Loading...
HomeMy WebLinkAboutC-8060-2 - Purchase Agreement for One (1) Vactor Compressed Natural Gas ("CNG") Sewer CleanerI 4 9 PURCHASE AGREEMENT FOR ONE (1) VACTOR COMPRESSED NATURAL GAS ("CNG") SEWER CLEANER V FROM HAAKER EQUIPMENT COMPANY This Purchase Agreement ("Agreement") is entered into as of this 281h day of March, 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 2112 compressed natural gas ("CNG') sewer cleaner — 12 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: 1. TERM The Term of this Agreement shall commence on the Effective Date and shall terminate on March 27, 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 FIVE HUNDRED TWENTY TWO THOUSAND SEVEN HUNDRED THIRTY FIVE DOLLARS and 63/100 ($522,735.63) ('Purchase Price"). 3. ADMINISTRATION This Agreement will be administered by the City's Municipal Operations Department. The Deputy Municipal Operations Director, 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. CQ=IILTJ 4Wd 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 Yard at 592 Superior Avenue, Newport Beach, CA 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 6.2 All notices, demands, requests or approvals from Vendor to City shall be addressed to City at: Attn: Municipal Operations Director 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: mpisani(a)newportbeachca.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 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 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 or willful 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 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 Total Compensation 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 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 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 Page 8 IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: '51,20117 By: Aaron C. Harp (uw 3.1� i-7 City Attorney ATTEST: Date: w Zy LeilJ.l i .l millObrownCity Clerk Attachments CITY OF NEWPORT BEACH, a California municipal corp charter city . Date: By: evin Mul oor Mayor and CONTRACyUR: Haaker Equipment Company, a (lallopnia corporation . al Randy E Blackman President Date:,3/,?-f 7 By: Robin' Haake Secretary [END OF SIGNATURES] Exhibit A: NJPA Cooperative Purchasing Agreement, Contract #022014 -FSC Exhibit B: Specifications and Pricing Proposal for one (1) Vactor 2112 CNG Sewer Cleaner Exhibit C: Warranties Exhibit D: Insurance Requirements Haaker Equipment Company Page 9 EXHIBIT A NJPA COOPERATIVE PURCHASING AGREEMENT CONTRACT #022014 -FSC Haaker Equipment Company Page A-1 :-z tqjp))( 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 & Vactor Mfg. 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 Sweet Sweepers & Sewer Vac Trucks/Catch Basin Cleaners VENDOR NAME AND ADDRESS VENDOR CONTACT Federal Signal HSG David Panizzi, Business Development Manager 1415 West 22"u Sheet, Suite 1100 Office; (847)622-7153 Oak Brook IL 60523 Cell:(630) 240.2385 DPanizzi@elginsweeper.com www.vactor.com www.el2insNveeMr.com NJPA CONTRACTS CONSIST OF THE FOLLOWING RELATED CONTRACT DOCUMENTATION DOCUMENTS Bid Evaluation "Contract" as used herein shall mean cumulative Bid Comment & Review documentation consisting of this RPP, an entire Proposes Bid Opening Witness Pate response, and a fully executed "Acceptance and Award" Affidavit of Advertisement pursuant to this RFP. Board Minutes • Request for Proposal (RFP) • Bid Acceptance & Award • Bidders Respouse 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 tone, lenz irhjpacoon ors ADDRESS NYE13SITE 202 12th Street NE, P.O. Box 219, Staples, MN www.njpacoon ore 56479 iNational Joint Powers Alliance'" Contract Purchasing Department Form A ' PRGPOSD+R QUESTIONNAIRE- General Business information (Products, Pricing, Sector Specific, Services, ?Terris and Warranty are addressed as Egnu Proposer Mame: _ Ceders! Signal Corp. (Elgin &'ltactor)­�_Questionnaire completed by, David PWzzL Please Identify the person NVA should correspond with from now through the Award process: Name: David Panizzi_.. E -Mail address: _—dpanizzf fedomJsignalgam Please provide nn answer to all questions below and addressall requests made in this RFP. Please use the Microsoft Word/Excel document version of this questionnaire to respond to the .questions contained herein, Please provide your answer, to each question indented below the question. Please supply any applicable supporting information And documentation, you feel appropriate in addition to answers entered to the Word document. Alf information must be typed, organized, and easily understood by evaluators. Company Information 1) Why did you respond to this RFP? We would litre to continue the excellent relationship that we have established with NIDA and their Membership. Z) . What are your company's expectations in the event of an award? We would expect continued cooperation with increased sates to the ever growing N)PA mcmbership. 3) Provide the full legal name, address, tale identifications number, and telephone number for your business: TAX Ii)Number 36-2353764 Federal Signal Corporation 1415 W. 22n0 Street Suite iloo Oak Brook, IL 66523 630-954.2600 The Ihzk shown here will provide the latest quarterly and annual reports. These reports will clearly show Federal. Signal's &naaoial strength and stability." ft :ilr fele Italat� ctimtAnn�alOwdt; tvltonotta 3tS72.�sp S} Are you natio, or have you ever been the subject of a bankruptcy action? Please explain. Federal Signal Corporation has never been the subject of a bankruptcy action. 6) Provide a brief history of your company that Includes your company's core values and business philosophy, Federal Signal Corporation (NYSE:: FSS) enhances the safety, security and well being of communities and workplaces around the world: Founded in 1901, Federal Signal is a leading global designer anti manufachi er of products and total solutions that serve municipal, gbvernmental, industrial and institutional customers. oat Signal > nvittinrnental Soli fionstronn.l As we embark on the 2l' century, we nre faced with many new opportunities and challenges providing the necessary cleaning and maintenance services to our cities. airports and industries in an environmentally fkiendly manner. With clean air and clean water at the forefront of today's concerns - now Is the time to think about: how the environmental risks will affect communities, business and government worldwide, To meet these challenges, Federal Signal Corporation has created the lrnyrrountentgl $glutforts roan, This group inelutles.iitdustry leading solutions from Rfelttz5wanuer Jontnanv grit Va.