CC - Item 4D – Adopt Resolution No. 2025-06, Authorization to Acquire a New 2025 Ford Super Duty F-550 Truck for the Graffiti Removal ProgramROSEMEAD CITY COUNCIL
STAFF REPORT
TO: THE HONORABLE MAYOR AND CITY COUNCIL
FROM: BEN KIM, CITY MANAGER
DATE: JANURARY 28, 2025
SUBJECT: ADOPT RESOLUTION NO. 2025-06, AUTHORIZATION TO ACQUIRE A
NEW 2025 FORD SUPER DUTY F-550 TRUCK FOR THE GRAFFITI
REMOVAL PROGRAM
SUMMARY
The City is seeking to acquire a new 2025 Ford Super Duty F-550 Graffiti Truck from Roadline
Products Inc., for utilization in the graffiti removal program. The procurement of the vehicle is
available through Sourcewell purchasing cooperative Contract No. 091521 -NAF (Attachment A)
awarded to National Auto Fleet Group. The total cost of the vehicle, including aftermarket
equipment, is $165,142.67. Additionally, this report requests consideration and approval of
Resolution No. 2025-06 (Attachment B), to appropriate additional funds in the amount of
$56,000.00 to address the funding shortfall associated with the procurement of the vehicle.
The Graffiti Removal Program has made significant progress within the last year and evolved into
a well-established and consistent program for the Field Services Division. To maintain this
momentum, staff added the acquisition of a new graffiti removal truck to the FY 2024-25
operations budget to replace one of the two vehicles operated by the graffiti team.
Unfortunately, in December 2023, one of the graffiti trucks, which had been a crucial asset to our
City's maintenance team, was involved in a traffic collision. This accident came as a significant
setback given the truck's essential role in graffiti removal. To address the potential gap in service,
staff repurposed another available vehicle within the fleet. This involved a careful selection of an
alternative vehicle that could be quickly adapted to meet the operational requirements of the graffiti
removal program. The repurposed vehicles were equipped with the necessary tools and equipment,
including pressure washers and paint -removal equipment, to ensure they could effectively carry
out essential services without any significant disruptions to the graffiti removal operations and
maintenance schedules.
After a thorough assessment by the City's maintenance division, it was determined that the damage
to the vehicle involved in the traffic collision was beyond repair. This finding necessitates the
acquisition of a replacement vehicle to continue the city's commitment to maintaining clean and
attractive public spaces, a core element of the City's community service priorities.
AGENDA ITEM 4.1)
City Council Meeting
January 28, 2025
Page 2 of 3
The recommended graffiti truck is custom built by Roadline Products, Inc., through National Fleet
Auto Group. National Fleet Auto Group secured Sourcewell Contract No. 091521 -NAF through a
competitive bid effective through November 8, 2025. All Sourcewell cooperative agreements are
competitively bid on a nationwide basis. Some of the benefits of using a cooperative purchasing
contract include reduction of the administrative costs associated with issuing a competitive
solicitation and product cost savings based on economies of scale. Rosemead Municipal Code
allows the use of "Competitive Bidding Already Completed" according to section 3.24.090.D.
Roadline Products Inc. is the only AME (After Markert Equipment) vendor in the area that
specializes in building graffiti trucks with an airless pump system.
The custom truck solution not only addresses graffiti -related workload but also offers versatility
and the capability to perform pavement marking tasks. The recommended vehicle is a 2025 Ford
Super Duty F-550 DRW XL 2" Regular Cab 169" WB 84" CA Graffiti Truck by Roadline
Products Inc. It will be equipped with aftermarket graffiti removal tools, such as a water blasting
and recovery system, two paint pump systems, safety lighting, an arrow board, a bead system, and
a customized stencil rack (Attachment Q.
Additional Funding Appropriation
The total cost of procuring the new vehicle with the aftermarket equipment is $165,142.67. There
is an available capital equipment budget of $110,000.00 in Gas Tax funds. To acquire this vehicle,
staff is recommending an additional $56,000.00 in Gas Tax funds to increase the total available
capital equipment budget to $166,000.00. The cost increase in aftermarket equipment is primarily
due to the enhanced pavement marking capabilities. This vehicle will be assigned to the graffiti
removal team within the Public Services Division.
STAFF RECOMMENDATION
Staff recommends that the City Council:
1. Authorize the procurement of a new 2025 Ford Super Duty F-550 Roadline Products Inc.
Graffiti Truck through National Fleet Auto Group (Sourcewell Contract No. 091521 -NAF)
in the amount of $165,142.67; and
2. Adopt Resolution No. 2025-06 to appropriate $56,000.00 in Gas Tax funding to cover the
shortfall for the procurement of the new graffiti removal truck.
FISCAL IMPACT
Funding for the procurement 2025 Ford Super Duty F-550 Graffiti Truck is included in the adopted
Fiscal Year 2024-25 Budget in the amount of $110,000.00 in Gas Tax Funds. An additional
appropriation in the amount of $56,000.00, outlined in Resolution 2025-06, is required to complete
the purchase as follows:
City Council Meeting
January 28, 2025
Paee 3 of 3
Description
Account No.
Amount
Approved in FY 2024-25 Budget
201-3010-5980
$110,000.00
Additional allocation per Resolution No. 2025-06
201-3010-5980
$56,000.00
Total Amount
$166,000.00
ENVIRONMENTA REVIEW
Pursuant to CEQA, a "project" is defined as a "whole action" subject to a public agency's
discretionary funding or approval that has the potential to either (1) cause a direct physical change
in the environment or (2) cause a reasonably foreseeable indirect physical change in the
environment. "Projects" include discretionary activity by a public agency, a private activity that
receives any public funding, or activities that involve the public agency's issuance of a
discretionary approval and are not statutorily or categorically exempt from CEQA. (Pub. Res.
Code§ 21065.) To the extent that it matters the action considered has been determined not to
constitute a "project" under CEQA.
STRATEGIC PLAN IMPACT
The procurement of a new graffiti truck is consistent with the City of Rosemead's Strategic Plan
Goal C — Infrastructure and Facilities, which is to enhance streets, sidewalks, and public
infrastructure; coordinate with relevant utility agencies regarding safety and enhancements; and
modernize facilities by expanding the use of wireless network technology and renewable energy.
PUBLIC NOTICE PROCESS
This item has been noticed through the regular agenda notification process.
Prepared by:
I
Danielle Garcia
Public Works Fiscal and Project Manager
el __.
ic Works Director
Attachment A: Sourcewell Contract No. 091521 -NAF
Attachment B: Resolution 2025-06
Attachment C: Quote from National Auto Fleet Group and Vehicle Configuration
Attachment A
Sourcewell Contract No. 091521 -NAF
DocuSign Envelope ID: CF25B13B-7BOg-48BC-B85D-F1A7A7104FDA
091521 -NAF
Sourcewell
Solicitation Number: RFP #091521
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and 72 Hour LLC dba: National Auto Fleet Group, 490 Auto Center Drive,
Watsonville, CA 95076 (Supplier).
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to eligible
federal, state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Automobiles, SUVs, Vans, and Light Trucks with
Related Equipment and Accessories from which Supplier was awarded a contract.
Supplier desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires November 8, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended one additional year
upon the request of Sourcewell and written agreement by Supplier.
C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Rev. 3/2021
DocuSign Envelope ID: CF25613B-7809-48BC-885D-F1A7A7104FDA
091521 -NAF
Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new and the current model.
Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated
in Supplier's product and pricing 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. Supplier warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Supplier's dealers
and distributors must agree to assist the Participating Entity in reaching a resolution in any
dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends
beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout
the Contract term, Supplier must provide to Sourcewell a current means to validate or
authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment,
Products, and Services offered under this Contract, which will be incorporated into this
Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most
current information.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced at or below the price
stated in Supplier's Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity's requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Supplier must permit the Equipment and Products to be
Rev. 3/2021
DowSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery. In the event of the delivery of nonconforming
Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and
the Supplier will replace nonconforming Equipment and Products with conforming Equipment
and Products that are acceptable to the Participating Entity.
Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally
delivers substandard or inferior Equipment or Products.
B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax -
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At anytime during this Contract, Supplier may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Supplier may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Supplier Development Administrator. This
approved form is available from the assigned Sourcewell Supplier Development Administrator.
At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
Rev. 3/2021
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an
amendment to this Contract and will be incorporated by reference.
S. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entity's
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Supplier understands that a Participating
Entity's use of this Contract is at the Participating Entity's sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential participating entities
to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its
roster during the term of this Contract.
B. PUBLIC FACILITIES. Supplier's employees maybe required to perform work at government-
owned facilities, including schools. Supplier's employees and agents must conduct themselves
in a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized
subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it
may use its own forms, but the purchase order should clearly note the applicable Sourcewell
Rev. 3/2021
Dom&gn Envelope ID: CF25B13B-7B0948BC-B85D-F1A7A7104FDA
091521 -NAF
contract number. All Participating Entity orders under this Contract must be issued prior to
expiration or cancellation of this Contract; however, Supplier performance, Participating Entity
payment obligations, and any applicable warranty periods or other Supplier or Participating
Entity obligations may extend beyond the term of this Contract.
Supplier's acceptable forms of payment are included in its attached Proposal. Participating
Entities will be solely responsible for payment and Sourcewell will have no liability for any
unpaid invoice of any Participating Entity.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Supplier, such as job or industry -specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entities may require the use of a
Participating Addendum; the terms of which will be negotiated directly between the
Participating Entity and the Supplier. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements not addressed in this Contract (such as e-
commerce specifications, specialized delivery requirements, or other specifications and
requirements), the Participating Entity and the Supplier may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Supplier in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the equipment, products, or services to be purchased; or
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements.
E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entity's order will be determined by the Participating Entity making the purchase.
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
Rev. 3/2021
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, sales data reports, supply issues, customer
issues, and any other necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a
contract sales activity report (Report) to the Sourcewell Supplier Development Administrator
assigned to this Contract. Reports are due no later than 45 days after the end of each calendar
quarter. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were
made).
The Report must contain the following fields:
• Participating Entity Name (e.g., City of Staples Highway Department);
• Participating Entity Physical Street Address;
• Participating Entity City;
• Participating Entity State/Province;
• Participating Entity Zip/Postal Code;
• Participating Entity Contact Name;
• Participating Entity Contact Email Address;
• Participating Entity Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Supplier.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Supplier may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated
in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased
Rev. 3/2021
DocuSign Envelope ID: CF25B13B-780948BC-B85D-F1A7A7104FDA
091521 -NAF
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be
mailed to the address above "Attn: Accounts Receivable" or remitted electronically to
Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Supplier's Authorized Representative is the person named in the Supplier's Proposal. If
Supplier's Authorized Representative changes at any time during this Contract, Supplier must
promptly notify Sourcewell in writing.
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this 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 party may assign or otherwise transfer its rights or obligations under
this Contract without the prior written consent of the other party and a fully executed
assignment agreement. Such consent will not be unreasonably withheld. Any prohibited
assignment will be invalid.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been duly executed by the parties.
D. WAIVER. Failure by either party to take action or assert any right under this Contract will
not be deemed a waiver of such right in the event of the continuation or repetition of the
circumstances giving rise to such right. Any such waiver must be in writing and signed by the
parties.
