Loading...
HomeMy WebLinkAbout12 - Purchase Agreement for One (1) Vactor 2110 "CNG" Sewer CleanerQ �EwaaR� O INA >, z Cq<I FO RNP TO: FROM CITY OF NEWPORT BEACH City Council Staff Report November 28, 2017 Agenda Item No. 12 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Mike Pisani, Municipal Operations Director - 949-644-3055, mpisani@newportbeachca.gov PREPARED BY: Joshua Rosenbaum, Senior Management Analyst — 0rosenbaum(Dnewportbeachca.gov PHONE: 949-644-3057 TITLE: Approval of Purchase Agreement with Haaker Equipment Company for One (1) Vactor 2110 "CNG" Sewer Cleaner ABSTRACT: Specialized vehicles are critical for the ability of the Municipal Operations Department to deliver certain vital services to the communitv. The Storm Drain Division utilizes a storm drain cleaner truck for cleaning, vacuuming, and removing debris from the City's storm drains. Proposals for this CNG -powered vehicle were secured based on a National Joint Powers Alliance (NJPA) Cooperative Purchasing Agreement. This purchase will replace a 1999 Vactor unit that has exceeded its normal service life (ten to twelve years) and requires a large amount of maintenance and repair. RECOMMENDATION: a) Determine that the action is exempt from the California Environmental Quality Act (CEQ) pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because it will not result in a physical change to the environment, directly or indirectly; b) Approve an agreement for the purchase of one (1) Vactor 2110 "CNG" Sewer Cleaner from Haaker Equipment Company for a total cost of $485,584.12, and authorize the Mayor or City Clerk to execute the agreement; and c) Approve Budget Amendment No. 18BA-019 in the amount of $485,584.12 transferring $385,584.12 from unappropriated fund balance In the Equipment Replacement Fund and $100,000 from unappropriated fund balance in the AQMD Fund to complete the purchase. FUNDING REQUIREMENTS: Since the purchase of this vehicle was not included in the FY2017-18 Adopted Budget, a budget amendment is necessary. Of the purchase price, $385,584.12 will be expensed from the Equipment Replacement Fund in the Municipal Operations Department, 7529032-911016, and the remaining $100,000.00 will be expensed to the AQMD Fund, 14203-911016. Sufficient funding is available in both Funds' reserve balances. 12-1 Approval of Purchase Agreement with Haaker Equipment Company for One Vactor 2110 "CNG" Sewer Cleaner November 28, 2017 Page 2 DISCUSSION: The Municipal Operations Department operates a fleet of specialized vehicles. Among those vehicles is a 1999 sewer cleaner truck operated by the Storm Drain Division to clean and vacuum debris from storm drains, clarifiers, v -ditches, and CDS units. However, per the Fleet and Facilities Manager, since September 27, 2016 this particular storm drain cleaner truck cannot leave the Corporation Yard for safety/liability reasons and is only used for Yard cleaning and servicing. Since this date, automotive staff have spent 144 hours and over $12,000 in maintenance repairs to try and keep the vehicle usable. The debris tank has deteriorated to the point where it cannot hold water, and replacement of the tank is not economically feasible. Prior to requesting a proposal through the NJPA, staff requested our storm -drain cleaning contractor, Downstream Services, to provide a quote to service and maintain the Corporation Yard facility. At the Corporation Yard, in order to meet National Pollution Discharge Elimination System (NPDES), various clarifiers and debris drains need to be cleaned on a weekly basis. The annual contract cost for this service alone was $94,320. This cost does not cover additional services such as if clogs occur or if emergency call outs are needed. Each additional emergency call -out request is a minimum additional charge of $1,650. Due to the relatively high costs of the annual service as well as the unknown certainty about the number of emergency call outs, contracting out for this function and service is not economically prudent or viable. Most importantly, the Storm Drain Division utilizes the storm drain cleaner truck to ensure optimal operational efficiency of the 87 tidal valve boxes on Balboa Peninsula and Balboa Island to minimize the potential flooding that may arise due to high tides or unusually high surf incidents. In addition, this storm drain cleaner truck would assist with code enforcement issues and mitigate impacts to the harbor and water quality during minor spills, traffic accidents, and other isolated events that could be potentially damaging to the harbor and overall water quality. Lastly, this new storm drain cleaner truck could serve as a back up to the Wastewater Division should the need arise for sewer cleaning or in case of emergencies as well as provide assistance to other agencies through mutual aid. The Fiscal Year 2017-18 Adopted Budget did not specifically provide funding to replace unit 3337, a 1999 Vactor truck that has exceeded its expected service life, no longer performs up to standards, and has required extensive maintenance repairs over the past year. Therefore, a budget amendment is necessary. The City/Vehicle Equipment Guidelines (City Council Policy F-9) states that Vactors and Sewer Rodders should normally be replaced after 10 years of service. This unit was placed into service in 1999. As required by AQMD Rule 1193, the new truck will be powered by compressed natural gas (CNG). As a member of NJPA, the City is able to leverage national contracts for products, equipment, and service. The NJPA is a public agency that serves as a cooperative for over 50,000 member agencies nationwide. Utilizing NJPA membership resources, the City found an active RFP conducted by NJPA for several types of specialized vehicles, including excavating trucks. 12-2 Approval of Purchase Agreement with Haaker Equipment Company for One Vactor 2110 "CNG" Sewer Cleaner November 28, 2017 Page 3 The RFP resulted in Vactor brand cleaner equipment being selected, and the proposal by Vactor's local distributor, Haaker Equipment, meets the specifications of the City. As a member of NJPA, the City is able to take advantage of a 3% discount ($13,937) on the $464,596 cost of the equipment, before taxes. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Attachment A — Purchase Agreement with Haaker Equipment Company Attachment B — Budget Amendment 12-3 ATTACHMENT A PURCHASE AGREEMENT FOR ONE (1) VACTOR 2110 ("CNG") SEWER CLEANER FROM HAAKER EQUIPMENT COMPANY This Purchase Agreement ("Agreement") is entered into as of this 28th day of November, 2017 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and HAAKER EQUIPMENT COMPANY, a California corporation ("Vendor"), whose principal place of business is 2070 North White Avenue, La Verne, California 91750. RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City requires One (1) Vactor 2110 ("CNG") sewer cleaner —10 cubic yard capacity ("Equipment") which is being procured pursuant to the City's membership in the National Joint Powers Alliance ("NJPA") Cooperative Purchasing Agreement, through Contract #022014 -FSC, as set forth in Exhibit A, which is attached hereto and incorporated herein by this reference. C. Vendor has carefully reviewed and evaluated the specifications set forth by the City for the Equipment and has committed to deliver the Equipment required for the price specified in this Agreement within three hundred thirty (330) calendar days commencing the Effective Date of this Agreement. D. City has solicited and received a proposal from Vendor's agent, has evaluated the expertise of Vendor, and desires to submit an order for the Equipment under the terms and conditions set forth in this Agreement. NOW, THEREFORE, in consideration of the mutual representations, warranties and covenants, and other terms and conditions as set forth herein, Vendor and City (each a "Party' and together the "Parties") agree as follows: 114NJ1 The Term of this Agreement shall commence on the Effective Date and shall terminate on December 1, 2018, unless terminated earlier as set forth herein. 2. COMPENSATION City shall pay the purchase price as more fully described in the Specifications and Pricing Proposal attached hereto as Exhibit B and incorporated herein by reference. The purchase price for Equipment, including all sales taxes, shall not exceed Four Hundred Eighty Five Thousand Five Hundred Eighty Four Dollars and 121100 ($485,584.12) ("Purchase Price"). 12-4 3. ADMINISTRATION This Agreement will be administered by the City's Municipal Operations Department. The Utilities Manager, or designee, shall be the Purchase Administrator and shall have the authority to act for City under this Agreement. The Purchase Administrator or designee shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 4. DELIVERY 4.1 Delivery to City of the Equipment shall be made within three hundred thirty (330) calendar days from the Effective Date of the Agreement. 4.2 Delivery shall be made to the City's Corporate Yard at 592 Superior Avenue, Newport Beach, California 92663, or such other location as may be designated by City in writing. Time of delivery is of the essence in this Agreement. City reserves the right to refuse the Equipment, or part thereof, and to cancel all or any part of the Equipment not conforming to applicable specifications, samples or descriptions. City shall receive a pro - rata refund for the Equipment, or part thereof, cancelled under this Agreement, within thirty (30) calendar days of City's cancellation. Acceptance of any part of the order for Equipment shall not bind City to accept future shipments nor deprive City of the right to return Equipment already accepted at Vendor's expense. Over shipments and under shipments of Equipment shall be only as agreed to in writing by City. Delivery shall not be deemed to be complete until all Equipment have actually been received and accepted in writing by the City. 4.3 Vendor shall submit all requests for extensions of time for delivery in writing to the City Purchase Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Purchase Administrator shall review all such requests and may, at his/her sole discretion, grant reasonable time extensions for unforeseeable delays that are beyond Vendor's control. 5. ACCEPTANCE/ PAYMENT Unless otherwise agreed to in writing by City, acceptance of the Equipment shall not be deemed complete unless in writing and until all the Equipment, including each part thereof, has actually been received, inspected and tested to the satisfaction of City. Once acceptance of the Equipment is complete, City shall pay Vendor within thirty (30) calendar days thereafter. 