�rttaar� HanlAfgchnrina each with a large, innovative a,A produotive line of eriwtriadta(aleabung products. Our mission is to enhance the safety, security and wo&bofng of communities and workplaces around the world: 7) Flow lqi% has your company beets in the "SLt'1VER VACUUM, HYDRO -E7' CA VATICiN, Ai4D/OR STREET SWEEPER EQUIPMENT WITH RELATED ACCESSORIES ANIS SUPPLIES", industry? E�ylp'Sweepereempanyltasbeencleaningroadwayssince1914=plokingupand . disposing of harmful debris before it contaminates surface runoff and accumulates into roadside pollution. Today Elgin is the leading manufacturer of sweepers for municipal, contractor, airparraud industrial sweeping needs, Elgin Sweeper offers the world's broadest selection of street sweepers and includes all variations eftadttY%sweeping toohnology-meehanical, Vacuum, regenerative nit, and now waterless dust control, l'M10-compliance, and alternatively fueled sweopets Blgin Sweeper is loading the way for toating 4weeper effectiveness and for BMP qualification. From general street maintenance to special industrial and aitport applications, Elgin puts ifs customers in the sweeper that best meets ihelr:rieeds. Yaetor Mannfncturlug, located in Streator, U. is a world leader in high qualitysowereleaning and Hydro cxeavatiort aolutians For 50 years. Vector has been advancing their exportiso in air conveyance and high pressute water. Starting with agricultural conveyor products that led to miigimoring and manufacturinIl qualityproducis for sewer cleaning, line jetting, Vacuum excavating and lbydro excavating. Vector products feature a unique design and Vactor's exclusive Jet Rodder water pump, designed for the most efficient use of water, VaetorManufacturing is 1509001 and ISO 14001 certified and tastes gide in enhancing the well being of workplaces and communities around the world S) is your organization.beat described as a manufacturer or a distributor/dealerim4eller for a manufacturer of the products/equipment and related services being proposed? Elgin Sweeper and Vactor Manufacturing are best described as manufacturers. a) if the Proposer is best described as a rc-scllor, manufacturer aggregate, or distributor; please provide evidence of your authorization as a dealer/reseller/manufacturer aggregate for the manufacturer of the products/equipment and related am -vices you are proposing. h) if the Proposer is best described as a manufacturer, please describe your relationship with your sales/service force and/or Dealer Network in delivering the produota/equipment and related services proposed. trained dealer locations worldwide., Are thcse individuals your employees, or the employees of a third party? The dealer network is a third.pwy and their employees are of a third party. c) Ifepplicable, is the DoalerWatwork independent or company owned? The Dealer Network is independently owned 9) Please provide your bond rating, andlor a creditreference from your bank. Welts Fargo Bink, N.A. MAC DI 109.019 . 1525 WT Harris Blvd, l Al Charlotte; NC 28262 Latoola Attidaah, Dealer Administrator,chis l aitidzah cit wellsfarga cote, 704-5902755 Channc Dynes, Dealer Administrator, chanue.b3md wcllsfar mom, 4044590-2735 Group utailbox: A&q V8g IpI red(les sC tvollsfaraQ.00in 10) Provide a detailed explanation outlining the licenses and certifications that are both required to be held, and actually hold by your organization in pursuit of the commerce mud business contemplated by this XFP. While not required both Elgin and Vector Facilities are ISO 9001 certified; This means that we adhere to appropriate manufacturing and quality processesand procedures. 11) Provide a detailed explanation outlining licenses and certifications both required to be held and actually held by third parties and subcontractors to your organization in pursuit of the commerce contemplated by this RFP. if not applicable, please respond with "Not Applicable." Many States require sehlers/seivices of our products to maintain State or local level business licenses. Where required our third party dealers hold applicable business licenses. 12) Provide ail "Suspension orllisbamtont" information as defined and required herein. Nona 13) in addition to the $1.5 million in General liability and/or in conjunodan with umbrella insurance covcrago, what level of automobile and workers compensation insurance dogs your organization ourrently have? I€ none, please explain. Please see attached certificate of liability insurance describing our automobile liability and workman's oompensstitnt: 14) Within the Rp category there is potential to be several different sub -categories of solutions. What sub category titicls would best describe your products, servicos and supplies? The only Sub Category that wardd apply would be High Pressure Sewer Cleaner. _nndgrketplace Successor 15) List and document recent industry awards and recognition. Not Applicable. lb) Supply three references/testimonials front customers of like status to 14JPA Members to inoludo Goveturneut and Educatiomagencies. Please include the customer's nitre, contact, and phone number: Brigham Young University Scott Sherwood 8011122-5412 Midvale City, Utah Ken Vance -801-230.2575 Lehi City, Utah 7ereaty Estes 801-3,11-9198 17) Provide naives and addresses of the top five (5) government or education agency customers to Include the scope of prAjecta,�i eo transaction, And_dollar,whtmes. from.tha.pusllhm(3)-ftiomlyears , ---- - - Confideutial IS) What percentages cd'your current (within the past three (3) fiscal years) national sales are to the government cad -education verdoals'? Tadicate government and education verticals individually: Confidential Pronoser's ability to sell and service nationwide 19) Please describe your company ogles force in terms of numbers, geographic dispersion, and the proportion of their attention focused on the sale and services of the equipment/products contemplated in this R1:P2 Environmental Solutions Group (ESO) North American Sales division consists of aD.irector of Sales wltb eight Regional Sales Managers (RSM) reporting to bim. 100 "/o of their, time id dedicated to the sales slid dealer support of Elgin and Vactor equipment. 20) Please describe your dedicated dealer network mid number of individual sales: force within your dealer network In terms of numbers, geographic dispersion, and the proportion of their attention .focused on the sales distribution and delivery of your equipment(produets and related services contemplated in this RFP? Each RSM has a Dealer network within their respective territory that Is managed by the RSM. As previously stated, the Dealer network is a third party with approximately 50 dealer locations and well over 200 dealer sales personnel covering all of North America. 