Rev. 3/2021
DocuSign Envelope ID: CF25B13B-7B09-488C-885D-F1A7A7104FDA
091521 -NAF
E. CONTRACT COMPLETE. This Contract represents the complete agreement between the
parties. No other understanding regarding this Contract, whether written or oral, may be used
to bind either party.For any conflict between the attached Proposal and the terms set out in
Articles 1-22 of this Contract, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master -servant, or principal -agent.
11. INDEMNITY AND HOLD HARMLESS
Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities,
including their agents and employees, harmless from any claims or causes of action, including
attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or
omission in the performance of this Contract by the Supplier or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications. Sourcewell's
responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota
Statutes Chapter 466) and other applicable law.
12. GOVERNMENT DATA PRACTICES
Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Supplier under this Contract.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive right and
license to use thetrademark(s) provided to Supplier by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Supplier.
b. Supplier grants to Sourcewell a royalty -free, worldwide, non-exclusive right and
license to use Supplier's trademarks in advertising and promotional materials for the
purpose of marketing Supplier's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,
Rev. 3/2021
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in
advertising and promotional materials for the purpose of marketing the Parties' relationship
to Participating Entities. Any sublicense granted will be subject to the terms and conditions
of this Article. Each party will be responsible for any breach of this Article by any of their
respective sublicensees.
3. Use; Quality Control.
a. Neither party may alter the other party's trademarks from the form provided
and must comply with removal requests as to specific uses of its trademarks or
logos.
b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's trademarks only in good faith and in a dignified manner consistent with
such party's use of the trademarks. Upon written notice to the breaching party, the
breaching party has 30 days of the date of the written notice to cure the breach or
the license will be terminated.
4. As applicable, Supplier 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 Supplier
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 suppliers which may be used until the next printing). Supplier must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Supplier individually orjointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development
Administrator assigned to this Contract.
D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment,
Products, or Services.
Rev. 3/2021 9
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
14. GOVERNING LAW, JURISDICTION, AND VENUE
The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue
for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate
state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party's reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found by a court of competent jurisdiction to be illegal,
unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Contract is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Supplier will jointly develop a short briefing document that describes
the issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher
level of management. The Supplier will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Supplier must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Supplier fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, the Supplier will bear any additional costs incurred by Sourcewell and/or its
Participating Entities as a result of such failure to proceed.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Rev. 3/2021 10
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
The party claiming default must provide written notice of the default, with 30 calendar days to
cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non -defaulting
party may:
• Exercise any remedy provided bylaw or equity, or
• Terminate the Contractor any portion thereof, including any orders issued against the
Contract.
18. INSURANCE
A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect
at all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Supplier will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office ("ISO") Commercial General Liability Form
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,
Supplier will maintain insurance covering all owned, hired, and non -owned automobiles
in limits of liability not less than indicated below. The coverage must be subject to term!
Rev. 3/2021 11
DocuSign Envelope ID: CF25B73B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer),
or equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Supplier will maintain
umbrella coverage over Employer's Liability, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Supplier will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Supplier's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data — including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Supplier to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must
furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must
be signed by a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide
certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Supplier's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Supplier, and products and completed operations of
Supplier. The policy provision(s) or endorsements) must further provide that coverage is
Rev. 3/2021 12
DowSign Envelope ID: CF25B13B-7B0948BC-B85D-F1A7A7104FDA
091521 -NAF
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Supplier or its subcontractors. The waiver must apply to all
deductibles and/or self-insured retentions applicable to the required or any other insurance
maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must
require similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy(ies), or self-insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Supplier must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Supplier conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in
writing.
Supplier certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Supplier certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Supplier further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
Rev. 3/2021 13
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional
requirements based on specific funding source terms or conditions. Within this Article, all
references to "federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Supplier's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
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. Supplier must be in
compliance with all applicable Davis -Bacon Act provisions.
Rev. 3/2021 14
DowSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Supplier certifies that during the term of
an award for all contracts by Sourcewell resulting from this procurement process, Supplier must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award
meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Supplier
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
Supplier certifies that during the term of this Contract will comply with applicable requirements
as referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
Rev. 3/2021 15
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file
any required certifications. Suppliers must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and
disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31
U.S.C. § 1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Supplier that are directly pertinent to Supplier's discharge of its obligations under
this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Supplier's personnel for the purpose of
interview and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). 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
Rev. 3/2021 16
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or
reproductions of flags or likenesses of Federal agency officials without specific pre -approval.
N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this
Contract or any purchase by an Participating Entity and is not subject to any obligations or liabilities to
the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract
or any purchase by an authorized user.
0. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor
acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to
the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity.
P. FEDERAL DEBT. The Supplier certifies that it is non -delinquent in its repayment of any federal
debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and
benefit overpayments.
Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell,
and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work
under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part
200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the
U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or
potential conflict; and provide any additional information as necessary or requested.
R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive
Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to
individuals and organizations associated with terrorism.
S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will
comply with applicable requirements of 2 C.F.R. § 200.216.
T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that
during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322.
Rev. 3/2021 17
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
091521 -NAF
22. CANCELLATION
Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60
days' written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Supplier's
Proposal. Cancellation of this Contract does not relieve either party of financial, product, or
service obligations incurred or accrued prior to cancellation.
Sourcewell 72 Hour LLC dba: National Auto
Fleet Group
By [OxuSbne6 Ey:
.ill S"Ayfyy
Jeremy Schwartz
Title: Chief Procurement Officer
Date:
o ala W.
['J< sSL (,seal^
By; FACBB5136C1E467...
Jesse Cooper
Title: Fleet Manager
11/4/2021 1 1:28 PM CDT 11/4/2021 1 10:46 AM CDT
Approved:
om8gnee by:
By: E42e6F6 7A64CC...
Chad Coauette
Title: Executive Director/CEO
11/4/2021 1 1:34 PM CDT
Date:
Date:
Rev. 3/2021 18
DocuSign Envelope ID: CF25B13B-7B0948SC-B85D-F1A7A7104FDA
RFP 091521 - Automobiles, SUVs, Vans, and Light Trucks with
Related Equipment and Accessories
Vendor Details
Company Name:
Does your company conduct
business under any other name? If
yes, please state:
Address:
Contact:
Email:
Phone:
Fax:
HST#:
Submission Details
Created On:
Submitted On:
Submitted By:
Email:
Transaction #:
Submitters IP Address:
72 HOUR LLC
National Auto Fleet Group
490 Auto Center Drive
Watsonville, CA 95076
Jesse Cooper
Jcooper@nationalautofleetgroup.com
951-440-0585
831-840-8497
263297677
Tuesday August 24, 2021 16:34:10
Tuesday September 14, 2021 14:10:21
Jesse Cooper
Jcooper@nationalautofleetgroup.com
d2e890de-e761-4f47-9b23-bef3d512bd76
76.81.241.2
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
Specifications
Table 1: Proposer Identity & Authorized Representatives
General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your
response without also providing a substantive response. Do not leave answers blank; respond °N/A° if the question does not apply to you (preferably with an
explanation).
Des
Quset e'
Penes
them
1
Proposer Legal Name (one legal entity any): (In the
72 Hour LLC
event of award, will execute the resuking contract
as "Supplier')
2
Identify all subsidiary entities of the Proposer whose
WCAF, LLC
equipment, products, or services are included in the
VJCDJR, LLC
Proposal.
Alan Jay Automotive Inc
3
Identify all applicable assumed names or DBA names of
NAFG has numerous Subsidiaries and DBA's including but not limited to:
the Proposer or proposers subsidiaries in Line 1 or
National Auto Fleet Group,
Line 2 above.
Chevrolet of Watsonville,
Watsonville Ford
Watsonville CDJR
Watsonville Fleet Group
Alan Jay Chrysler Jeep Inc
Alan Jay Chevrolet, Cadillac
Alan Jay Buick, GMC
Alan Jay Auto Outlet
Clewiston Motor Company, Inc
Alan Jay Chrysler Dodge Ram Jeep
Alan Jay Lincoln
Alan Jay Ford
Alan Jay Nissan
Alan Jay Toyota
4
Proposer Physical Address:
490 Auto Center Drive
Watsonville, CA 95076
5
Proposer website address (or addresses):
www.NationalAutoFleetGroup.com
6
Proposers Authored Representative (name, title,
Jesse Cooper
address, email address 8 phone) (The representative
Fleet Manager
must have authority to sign the "Proposers Assurance
of Compliane on behalf of the Proposer and, in the
1-855-289-6572
event of award, will be expected to execute the resuking
490 Auto Center Drive
contact):
Watsonville, CA 95076
Jcooper@nationalauto8eelgroup.com
7
Proposers primary contact for this proposal (name, title,
Jesse Cooper
address, email address 8 phone):
Fleet Manager
1-855-289-6572
490 Auto Center Drive
Watsonville, CA 95076
Jcooper@nstionalautofleetgroup.com
8
Proposers other contacts for this proposal, if any
Clarke Cooper
(name, title, address, email address 8 phone):
Fleet Manger
1-855-289-6572
490 Auto Carter Drive
Watsonville, CA 95076
ClarkeCcoper@watsmville8eeigroup.mm
Table 2: Company Information and Financial Strength
Line Ques�n Response•
lum
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-7B0948BC-B85D-F1A7A7104FDA
9
Provide a brief history of your company, including your
National Auto Fleet Group started as a new division of 72 Hour LLC, in the summer of 2010 in the
company's core values, business philosophy, and
heart of Southern California. We began our network with a single automobile dealership and have now
industry longevity related to the requested equipment,
grown our network to encompass numerous dealerships located in and outside of California.
products or services.
We stand by providing opportunities for advancement by hiring and promoting from within our
organization. Many of the Fleet Managers who started with us in 2010 are still with us today.
Through the years, we have evolved and adapted to the new technology driven trends that are
revolutionizing the automotive industry today. However, our brand's fundamental core values have
remained unchanged — We are committed to do right for the members. If we take care of them, they
will in return take care of us.
National Auto Fleet Group's operational blueprint and business philosophy has always been the '4
RIGHTS' for every member We deliver the RIGHT vehicle, at the RIGHT time, to the RIGHT place at
the RIGHT price.
The integrity of our business stems on our deep family roots in the automotive industry. We are and
always will be family owned and operated with our future generations already in their infant stages
today. We are committed to pioneering our industry for decades to come.
10
Mat are your company's expectations in the event of
If awarded, this would be our 5th Sourcewel Contract and we would execute as such. We will
an award?
continue to serve your members and provide them with excellent customer service while continuing to
advance customer satisfaction. Along with implementing new business growth strategies that will
ultimately launch us Into new heights once again.
Furthermore, we will launch our Partner Program detailed in the attached "marketing Plan
Compressed' Zip file. This next generation application will give members the power to select upfitters
they would like NAFG to partner with in providing satisfactory quotas and service. We see tremendous
value in building out than mutually beneficial partnerships, so we can provide 100% satisfactory
turnkey solutions to the members.
11
Demonsbale your financial strength and stability with
To demonstrate NAFG's financial strength and stability, we have uploaded Bank Commitment letters
meaningful data. This mud include such items as
under the Financial Strength Section of the online application. We have a direct line of credit of
financial statements, SEC filings, credit and bend
$52,000,00.00 that we are currently utilizing with our current and past SOurCewelt Contracts. However,
ratings, letters of credit, and detailed reference letters.
this number is not capped as we have the freedom to extend the rap to accommodate the revolving
Upload supporting dowments (as applicable) in the
needs of the members.
document upload section of your response.