6. NOTICES 6.1 All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. Haaker Equipment Company Page 2 12-5 6.2 All notices, demands, requests or approvals from Vendor to City shall be addressed to City at: Attn: Utilities Manager Municipal Operations Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 Phone: 949-644-3059 Fax: 949-650-0747 Email: mPisa ni(cDnewportbeachca.gov 6.3 All notices, demands, requests or approvals from City to Vendor shall be addressed to Vendor at: Attention: Matt Muinch Haaker Equipment Company 2070 North White Avenue La Verne, California 91750 7. ENTIRE AGREEMENT This Agreement contains the entire Agreement between the Parties with respect to all matters herein, and there are no restrictions, promises, warranties, or undertakings other than those set forth herein or referred to herein. No exceptions, alternatives, substitutes or revisions are valid or binding on City unless authorized by City in writing. Electronic acceptance of any additional terms, conditions or supplemental agreements by any City employee or agent, shall not be valid or binding on City unless accepted in writing by the City. The terms of this Agreement shall supersede any inconsistencies between this Agreement and the Exhibits hereto. 8. WARRANTY 8.1 Notwithstanding any other provision of this Agreement, Vendor expressly warrants that the Equipment covered by this Agreement is: 1) free of liens or encumbrances; 2) of merchantable quality and good for the ordinary purposes for which it is used; and 3) fit for the particular purpose for which it is intended. Acceptance of this Agreement shall constitute an agreement upon Vendor's part to indemnify, defend and hold City and its indemnities as identified in Section 13 below, and as more fully described in Section 13, harmless from liability, loss, damage and expense, including reasonable counsel fees, incurred or sustained by City by reason of the failure of the Equipment to conform to such warranties, faulty work performance, negligent or unlawful acts, and non- compliance with any applicable state or federal codes, ordinances, orders, or statutes, including the Occupational Safety and Health Act (OSHA) and the California Industrial Safety Act. Such remedies shall be in addition to any other remedies provided by law. Haaker Equipment Company Page 3 12-6 8.2 Vendor and manufacturer's warranties and certifications are attached hereto as Exhibit C, and incorporated in full by this reference. The warranty period shall commence on the date the Equipment is accepted by the City. All warranty repair work shall be conducted by a Vendor -certified dealer/agent in the Southern California region. 8.3 As of the Effective Date of this Agreement the Vendor -certified dealer/ agent for purposes of all repairs and warranty work is: Haaker Equipment Company, 2070 North White Avenue, La Verne, CA 91750. 8.4 In the event that Vendor designates a different certified dealer/agent for the Southern California region, Vendor shall provide City with written notice of such change within ten (10) days of the change. 9. ASSIGNMENT OR SUBCONTRACTING The terms, covenants, and conditions contained herein shall apply to and bind the heirs, successors, executors, administrators and assigns of the Parties. Furthermore, neither the performance of this Agreement nor any portion thereof may be assigned or subcontracted by Vendor without the express written consent of City. Any attempt by Vendor to assign or subcontract the performance or any portion thereof of this Agreement without the express written consent of City shall be invalid and shall constitute a breach of this Agreement. 10. TERMINATION 10.1 In the event that either Party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that Party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days after receipt of written notice of default specifying the nature of such default and the steps necessary to cure such default, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting Party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, or thereafter fails to diligently take steps to cure the default, the non -defaulting Party may terminate the Agreement forthwith by giving to the defaulting Party written notice thereof. City shall be refunded all money for Equipment not delivered and accepted by City at time of termination within thirty (30) calendar days. Cause for default shall further be defined as any breach of this Agreement, any misrepresentation or fraud on the part of the Vendor and/or filing of any petition in U.S. Bankruptcy Court or entering of Bankruptcy by Vendor. 10.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Vendor. In the event of termination under this Section, City shall pay Vendor for services satisfactorily performed and costs incurred up to the effective date of termination for which Vendor has not been previously paid. City shall be refunded all money for Equipment not delivered and accepted by City at time of termination within thirty (30) calendar days. On the effective date of termination, Vendor Haaker Equipment Company Page 4 12-7 shall deliver to City all equipment, reports, documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 11. CONSENT TO BREACH NOT WAIVER No term or provision of this Agreement shall be deemed waived and no breach excused, unless such waiver or consent shall be in writing and signed by the Party claimed to have waived or consented to such breach. Any consent by any Party to, or waiver of, a breach by the other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any other different or subsequent breach. 12. REMEDIES NOT EXCLUSIVE The remedies for breach set forth in this Agreement are cumulative as to one (1) another and as to any other provided by law, rather than exclusive; and the expression of certain remedies in this Agreement does not preclude resort by either Party to any other remedies provided by law. 13. INDEMNIFICATION 13.1 To the fullest extent permitted by law, Vendor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any work performed or services provided under this Agreement including, without limitation, defects in workmanship or materials (including the negligent and/or willful acts, errors and/or omissions of Vendor, its principals, officers, agents, employees, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 13.2 Notwithstanding the foregoing, nothing herein shall be construed to require Vendor to indemnify the Indemnified Parties from any Claim arising from the sole negligence orwillful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Vendor. 14. CHARGES AND LIENS Vendor shall pay promptly all indebtedness for labor, materials and equipment used in performance of the work. Vendor shall not permit any lien or charge to attach to the Equipment, but if any does so attach, Vendor shall promptly procure its release and, in accordance with the requirements of Section 15 above, indemnify, defend, and hold Haaker Equipment Company Page 5 12-8 City harmless and be responsible for payment of all costs, damages, penalties and expenses related to or arising from or related thereto. 15. INSURANCE Without limiting Vendor's indemnification of City, and prior to commencement of work, Vendor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit D, and incorporated herein by reference. 16. CHANGE OF OWNERSHIP Vendor agrees that if there is a change or transfer in ownership of Vendor's business prior to completion of this Agreement, the new owners shall be required under terms of sale or other transfer to assume Vendor's duties and obligations contained in this Agreement and* complete them to the satisfaction of City. 17. FORCE MAJEURE Vendor shall not be assessed with liquidated damages or unsatisfactory performance penalties during any delay beyond the time named for the performance of this Agreement caused by any act of God, war, civil disorder, employment strike or other cause beyond its reasonable control, provided that Vendor gives written notice of the cause of the delay to City within forty-eight (48) hours of the start of the delay and Vendor avails itself of any available remedies. 18. CONFIDENTIALITY Vendor agrees to maintain the confidentiality of all City and City -related records and information pursuant to all statutory laws relating to privacy and confidentiality that currently exist or exist at any time during the term of this Agreement. All such records and information shall be considered confidential and kept confidential by Vendor and Vendor's staff, agents, employees and subcontractors. 19. FREIGHT (F.O.B. DESTINATION) The Purchase Price includes shipment and delivery of Equipment to designated City location. Vendor assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all products deemed necessary under this Agreement. 20. TERMS AND CONDITIONS Vendor acknowledges that it has read and agrees to all terms and conditions included in this Agreement. Haaker Equipment Company Page 6 12-9 21. SIGNATORIES AUTHORITY Each person executing this Agreement expressly warrants that he or she is authorized to do so on behalf of the entity for which he or she is executing this Agreement. The City and Vendor represent and warrant that this Agreement is executed voluntarily, with full knowledge of its significance. 22. STANDARD PROVISIONS 22.1 Recitals. City and Vendor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 22.2 Compliance with all Laws. Vendor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 22.3 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and Agreements of whatsoever kind or nature are merged herein. No verbal contract or implied covenant shall be held to vary the provisions herein. 22.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Exhibits attached hereto, the terms of this Agreement shall govern. 22.5 Amendments. This Agreement may be modified or amended only by a written document executed by both Vendor and City and approved as to form by the City Attorney. 22.6 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. The California Commercial Code shall be the controlling law for the terms of this Agreement. 22.7 Equal Opportunity Employment. Vendor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 22.8 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either Party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 22.9 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. Haaker Equipment Company Page 7 12-10 22.10 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing Party shall not be entitled to attorneys' fees. 22.11 Counterparts. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original and all of which together shall constitute one and the same instrument. [SIGNATURES ON NEXT PAGE] Haaker Equipment Company AM 12-11 IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation and 1 charter city Date: l /116 11 7 Date: By: By: Aaron C. Harp Kevin Muldoon City Attorney Mayor ATTEST: Date: No Leilani I. Brown City Clerk Attachments: VENDOR: Haaker Equipment Company, a California corporation Date: By: Edward R. Blackman Chief Executive Officer Date: By: Cindy Haaker Secretary [END OF SIGNATURES] Exhibit A: NJPA Cooperative Purchasing Agreement, Contract #022014 -FSC Exhibit B: Specifications and Pricing Proposal for one (1) Vactor 2110 CNG Sewer Cleaner Exhibit C: Warranties Exhibit D: Insurance Requirements Haaker Equipment Company Page 9 12-12 EXHIBIT A NJPA COOPERATIVE PURCHASING AGREEMENT CONTRACT #022014 -FSC Haaker Equipment Company Page A-1 12-13 :a WRA i NJPA VENDOR CONTRACT SUMMARY—FEDERAL SIGNAL DATE RFP # May 27, 2014 022014 AWARDED CONTRACT NUMBER NJPA RFP TITLE & CATEGORY 022014 -FSC SEWER VACUUM, HYDRO -EXCAVATION, Contract covers both Elgin Sweepers & VactorMfg. AND/OR STREET SWEEPER EQUIPMENT WITH pursuant to this RFP. RELATED ACCESSORIES AND SUPPLIES CONTRACT PERIOD PRICING MODEL May 27, 2014 through March 18, 2018 Discount from MSRP (List) DESCRIPTION Street Sweepers & Sewer Vac Trucl&Catch Basin Cleaners VENDOR NAME AND ADDRESS VENDOR CONTACT Federal Signal ESG David Pa:izzi, Business Development Manager 1415 West 220d Street, Suite 1100 Office; (847)622-7153 Oak Brook. IL 60523 Cell:(630) 240-23 85 DPanizzi®elgWmeeper.com www.vactor.com www.elginsweeper.com NJPA CONTRACTS CONSIST OF TI►E FOLLOWING RELATED CONTRACT DOCUMENTATION DOCUMENTS Bid Evaluation "Contract" as used herein shall mean cumulative Bid Comment & Review documentation consisting of this RFP, an entire Proposers Bid Opening Witness Page response, and a fully executed "Acceptance and Award" Affidavit of Advertisement pursuant to this RFP. BoardMinutes • Request for ProRggAl (M) o Bid Acceptance & Award • Diddels Response and Pricing - Available upon request from the NJPA Contract Manager DOCUMENTATION OF CONTRACT MAINTENANCE ADDITIONAL INFORMATION: NJPA INFORMATION NJPA CONTACT Tony Glenz TITLE Contract Manager PHONE EMAIL 218-894-5491 tonv.alenz[a?�pacoop.org ADDRESS WEBSITE 202 12th Street NE, P.O. Box 219, Staples, MN www.nipacopn orU 56479 National Joint Powers Alliance® Contract Purchasing Department 12-14 l; os'iri �.i�► . Information. :P 10PO$; R SUE T74NNAIRTs-.�etieXn# B�siriesS.formetien _'roducls; llc�ng; Sacrar Specific,e�'vtcas, Terns a�.cWarrant�rure.atddiessatl orr Nrm.'1 propo'serl`l ne; _PCoeralSfgneidozp,.(XI&&watt )��iuesiionn itscoiripleteiib)r.• :Aavld aAi . 'Please #i#entify the person IVJPAshpuld.Cprrc�porid:witii fiom notiv tlitvnglt the: Aiverd process:. ° . bTme.:. w _17avid Panizzi . address: :.tlpaaiazf�a tdealslgnal.caist pleads provide as anlawer••to all questions: below .add address :ell regtteats ;mads itt .this :RFP. please use .the Micrasofi Word/Bxool doctititeni vef9ort -of-this qucstinnnah 16 respOd to the,tgieetiona cobtaiited.herein:11ease pravlde.ygnr ' tfnswei to oacii cluestiou :indnntad bcJow "the'giiestiow Please supply any .applioable:9.upporitu inA)rinatiori, and doaumentation yqa feel epprap4ate b additioli. to'answrra: entered to the Wei 'dooument..}111 infetniatton roust be typed, oxgattixed, and e�tsiiy wtidcistood-by evaludtazs:.' Comnaav Tn!`or�lil 1) 'Why did you respond to this.RFP7 e.tivouldlilce to continue the excellent relationship that -w6 have estab]ishiiA withi NgjpA and their McfaVership, 2) Vhat aTayouic compauy'a rxpocitations 3n the event of an award? We ivopId expect coatlaued cooperallort with increased sales to the•ever growing NJPA membership,: 3) Pmvide the itll IeSal ramie, address, tax identifications number, arAte*hoite tfumber for your business: TAX ID Nut lber 36=2351764 •�edeia] Sigoal G`otpareitIoit° .. • . 141A'W.2:2" s[reot ' suite �•iUO...° :. Oak l3rool M,60523. 630-954-1000 - •-. bginonsuate yovr-flb)Adciat s mhgkh and sttib ity.: TM link shown here will provide the latest quarterly aril aonu4. reports: 'hese reports VUI clearly s'heiw Pederal. Sigaal's'finanoial .strengdz aitd ataliilit} . h�(tn:t��vwyz f`c:clerrilg[a,nal o_! AYn,uelp� @pirjrMtanaitu ?n.M� a�� S) �ndleorlz raw,or Have yott ever peri tlta aubjgctofa6ankruptaydefter? please isiit:,Signal Coiporation had. never ijeen tha°atibjecE bf a bank iptoy aotion..' ' 6) Provide a brief history of your coatpaoy :that•included your coiapalif i .core values mid buslmas philosophy; Fe ierol Signal Oorpoiatfon (NYSE - FSS) enhances the safefy, security slid well:beistg of communities and wordplaces around the world. Founded in_ 1401, Federal Signal is: a �Ieadin . glooal deaigaer and manufacturer of pibducts anti: fatal solutioastlyat serve municipal, gbvernmeattd,.i;ndns[riaf -904 inatitut�onal ausioniers. des3d�;4'i#3n-Q1{atut t#rne[tt� wa vmbatk qrt the y` century,. we'ure faced iy th manynew:oppartnnitles itnd'cltaflenges prQvidbig the i3eGessety.ol�e$ning aqd maintenance servie s to our'oltie$; nirpotts add inditstrles In.ah dnvironmantally Riendly manner. With oleaxi alr•ima clean *atei.at the. forefront oftoday's copeetm - now Is the time to.#hink'about* how the eaviroumetiial risks will affeot eonimuilities, business and sovenunent wcrldwid®, :To riteot diose cftallenges, 7edei4 Signal Corpocatiatt has created the l ttvi ufnl ata lana trciHn,. ThGv group includes indttsiry leading solutions frown in 9x 17onfpair3+ abed VatCar c�ttttng ouch with a large;.lnnovativa andproduohvo line of erivirnittrisntat cleaning ,products. Otic v9ssion is to cahance the safety,. security and wall -hemp of catpmurttties and woitcpIacs 0 around the world: 12-15 7.) How 14t]g'pa§ your cotbpapy. been in the "B$NVER *ACT) HYDRO -E _4*AT10$, ASID/Q1t $T)l1EET SWEEr41L EQUVMEt`P .W1TH_ RIMA11D ACCE88ORIM AKb $ ;tC '`t industry? II in ewe rr. omtiany 1tas. beed cleanln� iaadcvays siitca 113.14 pf atti g tip and disposing of bamifu{.debris heore'it corttaminates suxface runpff aid accumatates lata rogdeidc pollution. Today Etgln ie"ihe (balling mgrtufat:Eurer of swepecs.fox ttttit#Gipai, aantraclpT, " aitpbrt•aiti3i�dtistrial: sweeplttg:r�eede, ..l�gui sweeper a�%rs tho;y✓grld"s fi�dadest deaeotion . of treat splenpers urzd fnoludes Rlf viiclt�tions of taday'� sw,aepingleot�nolagy.--trielianical, vaottrtm„regeritlrative air, and now:wttteriass dgst cpntia]r #'iV1I0-ugmplfance, flrid: ` ajtGritatively. fabled sweepers,° $lgia Sweep6r is Ieadirig.ihei way t'o>` testing'sweoper ef#activeness;aniifo�Bilrip�jaalif�catiorr.:i+roin gtnet] sheet rnaintenancFio special sndustrlaE aiid aitport alipliaafions,.l3lgin pai9 {ts cr<stoxnei8 iII°tlie.3wetper chat best meets their:neeas.. . _ Voctor Malniifi►cturlit�,.Ic atkd'#R Streako.c, - lT� �s a. world leadat in litgh gaality sorirer.cleanin9 and Hydro Cxcavatim so ut ons:.For 50 years. `Jactoi hag boen advancing.tl eir oxpert#se lu air Cotiveyancs end lugh.ptessure„ water. Starting with agricultural: Conveyor products khan teff tq vagiiicering anii_mAnuf`actugng ua3ity pru acts iq sewer cleaning, line jetting; vacuumexcavt ting and hydro axCavating. VactorpresduetG fixture a'-un1q!v3 design and' vactor's eicclusivr~ Jet Rodder water.puffip, designed'fbr t1wmost cffi6wat use of Wsttr, 'Vascor Manufactu ring is: 1S090D ,and ISO I4401.ertifi ced and takes pride in enhancing the well being -6f wor!<places and comtnuniiies arbutid . . the.world: 8) :Is your organizatloct.best deschibed im a maanfaeturer or .I distributWdcAlerfre-seller for 'a. z ianufactircr. of -the pmductslequipment $nd i�e]ated services being prbposed7 ' tWo $weeper and Vactor. Manufkturing sic.best described as marnifacturers.- a). 1f4he 1,,rogascr is best described as a re6scEle r.' manufacturer aggrcgato,.or distribufor; please provide e�+idence of your auth6d%atlon as ti dealer/re4allT r%pi'acturer aggregate. for tho'manufaoturer of tho produotslequipmEEat and related services: you{►re roposing... b) If the Proposer is heat describectAs a manuf`ecturer, please :descrlbeywrelalionehip with your sales%$erviae force atui/or Deafer Network in delivering tie praduatslegdipmegt. and related services propbSed.' _ �— ___r w1i FlgIii and �lautn�pradurte�rasQld.ant} aa> vXced shrough n.neiivarl� oiinorelhanlO.tLfactdzsr. .,: ,__.. _, trained dcalcr'larations worldwide_. A.re thcae:indivictyals.yout•emgtoyees, ar.the employees of a thlydpurty7 3'€in dealer network isa thud party acid their etiiployees ere of a third party. . C) , Liappiicable, is the Dpa%rNeLv;ork-.in*eudent �r company ownQd? 1',haDealer'Metvs+arls is indepbriderttly ii�vned 9) Pleaseprovide your bond rating, mid/&. a 6redit referenee.f. in your bank. Wells FArgo Bank; N.A: MAC D1109.01P 1525 WT Hard Blvd: '1A1: Charlotte, M 28262 Latooia t\ttidaah,..bealerAifministrator; ir1l#etatiidzh c`ti wi tis[ n carti;.704-5907-755 Chani�e Bynoe, reale!•#dministratar;, chaitue.iiXnesellsfai•gb.com,.704=590 2735 .Group n'wlbox:`o' gg� ey ;c 10) Provide a detailed explanation outlining the licenses find oertificatious that are both required to be held, and actually hold by your,orgarilzat1on in ptursuit of the oanimerce grid businci ss c6ntempIated by this "P. While not required both'Elgin and -Vactor paellities are 1W9001. certified: This means that we _adhere to Appropriate Wr nufactur#ng and quality processes andprocedures. 11) Provide a detailed explanation outlining licenses and cerdfieaUem bbth required io be held aad actually heldby third parties and sub -contractors to your. organization in pursuit of 'the commerce contemplated by ibis .RFP. If not . applicable, please respondwith "Not APPUcable," Mpy States ,require 'sellers/Ceivices of. our .products to tnalntain .State or,.Iocal 1evel.bWftesa licenser.. Whore required dur third patty dealers hold appltcable business 1£censes; 12-16 xa) iyrovida ail "Su$ ensinn cir3 isbamient" nfarmetion as defuie8 aad rcquiced; ltier6" . 13). in adcraim io the. $1:5 mimoni ill 0640raFar'tu gjunotioa aatftlt umbrella:inSprsnce covarMga, what levet of aut*Qbile and ruox]rers con iensaiEon tisnrancc does your mxgaaiaaillois bptt ol, hava`t If riotler phase Please gee ..:attizahed certificate. Af liability. ill&UT�rICt3' '.describing : bUT ' riutbragbile: lisbilfty . "and vi6i.k Clan's • •tioLil T19Atl0ii.; .. •• . 1 4) -category. there -is pate dad l to 'diffirent. dub-catagovries .d. idjudom •Wbgt' Bla6 category • ti(Ids would bed sfesoribeyourpmducts; se�ricc� aril sapplivr7 ..: :. . Thi: only'8ubCatekor� thatwouldaliPly wqultlbelIEghPr6&utr.S4wor•Cleancr.. ' �iixdalste'ydYlsirketaiacc Stcresses• .. • 15) Lisfaad.do=ment.e�ecent indltstry.awards.,andrecagnitiori: - applicaitIe: 16) Supplythree Ae iicesliestltnonials . gvstaiaiers of like status• to NfI'A Memlaera to inoly& 06i emmetii And Lduoafl ' pgeneies. please include ibo'customer's oariie, arnitacty and plicae number: ' 'S�ig1i� Young Ustiversity .. .. . SnnttSiierwoad • �trt�z-541 • lylidvate City; Utah . Ken Vance •• 80I=25d=257§ -Lim City, pwi. Rrnwy Estos. '961-341-9i98 17) Prov_id6 m inc i and addrosses of the t' five (5)- government or 0iication a*cy customers to include the saopo of Caniidential . l g) What perceptades oXyour oanOnt'(witbjn the:past three (3) fiscal years) national sales ere. to the gbvernmont and -eduaatidU verticals? lUdiCatO gvver=.ent and education verticals individually: Contidenti6j Prouoser's ability to-seR and sMke gationwidc 19) PEeese. dbsct Ue your company selcs force in tetras of numbers, geographic dispq don, and the praporttgn of their.. uttenaoafaoused on the sale and-s&vices of tho aquipiYivWprodunts oontanplatcd.iu is RF]?2 Environmental oluti6ns':t3roup (ESO) North Amsric'ati Sales division corisists nf'a lDirectvr of Sales with:el& Regional Sa1,9s IvIsaagers (RSK regortin�j to him: 100`0%.of.th*the id dedicated to'the ''ale' and dealer support of Elgin end'Vactor equ[piriont. 