21) Please describe your dedicated company scrvloe force or dedicated network in terms of numbers, geographic dispersion, and the proportion of their attention focused on ilia sale of the equipment/products and related services contemplated in this RPP? ESO Service division consists of a VP of Parts and Service with .5 Regional Operations and Service Managers. (ROSM) reporting through a field parts ond.service manager. This covers all of North America and many comrtrics throughout the developed world 22) Ploaso describe your dedicated dealer servico farce orttetwork in terms of numbers geographic dispersion, and the proportion of their attention focused on the sale of the equipment/products and related services contemplated in this RRP? ,Additionally, please describe anIy.appiicable road service and do bury offer the ability to service customers at the customer's location? ESGr dealers have factory trained service tedhnicians rally trained to service Elgin and Vector products. 100'°/a. of North American E1SG dealers have the ability to provide some level of road service for PSG Equipment. HSG dealers attention to Elgin and Vector products will vary from 50 -160 %depending on dealership. 23) Describe in detail your customer service program regarding process and procedure, Pleaseinclude; where Appropriate, response time capabilities and commitments as a part of this RAT response and awarded contract, . Any sale.or servicing of.equipmeint to the NJPA member will be conducted through our, dealer network. All paperwork (i.e. Purchase Orders, Warranty Claims, etc) will be submitted by lheMPA member to the ESG Dealer. The ESO Dealer network is a well established group of first class organizations having a vast array of knowledge and experience in the munioipal equipment market. Elgin and Vactor Service Department maintain a24. hour a day service support line as an additional resource for dealer or customer issues. 24) Identify any geographic areas orWPA market segments of the United States you will NOT be fully searing through the proposed contract. All US Market segments will be fully served. 25) Identify any of NJPA Member segments or defined NIPAvertieals you will NOT be ot£ering and promoting an awarded contract to? (Govenumem, Education; Nor. profit) Digin and Vector products will bo.made available to all NJPA member segments. Promotion to non-profit' organizations is limited as this market segment typically does not have a need for Elgin or tractor Products. 26) Define any specific requirements or restrictions as it applies to our members located off shores such as Hawau and Alaska and the US Islands. Address your off shore shipping program on the Pricing form P of this document. No Restrictions Marketlna-Elan : _ 27) Describe your contract sales training program to your sales management, dealer network and/or direct mlesteams relating to a NIDA awarded contract. ESG'S 1Sut year relationship with NJPA hasprovided'a solid base of knowledge from both stiles management and dealer network with regard to use ofthe contract for ongoing sales. NJPAcontraet training at both national and local sales meetings is ongoing (performed as required by our RSMs). Titin has also beenfacilitated by presentations From our NJPA contract tnanagcr and managers from within the company: 28) Describe how you would market/promote an NJPA Contract nationally to ensure success. HSG has annual Sales Meetings for our dealer network. As in the past, we would welcome an NJPA representative, to attend and present at our annual dealer sales meetings (Tony is already scheduled for our annual meeting this year in June) . Ow dealers and regional sales managers attend local NJPA GTKU events. In addition, wehavea sentien for the NJPA program on both dealer and public websites. We also Adventist our NJPA contract at national (and local) trade shows. 29) Describe your marketing material; and overall mitrketing ability, relating to promoting this type of partnership and contract opportunity. Please send a few representative samples of your marketing materialsill electronic format. ESG marketing literature is currently available on the dealer and public websites for NJPA members to download electronic copies. We also participate in and wilt continue to participate in, a very active PR program, do direct mailings, attend tradeshows, write and publish application stories all the traditional Marketiing Communication tactics that are being applied to promoting this program will continue. This is facilitated through our full service Marketing Communications Department. 30) Describe your use of technology and the Internet to pp Elgin Sweeper Company and Vaetor MamtfactmIpn five primary ways that would impact marketing anc I. Public Websites - we employ a webmmster and su priority -oar current NJPA relationship is ref lectel 2. bealer.Websitam we have a secure. dealer Website. product in Formation that is relovant -ail programs toting and unsure tuitional contract awareness, nuced the use of technology In wareness: kcs updating and improving the public websites a is constantly updated with new program, promotional and hiding our current NJPA purchasing contract is listed on I at we site complete with appropriate hole, we have sit on-line "University" training curriculmil and system that allow us to produce omlina classes dud teaming inudtclas, hold meetings, and collaborate, These training classes can be accessed at a users location and provide roil -time essential training add information. 4. E.Nervslettar- [ISG has a monthly newsletter that updates our dealers with new information they should be aware:of, includitigruarketmg updates, training inforination, and any other peninetntsales orservioe:tniom union. 5. Product Sales Confi)gorator- both 131gitf and Vactor will lisve an on-line configurator,available to the dealers to bulli castomer products for presentation and proposals as wall as eventual order entry and production planning. Ability fc provide NJPA proposals for our equipment is/will be available. 31) Describe your perception of NJPA's role in marketing the contract and your contracted products/equipment and related services.- Weivtruld ex pact NPA to support the Elgin and Vactor product line and supply us with Information and materials making, it the most adva ntageous cooperative purahasingprogram in the country. 