Referenced below is a short register of some of our market success from awarded government
contracts that encompass over $140,000,000.00 worth of products and goods under our current
Sourcewell Contract.
A. City of San Diego, CA $ 72,000,000 contract under our Sourcewell Contract 120716 -NAF.
B. City of San Diego, CA 6 55,400,000 contract under our Sourcewell Contract 081716 -NAF.
C. Government Fleet Article Highlighting our transaction with the City of San Diego, CA procuring over
100 Police vehicles through NAFG Sourcewell Contract 120716 -NAF.
D. City of Los Angeles Work) Airports, CA Contract for $ 24,003,500 under Sourcewell Contract
120716 -NAF for the procurement of 400 vehicles.
E. City of Los Angeles Harbor, CA Contract Extension to $ 4,500,000 contract under Sourcewell
Contract 120716 -NAF.
F. City of Los Angeles Harbor, CA Contma for $1,500,000 under our Sourcewell Contract 120716 -NAF.
G. City of Los Angeles Harbor, CA Renewal for another $ 1,500,000 under Sourcewell Contract Class
6, 7 and 8 Contract 081716 -NAF.
H. City of Costa Mesa, CA Contract $1,023,220 under our Sourcewell Contract 120716 -NAF.
I. Blanket Contracts with the State of Mayland, MD oft our current Class 6, 7 and 8 Chassis Comma
081716 -NAF.
J. Blanket Contracts with the State of Maryland, MD off our Current Sourcewell Contract 120716 -NAF.
We have also attached our Commitment Letters for unparallel support from leading nationally
recognized upfit suppliers such The Knapheide Manufacturing Company. Along with regional suppliers
such as Brand FX and Phenix Truck Body located in Southern California serve as regional support
locations, whom we often work alongside to fulfill all member needs with past, present, and future
orders with NAFG.
Included are also Upfiber Recommendation letters to illustrate how National Auto Fleet Group has
taken a proactive interest in building mutually beneficial relationship with our upfiners. Mutuality and
reciprocity relationships between body companies and our dealers are two of the key components
that help members receive what they need in a smooth and efficient fashion.
In addition, the adoption of our Class 6, 7, and 8 Contract from Anne Arundel County in the stale of
Maryland is as an example of how National Auto Fleet Group attracts and retains new clients by
demonstrating to them there's a better and more efficient way of finding turnkey solutions.
Lastly, we have attached supporting documents that help emphasize and exemplify our growth since
our first awarded Sourcewell Contract in 2012. We sincerely hope it helps portray our commitment to
building lifelong rapport and trust with our partner upfiners and members.
12
What is your US market share for the solutions that
. Of our respective brands and OEM's we represent, the US market share is estimated to be 60 —
you are proposing?
75%.
13
What is your Canadian market share for the solutions
It is di fiwlt to estimate the market share for the brands and OEM's we represent, however we
that you are proposing?
estimate that it should be the same 60 -75 % of the US share.
14
Has your business ever petitioned for bankruptcy
No.
protection? If so, explain in detail.
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25Bl3B-7B09-48BC-B85D-F1A7A7104FDA
15
How is your organization best described: is it a
manufacturer, a distributor/dealer/reseller, or a service
provider? Answer whichever question (either a) or b)
just below) best applies to your organization.
a) If your company is best described as a
distributorldealer/reseller (or similar entiy), provide your
written authorization to act as a
distnbutor/dealedneseller for the manufacturer of the
products proposed in this RFP. If applicable, is your
dealer network independent or company owned?
b) If your company is best described as a
manufacturer or service provider, describe your
relationship with your sales and service force and with
your dealer network in delivering the products and
services proposed in this RFP. Are these individuals
your employees, or the employees of a third party?
National Auto Fleet Group is a dealer network best categorized as "A" - Distributer/Dealer/Reseller
and Dealer Partner for (15) OEM Manufacturers mckiding Ford Motor Company, Chevrolet, RAM,
GMC, Buick, Chrysler, Dodge, Jeep, Toyota, Nissan, KIA, BMW, Honda, Cadillac and Volkswagen, All
orders are placed with the franchised dealer and ultimately titled directly to the member. All
appropriate certification certificates and authorized DMV/Factory licenses may be found in the "Related
Certification' section uploaded to this RFP. it should be noted we do not sell used equipment to
members.
16
If applicable, provide a detailed explanation outlining
Required licenses include a Dealers License, a Franchise issued by the Manufacture, a Department
the licenses and certfirations that are both mquied to
of Motor Vehicles License, as well as a Resellers permit license. All which NAFG and Dealer
be held, and actually held, by your organization
Partners hold. Please review our attachment documents in section "Related Certification" for licenses
(including third parties and subcontractors that you use)
that we either solely own or are jointly owned by our partner dealers that pertain to this RFP. A list of
in pursuit of the business contemplated by this RFP.
all our licenses are below, some of which may not pertain to Gass 13 but to class 4-8.
CA Certificate of Good Standing 200824810190
State of Florida License Certificates:
VF/1000974/4
VF/1000950/1
VF/1046516/1
VF/1024619/2
VF/102461911
VF1101861511
VF/1021891/1
VF/1000974/3
VFP1105916/1
VF/1020705/1
VF/1000969/1
CA State Sellers Penna 101-135239
CA State Sellers Penna 245364864-00001
Department of Motor Vehicle, Vehicle Dealer/ License Number 97772
Department of Motor Vehicle, Vehicle Dealer License Number 97771
Department of Motor Vehicle, Vehide Dealer License Number 43609
Bureau of Automotive repair Registration If ARD00296319 123120
CA State Sellers Permit 232781952-00001
City of Watsonville Business License Number 1792
City of Watsonville Business License Number 4358
Fictitious Business Names from Santa Cruz County for National Auto Fleet Group FBN: 2017-0000138
California General Resale Certificate
Dun 8 Bradstreet Number. 023680653
-
Government of The District of Columbia Certificate
Government of the Distad of Columbia Tax Registration # 7815888160711
City of Los Angeles Tax Registration
Government of The District of Columbia CLEAN HANDS CERTIFICATION
San Diego Freightliner Sellers Penna
Commonwealth of Virginia State Corporation Commission Certificate
State of Maryland Good Standing Certificate
Kansas Department of Revenue for Kansas City Peterbilt
New Jersey Department of Treasury Registration Certificate
New Jersey Business Registration
Notice of Compliance of the Canton City Codified Ordinance
Employee Information Report for the State of New Jersey
State of Maryland New Sales and Use tax License
CA State Sellers Perna 98-037902 00006
South Carolina Department of Motor Vehicles License Number 36133
State of South Carolina Retail License
Commonwealth of Kentucky Vehicle Dealer License 1583 20 100
State of West Virginia Dealer License
Commonwealth of Kentucky Vehicle Dealer License 1581 20 036
Stale Of Tennessee Vehide Dealer License
17
Provide all "Suspension or Debament' information that
Not Applicable, none.
has applied to your organization during the past ten
years.
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DowSign Envelope ID: CF25813B-7B0948BC-B85D-F1A7A7104FDA
Table 3: Industry Recognition 14 Marketplace Success
Line
Item
Question
Response -
Scope of Work'
ie
Describe any relevant industry awards or recognition
National Auto Fleet Group's received its most prestigious award for Top Placement within Ford Motor
County of Venture, CA
that your company has received in the past five years
Company as the leading dealership in Government Saks. In addition, our Chevrolet brand was highly
Yeas'
City of Austin, TX
Mr. Mail Sager
ranked and honored 4/5 consecutive years by General Motors.
Purchaser
19
What percentage of your sales are to the
Within our fleet division, 90% of our contracts within the past three years have been with government
City of Palo Alto, CA
governmental sect" in the past three years
accounts.
20
"hat percentage of your sales are to the education
Whin Me past 3 years 90% of our sales have been to government accounts, 20% of which are
Purchaser
Over 120 Vehicles, Vans and
sector in the past three years
within the education sector.
21
List any state, provincial, or cooperative purchasing
We hold the State of California contract with volumes from 200 to 500 units a year over the past
Water and Power
contracts that you hold. What is the annual sales
three years. In addition, our Sourcewel Contract's 091219, 081716 and 120716 that we have
volume for each of these contracts over the past three
maintained over the past three years has sold combined north of 400 million of Combined Quarterly
Government
California - CA
years?
Sales.
Over 2M
22
List any GSA contracts or Standing Offers and Supply
National Auto Fleet Group's taws lies on the Sourcewell Contract. NAFG holds no other GSA
Arrangements (SOSA) that you hold. What is the
contract, Standing Offers, or Supply Arrangements other than the State of California contract. Our
Gove mment
Maryland - MD
annual sales volume for each of these contracts over
annual sales volume is estimated to be north of $200 million.
Over 1M
City of San Diego
the past three years?
lCalifomla - CA
Purchaser
Table 4: ReferenceslTestimonials
Line Item 23. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name'
Contact Name
Phone Number'
Scope of Work'
Port of Los Angeles, CA
Mr. Dave Comer
310-72-3794
County of Venture, CA
Mr. Jorge Skills
805-672.2044
Yeas'
City of Austin, TX
Mr. Mail Sager
512-978-2637
Purchaser
County of San Joaquin, CA
Mr. David Myers
209468-9745
City of Palo Alto, CA
Ms. Damps Bahknan
65041965920
Table 5: Top Five Government or Education Customers
Line Item 24. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the
entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years.
Entity Name
Entity Type'
State / Province'
Scope of Work'
Sin of Transactions •
Dollar Volume Past Three
Our sales force consists of direct and an indirect sales force. Our direct sales force consists of direct
employees and partner dealers, which exceeds an employee count of 300 personnel both full time and
Yeas'
City of Austin
Government
Texas -TX
Purchaser
10-15 Vehicles at once, Vans
Over 1M
our larger class dealerships to service the members lower Gass vehicle needs as well. A cross sales
and SUVs
Los Angeles
Govemmem
California - CA
Purchaser
Over 120 Vehicles, Vans and
Over 3M
Department of
SUVs
Water and Power
grow, maintain and service the demand of the members. As the number of your members grow, we will
Part of Los
Government
California - CA
Purchaser
Over 80 Trucks, Vans and SUVs
Over 2M
Angeles
Anne Arundel
County
Gove mment
Maryland - MD
Purchaser
Over 40 Trucks, Vans and SWs
Over 1M
City of San Diego
Government
lCalifomla - CA
Purchaser
Over 500 Trucks, Vans, SW
lover ism
Table 6: Ability to Sell and Deliver Service
Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address
in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector,
whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions.
Line
Question
Response
ponse
25
Sales force.
Our sales force consists of direct and an indirect sales force. Our direct sales force consists of direct
employees and partner dealers, which exceeds an employee count of 300 personnel both full time and
part time. Many of our sales force are spread across the US and we leverage our relationships with
our larger class dealerships to service the members lower Gass vehicle needs as well. A cross sales
force. These individuals help support our dealerships and NAFG Fleet Division directly. On the other
hand, our indirect sales force made up of upmters and partner suppliers consists of over 100 personnel
with our partner network and sales force growing annually.
