg) with a 900-lb. (408 kg) payload capacity. Yet still provide a comfortable ride with quick pickup. Crossover to the mighty Mid-Size Series. Its rugged exterior frame holds a surprisingly spacious interior. Handle tight spaces, haul and tow, all with a nimble footprint. This family of Gator UVs is the 4x4 UTV you’ve been clamoring for. At a price you’d never dream to ask. So go ahead: get to know your next favorite utility vehicle. 2 PASSENGER — E & M 79 XUV560E Meet the GatorTM UV with a lot of bite. This durable, rugged crossover also comes with a price tag as eye-catching as its body design. Inside and out, the XUV560E brings more power, performance and operational ease to your farm, field or weekend charting the uncharted. With its 500-lb. (227 kg) cargo capacity, the XUV560E will handle heavy loads, but it’s nimble enough to navigate tight spaces and wicked turns. It’s the utility vehicle that offers more utilities than ever at a pleasing price. XUV590M The Gator UV that cannot be stopped. Think of your toughest trail, your muddiest field. Now picture the utility vehicle handling them before you break for lunch. Four-wheel independent suspension, power steering and a 32-hp (23.8 kW) 586 cc engine make for balanced acceleration and exquisite handling. But this Gator UV also offers creature comforts–a quiet operators station, automotive-like ergonomic controls, an easy-to-read dash panel, and side-by-side seating. We’ve forgotten nothing, so you can do everything. Shift Control Lever with integrated park position makes this our easiest, most accurate shifting Ga- tor UV yet. Electronic 4WD and differential lock engagement lets you gain traction the instant you need it with the flip of a switch. Mid-sized. Mammoth capabilities. Power steering on the XUV590M provides smoother, automotive-like handling and outstanding durability against the most rug- ged terrain. Tie-down points in cargo box help you manage your load while utilizing every square bit of space. 80 4 PASSENGER — E & M XUV560E S4 Ideal for hauling both friends and freight, the XUV560E S4 stands out for its versatility, raw power and smooth performance. A massive payload capacity, superior cargo box, standard pickup-style tailgate and speeds up to 28 mph (45 km/h) will make your toughest workday sail by. Its improved cockpit and improved four-wheel drive will make you feel like you’re in a sedan. Though a sedan that craves rocky trails and canyons. XUV590M S4 This easy-to-handle vehicle has room for four and a whole lot more. Comfort and convenience, just to name two. A shift pattern with integrated park position makes for a very smooth time behind the wheel, regardless of the terrain you’re tackling. 4WD switch delivers traction the moment you need it. The enhanced dash panel delivers car-like operation. LED lights, because you don’t quit when the sun calls it a day. 81 Optional Under-seat Storage provides an additional 9-gal (35 liters) to optimize space and keep items safe and secure on the trail. Colorful, Easy-To-Read Dash Panel with indicator lights that let you see everything from speed to gear position. XUV590M S4 service interval reminder and RPM helps you easily monitor everything you’ll want to keep an eye on. High-strength cast-iron knuckle and upper A-arm support the high stresses of the shocks, constant-velocity (CV) shaft, and wheels in rocky terrain. Convert rear seat into an additional cargo area to keep tools secure while you raise and lower your cargo box. Adds 4.3 cu. ft. of space and holds up to 200 lb. (91 kg). 