32) Describe in dewit any unique marketing techniques and methods as, a part of your proposal that would separate you from othercompanics tin your, Industry. Both Elgin and Vactor are the #.1 manufacturer in their respective Industry based on overall sales, pur distributor network experience and breadth of sales and service coverage enables Elgin and Vactor to tnaintaill their market leadership positions, 33) DesOlt ,your -company's Senior Management levet commitment with regards to embracement; promoting, supporting and managing a resultant NJPA awarded contract Senior managemenfltas tl<Ily embraced out current NJPA contract and is wanting to continue this relationship going forward, Administrative effort for our current contract and passible future,contract is fully supported. 34) Do you view yourproducts/equipment applicable to an E-procuremant ordering process? Yes/ NO. No not at the usedmomber level. Out scope of option and speclat content is too.grent, a) If yes, describe examples of &procurement systems or electronic ma, rketpiaCe solutions that your products/@quipment was available through. Demonstrate the success of government and educations customers to ordering through E -procurement. 35) Please describe how you will communicate your NJPA pricing and pricing strategy to your sales force nationally?. Elgin and Vactor commmrieate pill NJPA pricing through price shoots, The price sheets are available to our Dealer Network though a Secure Dealer website, Also,. RSMs are aware of all potential NJPA sales and ensure pricing acouracyr nd provide dealer training and support if raquired. Other Ceonerative Procurement Contracts ILdd 36) Identtfp all cooperative contracts hosted by any government or education agency or government or education cooperative or by a third party marketing company, which are marketed in more than one state, held or utilized by the Proposer. White not held by our company, several of our third pdriy dealers do hold state and local purchasing contracts. While utilized by our local dealers these purchasing contracts do not necessitate specific pricing discounts, 37) What is the annual dollar sales volume generated through each of the contracts) identified in your answer to the previous question Unknown 38) Identify awarded WSCA or specific state procurement contracts held or utilized by the proposer withany State of the United States. As noted in question 36, several. of our dealers hold specific state or, DOT purchasing contracts. While these contracts are utilized specific factory discount are minimal if any: 39) What is the annual combined dollar stiles volume for each of these Contracts? Unknown 40) Identify any USA Contracts hold or utilized by the Proposer, We do not hold a GSA contract, however, we do utilize a OSA contract help. by one ofour dealers. GS -30E -1012H. 41) If you are awarded the NJPA contract, are there any market segments cir verticals (o.g.; higher education, K•12 local governments, non -profits eto.) or geogmphical markets whore the NJPA contract will not be your primary contract purchasing vehicle? if so, please identify those markets and which cooperntive purchasing agreement will co your primary vehicle. Our NJPA contract is the load purchasing vehicle on a national level with the only passible exception oflocal dealer sponsored procurement contracts. It should lie noted'that these local dealer sponsored contracts do :pot enjoy the. same level of discounted pricing from manufacture. 42) if you are awarded the NJPA contraot, is it your intention and commitment to lead with. your NJPA contract? X Yes No Patpiainand demonstrateyour commitment and/orrestrictlons. Our intentions cim be seen with thu annual growth fiver out current NJPA contract from March of 2010 to the present, 43) Identify a proposed adtnmiatrative fee payable to NJPA for facilitation, management and promotion of the NJPA contract, should yoabe.awarded; This fee is typically calculated as a percentage of Contract sales and not a lona item addition to the customers post of goods: ` We propose the fee payable to NJPA for facilitation, management; and promotion of the NJPA ediltraet to be 0.5% of the contract safe (less third party supplied items; aerie as current arrangement). Value Added Attributes 44)if applicable, describe any product/equipment training progmms_availabla as options for NJPA members. If' applicable, do you offer equipment operator Wning as well as maintenance training? X Yes No 1386 offers hands on training programs to our, and users at both the Pig'in and Vactor facilities, Those classes are geared primarily towards maintenance and. -are most appropriate for new customers or nevi users, la addition, our dealers provide user training and basic maintenance upon product deliver; most dealers have annual product training programs ("Refresher classes") hold at their facilities for their area customers. 45) Is this training standard as a part of a purchase or optional? The basic training as part of the delivery Is, a standard offering with purchase of equipment. In-delrth operator or mechanics trainipg cati be arranged and is optional, 46) Dosoribe current technological advances yourproposed equipment(products and related services offer. Roth Elgin and Vactor offer our_ various models in Altantative Fuel configurations. Elgin,also oilers Woterless sweeping technologies; 47) Describe your "Greco" program as it relates to your company, your products/equipment, and your recyclingprogram, including a list of all green products accompanied by the certifying agency for each (if applicable). `in 1, Recycle Stool . . 2. Recycle Aluminum 3; Recycle Copper 4; Recyolc.Ciirdboard S. Recycle Bulk Plastie 6. Recycle Oil/Coolant 7. Recycle Wood Pallets 8. Havesome returnable pallets 9, Cleaning agent ofchoice is "Simple Greco 10.:Pluormcent bulbs recycled 11. Powder Coat Paint-- no VOC's' 12. Run Energy Efficient Compressors (Variable Drive) 13. Run Energy Efficient Boilers (Ucalize .heating) 14. Have ability to tua air compressors on natural gas 15, Recycle Computer equipment 16, Dispose of hazardous and non -hazardous waste PITIviently 17. Current Plan to implement energy management system 18. An enviromnentally sound spill clean-up program that minimizes waste is in-place 19. Old batteries am recycled 20. All Units Re -circulate water on assembly line water testing 21, Installed llusliless tWots and faucets 22, Participate in ComEd Curlailrucnt program (not all companies can or do) Vactor l . White UttiicePaper 3. ColorodPaper 3. Computer Paper k Envelopes And Junk Mail Minus'The Plastic Wrap 5, Newsprint: 6. Glossy Magazines, Catalogs AM Phone Books 7. Wire 8. Cans 9. All Orades Of Swap Steel Incl, Carbon Steel, Stainless Steel, Aluminum, & Shavings From MachineryW ark' 10. Solvent From Painting Operations 11. Royale wood pallets 12. Rcoycle cardboard 48) Describe any Women pr Minority Business Entity (WMBE) or Small Business Entity (SBB) nocreditations and the. general minority and small business program of your organization as it relates to a Contract resulting from this knP Not Applicable, 49) Identify any other unique or custom value added attributes of your oompamy or your products/equipment or related services, Both Elgin and Vector are American made products. 