With both direct and indirect sales force staff working together, NAFG has been able to successfully
grow, maintain and service the demand of the members. As the number of your members grow, we will
continuously welcome more staff to not only meet customer demand, but also to exceed customer
expectations.
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
26
Dealer network or other distribution methods.
Our franchise network h Canada and the U.S. is fortunately second to none. Our 15 pmposed OEMS
previously mentioned, all of which have established a presence nationwide with factory stores
strategically placed where all members can receive service and complete warranty repairs with their
respective products.
Simple put the North American and Canadian automobile supply chain network is one of the best in
the world. Of the 15 brands we represent, the OEMs have put in place a dealer network across of 50
states that will slow us to best serve all members.
27
Service force.
The 15 manufactures we represent have thousands of service locations that would be easily accessible
So all your members. Service centers and warranty repair facilities for all 15 OEMs are ample and
ready to help service our members and their needs. However, Alaska and Hawaii may be exceptions
as they may have farther distances between franchises where members can utilize the repair services.
28
Describe the ordering process. If orders will be
The member may order their vehicles by navigating to our website, www.NationalAutoFleetGroup.com
handled by distributors, dealers or others, explain the
and gong through the step-by-step process to generate an online quote or by calling one of our
respective mks of the Proposer and others.
representatives at 855-289%572 or by Sending NAFG an email at Fleet@NmmalAutoFleetGroup.cem.
Orders are then processed directly to the manufacturer who will work to supply the vehicle to the ship
to location for upfittinig or and user desired delivery location.
29
Describe in detail the process and procedure of
To best demonstrate our Customer Service program, kindly reference the ZIP file "Member Walk
your customer service program, d applicable.
Through" that Is attached In the Additional Documents folder. Please begin with and review in order that
Include your response -time capabilities and
is explained below
commitments, as well as any incentives that help
your providers meet your stated service goals or
How Members Can Gel Quotes Online: A member can obtain most quotes by visiting our website
promises.
www.NatbnalAutoFlee1Group.com where a simple one step form is needed for registration. This is to
protect the price information from nonmembers. Once a member registers they will receive an
automated welcome email with a demo video on how to use our site. Members will gain access to
there very own dashboard which wit house all there quotes in one safe secure login. Member's can
select which brand they are looking for and model year. Our site shows all the categories the brand
offers such as: Cars, Vans, SUVs Trucks and Chassis Cabs. Members will then be able to drill down
for the right selection by picking from the filter menu of what cab there looking for (Regular, Extended
or Crew) to 2 wheel or 4 wheel drive down to the belt length there looking for. All factory options are
then presented for the member to select from, this will show all current factory orderable options, taking
the guess work out for the member. Once a member selects a desire build, they will see there
Sourcewell Price report showing the MSRP, there contract price, the saving in real dollars and as a
percentage. In the PDF example you ran see a saving of $ 9,175.96 of 22.345% to the member
showing a significant savings. Members then can chose to add extra's to there order like extra keys'
service manuals, sales tax and even request an upfit to be added to there quote. Lastly they will be
given a complete tum key quote package to print which will include there customized Quote ID,
Description and Specifications of what they bulk.
How Members and Upfaters can Partner with NAFG: Our dedicated website www.NAFGPartner.com was
built to accommodate the member who would like a certain upftter to upfd there vehicles. It was also
built for upfnters to have a place to go where they can find information on haw to partner with NAFG
to better serve there local members.
Example of A Member with Upfd Quote: This is an example of how we use our Cab Chassis and
combine then with an upfit to provide a turnkey solution for the member in a simple to follow format.
ETA System for Members Walk Through: This is where members can easily come to our website, the
same website they built them chassis on and track there order like they would a UPS package. We
have a very simple display on our homepage "Track your order' where members can enter one of the
following: Purchase Order Number, Quote ID, Upfit Quote ID or vin to easily we there in the process
there particular order is in.
Courtesy Confirmation Explained: After NAFG receives an order from a Member, we always like to
send them a Courtesy Confirmation. This is were the member will double check some particulars on
there order like, Color, Quantity, Upft and Specification's are all correct before order placement. We
also like to ask for title information at this point so we can help process the paperwork at delivery
promptly.
Factory Order Cul Off Notices: Here is were we like to highlight were members can access any
upcoming factory order at off dates. We walk them through the process step by step to ensure
everyone knows the upcoming order cut off date, we even print this information ('it known at the time)
right on the cover page of there quotes.
Validation Walk Through Example: To demonstrate a price validation, we show what a member would
see when they build a truck on aur she. At check out the member would we the Total Configured
MSRP of $ 35,730.00, A Sourcewell Price of $ 27,331.68, Total Saving of $ 8,398.32 or 23.505% for
a 2020 F-250 followed by the pricing page which shows the Minimum Discount of at least 18.50%. As
you see we provided an additional 5% discount on top of the 18.50% contract discount. This would be
the case in most instances.
30
Describe your ability and willingness to provide your
Our willingness and ability to service members nationwide is unparalleled. We have dedicated staff 5
products and services to Sourcewell participating
days a week, from lam to 7pm standing by ready to assist any member help find the best solution for
entities in the United States.
there needs even if helping assist them to the best Sourcewell Contract that could be a solution. We
have a dedicated live chat feature on our online quote generating website in case any member has
any trouble at all in building there quotes. NAFG has established a chain of suppliers who are at the
ready to serve 9 called upon by any member. We are here to help.
31
Describe your ability and willingness to provide your
We am willing and eager to soon extend our business model and network into Canada. We believe
products and services to Sourcewell participating
partnering with local Canadian based dealer groups is key to success in the Canadian market. NAFG's
entities in Canada.
competitive pricing as well as a simple US Dollar to Canadian conversation will help NAFG expand
into the Canadian market for participating Sourcewell members.
32
Identify any geographic areas of the United States
National Auto Fleet Group wig handle servicing 100% of all geographic areas located in the United
a Canada that you will NOT be fully serving through
States. Although it is unclear what unseen obstacles we may face in Canada, NAFG is committed to
the proposed contract.
building the same model to service Canada and providing the same level of customer satisfaction,
service, and care as in the United States,
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DowSign Envelope ID: CF25B13B-7809.488C-B85D-F1A7A7104FDA
33
Identify any Sourcewell participating entity sectors
NAFG will continue to service all Sourcewell Members through our 24 hour a day, 7 days a week
(i.e., government, education, not{or-profit) that you
online portal with the excursion of Non-ProPos. Unfortunately, Non-Profas are often not eligible for the
will NOT be fully serving through the proposed
same discounts government entities are qualified for. However, Non -Profits are subject to a different
contract. Explain in detail. For example, do" your
pricing program and will be evaluated on a case to case basis.
company have only a regional presence, or do other
cooperative purchasing contracts lima your ability to
promote another contract?
34
Define any specific contract requirements or
The only possible logistical constraints we may face is the shipping constraints for shipments arriving in
restrictions that would appy to our participating
Alaska, Hawaii and US Territories. For example, we often provide members in Alaska or Hawaii with
entities in Hawaii and Alaska and in US Territories.
vehicles that often have upfits. To circumvent this potential issue, members allow us to add these extra
shipping and port costs to their quotes.
Table 7: Marketing Plan
mbe your marketing strategy for promoting
contract opportunity. Upload
ssentative samples of your marketing
vials (a applicable) in the document
ad section of your response.
National Arno Fleet Group encompasses a variety of marketing strategies to promote our products and
services to streamline the vehicle purchasing process for government entities. Below are a few strategies
used to serve as the gateway between our business and public agencies.
Website and Inbound Marketing: The creation of a professional wstomer-focused website is one of our main
features to market our products and services. The NAFG website encourages our members to interact and
browse through products offered along with pricing and information about National Auto Fleet Group. Inbound
marketing is created when potential members are directed to the company website. With this method, we
are able to not only conned with members but to put the purchasing ability into the hands of each member.
Our inbound marketing strategy attracts members by creating valuable content and experiences tailored to the
needs of each individual. Examples include email campaign flyers on our products, informative and how-to
videos, social media and engaging members with top -notched customer service to build brand awareness.
Email Marketing: One of the main strategies used to engage current and potential members is Email
Marketing. Our entails include different types of flyers that consist of information of the SourceweA contract,
promoting manufacturer brands, holiday themed flyers, discounts offered to first time buyers, Important cutoff
date reminders and upcoming products and events.
The use of marketing campaigns plays a major role in enhancing the grouch of our client database. Emafls
are a big part of our daily lives due to govemmem agency employees util¢ing entails as their main source of
communication. We use campaigner.com as the emailing platform to reach our target members. Videos and
descriptive images are used on all flyers and are compatible with a desktop or mobile device. Messages
are short and to the point with links leading to the Sourcewell and NAFG homepage. The Campaigner email
system allows the ability to track email activity based on open rate, unsubscuibes and link clicks which is
beneficial to understanding email effectiveness.
Once potential members are directed to our website, they are welcomed with a wide range of options to
explore an army of our products and services. They are able to register to become a member, view pricing,
explore available in -stock vehicles, view how-to-vidws, build a vehicle online to request an immediate quote
or use our live chat assistant or celVemail for live support.
Face to Face Marketing Strategies: This strategy has proven to be successful in generating leads and
creating lasting relationships by developing genuine connections with prospective members. National Auto
Fleet Group attends several trades shows per year to engage members and put a face to the company. This
in person meeting aids to build the brand by nurturing relationships between members and other vendors
associated through the process. Trade shows attended include GFX, IAPPO, NIGP, ACT, CAPPO, and
CASBO throughout the United States.
NAFG has many opportunities to make in person presentations to propose products, services offered and to
answer any questions potential members may have. These PowerPoint Presentations include topics an
NAFG/Sourcewell process, how to facilitate the vehicle purchasing without bidding, informational videos, and
the brands and services we provide. These meetings have been held at local cities, counties, school districts,
mater districts and ports.
Relationship Marketing is a vital strategy used in building and maintaining long-term relationships practiced by
National Auto Fleet Group on a daily basis.
NAFG strives to create a positive and supportive connection with members by providing personalized and
responsive customer service practices. The sales team has worked tirelessly to taws on providing
outstanding customer support to create a powerful rapport with existing and new members. By going above
and beyond, they have enhanced existing relationships and executed customer loyalty with repeat businesses.
They strive to deviate from the 'Car Salesperson' mentality which is 100% sales driven to a more product
and customer service approach by instilling a sense of confidence in our clients. The goal is to regularly
assist clients and address any needs and concams even after the purchase has occurred. The strive to
focus on solution selling vs. product selling develops into a mutually beneficial agreement for members and
the business.