82 TrueTimber ® Kanati Camo XUV590M, and XUV590M S4 optional. Green & Yellow XUV560E, XUV590M, XUV560E S4, XUV590M S4 is included in base. Terra Hawk ATs All terrain and all purpose, low impact on turf. Front: 25X8-12, Rear: 25X10-12 Maxxis BigHorn 2.0 Radials For extreme terrain. Front: 26X8-14, Rear: 26X10-14 Rear Bumper Protect your cargo box and tailgate with this 2” steel rear bumper. Warn® Winch 3,500-lb. (1587 kg) winch. Includes a water-resistant remote control. Olive & Black XUV590M and XUV590M S4 optional. Front Brushguard Protects the front end from whatever comes your way–and keeps your Gator UV looking sharp. Cargo Box Wall Extensions Extend the walls of your cargo box to protect larger loads. Easy Quick-Clamp install. Year Round Versatility Keep your GatorTM UV busy every season with a front blade. 14” ALLOY WHEELS Customize your Gator UV with these eye-catching wheels. Available in yellow or black. Color Options Tires and Wheels Front hood rack Generously sized rack (48-in. long, 13.5-in wide and 3.5-in. deep), will carry up to 100 lb. of gear. Windshields Keep bugs, wind and weather off your face. Half-, full poly and full glass available with wiper. Tool-less installation. OPS Poly Roof Year-round weather protection. Molded troughs channel water away from you. Make your Gator TM XUV your own. Choose a color that speaks to you, a tire that works for your workday, and attachments that let you go all out. 83 XUV560E Specifications XUV560E S4 XUV590M XUV590M S4KEY SPECS Engine power 11.9† kW 16 hp 11.9† kW 16 hp 23.8† kW 32 hp 23.8† kW 32 hp Cargo box dimensions 82 x 120.9 x 29.7 cm 32.3 x 47.6 x 11.7 in. 0.25m 8.9 cu ft 82 x 120.9 x 29.7 cm 32.3 x 47.6 x 11.7 in. 0.25m 8.9 cu ft 82 x 120.9 x 29.7 cm 32.3 x 47.6 x 11.7 in. 0.25m 8.9 cu ft 82 x 120.9 x 29.7 cm 32.3 x 47.6 x 11.7 in. 0.25 m 8.9 cu ft Cargo box capacity (weight) 227 kg 500 lb 227 kg 500 lb 227 kg 500 lb 227 kg 500 lb Towing capacity 680 kg 1500 lb 680 kg 1500 lb 680 kg 1500 lb 680 kg 1500 lb Front suspension Fully independent dual A-arm with adjustable coil over shocks, 203 mm (8 in.) travel, anti-roll bar Fully independent dual A-arm with adjustable coil over shocks, 203 mm (8 in.) travel, anti-roll bar Fully independent dual A-arm with adjustable coil over shocks, 203 mm (8 in.) travel, anti-roll bar Fully independent dual A-arm with adjustable coil over shocks, 203 mm (8 in.) travel, anti-roll bar Rear suspension Fully independent with lower A-arm and upper camber link with adjustable coil over shocks, 203 mm (8 in.) travel Fully independent with lower A-arm and upper camber link with adjustable coil over shocks, 203 mm (8 in.) travel Fully independent with lower A-arm and upper camber link with adjustable coil over shocks, 203 mm (8 in.) travel Fully independent with lower A-arm and upper camber link with adjustable coil over shocks, 203 mm (8 in.) travel Final drive Park, high, low, neutral, reverse transaxle Park, high, low, neutral, reverse transaxle Park, high, low, neutral, reverse transaxle Park, high, low, neutral, reverse transaxle Four wheel drive Dash switch actuated four-wheel drive system with limited slip front differential, plus locking rear differential Dash switch actuated four-wheel drive system with limited slip front differential, plus locking rear differential Dash switch actuated four-wheel drive system with limited slip front differential, plus locking rear differential Dash switch actuated four-wheel drive system with limited slip front differential, plus locking rear differential Fuel capacity 18.5 L 4.9 U.S. gal. 