50) Other than what you have already demonstrated or described, what separates your company; your products/equipment and rotated services from your competition? What makes yourproposed solutions unique in your. industry as it applies to NJPPA. members? Elgin offers a full range of inechatueal, vacuum, and regenerative air sweeper products in various sizes, sold and serviced through the largest dealer network in North America. Vactor offers a full range of truckmounted sewer line, cleaning equipment with various debris body sizos; including the ability to customize with user specific features, Also, Vactor offers.several sizes of trunk -mounted hydro-oxoavation products designed to suit specific needs and applications. 51) Identify and describe any service contract.options included in the proposal, or offered as a proposed option, for the, productslequipment being offered. Service contracts are not offered at the manufacture level, Most $Sri dealerships do,offer service contract options. 52) Identify your ability and willingboss to offer an awarded contract to qualifying member agencies in Canada specifically and internationally in general, flo8r Elgin and Vactox products arc sold and serviced through a network of more than 100 factory trained dealer locations worldwide. Wee have thorough dealer, sales and service support throughout Cansda. Elgin and Vactor are willing to explore international contract sales opportunities assuming currency fluctuation rislea ran be mitigoto1 53) Describe any unique distribution and/or delivery methods or options offered in your proposel. Not Appticablo (Products, Pricing, Sector Specific, Services, Terms.iind Warranty are addressed on Tom P Signatures ` �G Date ForM B .•» , 11 PROPOSER INFORMATiON Address: City/statelzip:._ OCJCk &csrak- `-T:) rde:5 ?-S3 1 Plloitc:i 7 S e? 7y c u J� Y -Fax: Toll Free Number ll-mail: Website �°1 W W M Voids sometimes exist between inanagement (those who respond to RFPs) and sales staff (thosewho Outset NSPA hlembors) that result in communication problems. Due to this fact, provide the names ofyour key sales people, phone numbers, and geographic territories for which they are responsible COMPANY PERSONNEL CONTACTS ntttltitt lzkdaEhcr for uric oriauirritioii* T Name: Mail ftzal ryac�eFarttaXetcti «By executing Form F, the "Proposer's Assur authorization to sign on behalf of your organiz Author of Your ormsal resaonng Phone: st 6 22 `7 f in ice of Compliance," you are certifying this person identified here has their inn: - Your Erjmar_y Contact person reaardlue vourgrbnasal . Name; ;L Email: Other lmnortantcontact information - Name: Email: Name: Titlo: Emall: � - Plinne; EN9BMONS 14 )PRORQsAL TERMS GQNni,TIONS � AND SOG TIY tONs "Oi7EST, CompanyName; ,, F• ��� �. d1 cmVo t•Ar Note! Orielnal must he siened and inserted in the inside front cover pouch. Any. exceptions to the Terms, Conditions, Specifications, or Proposal Forms contained herein shall be noted in writing and Included with the proposal submittel: Proposer acknowledges that the exceptions listed mayor may not be accepted by NJPA and may or may not be included in the final coh tact. NJPA may clarify exceptions listed hero and docament the results of those clarifications in the appropriate section below. . FORM Yl Formal ONering of Proposal N (To be completed Only -by Proposer) SEWER VACUUMblYDttO-FXCAVAI tL1N ANDloft 9TREET SW&EPER EgUIp14i> NT'V'rTR R_Rl ATFD In compliadce With the RequeEt far proposal (RFP) for "SR"R VACUUM, HYDRO -EXCAVATION, AND/OR STREET SWEEPER F.QUIPMFNT VITJR RMATFD ACCESSORIES AND SUPPLIES", the undersigned warrants that Itwe have examined this RFP and, being familiar with all Of the instructions, terms and conditions,' general specificatipns; expectations, technical specifications, service expectations and any special terms, do hereby propose, fully eemtttit ani{ agree to famish the defined equipmentlproducts and related services in full compliauce with all terms, conditions of this, RPP, ally applicable amendments of this RFP, and all Proposer's Response documentation Proposer further understands they accept the full responsibility as the sole source of responalhility of the proposed response herein and that the performance of arty sub -contractors employed by the Proposer in fulfrllutent of this proposal is the sole responsibility of the Proposer, Compatry:Nalim Elt�d' A GWA date: _'reb.:1-7 zo iA- Company Address: (S ..Yce- j CLQ City: nzxkBYOd3k State L Zip: 6ca.'572a ContaetPersmr: L plr 2i Title: 5rxSatrCSS Authorized Signature (ink onty):=sE t �;tyr =qr — (Name printed or typed). 43 Contract Acceptance acid A1Yard (Te be completed only by. NJPA) Psi I ,U�#M dill 111 �iYG% AfAe J4? -e Proposer'3 full tcg6i name Your proposal is heraby accepted and awarded, As an awarded Proposer, yoo are now bound to provide the defined produudequipment and services contained In your proposal offering according to all terms, conditions, and pricing set forth in this UP, any amendments to this R", your itesponw, and anyexeeptiatis aeceptedorrejected by NJPA 66 Portia C, The effective stad data of the Contract wit( be „ ���, 20 14 and eominue rot, four years from the board award data This contract has the cOwdcr ton ofa tifth cnr renewal optica at the diseret[on of ha7PA,. National Joint Powers AMane NJPA.Auihorizedsigaahira; f`iY..i[. Atverdedthis- _NJPAContractNumber 0.1122014-FfC NIPAAuthorizedsignaturr A Board. Member (Name printed or typed) �. { Executed thisday of 1! J. , 26 4 — NJPA Contract Number.