:low are a few examples on successful relationship marketing from our Fleet Department:
e had a member call in to request financinglleas , options for a truck needed through our National Auto
set Group/Sourcevvell vehicle contract. I contacted another Sounxwell vendor, Matt Geisehart from NCL
)v Capital and he was happy to assist with a financing quote. The member also requested to trade in a
rent vehicle in their fleet and was directed to Govdeals for assistance in removing the outdated unit
'ough an auction. The member was able to utilize three Sourcewell contracts to complete his transaction
rich simplified the entire process. The member was very satisfied with the amount of care and ease
ough his experience and became a repeat customer. By utilizing a cross -selling strategy, National Auto
set Group became his one stop shop to fumll all fleet vehicle purchasing needs.
had a member call in desperate to obtain a new truck because an employee had gotten into a serious
cident and had the truck totaled. Due to covid restrictions, most manufacturers are currently experiencing
crochip shortages which relays to produclion delays at the factory. We were able to direct buyer to our in-
nk inventory on the NAFG website and member was ecstatic to locale truck to meet their needs. Instead
having to wait 30 weeks to receive the new vehicle, member was able to obtain the new truck within 3
Bid Number. RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-780948BC-B85D-F1A7A7104FDA
'I once had a member contact us two years after purchasing a vehicle from us. They had a malfunction
with the litigate on the box truck which caused a logistical nightmare. I was able to contact one of our body
rendors that upflted the lift gate installation and a service technician was able to go onsite to resolve the
iIlgate issue at no additional cost. The member was very impressed with the quality of our customer service
even after purchase. -
'I had a member request a h ton truck pricing but was unsure about their budget at the time. I took the
me to go through each option with the client to provide a Sourcewell pricing quote through multiple
nanufacturers from Ram, Chevrolet and Ford. This empowered the member to have multiple pricing options
'or review to align with their budget as well as eliminating the need to shop anywhere else. '
'We wont with many body companies to assist customers with the body upfming process. One of our
nembers called in a request to expedite a particular vehicle that was held up at one of their [oral body
ipfiners. I contacted the body company representative and put in a request to expedite the upfming per
request of the member. The body company was able to comply with the request and delivery was made
sooner than expected.'
Word -of -Mouth Marketing: The positive quality of service has led to more sales based on previous
:ustomers' impressions on their experience. NAFGa goal is to provide exemplary customer service
Throughout the entire purchasing process to encourage repeat business and advocate services to other
members. NAFG has been fortunate to experience mukiple instances of leads generated based solely on
Nord -of -mouth marketing though our existing customers.
Cross -promotion: National Auto Fleet Group is currently collaborating with another Sourcewell Vendor, NCL
Government Capital to promote each others products and services. NCL Government Capital specializes in
providing competitive equipment financing programs for municipalities and public education entities across the
United States. As a team, NCL and NAFG produced a variety of marketing materials such as videos, flyers
and info graphs to promote purchasing and leasing opportunities.
Hoglund Bus Company is another cross -promotion vendor NAFG had the opportunity to create a partnership
with. Flyers were mated to advertise Chassis from NAFG along with a variety of bus bodies from Hoglund
Bus Company.
With cross -promotion, companies exchange knowledge and provide endorsements on websites, social media,
and email campaigns. This strategy creates an influx of new leads, brand awareness, increased sales and
recurrence of customers. National Auto Fleet Group will continue to create new partnerships and facilitate
more crass -promotion opportunities in the near future to provide turnkey solutions for a variety of vehicle
purchasing needs.
Coming in 2022, National Auto Fleet Group will be launching a NAFG Partner Website to further increase
business growth. The website www.nafgpartha.com is expected to launch next year in 2022. The site
encourages body upfiaing companies throughout the United States to partner up with NAFG to become a
preferred member. The benefts of becoming a preferretl member include endorsements on website and
social media avenues along with word-of-mouth referral for clients with upfming needs. Our dedicated public
relations representative will conduct phone and in person matings to discuss the advantages of partnering up
with NAFG, therefore generating more cross -promotion opportunities.
Members from government agencies are encouraged to go on the site to search for local body upfming
companies they are interested in working with. As a prerequisite in becoming a preferred vendor, they are
required to advertise NAFG and the Sourcewell contract on their business website and refer their clients to
purchase their cab/chassis needs through NAFG. This establishes a partnership that will generate increased
sales all around. We are still currently building the website and interacting with body companies across the
United States that would be interested in partnering up with NAFG.
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DowSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
ibe your use of technology and digital Social media plays a crucial element in the way people communicate and conned with each other.
(e.g., social media, metadata usage) to Linkedin is the go -to platform used by NAFG as it offers a variety of ways to expand our network by locating
ice marketing effectiveness, and connecting with relevant professionals it the industry. National Auto Fleet Group has utilized Linkedin to
engage current and potential members through personalized messages and posts. Personalized messages
include thanking them for registering on site as well as directing them to on our link to the website, Unkedln,
VouTube, Facebook and Inslagram company pages. The goal is to unite with people already on our
database as well as people that would benefit from our products and services. Current flyers or massages
about our company are also posted on the Linkedin site to generate and attract more business. Time is
also spent on reading posts from connections and observe any needs that National Auto Fleet Group may
assist with.
National Auto Fleet Group has begun utilizing video marketing strategies to further promote and market
products by engaging on social media channels and email flyers. Programs such as Vimeo, Video Scribe,
Cartoon Animator, Adobe Animate, Illustrate, Captive, Photoshop and Movavt Video Editor Plus are employed
to edit and create videos to assist in endorsing our company. The following videos were recently created by
our marketing department along with outside video production companies:
Explainer Video: The first video created was a 90 second explainer video about National Auto Fleet Group
that used animated characters to visualize our products and services along with information on the Soumewell
awarded contract. The video has been incorporated into all our weekly email flyers and social media
platforms as an informative video on our products and how to purchase vehicles off SourceweN Government
w To Videos: National Auto Fleet Group has also created step-byslep How -To videos on the process to
rchase both Light Duty and Heavy -Duty vehicles off the =beat.
Stock Vehicles: This video showcases our In -stock vehicles available and the process of requesting a
e Sourmvell brand integrates a thorough documentation review of all vendors prior to awarding their
operative contracts to ensure products and services are from reputable vendors. The brand provides a
nse of legitimacy of our company name and members recognize that products and services are from
table sources that will meet their needs.
mrcewell's aim is to simplify the purchasing and procurement process of government entities by eliminating
t costly bidding procedure. The process of researching the right vendor is not only stressful and time-
nsuming but can be expensive as well. Sourcewell has completed the bidding for government enthies
rich simplifies the overall purchasing process by providing access to competitively bid contracts procured by
government agency.
wrcewell has provided NAFG with overwhelming opportunities to work with government agencies across the
nited States. The SourceweN name represents a high standard of integrity and ethics which is a dynamic
rational Auto Fleet Group is proud to be part of. Sounmvell members have access to a contract that is
Im flexible than the standard bidding process. Sourcewell is an organization that aids government entities
stay competitive without the frustrations and issues involved with the traditional bidding process. This
ntract can be customized to meet the unique needs of each client. The sales team has incorporated not
ly this standard of integrity in their sales practice ensuring clients' purchasing needs will allays be met.
e cost savings and stress -free nature of the cooperative contracts favors that of the traditional bidding
,cess. It enables vendors to work with qualifying government entities in a more efficient manner. We vow
maintain these levels of standards across the board throughout all departments within the company.
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
ETA Tracking System: This video was mated to not only introduce but to encourage clients to self -track
their vehicle status.
Holiday Themed Videos: These amusing videos were created to celebrate the holidays and add humor and
lightness to our company and products sold.
Cross Promotion Video: This video markets our relationship with NCL Government Capital and Sourrewell to
endorse EV vehicles.
Videos for social media: Mini videos were created to advertise new vehicles available, pricing and cutoff
date reminders.
NAFG has recently introduced a newly built live chat feature on our website for customer convenience as well
as improving customer service. Visitors have access to Mat with a live sales representative 24 hours a day,
7 days a weak. Mh this feature potential customers are provided with another avenue for assistance in
addition to mailing and phone caps. The benefits of a live Mat option include quicker response time to
assist buyers in reaching a purchasing decision and answer their questions.
Improving customer service will also lead to increased sales, customer loyalty and engagement. Many studies
have shown a strong correlation between live Mat and increases in conversion rates. Potential clients
appreciate having their questions answered in real-irne when trying to build a vehicle quote online and
allowing the user to multitask different projects.
your view, what is Sourcewell's role in
Sourcewelfs mission stales: 'Our commitment to service and exceeding client expectations.' This statement
Involing contracts arising out of this RFP?
integrates with our relationship marketing strategy with our commitment to go above and beyond for all our
w will you fnlegmte a Sourceweliawarded
members. Sourcewell is a trusted brand that government entales can rely on to access a wide vanety of
itract into your sales process?
products and services for their everyday needs. vvith over 40 years of partnerships and relationship building,
they are the glue that connects government, education, and nonprofit agencies to companies of all sizes to
offer turnkey solutions to their needs.
Sourmiell is also a reliable resource for vendors by not only connecting with potential prospects but by
providing valuable marketing materials readily available for download on their website. Resources and tools
provided include flyers, vendor training videos along with compliance information.
e Sourmvell brand integrates a thorough documentation review of all vendors prior to awarding their
operative contracts to ensure products and services are from reputable vendors. The brand provides a
nse of legitimacy of our company name and members recognize that products and services are from
table sources that will meet their needs.
mrcewell's aim is to simplify the purchasing and procurement process of government entities by eliminating
t costly bidding procedure. The process of researching the right vendor is not only stressful and time-
nsuming but can be expensive as well. Sourcewell has completed the bidding for government enthies
rich simplifies the overall purchasing process by providing access to competitively bid contracts procured by
government agency.
wrcewell has provided NAFG with overwhelming opportunities to work with government agencies across the
nited States. The SourceweN name represents a high standard of integrity and ethics which is a dynamic
rational Auto Fleet Group is proud to be part of. Sounmvell members have access to a contract that is
Im flexible than the standard bidding process. Sourcewell is an organization that aids government entities
stay competitive without the frustrations and issues involved with the traditional bidding process. This
ntract can be customized to meet the unique needs of each client. The sales team has incorporated not
ly this standard of integrity in their sales practice ensuring clients' purchasing needs will allays be met.
e cost savings and stress -free nature of the cooperative contracts favors that of the traditional bidding
,cess. It enables vendors to work with qualifying government entities in a more efficient manner. We vow
maintain these levels of standards across the board throughout all departments within the company.
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-7809-48BC-B850-F1A7A7104FDA
38
Are your products or services available
Our website provides a hands-on empowering approach to ordering vehicles online. Clients can witch
through an e-procurrmenf ordering process? If
through many vehicles makes and models with the ability to customize a vehicle tailored to their specific
National Auto Fleet Group extends any and all product, equipment, maintenance and operating programs
so, describe your a -procurement system and
needs at their agency. A personalized quote with pricing can be available in as little as 5 minutes
maintenance, or operator training
how governmental and educational customers
depending on the complexity of the vehicle. If upfdting is needed, the buyer can list the details of the up -fit
have used 'd.
while building their vehicle on our wehsite to receive a complete quote or a sales representative can be
reached through phone, email or our new We chat feature built on our website.
NAFG will allays pass these quotas onto members and treat them like an upfn to the vehicle.
We have recently created and uploaded a 'How -To Videos' section on the homepage of our "balls which
as whether training is standard or
highlights a step-by-step process on how to build an online quote. This informative video demonstrates how
optional, who provides training, and any
to navigate the website In how to generate a vehicle quote with or without upli ing options. it begins by
explaining how to register an our websim as a member and then details on how to seal vehicle model and
type and the factory options needed.