21}) Pleame. �descdbo your dedicated;dealer network and numb6r•o{' individual sales: force within ybur:dealeT'network lzi ' :terms'o nutnb'cirs, geogmplric dispersion,. and .ilia piroportiou'of their attention focused on the sales .distribud6dand. dellvary of your cgarptnedVVroduets. and vela W services matemplaied'In this RPP? . Ea4 RSM hes s Dealer network -within Weir respectivg t*toty that Is managed by:the -RSM: As previously stated; . the I)ealcit itetWvric is a Third party with agd3roxiWately S0" de&ler locattms and wt n aver Zoo dealer sales personnel coveclrig.all.ofNotthAmeriaa. .. 12-17 21.) Please .describe yp 'r t edlcated -cdmparty setvice fbroe 'or - dedicated :network in terms of minibers. geogrephlc d#iporslon, aid the proportion at. thoir attention .focukd on the Icier of the equllun Wt ro' duets and ,relAted aeryices oontemplated in this �? lrSCi _Service tlivisiori cairsist 0f. a VF: of..T'arts and Service. w#th :s Regirynal Gparafiomsand .Service Managers . �ROS'Mj re�arting, through a i~ield parts arid.service mariag�r.:Tltitt Covers all.Ol �10rtli'Amerlda curd many:couritries 22) PI6a'i& dascd'be'yqur dedicated .defiler service foreo or ricwork in tent. 0 of i uMbers .geographic.4ispersion, seed the proportion of #lreir atteniibn foausett 5rt thc.sale.pf the $quipmeutfprodpcFa Qrrd teltrted.sccvloes:ctSntemplated !ti tt�s RFP? .,AOdifionally, piesssa..dwcn'ba any.a.pplicable road seMce.nttd.do they, offer the aAl* to serviee. cdstoftrs at the customer's, lgctatiort? .., . ' •: :. .. ". $SG daaI6N hive factory tFa16d servibe'ted�hieiaas filly ftitied.ta 'set d6. $lgiu and tractor *ducts, 100:%.of' . 1N0At Ariterican ESi� deateis :bava tiro `ability W. piovida saf6 revel of road service far RSA *Vguiprzreni. SSG clealtrs attention to »giti:an l Viiotnrproducts will Vrujr item 50-1QU:'Yo depMling.on dealership. 23) Describe in detail your ccistomer tervieg prograid regard ttg. pnocesa'snd procedure: Please` include, where approprYate, response time capabilities and comm,(tmeats ss.a part of this RVP response and arvarddd oorrtraat . Any,.sale or servicing 'of. equipm' Oht to the 1VI mciiiber'll be eondiretscl through our :dealer network. Al ,paperwoxk .(i:e: Pprchase F}rders,'Warranty Claims;.elc) will be.submitted by thel<i1PA meinb6e to the t8G Dealer:. The BSC} Dealer network is a well estahlished group of first class organLtations, ha*iug fi vast array of knmvledge And a c '6iertce in the mEunioipal equipment i' dket. Elgin and Vj ctor Service Depart aht'rnaintain a 24. hour a day seiviae support S= as an additional resource for dealer or customer ia9aes.. 24} Identify arty goograpluo areas orIV3PA market segments of the United States you will NOT Ile fully serving through thesed contract. pr y. Al1IIS Market segments wili.tae,fitllyserved. 25)'Identify any of NJPA Member segments or defused NJPA vortleals'you wlll NOT be offering and promoting an -awarded contract to? {Govea�unent, Eciucation;.Norprofit) Milt Lind 'Vector :produbts iarill tie :spade available to alt NIDA. member segiuents.. Promotion 'to nun -profit' ggauizat�orta is`Iiraited ns ibis marki segbienttypically does riot have a treed .for Egin .ot +leaf or Products. '25) Mine any specific requixerrients ar restriction'sas It applies. to our inembei[s located off shores aitch as Hawaii and Alaska and the US Islands.. Addressyour onshore shipping program on -the Pricing form P of thus dvcunrent. No R6stricti6ns 27) 'besenbp your con. Tact sales triilhing program to your sales inanagemant, dealer network and/or direct We's.1 rotating to a NJPA awarded. contract. , -ESG:'S' fbur year. relationship Witli N3PA bas,provided's ablid base 6f knowledge from both sales menage(nent and dealer iletworkwitk regard to use .of the couttgct f&. ongoing sales. NJPA contraot ,traWng atbgtb national and 16W sales meetings is cingdng_jperforMed asrccfixiitd by our IL*s),_Tbi$�bias also been facilitated by presvntatio5ns froaiotir"IGPA conitact manager and managers fl ani wit & Ow' company:. 28) Doseribe how you would.marketipromote an NJPA Contract nationally to icnsVre success. -ESG has annual:Sales Meetings for our dealer network: As in the.pasi, we would `welcome an'NRA representative to attend and: present at 0U` ? a>}itual dealor sales meetings (Tony is.$lreadyscheiiuled'far our annual-mee(ing this year m. 3una) , Our dealers and regiiatialsties managers attend. Ideal N)RkG=` .' events. In dddition, Wehave a section for theNJPA program oa both dealer and public websites. We:atso advertise ourNJBA canttaot at national (and local) trade shows. 29) Describe your marketingmaterial;.and Overall nhrketing ability; relating q promoting this type ofpartnership and contract opporEaaity. Please send a fax+ representative snntpies of your marketing materials in electronic format. ESO marketing literature is cuaeptty available on t$e dealer And public websites .for NJPA members to download e�ec2tonic copies. We also partioipato in and ivi i coutirirte to pardolpoe in, a very active PR`program, do direct mailings, attend tradeshows, write. and publish application stories :all:of the traditional Maiketiug Communication. tactics that are being applied to.ptomoting this program will continue. This is facilftated through our fiill'servlce Marketing Q)m %hu cations D.epaitnient: 12-18 PO) Descrlba your use of teamplogy and the li"inbt to provide tnarketlitg•tiod bueiu'a if8tloitaI aoittisictawareness; '1Slgin: $wOper Company and Vat:tor.Msls*dtittiug have embma d: l e. use,pf technoldgy.I"' flvq pnmary tuays :that would pact;mertcethig and produci:ewarCttess::. I... Public. Wet-ds � W6 +Pinp�loy a �Vebmastok and: kiff'Ebat. mala' vv datirig andA.: i�provt: t ie jiublic a►ebsttes d . nd . p:tj+..:aur currant A reXafignshlp'%ioflecfed.sin'th6scialaita,: we-have-a secure dea)enW6bsite that iR. t;dra amtljrttpdtttcd.witlx now. pcogr€rrn, prgiriodohal and pi ttltit t iii: arttietii tli4 its rclavan"t � atl.PIT' iris, }ifcludaig crus cutrcttt ATAxtY.pui chssirig t oritrpct islisimd ati tluti ykebsite corttplcte V?jth rc�pXiB{q 3.:.:�5 -: yrc have an asi�lisie'"'CJiiivarsity'" fwaiiiing'citrrlculwn.and system chat ullo' us to Produce on=line classes tiitd learning �podttles; Ciel tdcetings; aiid callutyoirate,'1ltesatrainittg cla&st s catt-be accessed a! u vscia location Snd provid6.real-ftq vs�vmA triinbg add Waanalmn: .. 4.:.. 1Vewsl :-ESG:lias TicntiiljiiieWsletWflat:updates.our64a s•withriswlnibimetioit;tlleysiouldbg aw. re_oi; iriclttd riaerl ng.11 041es, training itt%rttiatio», slid 8n r oiperpettitient•eeles'o rsarvii :lr omtntioh. 5; .aducl;asks G;onfi�t2CtttOC-.tioth ];lam Arid Vaofocsvill:iiavo en a)iainsppnguratar.aveilabld:#bdea[Grs to 1ittll+tl cufitoriaex:pi odtiols. taipresetitati6ii-:and'.propoaais es welj ag i;vAi tual bropr.enity fid' prod piannitig;. . �4bittiytopTovido�TJF'A:prrSposajs'for•durequipmcp�l,ie�willb'oavaiTa�la:';' . .. :... .. . lj Dpscrlbe your peroCpdua ni+ NIPAd$ role tri tnarketiag fife cqutrat;t •grid yoik comiststed pratlucts/ixluipmcnt And . . _ rtletecC serviciss. . . ve-vdgld px* 'ct NAPA ib'aupporr the bjg n dAd Vector product•liac.aail.sugply', tis with Inforinitiga and:mat®iials �riakins it t)zamoat Advaittagimus cooper�tivc puic7iasing protttin in fire co2mtry 32} Descrilla in atiai! any unique marketing facltriiques acid methods as, h .Bart of yptir.pr9posal that would separate you Pram.othcrcbmpaaics.4n your industry.. l3oltt Bigin. at�d 1tacEor Ara the #�.1 '.tnanufapturer in'thei reapeclivv industry based oa. trverall sales; :Qur:disidbutor g0Wark °experience and.•bteaath of calks and service Overage cnabT�ss..8[giu and Vector tit tiiisiriiaiu -their market :.'7. %adeishf ppoalt�i>sr . • ' ° .. •.. • • • ' •.. 3,3) Describe.;jrottr •cCmltany'e Senior Management Iovo1 con mitawat with "' Bar& the -embracetx 64 •promotieg, -a�ippoitut� �d maiSagittg tt resitltsntiV3i?A. awatYled coniiaat ' , :. .. Ssinor manap.1nomth" i4.0y. tiribraccd ouicurrant .iqJPA cor hat eucl tiantiitgto cprrtinpottiis.relatia slop gpbg. f sward.. Administrative effort for +our oiirretlt .catitract sial possiblt. Lure eantract fs Tally supported. 34} I)o on view your prb 0ts/egmpi on. applieablo to an E=pi ecu sweat ardc+ring p%eess? Yes/ No.. No,ttot at #hc.ug�/meniberleiiel. Qu_ti.soop�,nfoption..end spaclFtl.ccintent irk tgo_great.::. : •: - • n). 'Ii •yes, :.tiescriba exkwes of Uptdcuremeim systemis . ar. eleetrpnic. t'nst'ketpleCC :sohitifins that jrouc px4ductslequipriieat was available thi mgh.:D6n irate tate success bf goveritaierit and• educatiads custoritdfs to Ordering throagb E-Foctirement.. : 35) Please describe haw you ivi'll cocrirnunicate your IWPA.Initaitig and pricing strategy► to yow sales %rce nadozially7. digin And yactdr .cbt tmixuicaee W0411% ;prigW through-prlce. sheets. Tho prioe.,.sheeta am RV46 is to aur Beal r Network thriiugh.e gecnrc. Dealer 4ebifte. plso,.ltSMs are aware :of aU patenttttl NJPA 'sales: and 8asure MOW acauraoy and provide de�lertraining arta suppott'iFrequirad, ;Qh4r Goouemtive NoeWra Int 4 o6tr_'Rjts ,Held 36),Ideiitily all .004wo € q:oontracta'hostcd by any govcrament or education :agepcy. or gover>sriient.or education cooperative orby a• third paity. inarketifig company,. �vhioh art marketed n: more titan one state, held or- Wined by the Proposer.' WW16-nol, held by-dur •cont}iapx, several .of our third phAy deaters'do hold state and: looal'•put'ohasing contracts. •ilV/hiie utilized $y •stir local dears these purolieng conttatsts do not tieeessitate tipeeiflo pricing discounts.: 37) Wbat is the annual tioiiar sales volume generated tkough each. of the coittrac't(a) ldentliiefl. in :yetis• answer to the piavtous.ques4on. : Unknoivti 38) fdenffy awarded.WSCA or specific state procurement contracts held or utiili2ed by the Proposer with.any State.of the Uhited Statics., As rioted. in queatlda 36,-- several: of our dealers hold `epeciflc state or. DOT. purchasing contracts: Whild these contraatsare ut[lized speeiGcfaetirory discount. are niituinal if any: . `39) What-is-the Aimunl cotitbitned dollar saleg volam6 for each of these..contracts7 Unknown 12-19 �!t)} id�itt3fy att~ytiSA Contraots:hvld orutiliaed lsy lite Proposer. . •• : . ' Vt�e do trot :liald•a.GSA:iiortttact, howeye3r,:•we3 do utslize a CiS}�:contract,hfilp: by atseof.otir..dealers; • 4!)1f you are Av�edrdecl the l�1JPA.:canitact, fire :thbre.iuiy `market segmicrit or v6rtfcaki« (Q.g.; .higher edueatidu, X-1 2 l�al . gavOrttniierits;:auti profits etc j or gesogmphlcal markets ikcre th4e NJIjA contract WtIS not bo your pnmm Gonfz9icr rc puYsasing vehiole?, ff sa, please identfik.thnse taartcets avidrhlcli aoOperative put'chei$idg agreement tivL11 be your, pririsary.vehitle.. eJur%%>pA contr t is.fllei lead purc;haai�ng i►$liieie trtt u Ttatiorial 1"evil with tie only:passi e e >4cepkiOn.oFlocal clealcr sponsored: pgbctiteiksent ciantraets. lt. s}rottld be.amted' fhdt: they, local. defiler. i'POA;ured cbntraots * ;tdt enjoy'tM. sutrid-k cl bfdiscaiuited-tiring foam, manufaoitim." 