# 62201 i -FSG Proposer beteby accepts contract award including all accepted exceptions�coWNJPA clarifications It entitied on FORM C. Vendor Name 1 �e'+`c+_�l S' e' r Vendor Authorized sig nature; �a¢.z t r• - -t - (Name printed or lyped) - Title:-jctStnG7Arc frtdA7 [ir1 Executed this - day of A NJPA Contract Number 444*'-Vge. 44 PROPOSER ASSU,RAM" rig tt}mrLJANCIK Proposed Affidavit Signptnivr page P9opo,Sdit"s A.FFOAV1T The undersigned, represnoting the persons, Firms And corpotations ,joining in the snben sioi:of the foregoing: proposal (such persons, firms and corporations herefnafter Mug referred to as the "Proposer"), being duly sworn on hitA cr oath, states to the best of biAor belief And knowledge: 1. The undersigned qurtifics the Proposer is subnutting'their proposal uoilor thair true and correct naint, the Paoposer has been. praaerty,originatid slid legally exists in good standing in its state of residence, that the Proposer posscsses, be will possess prior to the delivery, of any product/equipment And related sorYiees, ail oppticahte licenses- nccc Aary,for such delivcrp to NJPA members ugetw is nationalty; and that ttteyare authorised to act on behalrof, and ¢number the "Proposot" in this Cont Act, olid 2, To the best of myiarowledge; no Praposer or Potential Proposer, nor. Any person duly representing the sarpea has directly or indirectly entered lutu any, ngreeinonf or Arrangement svftb any othei Proposers, Potential proposers, Any official or employee of flra:NJPA, ar any person, term or eotporation, under contract with the NJPA in an effoiitointluonceeithertheoffering ofnowafferingorcertainprice3 terms, And conditions refiling to ibis RFI'. whicb tends to, or does, lessen or destroy free conlietftion in the letting or the Contractsoaght for by ilids "17, aped 3. The Proposer or any person on his/her bcbalT has not agreed, connived orcolluddd taproduce a deceptNushow sof competition in the manner of the proposal or Award of the referenced conttact, And 4,. Neither 1, the Proposer, nor, any ottiour, director, partner, member or associate of the Proposer, nor any of its employees directly Involved in obtahting contracts with the NJPA or any subdivision or the MPA, has been convicted of false pretenses, attempted false pretonsua or conspiracy to commit false pretenses; bribery, attempted bribery or conspiracy to bribe under die laws of any state or federal government for acts or omissions after January 1, 1985, and 5. The Proposer has evamincd and understands the terms, conditions, scope anutraot, opportunity, specifications request and other documents of this solicitation and that any and sit, exceptions have been noted In writing and have been included with.the proposal submittal,altd G, if awarded a tobiraet, the ;Proposer will provide the equipme it/products and services and/or services to qualifying members of the NJPA in accordance with the ternrs, conditions, scopeof this I;FP, Proposer offtuad. specifications sod otlatr doonmehis aFtlifs Sodicita[ion, alio 9. The undersigned, being fxmiliarwith and understand the expectations requested and outlined in this RFP under consideration, hereby proposes to deliver through valid requests, Purchase Oftars or other acceptable forms orderutg and proIcaronlent by INJPA'iviernbers, Udless attierwise indicated, retincstod and agreed to on a.valid purchase order per this RFP, only new, unused rand first quality equipmant/products and related services Arc to be transacted with NJPA Membersrelating to an Awatded contract, and - -- 9. The proposer has carefully chceked the accuracy of all proposed products/equipirmot and related services and listed total price per Ault of purchase hil this proposal to Include shipping anti delivery ao» sideration. Jn addition, the Proposer Accepts all gemuml terms and conditions of this RrP, inctudlhg all responsibilities of cummiuriept as outlined and proposed: nod R. In submitting this proposal, it Is understood that the right Is reserved by the NJPA to reject any or all proposals 4S and it id nyrkcd by allparties that this proposal may not be withdiuwn. during a period of90 Clays 6 -ma the data proposals were opened regarding this UP, tied 10. the '.Proposer certifies that in.perferming Ois Contracrthey Will comply with all applicable ptvvtsions of the federal. stata; and local laws;'ragnlationa;.aulas, and orders, sod 11. The Proposer understands thatt submittnd,proposals which ate marked "confidential" In their eilfirety, or those in which a slgnalaantpordon of the aubtttitted proposal is marked "nonpublic" rttu not be acoe tad by N7PrL ' e , ra a SeemAll lnbpas S are nonpublic Until the contract BBR+ - C �, fit Which time, 1q[ successful and msuccessibivandors1 proposals beconuipublicinfbrMafion 12, The Proposer understands and agrees that IM will not be rasponsibla fat any inforfnation contained within tbo proposat. Should Vanden not tomiity with tbg labeling and packing requirumeots, proposals will be released as submitted. 13, Bysignbig bolow, Hie Proposer tolderstands it is his of her icsponSibillty as ]lie Vendor to act in protection of labeled information and agrce to doi'enli and indemnity NNA foe houoriag such designation, Proposer duty reatlzcs failure to so act will conatitute a complete waiver and all submitted inforination will become public information; additionally failure to label any Information that -is released by NJPA shall constitute a cotnpleta waiver of;uty and all claim for daatages caused by the release of1ho infbtmatloa, IThe rest of this page. has been left intentionally blank, Signature page below] 46 By aiming below, Proposeris acknowledging that ho or sho has. road, understands and agrees to comply with thetcrms and conditions specified above. Company Namm Contact person for Questions: , ��`sr e"tn'Htvit��_aaTWIMo a responst a for t ng outiFups ascr a t ponse%MI) Address:.:.._.:.��.6�? :w �.�-+Z-�r�' �._Ce"..?C ��JLix-ftr- L' 3_. Telephone Number ' f �G ,L Y � Fax Number: , �-.tm c -Z Email Address :� {6 [stn t laieb C 4Y � . ec wn Authorized Signature: Authorized Name (typed): ti, avtaC1�htZ i Title:t5�br7(NttY�r }�fA3+Cic{ral Date: F—ND. Notarized Subscribed and swom to before me this - day of Notary Public ht and for the County of___ State of My commission expires; Signature:. r_ 47 Farm_ _ PROPOSER QUESTIONNAIRE Products/Equipment, Pricing, Sector 5pedfic, services, Terms and bVarrurity Proposer Namc: -Federal Signal Cntp _(Clgin and Vactor)�. Questionnaire completed by: David Pimizzi,_ p_aapm nt'rsrmAAI )V_litandlneOpt]ods 1) Identify your payment terms if applicable. (Net 30, ate.) Payment Terms are determined Between the PSG Dealer and the NJPA Member, General terms between dealer and 1280 are Net 3b, 2) Identify any applicable leasing or other finaucittg options as defined herein. Available leai&g programs are determined. between the PSG Dealer and NJPA member, We do sponsor third party 611 servige.lease and turnkey maintenance program for our dealers.. 