Describe any technological advances that
Technological accomplishments by Manufactures like Ford Motor Company and General Motors serve members
Once a customized quote is built, clients have the option to finalize the sales transaction by submitting a
your proposed products or services offer.
purchase order to our sales team via email. This gives complete autonomy to the client to purchase vehicles
without the need to speak to a sales rep. If assistance is needed, they can contact sales through email, live
to choose to electrify their vehicle by opting into the Motive Power Systems we can still help supply this kind
chat or phone.
of an upft. For more information, we have attached the product and pricing information within the 'Upfds
If assistance is required to build a quote, our sales rep is also available to walk a client through the e -
procurement process step by step. This ensures someone is available to answer any questions if needed
41
and empowering the client to make any future pumhasas on their own. Clients may also call or email the
. National Auto Fleet Group helped create the Climate Mayor Purchasing Collaborative by partnering with over
Insists at the company and receive a customized vehicle quote.
Table 8: Value -Added Attributes
Line Nem
Question
RaeFm i
39
Describe any product, equipment,
National Auto Fleet Group extends any and all product, equipment, maintenance and operating programs
maintenance, or operator training
provided by the Manufacturer direcly to Sourcewell participating entities during the quoting process. The
programs that you offer to Sourcewell
manufacturer will provide quotes to the member based on the vehicles Gass and size, and geographic location.
participating entities. Include details, such
NAFG will allays pass these quotas onto members and treat them like an upfn to the vehicle.
as whether training is standard or
optional, who provides training, and any
costs that appy.
40
Describe any technological advances that
Technological accomplishments by Manufactures like Ford Motor Company and General Motors serve members
your proposed products or services offer.
by keeping many models available for members to choose from. Additionally, NAFG allows members the ability
to choose to electrify their vehicle by opting into the Motive Power Systems we can still help supply this kind
of an upft. For more information, we have attached the product and pricing information within the 'Upfds
Available' and 'All 15 Manufactures' ZIP files under the supporting documents portion of the application.
41
Describe any 'green" initiatives that relate
. National Auto Fleet Group helped create the Climate Mayor Purchasing Collaborative by partnering with over
to your company or to your products or
400 Mayors nationwide. This initiative was created for the benefit of members who wanted to create and
services, and include a list of the
sustain an all-elecfdc fleet. We offer 100% purely electric vehicles your members to choose from. Some popular
certifying agency for each.
models include the Chevrolet Boit, Ford Fusion, Ford Mustang Mach -E, as well as Ford's all electric F-150. We
are confident that as more OEM's continue to manufacture new electric vehicles, we will provide them for
members to select from. More information about this Initiative can be found at www.Drivemi eet.org
42
Identify any third -party issued eco4abels,
NAFG has the Califomia Air Resource Board (CARS) Certificate as well as the Ford Qualified Vehicle Modifier
ratings or certifications that your company
Certificate on file with some of our partner suppliers and upfitlers hotel these certifications and these
has received for the equipment or
certifications help illustrate how each vehicle conserves energy and remains energy efficient.
products included in your Proposal related
to energy efficiency or conservation, life-
cycle design (cradle -tit -cradle), or other
greentsustalnability, factors.
43
Describe any Women or Minority
NAFG hells a current partnership with many suppliers some of which are veteran owed such as Pacific Truck
Business Emig (WMBE), Small Business
Body located in CA. Our Ford, Chevrolet and Ram,Jeep,Dodge,Chrysler stores are jointly owned and operated
Entity (SBE), or veteran owned business
by Minorities.
certifications that your company or hub
partners have obtained. Upload
documentation of certification (as
applicable) in the document upload
section of your response.
44
What unique attributes does your
National Auto Fleet Group was not only built on dedication and hard work, but also through quantifiable
company, your products, or your services
metrics that drecty measure the results of our efforts to ensure real goals are being measured and met.
offer to Sourcewell participating entities?
Through measuring results, NAFG takes responsibility in ensuring we deliver only the best customer care to
What makes your proposed solutions
your members. NAFG offers members 24 hour website access to customer support to personably walk
unique in your industry as it applies to
members through any questions they may have. No matter what the issue may be, we always think outside the
Sourcewall participating entities?
box to help members find a solution.
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-7809-48BC-BB50-F1A7A7104FDA
Table 9A: Warranty
Describe in detail your man ufacturerwarranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You
may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to
responding to the questions below.
Lina Mem
Question
Response -
Mem
45
Do your warranties cover all products, parts, and labor?
Each of the 15 manufactures we represent cover their own products, parts, and labor. All
Describe your payment terms and accepted payment
Standard payment terms are Net 20, with a 10 — day grace period.
that apply to your services
warranty information may be found in our attachments under the ZIP File "AII 15
53
Describe any service standards or guarantees that
Manufactures'.
46
Do your warranties impose usage restrictions a other
Prior to purchase, members should be aware of each manufacturers restrictions. Such as
review, we have attached a PDF called "NCL Sample Lease' in the "Member Walk Through' Zip file.
limitations that adversely affect coverage?
improper use of the "hide may result in disqualification of coverage under the OEM's
'
propose to use in connection with an awarded contract
warranty. An example of this may be an F-350 being used for a police related pursuit, which
(order forms, terms and conditions, service level
produce swift and accurate quanery reporting.
may void certain warranties. Although, we always welcome and encourage members 10
agreements, etc). Upload a sample of each (as
contact us for their particular warranty coverage.
47
Do your warranties cover the expense of technicians' travel
In some cases, manufacturers will tow, a members vehicle to the nearest warranty repair
57
Do you accept the P -card pmwrament and payment
time and mileage to perform warranty repairs?
facility in case of a breakdown and cover expenses, but prior approval is required.
process? If so, is there any additional cost to
48
Are there any geographic regions of the United States or
This may vary from manufacturer to manufacturer. Thus, we encourage members to call in
Canada (as applicable) for which you cannot provide a
prior to purchase and Inquire about their spec region and how their warranty repairs will
certified technician to perform warranty repairs? How will
be covered with their manufacturer.
Sourcewell participating entities in mese regions be provided
service for warranty repair?
49
Wit you cover warranty service for items made by other
All warranties arc typically passed on to the original equipment manufacturer and any upfd
manufacturers mat are part of your proposal, or are these
warranty will be passed on to the upfiner to perform.
warranties issues typically passed on to the original
equipment manufacturer?
50
Va1at are your proposed exchange and return programs and
If a member changes their mind, NAFG will quickly make every effort to change or cancel
policies?
the order with the factory. However, once the manufacturer begins producing the vehicle, mere
are no changes, exchanges, or refunds available. The order is men deemed non -cancellable.
This includes any upfd equipment an uplifter has ordered for the unit.
51
Describe any service contract options for the items included
NAFG offers any and all manufacturer service contracts for all members. There are several
in your proposal.
parameters in which a service contract may be customizable. These customized service
contracts will be treated as add factory options and following me same discount schedule
provided in the pricing file.
Table 9B: Performance Standards or Guarantees
Describe in detail your performance standards or guarantees, including conditions and requirements to qualify, claims procedure, and overall structure. You may
upload representative samples of your performance materials (if applicable) in the document upload section of your response in addition to responding to the
questions below.
Lina
ram
Question
Rrponae
Mem
52
Describe any performance standards or guarantees
The only guarantee we can ever provide is the guaranies that we will treat and help every member
Describe your payment terms and accepted payment
Standard payment terms are Net 20, with a 10 — day grace period.
that apply to your services
that contacts with respect, integrity and professionalism.
53
Describe any service standards or guarantees that
NAFG and staff uphold high standards with how we provide service to the members, not only holding
use by educational or governmental entities.
apply to your services (policies, metrics, KPIs, etc)
each other accountable but by embracing member feedback of how we can improve. Then we act
review, we have attached a PDF called "NCL Sample Lease' in the "Member Walk Through' Zip file.
56
upon it and implement improvements.
National Auto Fleet Group's munsaction pmcew (Purchase Order) is closely tracked, well documented, and
Table 10: Payment Terms and Financing Options
Uno
Question
Reslwrw•
Mem
54
Describe your payment terms and accepted payment
Standard payment terms are Net 20, with a 10 — day grace period.
methods?
55
Describe any leasing or financing options available for
. In order to provide leasing or financing options, NAFG has partnered with National Cooperative Leasing to
use by educational or governmental entities.
offer leasing terms for Sourcewell members for all NAFG quotes under the Sourcewell contract. For fuller
review, we have attached a PDF called "NCL Sample Lease' in the "Member Walk Through' Zip file.
56
Describe any standard transaction documents that you
National Auto Fleet Group's munsaction pmcew (Purchase Order) is closely tracked, well documented, and
propose to use in connection with an awarded contract
neatly organized to monitor each transaction performed through our Sourcewell Contract. This way, NAFG may
(order forms, terms and conditions, service level
produce swift and accurate quanery reporting.
agreements, etc). Upload a sample of each (as
applicable) in the document upload section of your
response.
57
Do you accept the P -card pmwrament and payment
Yes, NAFG accepts up to $2,500 per vehicle. However, any dollar amount higher than $2,500 will require a P -
process? If so, is there any additional cost to
card/ Credit Card transactional fee that would be passed onto the member
Sourtewell participating entities for using this process?
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-7809-48BC-B850-F1A7A7104FDA
Table 11: Pricing and Delivery
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the tens of
an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form.
Line
Mem
Question
Reponse'
fib
58
Describe your pricing model (e.g., line -dem discounts or pmduct-category
National Auto Fleet Group is offering Line -Item Discounts Off Manufacture
overall value to the member with
discounts). Provide detailed pricing data (including standard or list
Suggested Retail Price for 15 manufacturers that is detailed in the Price File.
each and every quote.
pricing and the Sourcewell discounted price) on all of the items that you
NAFG wiA also offer any Upfts to be added to any and all vehicles' that members
want Soun ew ell to consider as pan of your RFP response. If applicable,
wish to add. Details arc located on the Price Summary Page in the Price File.
provide a SKU for each Rem in your proposal. Upload your pricing
materials ('d applicable) in the document upload section of your response.
59
Quantity the pricing discount represented by the pricing proposal in this
NAFG has an provided offerings from 15 Brands/OEMS and there respective
response. For example, ff the pricing in your response represents a
percentage off vary and are detailed in the "Price File" zip
percentage discount from MSRP or list, state the percentage or
percentage range.
Each Manufacture Range is detailed in the tabs below, here is an
overview
Chevrolet from -.077 to 24.45 %
Ford Motor Company from 5.19 to 23.31 %
GMC from 6.14 to 22.45 %
Ram from 4.99 to 14.23 %
Dodge from 3.09 to 9.96 %
Jeep from 1.38 to 4.17 %
Chrysler from 1.65 to 4.55 %
Toyota from .03 to 8.98 %
Honda from 1.34 to 4.9 %
Nissan from -.085 to 14.61 %
Buick from 2.36 to6.08
Kia from .69 to 8.39 %
BMW from 3.8 to 4.77 %
Cadillac from 4.22 to 6.77 %
Volkswagen from 2.17 to 2.46 %
60
Describe any quantity or volume discounts or rebate programs that you
If clients are considering an order of 150 or more units, we encourage members
offer.
to contact us for any additional discounted quotes.
fit
Propose a method of facilitating 'sourced" products or related services,
-Open Market- products or 'Sourced Goods' will be considered and treated as
which may be referred to as "open market items or 'nonstandard
regular upPos. However, they may be quoted up to a 10% mark up, R applicable.
options'. For example, you may supply such items "at cost' or "at cost
plus a percentage; or you may supply a quote for each such request.
fit
Identify any element of the total cost of acquisition that is NOT included
All considerations have already been taken into account in its entirely. The Price
in the pricing submitted with your response. This includes all additional
Summary Page and Price Table contained in the price file includes all considered
charges associated with a purchase that are not directly identified as
costs. Although ff a member requested a specialized quote for a unique situation
freight or shipping charges. For example, list costs for Rema like pre-
that requires special training, direction, or installation, the additional costs would be
'
delivery inspection, installation, set up, mandatory training, or initial
added as a part of the upm and then included inside the members quote.
inspection. Identify any parties that impose such costs and their
relationship to the Proposer.