42) tf •you sic awardcd.tliefi WR contmotF is b. yaitr. ipieiltion aTtsl iiouitnitmsnt in lead itli. yaur NJPA coMraet7 _ Yes No 1plalii sizd.demonstr&te' your comrgitineat tiacflar t estrictioQs. . . far ititetitiotts dart .lie,aeeen with t1iC.annual groyrtlt:frons: alit oarxebt kip ;cgritrtti:c flora Mdreb of -2030 io•lhp- present. 43) Idengfy -a proposed _adtpiittatratii�d fees gAyable .to NJF 4 for facilitation, ms ttigcment and promesiiot ,pf titer NJPiA csuttras«t;..should,ybtYfse, tiwzuded 'T199 fec.ia typiaaily calculated ala a parCentage trf Cofttiacl sales Otto not a litic:item . additlom to the esagtomors cost rtf gQocts: ' ' ' . .: ' .. . ' Vro propaae the fee.payable to NJPA fdr'fkU!tation, raimagemag, and pironaeftlort of the'N PA.cfsittract td be 0:5'ib -of the coatract sale (les third party suppticd itetug; _same as curivot arrangement). Narita Added Atirilmteei • d4)if•epplioable, .describe arty productle44n ent:training.programs available .as .opticiae for. NJFA..trteinbera 1f applicablc, doj�Da, a4Tet~equiptztent operator• training is well as ivalptmr i6e training? Yet No • 13S(3 offers finds •trabft programs to our:enol users at hplbthe Agin.and,vactor facoWeT.1-11086.classes aro geare4i6arily •towads maiitznuteo aod.se m:,ost `a'ate _ or -rides •tssers.,•Iit additinp,• our dealers providetrsertrainiiig and basic mHii esaanise upon product'.dcUver,.n1&t dealers -b: v* anituni product traido ,: "... progratzrs ("itefrashar c7asseg"} held at tlieir:fact�it'ics. for their �itzsa pustrnnots ' 45j Is,tisid trstnitig standard`e<s a part csF a piircba5e tit Optionat? ?!te baid�lc training ag: pair 'of firs delivery is .a standard #sffeiiirg wills lrucbhase• of equipiaeut: in-depth operator or mechaaies tiaittlpg cab.b muged Orin is Optional. 46) Desoribe currant tee4nologlcal advances.yOtrr sroposesd equipmeni/products and related services offer. Both igfn .and, Nestor offer. our: various Ifiaels. itt Aherrtaikye Fareconfig istious: Mgbi.. b offers pTesrless •-Sweepingteghnologkea:. •. .._ ' • 47) Descniie your I,Gre&P program as it relates t4 yaur ctmpdny, your producWegi ipmentr and your reoyolingprogram, .ri(Audisig a:•Ilst of all green prodttc* accompanied by the eertil5ji jagengy far each (if applie:tbie). • t.Rocycle sig[ ... • ... 2, • Recycle Aluminium • �'. Recycle. Copper .. 4, Roycic. Cardboard , S: Ri cycleLgulkNastio 6. Recycle 00106hmt 7: Itecycl� W6aPaIlets S. Edvbl some Mtirnable pallets 9.:.Cleaniagaggnt ofchoice3;is"Simple, P'ecn" M'Fliiorweerit bulbs reeyoled .11. PoW&rijQatPaini-no VOG's . I2. $jilt rgy F.ffideat Comppress fineors (Varbl¢ Drive} 13.. Run Energy Effxeiesu Bollers. (Uoalizea •bae6g} 14. Have ability to rite air comprdssors on natural:gas 1S. Recycle Computer equipment: 16, Tlispose ofliazaidous attclisOn=haacdous wase eificicnfLy . .17.Current Plan ttj .intplame>ot enerrg� manegesuerit system 18: An. anvIronmohtally sound spill clef{ i ttppibg nt that mWntizes waste is iri�lace 19: (31d batteries aioreeyc d' 12-20 ..2Q All units Re -circulate watt. om-t sseimbly liiio w$ter tei#ting 2l :. Installed Jlnslleas toilets ane faucets.. 22..1?articipitteiii;CoiiaEd Cutlaihiientprvgram (not all conipRnio.¢an ar da). 1..: vhlte 6Tice-Vaper 2. J.:00k bo. piper . -3. " Compufer Paper 4..' Eovelts* And Junk Muil:tvlinit8, Tl}3s ptastic:Wrap S. -Na 6,. , Glossy Magaihws, Catalpga And 'hone BaelCs Wire ' S. -Cabs'.. - " 9; :All brides i7 $dx-o Stent incl: Carbon S}eerl, Stainless Stgel; Aliicnirxum, & SJ►rriv inga Fsam Machinery WQr& .... . 11. -Recycle wood pallets. 48) Desoriba any Women.gr MiUority Bushxess: Entity (WMBEor-Small Buaiiuess B4tity(3iiB) accreditatiacis and the. general minority and small busti>ess prrigram . your organizeition as it relates to a Cantiactmsult ng from this 1Z � 'Not A�plicablo... .49) •ideatffy..any other uiit"6 or ctiutom valua-added attributes -of your company or your prodt!ctstequWpment or related. Both ]Bl in and Vaetorare Ame l6sh rA O J uct&-. 561 O,thax. 'than: wbat.:you have alirsatlY dem iistWed. or' described, what separates your company, '• Your . productsCequipineat and related aeridae& from yqurcompetition? Wbat.mSi bs. wproposad.soiutions unique in your. industry os: i applies:to NJPA. m;mrxbers?' , •- Elfin offers. a full. rtur$e of mechettiical, Vtictiuin, and regenerative air weeper products .in various sizes, sold and .. serviced through the lazgesi .ocelot pghvork. tri Noith Amerioa. Victor offers a Full range of turd. mountct; sewertl e cleaning ecpxipment with various debris body:sizcis; including ithe'ability tci°ou�tornixe with'user:speo(tia Also; Vactor offefa.,severel sizes .of truck-rriQotopoucnmue; hya.cfws and' . applioatlong. 51)-Ident*. ptid deson'bo airy service contraoi.cptions'inoluded in . tho proptisal, or ofi'ered as a propostd.nptiori for:thar .�rdddctslegrxipmectt iseing � 5ervico cdntd*:are not Offaced at'the xnanuExeturB Level, Most USG dealerships do offer seruice cotifMot options 52) identify your ability end' wilftoce .to, offer .an Awarded cohtract to. giral*In tuexgber-agencies in Cangda . specifically and tntemationally in -general. ' .Both .Blgln and Vactor products are .sold aid serviced through >t network al' lY►i� th84 100 thctpry trained dealer lacaiions worldaride. We. have tixgrpnglt iiettler sales and service. support ttirouoogt Canada. Btgln aad'ilactoi aro willing to oxpiore interriatlonel contract sales npportrinities Assirrping currency flihicivatiaus ri`33ica be: inftigated:' 5.�) Descuibe anry antgae diatn'butari �lrid/or deliverymcthods or optiairs offered in yourpro�posal.. (products, Pricing, SettorSpec0tlj Services, Tertns j nil Wnrrsirty are addressed on Irorni P). 12-21 I FROPOSER.TNFORIMATV y Address: ��':(��.....�� �. •�r+� . �: •. o''-�lt�e� � . • • S:�G�] • �� �."ifylState/2ip: _-_��� •�k.�� �L� . •�,t�.�.2:"�, .... Probe: ,��'3_ c^�._ _.� ��•-•�.c1C��:i. � • •�'ax .... _ ....._. .. Tou Free Number Web Bite: Y :Voids sometimes eiti4t lsetweeQ management. (those w o -respond to IZPPsj and sah3s sEaff (thuse.who-boutaat NJPA Members) that ieaplt in -coiiimunicaqort praEbleans: Due to this :fact, provide the games ofyour key salvia people, phone numbers, and co his territo4etI& which . B• �p C}iey ate iesgonsnble � � ..... . C4ik E&M PERSONNEL CONTTACTS ADQjdfizecT'SIiJ&er 1`hr�(ii% brd�itl�atioil" Name; Emai[� i 't iz�i+C ,- eta +�c►tx ;�, �cir+: Phone+ Al-4,Z�� "Hy execpting Fonar F; the "Proposer's asurauce of lEompliaane,"you• are certifying this Berson ideas ed here -ha their authdiri2a6op to sigma bchidi fyour,organization: ;. Author of i oiii- oz oyosal response Narnec ,q,�,'•�Z�i Ti.Ele:��.�+'��'a�?trc.�t�tin� Bmail: , _'e�:Q,+ti�:t @ :tit, tr ........ �'x,� aaYt ---. Phone 7 1.53 Your Primary Contact person reenrdlne your »rnoasal:.. ikiame: •1"id zz:t ..:.. Title. 6mai1: Phone: Ott�eirfmnorta�tcQniurtinfi�rmafiemc Name:' l .i:LA Eniai : Ngme;. 'title. Email: _ Pliane: 12-22 "x IO TO QMQSAL:' X104l8C,QNDX' An SOI.iPrIO S �t.FO'{7I:,5'I' Company Nems; Note: Ad nal must b6 shmed aad insctted imhaim-We finnt cover.pounh.. Any. exceptions to the Teiiiis�:Conditions; SpecIf catia4k er proposal Fames contained herd lh shall tie noted in.writing arid' included with fhe prbp6 al subii itmi. Proposer a�knoinrledges that tiro exceptions listed may br.may not be ancepted by NJPAend may or. maynot bef included in the.8ne1 contract. INNA.may clarify exceptions listed Wo and document theresults of tho;u.o ad&f tibns-inthe apptoprlate section below. . 12-23 FORM D �o]Cmgl,06iriii¢ bf Propos (Ta bc.CM npTQted Oni0y..Prop6ser): . 1'Ei� VACbUM�i yltFT-F�XCe1 VA' I(YN AIyt;�►1d BT `st'L t E- tiaty ' i#REWTD . .. • .. .��RCy.11_�IL� ANd Sii,PPL2E5 ". .. . . . s;oniplidaft With. tlie_ ko kuw: afar PPM.V,A►:OUUK -Ml.ttd-BXCA*AU0K -AND/OR BT `NEfipEA. Q JiPM&t ' ih IPILAM—ACCESS�RI)n5` �iNl StJPi'T.II~S';'the widersigged wsrrsnis thAf I/we:haYe euamined this RFP aruk; beim farntitrr with :aE{: of flip iasfNctioa$; terms a cimtliti�as; .general slsecifcatipns; • . exj�sctatioda, teehnieal spec cations, �grviae,exjiectaEions tuict eny special teims,'da hereby..propose,Auily ccumuit and. u ee to'furaisl} the:ticfinFd.egapnAbVp-mducts add relgeii services 'in full; coruplitit & with all iOms,'coaditioi>s of 6415 - . it�F,arry.spplichble�a�ii�n+3ene�tsafllils;hFp';eat( ailPioposer"t:<Etr3sponse:dactit�tnt3on. Ftcrposer,fvrtliei uttaers[agds.. ti7eyr ntaCept the fuil..responsiEiility as .the Soto OdUme of: W. sporisibUity Of ;ha:proptjsecl xespoii� harrnk and €hat the Perfirartnance of tiny sub-coatrnatb'rs otnplayed by tine raposer'in fiiifflltYtent of this ptolios l is tha sole respouiibility'of EhePre�oser. ... ompAny.Namc._ Q7� ir: 1.J_ ... Date:..: i-� . tA.. Company Ac(dress;`� 9:: 554-�4-G `$tate; - -Zip; Contact Person: •dF- :.k . Authorized $igneittYo (ink tirilyj:. W -r t.'.cariCas%ixi .` 43 12-24 foem :'C"n acf Aecppianea ar<d Mvartt . [To be 4141 4d uely:Vjy j.pi4j ' Lot .Prair' llle� nAtiie r• .__.._ Your.prhifnsal is herb¢ epttid. and awar$cd, As att awutdctd i'•rop'' ' c4 yRuvre nove bout d to provide •the defined praducticquipnlent a'nd Scr4i r 3 eania'ided �p ycur.ptoposal tirfcring accord�gg to alt tern7s, ri}tidltio�is� and pr[eiitgiit rorsh° in fhis'ltfrF, ttny amcntltnettts to RFtisiI?P, your Respan, and a►iy exceptloas.Rtccpted orcojectad by lY?PA.bri F'gau. etl'cgthre start date df theonl rscE tvitl be s ' o f , r x;4 0 (�-�- and:conlutue cor ti�ur years . liom the Mord awaid laic. This contract has the oQnsiiie ion oi`a ffih'• ar rsne<val .4plion at.1he disntbiEon oFi IJhA,: •lvntiunal-Mat. eAvers Atliptia A t3dPA. Atrthorizac><sigtwturc:: �_ ''_., - _ • __.._.._ __ -' - �� .��`;�f'�f� :• .. ..weacn ancrucrveuuec�vr. �. :.. • ' tnamepritttett•ortyped�':' . Alwardcd this dqg of- _._;l:�.'�tai?Aotttrgeti�umBer [Itd*SSC :. i�.[I'A..Authorizcil Rignattiro:,.. '���� . `.� '�`." • 1 C` • , j�.,•,.A�',-, '. ..�a� ir�r nted„or* Exeeuted#his :�tQyrp�eti1��.. � ....W•` -N,*A Contract Numbet,.p C#2291 �FS+� Proposer bore 5y accepts -contract award including all accepted exeepilaas a,tdNlPli:trlarifica�ions fdenfifies! on irQ2tbl C . VondurWame F:i:-cI .Vendor Auihorizcd Title, at,�t.t1� x.S(ri} : (Name piinted or ty}�ctE) 8accuterjthia 2A - day A -MJ?A'irontr#gtNutitbir tl1 .�.1#94, 44 . 12-25 ' Pi•opnt;al Af#idAt�it $igti;tri�'�:l?'Qgt:.. :. .. . f i`bt*. udder ighed,'r►spPesa%1in1,'t#te:iiors4tts, lirrtt �nd.:coipotaitlizrts: faiding :in tbe< s lf►ittis ialt,o�"'EUe: toregD(n firogtisaf .(sueh pexrop$r attd Orborab 4teiitaf[dr,l:etugregio}retltans tha "lSihpo,4ei"j,: tieing t oft' s�s+orn cin' li{slhcr oath, �i�tti5'.ttl'the brsE' ailr slhq beiiof dni#:luiiiWiiiigQ: "i le'ttadersigaed ci:ra ss .:'tht3 J?roposer 3s: subii�ttticig'thcu':pfolsv5td ectr :r thofr:[iue :and pct rrauie; the ivposci-Ws'Veea.properlp.orfg;itated arid legallyexists in getut standing ht.i# state dsfrosiilCnce;:thnt 1110. ,. . Ptopoxec poi $$ SsCs` 0r ill po'sdt ss ptibr to- flit 40wfy'. nfny,)pt d6ttequippiwit tit d 1Rtt ii scry"iced, all ; pi 'Iieghlc. lieatiscs: trceexn ry:far titif$ 4{iy6ry ta..