3) Briefly describe your proposed order process for this proposal and contract award.. (Note: order process may be modified orreflned during an "JPA member's Fina[ Contract phase process), a, .Please specify ifyou will be including your dealer network in this proposal. if so, please specify ]Low involved they will be, (For example, will he Dealer accept the P.4.?), and how are we to verify the specific dealer is part of your network? NJPA member submits ¢Purchase Order to the ESG Dealer with payment made by the NJPA member to the HSG Dealer. BSG dealer will.facilitato all product orders. Elgin and Vaotor equipment is exclusively provided by contracted dealers. if required, a detailed listing of dealers can be provided. 4) Do youaccept the P-caW procurement and payment process? Not Applicable. Warr 5) . Dasorlbe, is detail, your Manufacture Warranty Program including conditions and requirements to qualify, claims procedure, and overall airrrcture, Standard Warranty is for 12 months on the complete unit,but certain eomponentg have longer standard warranties.These are identified In our Standard Limited Warranty Statement. TbQ Statement'also defines start date, application, cte: Units arc registered for warranty in, our on-line warranty system. Claims are fled by the ESG Service provider within this system, as well. Additionally, the ESG.ServicePotts and Warranty Guide is publisbed an the ESG Dealer website, and contains Claim submission standards, and guidelines for conducting warranty repairs. 6) Do all warranties cover all pmducts/egyipmeni_parts and labor? All Standard Warranties Include notarial and labor to eithai+rep* orreplace, at our option. 7) Do warranties impose usage limit restrictions7 Standard Limited Warranty is based on days in service only. There is no restrietlon on operating flours. 8) Do warranties cover the expense of technicians travel timeand mileage to perfo m warranty repairs? ESG dealers are compensated for travel time up to 3 hours round trip, par reasonably required trip. 9) Please list any other.limitations or circumstances that would not be covered under your warranty; Such conditions are defined in Standard Limited Warranty Statement, such as customer abuse; misuse, or lack of propermaintenance, etc, 10) Please list any geographic regions of the United States for which you cannot provide a certified technician to perform warmoty repairs. How will NJPAMembets in those regions be provided servicefor warninty repair? FSG deater network covers the entire U,S, NJPA member can arrange with ESG dealer in their respective area to receive warranty work. - ESruinmentlPruypc(}And llgtetl'Seiwlces fats Prism¢ 11)Provide a general nerrative description of the equipment/products and related services you are offering in your proposal, , Elgin Street Sweepers and Vactor Combination Sewer Cleaners and TIydro Excavation Wohincs, 12) Provide a general narrative description of your pricing model idor lifying how the model works (line item and/or published catalog percentage discount). Excel Spread sheets for both Elgin Street Sweepers and Vactor Combination Sewer Cleaner& arc listed in separate folders on the electronic (CD) version of this submittal, Each model has a base unit price with options listed as line iteaus.. 13) Please quantify the discount range presented in this response pricing.as a percentage discount from MM/published list. NJPA members enjoy a 3% minimum discount from list price. The price sheets provided will show line item pricing and calculate and apply the 30/. WPA discount. 14) Provide an overall proposed statement of method of pricingfor individual line items, percentage discount off published product/equipment catalogs and/or category pricing percentage discount with regard to all equipment/products and related services and being proposed. Provide a SKU number for each item being proposed. The end user is aide to corrfrgure a machine to meet their needs using the Excel Spreadsheet. Each model and all options have a part number and all manufacture supplied options receive a 3°% discount (minimum), 15) Propose a strategy, process, and specific: method of facilitating "Sourcod.Product/Equipment and Related Services" (AKA, "Open Market" items or "Non-Stwtdard Options"), Elgin and Vector offer "special" option capability which allows engineering to research and design unique product features. These "Speclale will be priced using our specials process and discounted atthe3% level (minimum). The only exception being our "sourced product" chassia or special chassis options to which the 30/6 would not apply; t%hsssis are a pass through cost item: l6) Provide your NJPA customer volttme tcbate ptngranis, as applicable. Reviewed an an individual basis, 17) Identify any Total frost of Acquisition (as defined herein) cost(s) swhiph Is VNQ'1-' included "Pricing` submitted with your proposal response. Idontify to whomthese chsrgesarepayable to and their relationship to.Proposcr. Any dealer costs for dealer installed items including local freight and PD1 aro not included m our pricing submittal. Any costs associated with the delivery of a piece of equipment to an NJPA member AFTER. it has been delivered to the respective ESG dealer is negotiated between the ESG Dealer and the NJPA member. Such costs could be delivery -from the ESG Dealer to the N.IPrti membor, putting the unit into service, special training,.reoommended spare parts list, etc: 7 8) If freight, delivery or shipping is an additional cost to the Nri°A member, describe in detail the complete shipping and. da#iveryprogram. Any costs associated with the delivery of a piece of equipment to an NJPA member AFTER it has been delivered to the respectiveESG:dealer fs negotiated between the ESG Dealer and the NJPA member. Such costs could be delivery from the ESG Dealer to the NJPA member, putting the unit into service, training, recommended spare.ports list, etc. 19j As an important part of the evaluation of your offer, you must indicate the level of pricing you are offering. Prices offered in this proposal are (Your proposal will be deemed "Non -Responsive" if this question is not answered): a, Pricing is the same as typically offered to an individual municipality, Higher ed or school district. �7I gib. Pricing is the same as typically offered to GPOs, cooperative procurement organizations or state purchasing departments. a Better than typically offered to GPOs, cooperative proouremeat organizations or stale purchasing departments. 