63
K freight, delivery, or shipping is an additional cost to the Sourcewell
All manufactures charge a standard "Factory Destination Charge'. However, that is
participating entity, describe in detail the complete freight, shipping, and
separate from the ireight/destnation cast that members may incur to ship a vehicle
delivery program.
to and from an installer, R applicable. These subsequent locational movements may
'
here additional freight costs that will be outlined within the members quote for
their review prior to purchase.
64
Specifically describe height, shipping, and delivery terms or programs
Freight, shipping, and delivery terms among mese regions sometimes carry
available for Alaska, Hawaii, Canada, or any offshore delivery.
addtional logistical changes for added ferry, pan and driver costs from both to and
from the mainland. These added costs will be disclosed on the quote for
members to review and approve prior to purchase.
65
Describe any unique distribution and/or delivery methods or options
National Auto Fleet Group already has a well-established Automobile Franchise
offered in your proposal.
Distribuflon Network that allows for swift and relatively seamless delivery to
members and their and users.
Table 12: Pricing Offered
Line
Ilan
ThePddng Offend Ing" Proposal b:'
Comments
fib
c. better than the Proposer typicallyoffers to GPOs, cooperative procurement organizations, a state purchasing departments.
NAFG Strives to offer the best
overall value to the member with
each and every quote.
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
Table 13: Audit and Administrative Fee
Line
Nem
Grwsdon
Response•
70
67
Specifically desmbe any self -audit process or program that you plan to employ
Sourcewell participating members are able to obtain proper pricing directly
products, and services that you are offering in your
represent, they have over 100 makes and models for members to choose from that range from Class
to verify compliance with your proposed Contract with Sourcewell. This process
from our website, where they are able to use our user-friendly design to
1-3 and supporting Class 4 Cab and Chassis trucks. NAFG's platforms can add any upfit of their
73
includes ensuring that Sourcewell parkipating entities obtain the proper pricing,
build and price their vehicles. The NAFG is updated daily to reflect
15 Manufacturers totaling well above 700
that the Vendor reports all sales under the Contract each quarter, and that the
updated manufacturer MSRP information. Our system wild provide members
makes and models
choosing. NAFG and the supplier will work together to supply members with turnkey quotas.
Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail
with an accurate quote 99.99% of the time. In addition, NAFG has a
National Auto Fleet Group lists the makes and models of all 15 manufacturers we represent under the
to support your ability to report quarterly Saks to Sourcewell as described in the
stream line and organized process hat calculates administrative fees and
makes and models
your products and services.
Contract template.
allows NAFG to give a turnaround time of 15 — 30 days for quarterly
15 Manufacturers totaling well above 700
members in the price file.
reports.
makes and models
68
If you are awarded a contract, provide a few examples of internal metrics that
One of the internal metrics NAFG uses to track and measure success
15 Manufacturers totaling well above 700
will be tracked to measure whether you are having success with the contract.
with the Sourcewell Conned is maintained through our website. Our
makes and models
77
Conventional internal combustion models
webshe keeps a detailed log of quotes that members are generating. We
15 Manufacturers totaling well above 700
oversee and keep track of how many quotes are being generated and
makes and models
78
Natural gas or propane autogas, hybrid, or alternative fuel
which quotes are mel with a purchase ander. Every month we evaluate our
15 Manufacturers totaling well above 700
models
sales indicators and closely monitor the volume and frequency at sales.
makes and models
79
Electric powered models
One example is by evaluating which members are purchasing from our
15 Manufacturers totaling well above 700
platform — new members or frequent members to ensure we are growing
makes and models
our member base. We use these metrics to measure our projected growth
Fate and work to exceed our expectations.
69
Identify a proposed administrative fee that you will pay to Sourcewell for
NAFG will it $ 300 per vehicle purchased through NAFG and $ 200
facilitating, managing, and promating the Sourcewell Contract in the event that
per vehicle purclhsubmased though our partner dealer Alan Jay Automotive. For
you are awarded a Contract. This fee is typically calculated as a percentage of
the purpose of an admin fee there are no other partner dealer groups
Vendors sales under the Contract or as a per-unit fee; M is not a line -Mem
considered,
addition to the Members cost of goods. (See the RFP and template Contract for
additional details.)
Table 14A: Depth and Breadth of Offered Equipment Products and Services
Lina
Nam
thestlon
Respoma•
70
Provide a detailed description of the equipment,
NAFG has provided a 'Madel Roll Our Charts in the 'Price File" zip, but of the 15 manufacturers we
r Yes
products, and services that you are offering in your
represent, they have over 100 makes and models for members to choose from that range from Class
proposal.
1-3 and supporting Class 4 Cab and Chassis trucks. NAFG's platforms can add any upfit of their
73
Sport Utility Vehicles
choosing, ranging from toolboxes to Line Mechanic Bodies. Any and all upfits can be added to any
15 Manufacturers totaling well above 700
one of our vehicles through one of our upon partner suppliers or by an upfit supplier of the members
r No
makes and models
choosing. NAFG and the supplier will work together to supply members with turnkey quotas.
71
Whin this RFP category there may be subcategories
National Auto Fleet Group lists the makes and models of all 15 manufacturers we represent under the
of solutions. List subcategory titles that best describe
ZIP File 'AN 15 Manufactures'. These 15 OEMs make up over too combined makes, models, and
makes and models
your products and services.
engine mmbinations for members to select from along with several subtitle 'Upfns° detailed for
r. Yes
15 Manufacturers totaling well above 700
members in the price file.
Table 14B: Depth and Breadth of Offered Equipment Products and Services
Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box
provided, as necessary.
Lint hem
CaaaporyorTyps
Clmrad•
commmm
72
Automobiles
r Yes
15 Manufacturers totaling well above 700
r No
makes and models
73
Sport Utility Vehicles
r• Yes
15 Manufacturers totaling well above 700
r No
makes and models
74
Vans
r. Yes
15 Manufacturers totaling well above 700
r No
makes and models
75
Tmda
r. Yes
15 Manufacturers totaling well above 700
r No
makes and models
76
Vehicles described in Lines 72-75 above for Public Safety
r Yes
15 Manufacturers totaling well above 700
applications
r thio
makes and models
77
Conventional internal combustion models
ryes
15 Manufacturers totaling well above 700
r W
makes and models
78
Natural gas or propane autogas, hybrid, or alternative fuel
r. Ya
15 Manufacturers totaling well above 700
models
r No
makes and models
79
Electric powered models
r Yes
15 Manufacturers totaling well above 700
r No
makes and models
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-7B09-48BC-B85D-F1A7A7104FDA
Table 15: Exceptions to Terms, Conditions, or Specifications Form
Line Item 80. NOTICE: To identify any exception, or to request any modification, to the Sourcewell template Contract terms, conditions, or specifications, a
Proposer must submit the exception or requested modification on the Exceptions to Terms, Conditions, or Specifications Form immediately below. The contract
section, the specific text addressed by the exception or requested modification, and the proposed modification must be identified in detail. Proposers exceptions and
proposed modifications are subject to review and approval of Sourcewell and will not automatically be included in the contract.
Documents
Ensure your submission document(s) conforms to the following:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Souncewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded
document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single Item, you should combine the documents into one zipped file. If the zipped file contains more than
one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan
category save the document as 'Marketing Plan."
• pricing - NAFG Price File for Bid 091521.zip - Monday September 13, 2021 19:29:27
• Financial Strength and Stabifty - Market Success and Financial Stability.zip - Monday September 13, 2021 19:30:12
• Marketing Plan/Samoles - Marketing Plan Compressed.zip - Tuesday September 14, 2021 11:38:30
• WMBE/MRE/SBE or Related Certifi at s _ Insurance and Related Documents.zip - Tuesday September 14, 2021 11:40:18
• Warranty Information - Waranties RFP 091521.zip - Tuesday September 14, 2021 11:40:36
• Standard Transact on Document Samoles - Standard Transaction.zip - Monday September 13, 2021 19:54:48
• upload Additional Document - ALL 15 Makes and Upfits.zip -Tuesday September 14, 2021 11:35:54
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
DocuSign Envelope to: CF25B13B-7809-48BC-B85D-F1A7A7104FDA
Addenda, Terms and Conditions
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and
Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its
residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created
without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been
created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or
business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free
trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual
or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to
an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendors objectivity
in performing the contract is, or might be, impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized
agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms,
conditions, and scope of a resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver
such equipment, products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell
Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an
awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety.
Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is
awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade
secret," and thus nonpublic data under Minnesota's Data Practices Act.
11. Proposer its employees, agents, and subcontractors are not:
1. Included on the 'Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States
Department of the Treasury found at: httos:/Avww.treasury aov/ofac1downloads/sdnl st ndt,
2. Included on the government -wide exclusions lists in the United States System for Award Management found at: http //=am any/SAM ; or
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota;
the United States federal government 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 solicitation.
P By checking this box I acknowledge that I am bound by the terms of the Proposers Affidavit, have the legal authority to submit this Proposal on behalf of the
Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not
be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Jesse Cooper, Fleet
Manager, 72 Hour LLC
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or
potential Conflict of Interest in performing the contractual obligations contemplated in the bid.
r Yes r. No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document.
Bid Number: RFP 091521 Vendor Name. 72 HOUR LLC
DocuSign Envelope ID: CF25B13B-7B0g48BC-B85D-F1A7A7104FDA
Check the box in the column I have reviewed this addendum" below to acknowledge each of the addenda.
I have reviewed the
File Name
below addendum and
pages
attachments (if
applicable)
Addendum_6_ Autos SUVa_Vana_Tmcks RFP_091521
Wed September 8 202106:27 PM
O
1
Addendum 5 Autos SWa_Vana_trucks RFP 091521
__
Tue September 7202107:28 PM
F
2
Addendum 4_Autos SUVs Vans_Tmeks_RFP_091521
Thu August 26202105: 55 PM
F
1
Addendum 3 Autos SUVs Vans_ Trucks_RFP_091521
Mon August 23 2021 09:47 AM
17
1
Addendum 2 Autos SUVs_Vans_Tmeks_RFP_091521
Sun August 8 202109:02 PM
F
1
Addendum_i_ Autoa SUVs Vans_Tmeks_RFP_091521
Thu August 5 2021 03:58 PM
A
1
Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC
Attachment B
Resolution No. 2025-06
RESOLUTION NO. 2025-06
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
ROSEMEAD, CALIFORNIA, TO AMEND THE FISCAL YEAR 2024-25
OPERATING BUDGET AND APPROPRIATE ADDITIONAL FUNDS FOR
THE ACQUISITION OF A NEW GRAFFITI TRUCK
WHEREAS, the City Council adopted the Fiscal Year 2024-25 Operating and Capital
Improvement Program budgets on June 27, 2024; and
WHEREAS, amendments must periodically be made to the budget to conform to changed
circumstances following adoption of the budget; and
WHEREAS, the Fiscal Year 2024-25 budget included funding for the acquisition of a new
graffiti truck in the amount of $110,000; and
WHEREAS, funding was not fully allocated in the City's approved 2024-25 Budget thus
requiring a revision to add $56,000 to cover the remaining cost of the acquisition; and
WHEREAS, the revised appropriation constitutes an update to the 2024-25 Budget
approved pursuant to Resolution No. 2024-30.