�l+i:]PW rdeitbers•-t.' 'ticios nodona) anti thot_they:tiro ;. du 1jozed to adt on beim 6 f,, anif elieitiiilie r ilii: "tyt opo3ar"' fn tUis contract; raid . . . To:fhebest_ofmy owleciSe;notitflpaaeror,PQtentialF'r4r�tssar, nat. enyperaun.dAlyrcisrescMingEb sauzeihas. F nit eXty rsr iindirc£tiy aritered hnlu aiip'ugicetnnnt ec air 0jerhof w 01 any :ott t r proposers,- ip6teniiaf proo.dws, E atty:officigl'4r eutplryee cif t1ie,1�7JP?fi, kir uiiy person: iuiI {irEcirrjiorutidn andel twontYact suit&: the N]I'A, ttz :nrt ' 1 Cf'�OC� tU (tttIllP.tfCCtktIICT fiq:'d fCFI[l ik2 IIOA=p�Ct1R�„ Ul Cili��f13 �Jl'ICC ; tecat� and conditidfis *1nting,[a ihis.kF1'; . svluCb tettdsfo,.ar does, tes�eit or: destroy #ii c caitiyretiliamiti tb>r icitlr,- aEthe CantractitougGt ftrr liy'tltis 3, like Frapascr.>irany persaA as liisllirn hehiiliy leas �ot agreed, gtiniiltiied orcollti8edt6:pciduco a acgsitoW . �tiPa;viripe3ftioninthetnauixdrtrfthepix*pos&lrar&ivati:]ofthe.rei?rre�cscicontract,tind -. :.� �#;. lgeitEtcr :i„tl�e.Prdposer, nor}amity fraec,:iTilr fur, putttter meriiber ,tlr assoCWemf Ale* Proposer,:nor'tinp of its i employers direatfy tivofvci!' ia'tibtti4n�ttg C'O`A�tcts vol'th the XVIP 4r any subdivistoti .aF a bas bd6 t. t:ti v'icwd. of f4W-:pteturisesT-attemptatl Me pietansea of ,canapi'rn4 to commit .Waist 'pretonses; bribery, i attemptei #iii6ery'ar catisplrac t4 tsribe urrdertlie laws ttfany state ar'fetteralovcnimi5nt.i`or:acts or.oinissiDrts at�Gt• rlatdatjr 'I r:1t;95, anti .. . .. .. i I.... The Proposer has 'f-Mintrned anti 6dcmtat ds :t}ie tetlns, �cmditiops,. scope, t onlraef trpptirtimity, 3peeificatiovs. r gilesr and colter tiaodtt4ertts ct this sotioifAtlojt..attd ihat Pn' y visci siE+.exccptions. avG barn noted itt writing and a have bt:eti:innfudedt�Iiti thtr:�roposaL:sctbm�tral,�d.. : -': - . - '.. G. If awartlt d a irautract,.: flit ;lrrropoibr %ift..pruvide:.the, equlpnx4hVproducts :A,nd . servfaes .tta_d/& .servicers .to qusitfyiu :rncrubct� al'the.NJl AA tit -acc6rdawc."With ti a ter” ',66 ns, saP116 ilijs iL P, t*raposer dffchcd. ' ! t4pei ffi4xtlat md.oft: acunielsis of this hcfl.ioi_tatiQn, arici , i - 7. The undeti#gned, i 6thA, faintiarwitit And:undetatand'the.cicpectra>ioris recjitestetf't#rrit hutfirtedla thus KF'P:uttder c6isiaoiaflon,.he'rebyproposesto.rieliv thlnttghy4lid i'cgli ta,.I'4trch�ae#Jr'tiers'.ototfici"agceptabl4fgxttis. ordering and trt'ueuttitirtept by NRA `ivtembera, Urilt:sa.ot�lioritrise:iitdicpt4 reiltiestod-artd_a*od' tb 6n,a.,Valid purchasa:prder per this RFP only new,'wwsed.ohd.fixs€-g1titty egtfipnient/prcrciuFls.and telt3teilaervfees'arc to l-kansac#ad with NJPA,M-="t6ers. reiT , ng to:tvv'a Vafdt d:colit xtct, All lt: Thu l?tb tissr has'carefulty.theckcd'tbe accuracy of,al�:proposed roduc[s/equipirient And ielatcil seryls acairif listed taral price per unit of purchase hi this'proposal to.hitlitdc shippiag anti .dcLlvAry''aoi fiiZferations. 3d addition, .tha-Proposer accepts all. general imin's turd co4dwone :of this 1ZFg;.in6ladiitg:all responsifsilitles ai . coihiiiicnien( as birdined s ndproposed, and 9. ih subxiialtig tW'ss prop6sal j. it is itnderstoodxhttt the righi is resbrycd by, the N)PA to rejeet arty or all .propassis i. 12-26 ttpd it tsAgi i:ed by'!ll p2EtZi lh f proposa) may, ifs; lib �titdittwii.dar rigit iCiied of 9Q`tiayfs tx°iiiit siib cistx ro . oasis ware o pcuc�ca�atd'utg:tliis:Rl`•,.niid.:'. .. ... .. 10: _TFiuFi ajakverfiis that. 1a;.0 lCbhtmct thq, will'comply wkh 4. �pplinubiiom. *f.: the . ' �cde'riit~ st�'flnd toca! Imus, re�ttlati�it8'; tltte9, �tid otdcf's,•�ttts• .: .. � .:: '. :.... . . 1 !; �'lts Pia�soser iindersta[zils �iiit su�'znftt�cE �unpasal'�rvh�a�i hecini�ckeil:'•confldaritial'" aii �Geir.eu�ire#y; or ihaq�in' winbtti`:a ai i iitit poen t Q.fi i RubRitotf•propasat Is ma>lcec# "1lattxf'a131;c' WID �c fU ncceptea byNTPk. F'�rsuant toVlltlitt:bi�lsi b#aiiaie:§32CAt; �aibd: Sitil X13 0, svbfE 1, nntjr ap$oltla'tor iri't1in pt:opvstti} t�ej* bit fttU�eii Vii'"jraiTtt secret'.': Ali littivals:tu a eop�zhlic tieiEll tbe�ednttat:t is: �varilr<di?x!liich #irate, bOT� :• :..... suE essAtlanclutisycaessiiuiveriitois';ompCt's i be oit.ptsblic.ii brtrtAda ..' 11:. T�t'e:ilropbsur vn'dert:iands uiad agieea•thai'[YOXvAll• not lra fm�►i&6,1blQ fsit any inf4t'iYtet`roti conttiincit wiUu�i tjtaprpp�t a1.. fi�tauld Vondor# trot r6irip�y.�vltb: flto tAbcliag and paCkiai iirytitreniazyts� proposals vVil1 �ba reieasedas'atsbrrtitted:. : .. .. . .13. By.eigrtiaibC�lvi?,the F'ntpsaea'tiitderstenda Cf ksli'ss otr her scsporr$illity as #%e.VCndor to List in pivtectivn'vi . (ebeleik inocma#ivri utrd.7gie to tlentfinri iitemilij! I�IJf? fad, ttauuriitg stich iieslgtion, f�roposGr drily resftlzrs-htl1w W souct wiHl n titufe a com icie v�aiv . Ild•a I t:ubiit[iteiiit�fortri$tion Will'bccoo4o pttbli6 infot k oh; adclifionally tailuTe to'tabn� a►sy ixtfhattation tbatas tvrteased bjr N iPA shall coaatitnta u camjtfe:ut :waiver gE'ty'ail alL plaimsfai{siasgas.Caused �yl6c. isle �fthc lr►%riNttiod: PID "stoi.triispap has'been left'4ntendbmAtlyblanic. fiignAtitropagebcTowl -46- 12-27 Bysigaing6low, prolroserls arknnwledging thaiti6 or sho'has. read; uOder9toft anfl agrees to carnply,Aigi th:`tcrms . Oi d dQncUtjarw speaIood aW7. .i 'Con fact Y'ersOn POr Questions: • GY44CI. Y.- `� 7 Is 3 .. ust So Inawnual 709 , YeVwst • o or ng par InIs rroposera- pOaso° Orin ' CityftateiLip:: .'.: . -v. Telepthone Number, 2 ` 71�il� Fsx Nnrriber: 94•Z ' . toZzz - l 1 q t �-maD'Address:—: s t" ��' t� -5".r Out 'C �Vl Notarized Subscribed and tivom to before ma this Notary ft6lic in and for the douaty of My aominf" n dxpires: •.Signature• .. ' '. 47 12-28 P.ROPOSM QU.t.S.T.It3NNAIRA . Proatity •I'ro�aserNames . y iederratll �ignA! Coip..,;_.CL'"slgiii ari�Yabtai} : , .. ... . t�uesffbiinaire'ti�lsnpleted •by:: - •.. • .: Dadid P�iniazi .... •• ..: Iz pavnt;en�; �'4xlg�•tU4�.�'��'ltrincfri���� .. . .I) 2ttentify yoisc pstyxnentteims. if applicable. :F'aysnwt Terms atedetermined-between the �9G•f1ealeragd tlsaNJP I snenilics, .Geitt►ral.tetrnss.betiueen dealer dnit ' 00*e`WP - 2) Idiintifyany applipable leasing or other fnatvciitg options as defined herein. Available leasing• progr4.ms ore determined bmtween`ke-MO iMealer and WJFA.inembec, 'Wq do. Sponsor third party ..tfit[t aetvice.leaseeiYd'tu�k�y raaiut�ena�zca�ragrain fot•avr dealels.. ' • :) 8rieily dgscribe jrarir. proposed. p*r..process'f :this p;opotil*iud c6mtrict'award.. [t<tot b'ttruipment/ "risiltrelti"sintct >iAtesf `tet rlce; Mill PrIOitttt `L1)Provid :a-general.nariativ�a dttsor�ption pf the iiquiptrieatl'tp&gts and ttlttted servi'Des'YOU ttre oi%ring_iri ydui prapasal, .. Eig'in.5t*L8f eisersandVacto�°Comb!nationScwer:E!"eaxrersendYdydra1yYtcpustloi�'11�Iaol�iss. 12) Provide a:general ilatxative :iitisetip qfi -sof yo.ar pricing txicdet°.itts:nki yiitg ho v hits ragdel vrpxks°.(lino Itoin. aftd/or ,' .- ' - publishetitaatulag percentage dieco�t}., - .:: - .... "... :.: Excel, spread. ots fai 66th Elglti street Swcepars told. Vactar. Cotttbutalioii Sewer, Gleatie•'rg arc..tisted in 80Pt?rate t`olders. alt the t:tt etronib (CD)'verslau of flus submittal Esels iriode113�ts ;t iase.uEiTt price !viii! option luted a its H4141 ' . :... . °:13) Nase gtiantlfy. the ¢lsco' 41 ranga'presanted iti this respon e` iricing ps 4 perecntage .discotu;k &tr►n MSRPIp�ililis iod list. NJPA members 6r�jrr :a 3`r�6 iiirrlrtiuin discount from:iisi.price. `The:price sheets provided wlli-show,tine item prlei 8 and calculate"and apply the 'S°tn.I+liPt�► discount. , 14) P oxide :,an c Neratl ..proposed -stateinent: ,,of .method of pxicing . for - individual line items; . perceatuge discount `ofd " pubtished productlequfpitient' catalogs •.andlor.' category prlelog perceataga: Aikouin with regard to all equontiproducts.an4yekted'.ser�ibd Atid being pitpeised.. Provide a SKU numbur for each lion! being prbp63ed, The =i d-ukr Is able td:configure"a rrixatihino to meet theji needs_-usnig the.txcol Spreadsheet: Each.model and all Qption4 have a. pari numiscr olid all rn of acture supplied: options tedeivc 8.3'Jir ¢iseount (stilnimuni). 1S}Prop6e. a.steategy,-pxiismenE and Related.Services" .(AICA, :`-`Upeit Meckel" itesrts.or'"Non-Standard ©gttons"). . Eigin and Va*r tsff'er-"special'! optWa captibility �viriCh atlas eisgineeri. 9 to zesearctz :and desiga:unit}t1e lbroc3l4ct . features. TLesa. "Specials"-lvlil lie priced tisiztg'our specials �.rocess sitd_discotiriteii at. the 3% levirl (mu>imunt). Tfte only ecce xtiori" being. Our "sotiroed prbdtict" chassis or special chassis. options to which -the. M/a :would not -apj 1p: . "t husss are x pass . out cost:itetn:: . 11'rovltte yc3ui N7PA oustnmei:volume rebate programs, as applicable, . Reviewed cit au kdivldual:liasis.. :. . 1.7) Identify any Total dost of Acquisition,.(as defined-herein) .anst(s) W*4 is TgUr included dI'ricing" submitted utiith your proposal response. Ideatify to whom these charges ateTr$yxible to mid their refatipnship to.Praposer: My dealer costs for dealer installdd items lncludiny, local freight and PDT iue..tiot. iitolttded m our pricing. submittal, Any goats assmiaied� with the delivery -f a "piece sr#.pgWpn!;nt to an-1UPA inner bei.r VtWit bas .b=q delivered to . the respective: P9Cr dealer is negotiated, betwtsen the FSG Dealer and the iVJPA meazi�sr. Such costs could ixti dt livt:zy:. . 'dam the BSO Dgakt'tt the.NJPA nietnbar, patting this unit into service, special. training,:.rcoor&nended spare parts list, efa:. l:B) I#'fiteight, d8livery or shippfitg. iS. aft additionaal cost fo the 1~ PA member, desalbic int detafi the ootriplefe S3tipp.itig iittd deliyetryprbgiam. Any oasts a4sociiated.•tivith.the delivery of e.picce of equipment to:an NJPA niomber f1FUER it has been.delivered .to the respeatise Esd.:dealer is negotiate¢: betvieen the-ESO Dealer and the NdPA membex.-'Such oosts-eaWd be delivery -from1he ESG Dealer ib tine NJPA ntember,:putfiztg the whit into service, traliung, xecdaimeaded spee.paM list; etc: 1.4) 4s a 10' drtant pad of the evaluatlon of youro z, yoti must indicate the level of prtcing you are diTeiing. Prices :offered tit :this proposal are (YO-ur' proposal will be deemed " Mai—Responsive" -if this question is -not MIWe'red)s tea: Pricing is file same as typically offersdto an individual-munieipality, High& ed or school district. Y gib, }'ricins is, the same as typigaIiy difcred to GPOs, coperative proeureinent organixattoixs: or state purchasing ddparttnanta. a 8efter than -typically offered to GP s, cooperative pioturemei4 organizations-or state gttreltas n departmetits. 20) :Dn you offer quantity or volume "discounts? _ XE$ NO Chillina guidelines and program, "4l'olu144disd6unts .aiv evaluated 9u a case-by-casDbasls. 