28 L 7.4 U.S. gal. 28 L 7.4 U.S. gal. 28 L 7.4 U.S. gal. ENGINE Type 4-cycle gas, V-twin, dynamically tuned carb, overhead valves (OHV) 4-cycle gas, V-twin, dynamically tuned carb, overhead valves (OHV) 4-cycle gas, inline-twin, electronic fuel injection (EFI), overhead valves (OHV) 4-cycle gas, inline-twin, electronic fuel injection (EFI), overhead valves (OHV) Displacement 570 cc 570 cc 586 cc 586 cc Cooling system Air cooled Air cooled Liquid cooled Liquid cooled DRIVETRAIN Transmission Continuously Variable Transmission (CVT) Continuously Variable Transmission (CVT) with clutch enclosure Continuously Variable Transmission (CVT) with clutch enclosure Continuously Variable Transmission (CVT) with clutch enclosure Traction assist Positive locking, switch actuated rear differential lock Positive locking, switch actuated rear differential lock Positive locking, switch actuated rear differential lock Positive locking, switch actuated rear differential lock BRAKES Type 196 mm ventilated four-wheel stainless steel disc brakes with hydraulic 34.93 mm (1.375 in.) diameter twin-piston calipers 196 mm ventilated four-wheel stainless steel disc brakes with hydraulic 34.93 mm (1.375 in.) diameter twin-piston calipers 196 mm (7.7 in.) ventilated four-wheel stainless steel disc brakes with hydraulic 34.93 mm (1.375 in.) diameter twin-piston calipers 196 mm (7.7 in.) ventilated four-wheel stainless steel disc brakes with hydraulic 34.93 mm (1.375 in.) diameter twin-piston calipers Park brake Park in-transmission Park in-transmission Park in-transmission Park in-transmission TIRES / WHEELS Front 25x8-12 Terrahawk AT (All Terrain) 4-ply rating yellow steel wheels Optional: 26x8-14 Maxxis® Bighorn® 2.0 6-ply rating aluminum alloy wheels, yellow or 26x8-14 Maxxis Bighorn 2.0 6-ply rating yellow steel wheels 25x8-12 Terrahawk AT (All Terrain) 4-ply rating yellow steel wheels or 26x8-14 Maxxis® Bighorn® 2.0 6-ply rating yellow steel wheels 25x8-12 Terrahawk AT (All Terrain) 4-ply rating steel wheels, various colors or 26x8-14 Maxxis® Bighorn® 2.0 6-ply rating steel wheels, various colors 25x8-12 Terrahawk AT (All Terrain) 4-ply rating steel wheels, various colors or 26x8-14 Maxxis® Bighorn® 2.0 6-ply rating aluminum alloy wheels, various colors or 26x8-14 Maxxis Bighorn 2.0 6-ply rating steel wheels, various colors Rear 25x10-12 Terrahawk AT (All Terrain) 4-ply rating yellow steel wheels Optional: 26x10-14 Maxxis Bighorn 2.0 6-ply rating yellow aluminum alloy wheels or 26x10-14 Maxxis Bighorn 2.0 6-ply rating on yellow steel wheels 25x10-12 Terrahawk AT (All Terrain) 4-ply rating yellow steel wheels or 26x10-14 Maxxis Bighorn 2.0 6-ply rating yellow steel wheels 25x10-12 Terrahawk AT (All Terrain) 4-ply rating steel wheels, various colors or 26x10-14 Maxxis Bighorn 2.0 6-ply rating steel wheels, various colors 25x10-12 Terrahawk AT (All Terrain) 4-ply rating steel wheels, various colors or 26x10-14 Maxxis Bighorn 2.0 6-ply rating aluminum alloy wheels, various colors or 26x10-14 Maxxis Bighorn 2.0 6-ply rating steel wheels, various colors CARGO HANDLING Dump 2-sided – Manual release (optional factory installed power lift) 2-sided – Manual release (optional factory installed power lift) 2-sided – Manual release (optional factory installed power lift) 2-sided – Manual release (optional factory installed power lift) Tailgate Center truck-style latch Center truck-style latch Center truck-style latch Center truck-style latch DIMENSIONS / Wheelbase 1.86 m 72.8 in. 2743 mm 108 in. 1.86 m 72.8 in. 2743 mm 108 in. Operating weight (includes fuel/fluids) 571 kg 1259 lb 683 kg 1507 lb 676 kg 1491 lb 788 kg 1736 lb Length 2870 mm 113 in. 3658 mm 144 in. 2870 mm 113 in. 3658 mm 144 in. Width 1435 mm 56.5 in. 1435 mm 56.5 in. 1435 mm 56.5 in. 1435 mm 56.5 in. Height 1867 mm 73.5 in. 1880 mm 74 in. 1867 mm 73.5 in. 1880 mm 74 in. Tread centers Front: 1220 mm 48 in. Rear: 1168 mm 46 in. Front: 1220 mm 48 in. Rear: 1168 mm 46 in. Front: 1220 mm 48 in. Rear: 1168 mm 46 in. Front: 1220 mm 48 in. Rear: 1168 mm 46 in. Ground clearance Minimum: 267 mm 10.5 in. Minimum: 236 mm 9.3 in. Minimum: 267 mm 10.5 in. Minimum: 236 mm 9.3 in. Hitch Standard 50 mm (2 in.) rear receiver with optional 50 mm (2 in.) front receiver with recovery loops Standard 50 mm (2 in.) rear receiver with optional 50 mm (2 in.) front receiver with recovery loops Standard 50 mm (2 in.) rear receiver with optional 50 mm (2 in.) front receiver with recovery loops Standard 50 mm (2 in.) rear receiver with optional 50 mm (2 in.) front receiver with recovery loops COLOR OPTIONS Green & Yellow Green & Yellow Green & Yellow, Camouflage, Olive & Black Green & Yellow, Camouflage, Olive & Black STORAGE Oversized glovebox and underhood storage. Total volume of 12.8 gallons (48.7 l) Oversized glovebox and underhood storage. Total volume of 12.8 gallons (48.7 l), with an additional 9 gallons available under seat Oversized glovebox and underhood storage. Total volume of 8.4 gallons (31.8 l) Oversized glovebox and underhood storage. Total volume of 12.8 gallons (48.7 l), with an additional 9 gallons available under seat CAPACITIES 84 †The engine horsepower and torque information are provided by the engine manufacturer to be used for comparison purposes only. Actual operating horsepower and torque will be less. Refer to the manufacturer’s web site for additional information. **Features, specs and attachments subject to change without notice. Before operating or riding, always refer to the safety and operating information on the vehicle, and in the Operator’s Manual. Actual vehicle top speed may vary based on belt wear, tire selection, vehicle weight, fuel condition, terrain and other environmental factors. Travel responsibly on designated roads, trails or areas, respect the rights of others, and avoid sensitive areas such as meadows, lakeshores, wetlands and streams. This literature has been compiled for worldwide circulation. While general information, pictures and descriptions are provided, some illustrations and text may include finance, credit, insurance, product options and accessories NOT AVAILABLE in all regions. PLEASE CONTACT YOUR LOCAL DEALER FOR DETAILS. John Deere reserves the right to change specification, design and price of the products described in this literature without notice. John Deere’s green and yellow color scheme, the leaping deer symbol, and JOHN DEERE are trademarks of Deere & Company. 4197266 (23-06) www.JohnDeere.com/Gator www.JohnDeere.ca/Gator Nothing Runs Like A Deere™ 85 800-845-0405Telephone: DANA SAFETY SUPPLY, INC 4809 KOGER BLVD GREENSBORO, NC 27407 SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Sales Quote 541829 SMIAMICustomer No. Sales Quote No. Ship ToBill To Contact: Telephone: Telephone: Contact: 305-663-6313 CAPT. JOHN BARZOLA 305-663-6313 CAPT. JOHN BARZOLA Payment MethodCustomer PO NumberF.O.B.Ship Via NET30Ground FOB Entered By Resale NumberOrdered BySalesperson SGT. BARTRAEDWIN SALGADO-MiamiEdwin Salgado Order Quantity Extended Price Unit PriceItem Number / DescriptionTaxApprove Quantity UTV SIDE BY SIDE Quote Date 07/25/24 E-mail: E-mail: JBARZOLA@SOUTHMIAMIFL.GOV JBARZOLA@SOUTHMIAMIFL.GOV 11 N 225.00225.0000WSSPA30a6YF19YD3P WEC 30W SIREN/SPEAKER COMBO W/ PA & MIC Warehouse: MIAM INCLUDES MICROPHONE ********************************* WEC: WHELEN @ 45% OFF, LIST PRICE $ 407.00 ** AS PER CITY OF MIAMI CONTRACT# 1301386 ** 11 N 65.0065.0000WSSMSW3a6YF19YE77 WEC 3 POS MOTORCYCLE SWITCHBOX Warehouse: MIAM WEC: WHELEN @ 45% OFF, LIST PRICE $ 117.00 ** AS PER CITY OF MIAMI CONTRACT# 1301386 ** 22 N 212.00106.0000EMPS2QMS5RBWa6YF19YEOZ SOI, MPWR FASCIA, 4", QM, BLK HSG, RED/BLU/WHT Warehouse: MIAM * MPOWER LIGHTS TO PROVIDE CRUISE, WHITE SCENE AND WARNING MODE * (2) FRONT FACING SOI: SOUND OFF @ 45% OFF, LIST PRICE $272.00 22 N 12.006.0000PMP2WDG15Ba6YF19YF4M SOI MPOWER 4" 15 DEGREE WEDGE BLACK Warehouse: MIAM (2) FRONT FACING WEDGES SOI: SOUND OFF @ 45% OFF, LIST PRICE $13.00 07/25/24 09:33:13 PM 1Page No. Print Time Print Date Printed By: Edwin Salgado Continued on Next Page a6YF19YF4M 86 800-845-0405Telephone: DANA SAFETY SUPPLY, INC 4809 KOGER BLVD GREENSBORO, NC 27407 SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Sales Quote 541829 SMIAMICustomer No. Sales Quote No. Ship ToBill To Contact: Telephone: Telephone: Contact: 305-663-6313 CAPT. JOHN BARZOLA 305-663-6313 CAPT. JOHN BARZOLA Payment MethodCustomer PO NumberF.O.B.Ship Via NET30Ground FOB Entered By Resale NumberOrdered BySalesperson SGT. BARTRAEDWIN SALGADO-MiamiEdwin Salgado Order Quantity Extended Price Unit PriceItem Number / DescriptionTaxApprove Quantity UTV SIDE BY SIDE Quote Date 07/25/24 E-mail: E-mail: JBARZOLA@SOUTHMIAMIFL.GOV JBARZOLA@SOUTHMIAMIFL.GOV 44 N 424.00106.0000EMPS2STS5RBWa6YF19YFKO SOI MPOWER FASCIA 4"18-LED STUD MNT RED/BLUE/WHITE Warehouse: MIAM * MPOWER LIGHTS TO PROVIDE CRUISE, WHITE SCENE AND WARNING MODE * (2) REAR FACING (2) SIDE FACING SOI: SOUND OFF @ 45% OFF, LIST PRICE $ 272.00 11 N 150.00150.0000SHOP-MIAMIa6YF19YG0Q MISC INSTALLATION SUPPLIES I.E. Warehouse: MIAM LOOM, WIRE, HARDWARE, CONNECTORS, BREAKER, Rubber Cushioned Insulated Clamp, Metal Clamp ETC ************************************************ (2) Water-Resistant Off/On Toggles Switch: (1) CRUISE MODE LIGHTS SWITCH (1) ALL WHITE SCENE LIGHT SWITCH (1) NOCO GENIUS2D, 2A Direct-Mount Onboard Car Battery Charger (1) NOCO GCP1 15A AC Port Plug NON CATALOG ITEM @ 3% OFF, LIST PRICE $200.00 07/25/24 09:33:13 PM 2Page No. Print Time Print Date Printed By: Edwin Salgado Continued on Next Page a6YF19YG0Q 87 800-845-0405Telephone: DANA SAFETY SUPPLY, INC 4809 KOGER BLVD GREENSBORO, NC 27407 SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Sales Quote 541829 SMIAMICustomer No. Sales Quote No. Ship ToBill To Contact: Telephone: Telephone: Contact: 305-663-6313 CAPT. JOHN BARZOLA 305-663-6313 CAPT. JOHN BARZOLA Payment MethodCustomer PO NumberF.O.B.Ship Via NET30Ground FOB Entered By Resale NumberOrdered BySalesperson SGT. BARTRAEDWIN SALGADO-MiamiEdwin Salgado Order Quantity Extended Price Unit PriceItem Number / DescriptionTaxApprove Quantity UTV SIDE BY SIDE Quote Date 07/25/24 E-mail: E-mail: JBARZOLA@SOUTHMIAMIFL.GOV JBARZOLA@SOUTHMIAMIFL.GOV 11 N 975.00975.0000INSTALLa6YF19YG16 DSS INSTALLATION OF ABOVE EQUIPMENT Warehouse: MIAM AS PER CONTRACT, LABOR @ $65.00 PER HOUR TOTAL HOURS: 15.0 2024 UTV, SIDE BY SIDE ** AS PER CITY OF MIAMI CONTRACT# 1301386 WITH ADDITIONAL DISCOUNTS ** Approved By: Approve All Items & Quantities Quote Good for 30 Days 07/25/24 09:33:13 PM 3Page No. Print Time Print Date Printed By: Edwin Salgado Order Total Freight Subtotal 2,063.00 0.00 2,063.00 a6YF19YG16 88