THE ROSEMEAD CITY COUNCIL HEREBY RESOLVES AS FOLLOWS:
SECTION 1: The City Council hereby approves an appropriation in the amount of Fifty -
Six Thousand Dollars ($56,000) in Gas Tax Funds (Fund 201) to increase funding for the Project.
SECTION 2: The City Clerk shall certify the adoption of this Resolution.
PASSED, APPROVED AND ADOPTED this 28th day of January, 2025.
ATTEST:
Margaret Clark, Mayor
APPROVED AS TO FORM:
Rachel H. Richman, City Attorney Ericka Hernandez, City Clerk
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES) §
CITY OF ROSEMEAD )
I, Ericka Hernandez, City Clerk of the City Council of the City of Rosemead, California,
do hereby certify that the foregoing City Council Resolution No. 2025-06 was duly adopted
by the City Council of the City of Rosemead, California, at a regular meeting thereof held on
the 28th day of January, 2025, by the following vote, to wit:
AYES:
NOES:
ABSENT:
ABSTAIN:
Ericka Hernandez, City Clerk
Attachment C
Quote from National Auto Fleet Group and Vehicle
Configuration
1/6/2025
Mr Chris Camacho
City of Rosemead
8838 East Valley Boulevard
Rosemead, California, 91770
Dear Chris Camacho,
National Auto Fleet Group
A Dnlalan or Cnaxroieo of Wauonvnio
490 Auto Center Drive, Watsonville, CA 95076
(855) 289-6572 a (831) 480-8497 Fax
Fleet3NationalAuto FleetGroup.com
Quote ID: 30682
National Auto Fleet Group is pleased to quote the following vehicle(s) for your consideration.
One (1) New/Unused (2025 Ford Super Duty F-660 DRW (FSG) XL 2WD Reg Cab 169" WB 84" CA, Roadline
Products USA Graffiti Truck) and delivered to your specified location, each for
One Unit One Unit Total % Total Savings
(MSRP) Savings
Contract Price $59,470.00 $57,884.86 2.665% $1,585.14
Tax (9.5000 %) $5,499.06
Roadline Products USA $101,750.00
Graffiti Truck
Tire fee $8.75
Total $165,142.67
- per the attached specifications.
This vehicle(s) is available under the Sourcewell Contract 091521 -NAF. Please reference this Contract number on
all purchase orders to National Auto Fleet Group. Payment terms are Net 20 days after receipt of vehicle.
Thank you in advance for your consideration. Should you have any questions, please do not hesitate to call.
Sincerely,
Yesenia Covarrubias / Joshua Jerome
Fleet Department
Account Manager
yesenia@watsonvillefleetgroup.com
(626) 457-5590
fL/
TOYYOO
TA
Vehicle Configuration Options
ENGINE
Code
IDescription
99N
I Engine: 7.31-2V DEVCT NA PFI V8 Gas, (STD)
TRANSMISSION
Code
IDescription
44G
Transmission: TorgShift 10 -Speed Automatic, (STD)
TIRES
Code
Description
TGJ
Tires: 225/70Rx19.5G BSW A/P, (STD)
PRIMARY PAINT
Code
IDescription
Z1
10xford White
SEAT TYPE
Code
Description
AS
Medium Dark Slate, HD Vinyl 40/20/40 Split Bench Seat, -inc: center armrest, cupholder,
storage, 2 -way adjustable driver/passenger headrests and driver's side manual lumbar
AXLE RATIO
Code
IDescription
X48
14.88 Axle Ratio, (STD)
ADDITIONAL EQUIPMENT
Code
Description
18B
Platform Running Boards
153
Front License Plate Bracket
872
Rear View Camera & Prep Kit, -inc: Pre-installed content includes cab wiring and frame
wiring to the rear most cross member, Upfitters kit includes camera w/mounting bracket, 20'
jumper wire and camera mounting/aiming instructions
76C I
Exterior Backup Alarm (Pre -Installed)
OPTION PACKAGE
Code IDescription
660A 10rder
Code 660A
2025 Fleet/Non-Retail Ford Super Duty F-550 DRW XL 2WD
Reg Cab 169" WB 8411 CA
WINDOW STICKER
2025 Ford Super Duty F-550 DRW XL 2WD Reg Cab 169" WB 84" CA
CODE MODEL MSRP
F5G 2025 Ford Super Duty F-550 DRW XL 2WD Reg Cab 169" WB 84" CA $56,520.00
Please note selected options override standard equipment
SUBTOTAL $57,475.00
Advert/ Adjustments $0.00
Manufacturer Destination Charge $1,995.00
TOTAL PRICE $59,470.00
Est City: N/A MPG
Est Highway: N/A MPG
Est Highway Cruising Range: N/A mi
Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating
conditions.
Notes
OPTIONS
99N
Engine: 7.3L 2V DEVCT NA PFI V8 Gas, (STD)
$0.00
44G
Transmission: TorgShift 10 -Speed Automatic, (STD)
$0.00
TGJ
Tires: 225f7ORx19.5G BSW A/P, (STD)
$0.00
Z1
Oxford White
$0.00
AS
Medium Dark Slate, HD Vinyl 40/20/40 Split Bench Seat, -inc: center armrest, cupholder, storage,
$0.00
2 -way adjustable driver/passenger headrests and driver's side manual lumbar
X48
4.88 Axle Ratio, (STD)
$0.00
18B
Platform Running Boards
$320.00
153
Front License Plate Bracket
$0.00
872
Rear View Camera & Prep Kit, -inc: Pre-installed content includes cab wiring and frame wiring to
$415.00
the rear most cross member, Upfitters kit includes camera w/mounting bracket, 20' jumper wire
and camera mounting/aiming instructions
76C
Exterior Backup Alarm (Pre -Installed)
$220.00
660A
Order Code 660A
$0.00
Please note selected options override standard equipment
SUBTOTAL $57,475.00
Advert/ Adjustments $0.00
Manufacturer Destination Charge $1,995.00
TOTAL PRICE $59,470.00
Est City: N/A MPG
Est Highway: N/A MPG
Est Highway Cruising Range: N/A mi
Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating
conditions.
Notes
Standard Equipment
MECHANICAL
Engine: 7.31-2V DEVCT NA PFI V8 Gas (STD)
Transmission: TorgShift 10 -Speed Automatic -inc: 1OR140 w/neutral idle, SelectShift and selectable
drive modes: normal, tow/haul, eco, slippery roads and trail (STD)
4.88 Axle Ratio (STD)
EXTERIOR
Tires: 225/70Rx19.5G BSW A/P (STD)
WHEELS
Wheels: 19.5" x 6" Argent Painted Steel -inc: Hub covers/center ornaments not included
ADDITIONAL EQUIPMENT
50 -State Emissions System
Transmission w/Oil Cooler
Rear -Wheel Drive
68-Amp/Hr 750CCA Maintenance -Free Battery w/Run Down Protection
190 Amp Alternator
Towing Equipment -inc: Trailer Sway Control
Trailer Wiring Harness
11310# Maximum Payload
GVWR: 18,000 lbs Payload Package
HD Shock Absorbers
Front And Rear Anti -Roll Bars
Firm Suspension
Hydraulic Power -Assist Steering
40 Gal. Fuel Tank
Single Stainless Steel Exhaust
Dual Rear Wheels
Front Suspension w/Coil Springs
Solid Axle Rear Suspension w/Leaf Springs
4 -Wheel Disc Brakes w/4 -Wheel ABS, Front And Rear Vented Discs, Brake Assist and Hill Hold Control
Upfitter Switches
Clearcoat Paint
Black Front Bumper w/Black Rub Strip/Fascia Accent and 2 Tow Hooks
Black Fender Flares
Black Side Windows Trim and Black Front Windshield Trim
Black Door Handles
Black Power Heated Side Mirrors w/Convex Spotter, Manual Folding and Turn Signal Indicator
Manual Extendable Trailer Style Mirrors
Fixed Rear Window
Light Tinted Glass
Variable Intermittent Wipers
Aluminum Panels
Front Splash Guards
Black Grille
Autolamp Auto On/Off Reflector Halogen Daytime Running Lights Preference Setting Headlamps
w/Delay-Off
Cab Clearance Lights
Perimeter/Approach Lights
Radio w/Seek-Scan, Clock and Speed Compensated Volume Control
Radio: AM/FM Stereo w/MP3 Player -inc: 4 speakers
Fixed Antenna
SYNC 4 Communication & Entertainment System -inc: enhanced voice recognition, 911 Assist, 8" LCD
center stack screen, Appl-ink and 1 smart-charging USB port
2 LCD Monitors In The Front
4-Way Driver Seat -inc: Manual Recline and Fore/Aft Movement
4-Way Passenger Seat -inc: Manual Recline and Fore/Aft Movement
Manual Tilt/Telescoping Steering Column
Gauges -inc: Speedometer, Odometer, Oil Pressure, Engine Coolant Temp, Tachometer, Transmission
Fluid Temp, Engine Hour Meter, Trip Odometer and Trip Computer
FordPass Connect 5G Mobile Hotspot Internet Access
Compass
Remote Keyless Entry w/Integrated Key Transmitter, Illuminated Entry and Panic Button
Cruise Control w/Steering Wheel Controls
Manual Air Conditioning
Illuminated Locking Glove Box
Interior Trim-inc: Chrome Interior Accents
Full Cloth Headliner
Urethane Gear Shifter Material
HD Vinyl 40/20/40 Split Bench Seat -inc: center armrest, cupholder, storage, 2-way adjustable
driver/passenger headrests and driver's side manual lumbar
Day-Night Rearview Mirror
Passenger Visor Vanity Mirror
Full Overhead Console w/Storage and 2 12V DC Power Outlets
Front Map Lights
Fade-To-Off Interior Lighting
Full Vinyl/Rubber Floor Covering
Smart Device Remote Engine Start
Instrument Panel Covered Bin and Dashboard Storage
Power 1st Row Windows w/Driver And Passenger 1-Touch Up/Down
Delayed Accessory Power
Power Door Locks w/Autolock Feature
Driver Information Center
Trip Computer
Outside Temp Gauge
Digital/Analog Appearance
Seats wNinyl Back Material
Manual Adjustable Front Head Restraints
Perimeter Alarm
SecurilockAnti-Theft Ignition (pats) Immobilizer
2 12V DC Power Outlets
Air Filtration
Driveline Traction Control
Side Impact Beams
Dual Stage Driver And Passenger Seat-Mounted Side Airbags
Pre-Collision Assist with Automatic Emergency Braking (AEB)
Lane Departure Warning
Collision Mitigation-Front
Dual Stage Driver And Passenger Front Airbags w/Passenger Off Switch
Safety Canopy System Curtain 1st Row Airbags
Outboard Front Lap And Shoulder Safety Belts -inc: Height Adjusters