21)-j)escri"bu jA detail your proposed exchange and return prograin(s)and policy js}• Pioduots estehabigo and mU ms are extremely rare. _Should: an"exclsango or return be warranted > ecausa of produot t`ailure appropriate'accomniadations would be Handled an a cAse-by-case.bldg. 12-30 �s`:p81�CFll�y ideiLijr L�1(iS:C tE]tt'plifri n17C1 daltvetyncl �Xgllprige $IiC1 rE:liits j7T4�lY1IT(S'itSttiJ�i'1`rtatc ? �4 iflska and :t;litW1 nnognyrclatad. p# :Tani c161 ,m0FtdAhok .!drsrl s Frau ���utdttli�flzicterciaty.r�ua�9ldsux+.lMMc�hrr�tk�iierw�r��t1t15Muso xct lff�lit�d14£1{`ii7te $GI:EY�iXi�E�LfOJ4g Yrf4tllC.tiR�l7t1#( EU1 iLaS�S?f C �fti;YliCtC�tiEiY�$�R�3�%I1�ifllaCgl�Y? :�isisdv3crlt±Hny�el�l�"prtc.�li��x�yriuPlautoch 'lapuiir�iit3aiyiti3 coi�I�Q i veit�►MP:A.. 0"' wbab os 6!fic as T)Cd9I slr :.: . iE; t;lc[get #n'. fa+ar#ba kti�tr.ilsc'.cfC�: von £ ici !?tt cuiQjcl EE Fai�iiiz►tial . ftzti[ts¢': t� atr a t lni4 #iOtt �: d -tri ouplWi r1e�: �fi �reciic►� ��� Li -asks ullcl �. � � .. .. . • r[s tilt. •��:��lC�ill�l,'�Ktf;.. �1;71.7i};���.12�1`f��fl�.'11�8�Ss '.:. ..... �r►ctu�t�var���ctsrr��e�tf�ct;�Efsstta��s.. '2d) NA 12-31 • -ADD NDUM.aNE (s)- To that rettaln ! .MPA t1113*01;tpt+t. fssued by: madahatlalnt pawers Alilpnce - :..Fo-rthd*prct6irvient of - 9 SEWEitVACtliFlMr iiYDRi7-iE}iGtV3kTiON,:tt�it3JOA SIRE T.S1Atic P6ls �$UiPAA{ NT ti t'fH itl;I iti1 D A CESSGf+t .ANQ' SUPPLIES. . 616ider the #ollnwinS to be Part of.the above titled RFP: 11 ttttestlona submitted . Poterrtiat E:Espondera dt the Prd,Ptbp"a] Conference on February -6, TOI4 arp ' :listed ]d bla,*font aneiMPA Ah4*a'rs era listed In bluer' M. 'Whet•percenta�a of your cliint tsasp are public works dipirtments versiis school systema Wpproxlmately 30%of. N3pA:s membership is lir doverriMent end abaut,AO% oi'niem6erthip is lri .Mgatfon. Q: liow many tentrects do you'expect to award in ihis categdry7 Ai Per sectlori IA3 oFthe, RFP; PFJPA's Intent lsfo $ward a sbnfraci tcz a Single tclusiYe.vsridgrbut reserves the rig[�t Eo ewhrd to:tnultlple.r�raposars where the re§ul bf-the respo►idingpraposers justkei a hruitiple . ai�hrd anif tntr131p a contraets'are dr3emed to be'tn ihebest Interests cfthe t�lPA,arremkier•agencles, • •• Q; Clarify the narlria]:piltcfrase,Q�der grid payment'nowfor a mah0Mcturpr that utlfixes. distributors: rqanuiaciurer-*nccepts order.frorn d1iirlbutbi, and inahutacturer.peys)admin fee to NIPA . A; When a pendnr•ieawarded an IV)PA tbntract Wi auihdrt iid distributors/dealers are -able io seii through the•contraEt, the R4 v�,lguld be accepted et the dlsttfGutor�deale level and the adminlstrafibrmanufacturer' would tie tespvnsl.We tb su&mit i eu riolai4Ve sales r'epdrt w'NJPA on' a•quarterly basis wl#li:admtnfee payment. CL' Hovv.and where in y*osrr:polrit kale will ya'ri recognize a suteessful.proMous NIDA •awarded verieor7 :. A.-form)A quedtfons'attdri;s9 this and ibuld•be refledted imi iidm6rdf ditferent criteria Including but not -ifrinited•torindustry'Si 'Marke'tplace success and Atsl 4 to 5011. and Service I atfbnwlde. ACKNOWLEDGIVI IVT OPAi�C1ENULIM #�tYE (1) Tf! AEP DISTRIBUTED ViA'EMAII. ON FEBRUARY 6,:014. .COMPANY RAW, DWrtt 2 ' 12-32 All 214 timmo CQi7triii 171 .. 0 ¢asi+i h 6n601 USA it divisthra, and SaMiarles ulta. zoo CaR wist,md 9 %04 a v ak IL 50- USA. COW Wil FICATE 2F: UABILITY IROUNCE:: I-- '04- Alga In =10a 0"Bylliepou=S, tit m". COBS NOT CONS711= -A 4047M& 04MV01 WH (5lWO, DOS. ig, 'AUV"=D artMplicy(m) Alm 120 Milo 0 tipmNi", iliesk 77 wvm") KIN- gra �C4:br i'matumn 2944i 8. MOO: Y, m NO 2 +Y'P I,*:" Ogg Ir I moo X. DO Aky CL "WAACMD %d*UFAffiMm*VjnVM 11100033 *QY0z4 m CA tach C1 03t, Liability Policy Augratiste I L UPrWJ*L r.L Pro&ot�r . ­ ­ 'r - . I! . . . . w1awaka NEW :. - III ago 000 PRO -400w CrkRAOGt7 pwCY �w AW W16 ALLOW= AWDS HmmAumNatt alrta9 $D Aar. CA657 17 9A* VA J:V0112013 n/01/211M WQJ�2.014 90-Y 10 14 WO M. v rmme uw =uFt. mm�m— 77: X. DO Aky CL "WAACMD %d*UFAffiMm*VjnVM 11100033 *QY0z4 m CA tach C1 03t, Liability Policy Augratiste 12-33 I L Wer V2i'h3 b.�imdtillil., f4tf*mnV4s1gon'al F WaSt 22nd Strehr. SUI cq 11p0 iD4k Druck IL 60523-9043 USA 01 11ti f, Ar=025t20*051 Mw ACOAD nwm end Ntiw4YA*dmd meft &AGORD 12-33 AT1i"1Ll i' '` !'...W BILllt•9.''119.S�i�f�NCE. .: - T.i41WIxOtB �1 •. .101C{RFI A—W. 43111 , fSi1:M L3F.3NFt1ii�Ailt)N. Y. CONF NQPJQtii$•UPON COMFICAMMOUSA.THlS CEfkT1F1GA?t»..Oi�E�'N�7.AFFlRI�lAi1VEL'y Qa.NEi�AAiNk7.it J1Lt&I•iQ, .I$3ft$liR� CIPt A1.T�Pi'fH8 COVE��.AFFOhDEtI t�1t' THS P4LICi3;S .�i.tsw..THls c�EFtGAYf� a;F.tpaURaNGis' Dogs Nbi''at1Hb"]lslitl5 h Ct1NTRACT.UlEi1lYI?IiNTH� IBsUIhiQ iN6UttE#�5y, At17;:t�X�U . R'titE88i4iA7111EGRPlit}ilLie $R,'pNv7H9-cEl27tF7d&I2HdL37011C :.. ' .: [YAR... CditTl nt 'an-LtwgfbIIWil obj rhUSl' a oft oraH , oNI6�1lVNl s d :lp . lh+tieriti{tislin4eontlitl4ttaoftittipalldy;dailalRpattatc�me}rraquttetanendataertia�l,A'atatetsrRRiit.pitihli�6htiff{behdu4bnotvai�fi�tN$fitfrt�ifltQ darliticateho)darsti'llauofiucts.OnOaratfrrsenEia-: . Assn Aisk,servfkas 6Amral;- �clplipYaget:Il' affiCe thi East Aattdolpll �gl'IL 6¢60 U5A' 33 .' • • , ... ..Z8aoj.AQ-9so3 13 Zr1s 7i�2. •'".::. 1 , : ;• ftIBURHFISiXD[61SOktD COti�NR08 •tt(F!G!, - nsuttaop - DeddrNl'siw5x7 tarya�tiair. i dti ivisfanaand �Fy99'diaMes 1115 Haat 22tsaUsrice__ nd Berton 54ii'tt x1110 Oak Mrcok IL 60SZ3-1;45'U6A N9Utt9Ri Hazianal R[(Z'dIs r0'InS tb a ' Aitts rq tNaU[iegd , ilrx "na tswo ana Q'ans eq S4 .•.s r_statQ.o .pA,. ,••-; . 4 - e ' sPrkIer Natiarl8l. ansuratue Coa+pnny . 8411 :mun-28iDACORO.CORPORATION. All rfshtdreserved. 'ACOF0 26 (2810703) 'The ACORD rarna and logo are ragisterad marka of ACRRD 12-34 • AC"W CUSTOMER IM 10224264 :. wo QNAL.: REM i� : C�E�U. rage :. of •. meq~. ._ ,.., ._ _... :_ - . ..,_... .. ....' nRn.•Ritk SiN rrk i:t.ntrai.. tkC. Iwv<o by •.••..:..:-. - - ': .. sederal :Sign0� Cvrpot ititiK•. .. : � - . roucyt1gNo6a': • • Sip, i�sti4icatc+t9u�a6ari .;5704Si2S9815...' .: • .....: �; sed• Cer'ti•Aicatc Niugiser:• :S7Q05t1598LS ; :. ' : , Fsve4hi�a nn�r;.. • .:.. ... • ' J'�/WJ�MI�IyI,R�!�IMIp1V •.-•. :• .. �.. ..... .. .............: .... ..... ... . THIP APOM0NAL .. . MRM;B A $CHEG LE TC ACORD FORM,' ' :.. .F'aRM NUiHBER: AGo�,�G FORM7TFLE: Cer�i1fis10of Lia Irti+uanc0 : . `• :.. ' AookbIN4 NAic o ' btif St .REtt' ....:.. _ .. Au m'. AtiUC1y1)I]{AI,PoLiciFS ifappooliCybatoW.dOeaocn'Flxlude1101Inlaimndalyri}tato'thee0aespnisgMgpof:cy.gttt6e'A�ChD ccrtCla"Lerbrnl,ibrpottcyiimit .: IK4R L'CR r1Sm')xsltaatvt6 Affil; L' tier awn YQ4SC.Y;ibv9lh .' "avc-warx , tJnms WQ?I 5 Cq+t RBATIOR.., . 0 N/A WONSM FL ' alai/.2Q3 UJOI II c N n W026020472 • 11]01 2013 11%07 2U14 .6 H/A WCO26o20466 }1.O1L2023 ll/.e7,/.201.4 ' B N A Wq26apm m. PA . wF177513. 11/01/2os4 ' 8.: WA l 026020468 •: VA' � .8�%21i�3 2814' ...... _ _.. .. . IbaACORO mmaand logo are iaplataiKmarNn of AC0R0 www,rjpocopp.org.. a ,Natianal Jalift Powers ADja ce Sf*a l NS.6479 Pricin' 'fihanclals and Marketing n1 t rlaCrup're.submltt ti with the resporlsE and iS available up requ8t.'DU6,to the difficulty in emalling such a la' T eOile i hdy vvgre not included.. As -p -public .agency, NJPA'propos&', Kesp"esand awarded tantr&tsare a.matterof pub licrk6rd, except far that data included in the proposals, responses'orad.aivarded contracts Shat is classifieds as nonpublic; thus, pursuant't6 NJPApolicies and.RFP terms and conditfionF, all docurnentation, except for data which is nonpubilc, Is avallable for review through a formai recldest process includinga' written tecldest.: 12-36 EXHIBIT B SPECIFICATIONS AND PRICING PROPOSAL FOR ONE (1) VACTOR 2110 CNG SEWER CLEANER Haaker Equipment Company Page B-1 12-37 HA AS err r AMM -1 SMAL 11 012 RN EQUIPMENT COMPANY 2070 North White Avenue, La Verne, California 91750 (909) 598-2706 -• FAX (909) 598-1427 haaker.com m,�j _.AWARDED__ ✓ll 1 CONTRACT November 13'h , 2017 TSL_'. CITY OF NEWPORT BEACH ATM- Mr. James Auger 949 W. ls` St. 949-718-3477 Newport Beach, CA Email: jauger@newportbeachca.gov In accordance with your request, we are pleased to submit the following proposal for your consideration and approval based on the NJPA Cooperative Purchasing A,jreentent — Contract #022014 -FSC. ONE (1) VACTOR 2110 CNG SEWER CLEANER 10 Cubic Yard Capacity Catch Basin Cleaner and Sewer Cleaner Mounted on new 2018 Freightliner CNG Chassis with Cummings NZ Engine and Automatic Transmission. Complete with All Standard Equipment and the Following Equipment: STANDARD FEATURES INCLUDED 48" x 22" x 24" Curb Side Aluminum Toolbox Aluminum Fenders Mud Flaps Electric/Hydraulic Four Way Boom Color Coded Sealed Electrical System Remote Pendant Control w/35' Cord Vansco-Electronic Package Double Acting Dump Hoist Cylinder Handgun Assy. w/1/2" x 35' Hose w/Quick Disconnects 3" Y -Strainer at Water Pump Inlet Ex -Ten Steel Cylindrical Debris Tank Flexible Hose Guide 30 Deg. Sand Nozzle w/Carbide Inserts 30 Deg. Sanitary Nozzle w/Carbide Inserts 15 Deg. Penetrator Nozzle w/Carbide Inserts Nozzle Storage Rack Vacuum Tube Storage: Curbside (2) Pipe, Rear Door (2) Pipe 1" Nozzle V X 10' Leader Hose Flat Rear Door w/Hydraulic Locks and Door Power-up/Down, Open/Close Feature • Dual 10" Stainless Steel Float Shut Off System/Rear Mounted Debris Body Vacuum Relief System Debris Deflector Plate Water Sight Gauge DS/PS Liquid Float Level Indicator Roots 821-15" Hg. Blower Boom Transport Post Storage 3" Y -Strainer @ Water Pump w/3" Drain Valve Performance Package: (Hyd Variable Flow, Dual PTO's. Dual Hyd. Pumps) 1" Water Relief Valve for Vactor Water Pump Stainless Steel Microstrainer Blower Air Shift Controls Hydraulic Cooling Package Midship Handgun Coupling Side Mounted Water Pump Hose Wind Guide (Dual Roller) Hose Footage Counter - Mechanical Hose Reel Manual Hyd. Extend/Retract Hose Reel Chain Cover (Full) Tachometer/Chassis Engine W/Hourmeter Circuit Breakers LED Lights. Clearance, Back -Up, Stop, Tail & Turn Tow Hooks, Front and Rear Electronic Back -Up Alarm Hydraulic Tank Shutoff Valves 8" Vacuum Pipe Package Emergency Flare Kit 12-38 Fire Extinguisher 5 Lbs. Water Pump Hour Meter PTO Hour Meter Vactor 2100 Plus Body Decal - Multi -Colored Vactor Manual, Partial Manual and USB Version ADDITIONAL FEATURES INCLUDED 3" Y -Strainer w/25' Fill Hose 180 Degree Rotation, 10 Ft. Hydraulic Telescoping Boom, Front Loading 8" Suction Hose Telescopic Boom Elbow, Hard Hat Style 80 GPM Variable Flow Water System 2500 PSI Water Pressure 1" x 600' Piranha Sewer Hose, 2500 PSI Hydraulic Extending/Rotating 15" Hose Reel (1" x 800') Capacity Module Paint, Dupont Imron Elite - Sanded Primer Base Debris Body Flush Out System Debris Body Load Limit Alarm functionally tied to Vacuum Relief 6" Knife Valve w/Cam-Loc, Rear Door, 3:00 Position 6" Knife Valve w/Cam-Loc, Rear Door, 6:00 Position Full Rear Door Swinging Screen 6" Decant System w/Knive Valve, Curbside Centrifugal Separators Folding Pipe Rack, Curbside Folding Pipe Rack, Streetside Rear Door Splash Shield Lube Manifold Plastic Lube Chart Low Water Light w/Alarm and Water Pump Flow Indicator Additional Water Tank Fill Front Joystick Boom Control Grate Lifting Hook, Installed on Boom Wireless Controls, including hose reel controls Rodder System Accumulator- Jack Hammer on/off control w/ manual valve Handgun Couplers, Front and Rear Hydro Excavation Kit/Retract Reel w/1/2" X 50' Hose and Nozzle Automatic Hose Level Wind Guide, Indexing Digital Hose Footage Counter Hose Reel Manual Rewind Handgun Hose Reel w/Spring Retract Rodder Pump Drain Valves Hand Light wBumper Plug Waterproof, Rechargeable, Wireless, Handheld, LED Spot Light w/12V Charger and Plug Strobe Light, LED, Rear, Federal Signal, Amber DOT 3 Lighting Package, 4 Federal Signal Strobe Lights, LED LED Mid -Ship Turn Signals Worklights (2), LED, Telescoping Boom Worklights (2), LED, Rear Door Worklight, LED, Operators Station Worklight, LED, Hose Reel Manhole Worklight, LED, Curb Side (4) Long Handle Tool Storage Locations Behind Cab Camera System, Front, Rear and Both Sides Safety Cone Storage Rack - Post Style Digital Water Pressure Gauge Door Stripe Material, Reflective Tape (2) 8" x 5' Aluminum Vacuum Tube (2) 8" Quick Clamp Assembly Whelen LED Light Package Polybrid Tank Coating Streets Wash Down Package with 100' hose NJPA Unit Price................................................................... $ 464,596.00 3% NJPA Discount: ........................................................................ ($ 13,937.88) Subtotal: ........................................................................................... $ 450,658.12 Sales Tax (7.75%)................................................................... $ 34,926.00 TOTAL PRICE F.O.B. NEWPORT BEACH, CA ......................: $ 485,584.12 DELIVERY: Within 330 Days of Effective Date of Agreement 12-39 EXHIBIT C WARRANTIES Haaker Equipment Company j Page C-1 12-40 r LIMITED WARRANTY -q i Limited Warranty. Each machine manufactured by VACTORIGUZZLER MANUFACTURING (or, 'the Company") warranted against defects in material and workmanship for a period of 12 months, provided the machine is used in a normal and reasonable manner and in accordance with all operating instructions, In addition, certain machines and components of certain machines have extended warranties as set forth below. If sold to an end user, the applicable warranty period commences from the date of delivery to the end user. If used for rental purposes, the applicable warranty period commences from the date the machine is first made available for rental by the Company or its representative. This limited warranty may be enforced by any subsequent transferee during the warranty period. This limited warranty is the sole and exclusive warranty given by the Company. STANDARD EXTENDED WARRANTIES (Total Warranty Duration) 2100 Series. HXX_ Series and Jettefs 10 years against metal water tank leakage due to corrosion. Nonmetallic water tanks are covered for 5 years against any factory defect in material or workmanship. 2100 Series and HXX onty 5 years against leakage of debris tank, centrifugal compressor or housing due to rust -through. 2100 Series and Jetters 2 years - Vactor Rodder Pump on all unit serial numbers starting with 113-94V490#9 Exclusive Remp0y. Should any warranted product fail during the warranty period, the Company will cause to be repaired or replaced, as the Company may elect, any part or paras of such machine that the Company's examination discloses to be defective in material or factory workmanship. Repairs or replacements are to be made at the selling VactorlGuzzler distributor's location or at other locations approved by the Company. In lieu of repair or replacement, the Company may elect, at its sole discretion, to refund the purchase price of any product deemed defective. The foregoing remedies shall be the sole and exclusive remedies of any party making a valid warranty claim. This Limited Warranty shall not apply to (and the Company shall not be respons ble for): 1. Major components or trade accessories that have a separate warranty from their original manufacturer, such as, but not limited to, trucks, engines, hydraulic pumps and motors, tires and batlenes. 2. Normal adjustments and maintenance services. 3. Normal wear parts such as, but not limited to, oils, fluids, vacuum hose, light bulbs, fuses and gaskets. 4. Failures resulting from the machine being operated in a manner or for a purpose not recommended by the Company. 5. Repairs, modifications or alterations without the express written consent of the Company, which in the Company's sole judgment, have adversely affected the machine's stability, operation or reliability as originally designed and manufactured. 6. Items subject to misuse, negligence, accident or improper maintenance. 'NOTE' The use in the product of any part other than parts approved by the Company may invalidate this warranty. The Company reserves the fight to determine, in its sole discretion, if the use of non -approved parts operates to invalidate the warranty. Nothing contained in this warranty shall make the Company liable for loss, injury, or damage of any kind to any person or entity resulting from any defect or failure in the machine - THIS WARRANTY SHALL BE IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FORA PARTICULAR PURPOSE, ALL OF WHICH ARE DISCLAIMED. This warranty is in lieu of all other obligations or liabilities, contractual and otherwise, on the part of the Company. For the avoidance of doubt, the Company shall not be liable for any indirect, special, incidental or consequential damages, including, but not limited to, loss of use or lost profits The Company makes no representation that the machine has the capacity to perform any functions other than as contained in the Company's written literature, catalogs or specifications accompanying delivery of the machine. No person or affiliated company representative is authorized to alter the terms of this warranty, to give any other warranties or to assume any other liability on behalf of the Company in connection with the safe, servicing or repair of any machine manufactured by the Company. Any legal action based hereon must be commenced within eighteen (18) months of the event or facts giving rise to such action. The Company reserves the right to make design changes or improvements in its products without imposing any obligation upon itself to change or improve previously manufactured products. VACTORIGUZZLER MANUFACTURING �- - 1621 S. Illinois Street VACTOm Streator, IL 61364 12-13-2D 12 12-41 EXHIBIT D 1. INSURANCE REQUIREMENTS —VENDORS 1.1 Provision of Insurance. Without limiting Vendor's indemnification of City, and prior to commencement of work, Vendor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Vendor agrees to provide insurance in accordance with requirements set forth here. If Vendor uses existing coverage to comply and that coverage does not meet these requirements, Vendor agrees to amend, supplement or endorse the existing coverage. 1.2 Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 1.3 Coverage Requirements. 1.3.1 Workers' Compensation Insurance. Vendor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. 1.3.1.1 Vendor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. 1.3.2 General Liability Insurance. Vendor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 1.3.3 Automobile Liability Insurance. Vendor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Vendor arising out of or in connection with Work to be performed under this Agreement, including Haaker Equipment Company Page D-1 12-42 coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 1.4 Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 Waiver of Subroqation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Vendor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Vendor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. 1.4.3 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. 1.4.4 Notice of Cancellation. All policies shall provide City with thirty (30) days' notice of cancellation (except for nonpayment for which ten (10) days' notice is required) or nonrenewal of coverage for each required coverage. 1.5 Additional Agreements Between the Parties. The Parties hereby agree to the following: 1.5.1 Evidence of Insurance. Vendor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 1.5.2 City's Right to Revise Requirements. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Vendor sixty (60) days advance written notice of such change. If such change results in substantial additional cost to the Vendor, the City and Vendor may renegotiate Vendor's compensation. 1.5.3 Enforcement of Contract Provisions. Vendor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Vendor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Haaker Equipment Company Page D-2 12-43 1.5.4 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any Party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. 1.5.5 Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. 1.5.6 City Remedies for Non Compliance If Vendor or any subVendor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this agreement, or to suspend Vendor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Vendor or reimbursed by Vendor upon demand. 1.5.7 Timely Notice of Claims. Vendor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Vendor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. 1.5.8 Vendor's Insurance. Vendor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Haaker Equipment Company Page D-3 12-44 ATTACHMENT B City of Newport Beach BUDGET AMENDMENT 2017-1 EFFECT ON BUDGETARY FUND BALANCE: in -ease Revenue Estimates }( Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: NO. BA- 18BA-019 AIWOUNT: $485,584.12 1 Irrrea ;e expenditure approedabons from the Equipryient Fund and AQMD Fund unappropriated #und balances For the - purchase of a vactor "CNG' sewer cleaner. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund 5') 142 REVENUE ESTIMATES Or9 Obiect Description 300000 Equipment Fund Balance '.NMOC, AQMD Fund Balance EXPENDITURE APPROPRIATIONS Description Description Org/Object 2-r9 ; 1 016 Equipment - Rolling Equipment Org/Object 14203-911016 AQMD - Rolling Equipment Org/Object Org/Object Signed: (. ey4e Alf .-I. _ . Financial Approval: Finance Director Signed: C. Admin)stdative Approval: City Ma'6ager Signed: _ City Council Approval, City Clerk Amount Debit Credit $385,584.12 $100,000.00 " Automatic $385,584.12 $100,000.00 - .9. r) d I DON. 'I a Date Date 12-45 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance ONE-TIME? I!] Yes Nc Irrrea ;e expenditure approedabons from the Equipryient Fund and AQMD Fund unappropriated #und balances For the - purchase of a vactor "CNG' sewer cleaner. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund 5') 142 REVENUE ESTIMATES Or9 Obiect Description 300000 Equipment Fund Balance '.NMOC, AQMD Fund Balance EXPENDITURE APPROPRIATIONS Description Description Org/Object 2-r9 ; 1 016 Equipment - Rolling Equipment Org/Object 14203-911016 AQMD - Rolling Equipment Org/Object Org/Object Signed: (. ey4e Alf .-I. _ . Financial Approval: Finance Director Signed: C. Admin)stdative Approval: City Ma'6ager Signed: _ City Council Approval, City Clerk Amount Debit Credit $385,584.12 $100,000.00 " Automatic $385,584.12 $100,000.00 - .9. r) d I DON. 'I a Date Date 12-45