20).Do you offer quantity or volume discounts? _-X—'YES _NO Outline guidelines and program, Volume discounts ate evaluated on a oasc-by-casebasis. 21) Describe.in detail your proposed exchange and return program(s) and policy(&), Products exchanges and retuma ate extremely rare. Should an exchange or return be warranted because of produot failure appropriate accommodations would behandled on a case -by -vaso basis. 22) SpeulAcally identify those ihipping and delivery and exchange atzd rettwrs progtritps m theyrclatc to Aloska and Iawaii and any relatcd.oiT shntw delivery bf contractcd products/ egWpu ent and rdlated $<rviccs Fmduc#s �attatt�ca und:ratuzns aha axqamaty nnro, Shatli� wzoxcbazw�e nr Yeturxi be wanauts~rl utoaase ol'pmduct iNtlara Wopriate acammuodatlomwould be lm dled an a. mo by aas basil inoipdizrg �ttt�plizg nbargos? 23) 7'lea+sc descrllte any sel l"-:tpdit proc+adpm};rain .ytut piag to employ io yc:ril"y c�tita�iiCmnec idritli ytiux 6titleijiiitad conlrgCt witb NJpA, i5limso lie its i:gceit'ic as possible. Dtatlera ataMIalred to indlraate an NJPA lrurebnst~ alt their tastrellttsc iWO L W.0 a arc }rsclnfr6d Ict VVIart cumoluet lntarinatioty iudludiuu� t itnrse, Cont -da lnfar mtion, and trartsaatlon grlar;. ?# 0 Sl(reclorul SMostmdIcs and reports on all �Il'l*A gotttt�r#:galas ort ttgtiitt'larlpbasis. bulustw Or " Seetal$pP,ali1c Otmittazzy-- 2d) NA xsaGa_.1� ?-o14 ADDENDUM ONE (4) «y. To that certain NIPA RFP #02201& issued by Nationallolnt Powers Alllancem For the procurement of SEWER VACUUM, HYDRil-EXCAVATION, AND/OR StREETSWEEPER EQUIPMENT WITH RELATED ACCESSORIES AND SUPPLIES - Consider the following to be part of the titled RFP: 1) OLIPAtIOnS 6VI)MItted by Potential Responders at the Pre-Pr6posal Conference onTebruary 6, ZOIA are listed In black ford and NIPA Answers are listed in blue: Q, What percentage of your client base are public works departments versus school systems, -A, Approximately 30% of NIPA's membership Is In Government -and about 40% of nnembership is In Education. 0, How many contracts do you expect to award in this category? 'Ai Per section 1.13 of the RFP, NJPA's Intent is to award acontract toe tingle exclusive vendor but reserves the right to award to multiple Proposers where the result of the responding Proposers justlfles a multiple award and multiple contracts are deemed to be In the best interests of the NJPA member agencies, Q: Clarify the normal purchase order and payment flowfor a manufacturer that utilizes distributors. manufacturer accepts order from distributor, and manufacturer pays admin fee to NJPA quarterly? A: When a vendor Is awarded an:NJPA contract all authorized distributors/dealers are able to sell through the contract. The PO would be accepted at the tlistributor/dealer level and the admtnfstrator/manufacturer would be responsible to submit a cumulative sales report to NJPA on a quarterly basis with admin fee payment. Q, How and where In your point scale wilt you recognize a successful.prevtous NJPA awarded vendor? A:; Form A questions address this and could be reflected in.a number of different criteria Including but not limited tmIndustry & Marketplace success and Ability to Sell and Service Nationwide, ACKNOWLEDGMENT OF ADDENDUM ONE (1) TO RFP DISTRIBUTED VIA EMAIL ON FEBRUARY 6, 2014 COMPANY NAME: Ve g t_Il emtyj �kf sfGNATUREr c z DATE: MIA f%PATIPMATF CIF LIAE3wrry INSURANCE F� 11112 Y� I M ' g0it 18 INUDO ASA w ONLY AND DOOM No mm U. ur WrIFICATI Room TNIS '. ,CtAT "11 DODO NOT AFPf A MWMAt OR NEDAMMY AMEND, EXM40 OR ALTER TRE COVM131! AFFORDED Sy TNe p01J01E0 80.°t.ONA-TN14 CERTIFICATE Op SNCURANCB DOES NOT CONDTRDTB A CONTRACY MNTYYSEPi YNR "AND 1N WO0 0), AVOICR12ED - REPRI6REIVTKTNO DR PROOIIGER. AtVrtTNf6 CE'Rl&iCAYENtlLOBR. -ADPIMNAL 1 i e qal ode 4 atm INS1,111411, lho policy, ba m1 a or at"Clf 4UNCOIATION 10 WAIV= su_ arta to of thebm+e and roi>mtfaaagt Vis policy,aerie)-pg8drotroyFogalrem endoTa6 t. AalaDemelk ontPoe eerlplclde daanotdhnhrr101Ria oaNHfgatanddarMslap otaWhalldoNaaryYld'��, -. moaum T Aam aisle strvlc" unettal, Ipt.. .. A tpiB] 2d3 -Fitt ta00) 353 c�ph0 0ntI1. 0Od4.Hnu� +--.-•••w- 1 chiaApO h 6ofi011 . _. aisuasple)APPOAawo0o9aBAare NAICa Natigne .0 on Fin Ins M a pittsbu 9 6 - Federal slaml corporation NttRt ... Nod H +VAN rR Tne Cn 7 4 t sy3} wit 2zn and}}rrs+ppdtt4� Suit* l ILnSofA-99e3S a 2300 phlox C+ In urmce Ca pY U State p PA 9 -' ta&neAlr. Ltgytl'3 5ylidl tate No: 2613 M332$. 1t RSOrogk . .. u+41y3ak .:•. .. NU iND1 10 6D. tIHSTAN01N0 DO I L Leap,,, as T t= ANY N[R{Ct_ AIrNi19R R TD IS hk4'IMk'r- C6MWICIdE 07iCLUS1bN&AND MAY eE IE.WED OA AUY C�7A�y�7 CM SU Fd1GE& BdAPBV'1lfE pm _ 641 ll ewfi p(LLIC 4EaC F31»IR OUDECpY.phll Ilk IIMfa a het ..." -TIFpOFNBYPNY.a- ..: ._JOl1aYaUW .'. -.a U4Ufa •.. _ OHN[PA11n9piY _ - _ 04 Premie 4.G110C%Ft4tNGe ,�, 1. 0,00➢ A X cAra[AC9101aRgktNEayV ;M.$& U409 _ 11/03/2013 1VOL/2014 '.310,00 pry5�.µ.Oa �ptaUa GL ➢radUat9 Napier Vlyaro PNRsO .M}A+PV 31.00. 0 ' OetlfiaYAWRaaAIB , W onn.Aam+PaAT�3wT.4P - PBB: aedouDre.Cors+IreAw 46,009,090 X. rWcv �` rP°' ta0 - 'M1oaWagfDjR•E. owm 33,009�00f) A pITCY081W.1a81UM .-. D .i1,000,00_0 X A3iY4U[D-- - 5 M6579517 31101/2013 3V01/2011 .. - BCpaYIWUW IPxI!woq 90pXVINMGY04+RakW) so AWOS Oa' MA CMST9338 14/OV101311/OLA014 A "Ko A0t09 v WbeRNN YA - v'"W um accu -AaoneaATe ....-..-+.. vmo I3AB —. clAi�tAana. 00001 PAPE'"Wo. ... - 9 /YI gGWonZO 3 Man1 % - q Na N bO76020459 it/0VF01311j0V2014 a� AaGDPM 5W'000 a {p�� WNssIaBM NIA. u t.1, GIeFAaEIAE4HOVpe 3500.000 .Fay' •M Nary -' _ - p l EAU Ta28onvIcsy, Liability 1 2 21101/20 NBC C141VC14 Policy A94re0ate X1,000;000 9[� 6QF. iWNST1yCA r AUAea R 1.N1dNbR+19m REPGRYIUK mon �+ twyYr!�ry' . _ w•'idante Of ImarenCa. 114 CERTVTCATEROLDER... _ CANCELLATION- I - sMDULa'AW W 110 AaOVa TN p96aP3BID PUpalEe Y CAUa6LP,D BargFB TEL UPIRAROO VATO Qr Mane Y BE Oa1.IVBRBa W AtCOMANCa 1tGi11 TMG Foderal 59nal Corpaooration AUrdORpEUNBPBdBNrAIryE - Ili Xts Divisions and 3absidtirias 3433 Nast 22nd Stpeat, Spite 1100 Oak Ost IL 60623-9043 yIA - ��¢'' TWO 61848.4010 ACORO CORPORAMON. All dgMs reserved. ACO025(2U14106) Tha ACOAO name Bad No Nrareglaored made ofACORD - CERTIFICATE OF LIABILITY INSURANCE DAT i(M^A7� & CRN'iiFl ATH IS 1SSUHR AS A MA OF 1NFORYATtRN ONLYANR CCNF NQTONTS UPON CSR7IRICATH OLDS, THIS - CERTIFICATE DOES NDY AFFIRMAYNELY OR NIOAMVM.Y J10,11010.:EXTBNR OR ALTER THE COVERAtlE AFFORD;D SY THE POLICIES .821LOW, THIS C"TIFICADS OF INSURANCES OOPS NOT'CONSTRUfE A CONTRACT. BETWEEN THE 105UIN0, INSU"S), AUTHIORM REPRESENTATIVEOR PRODUCER, ANDTHE-CER71F1CATEHCLDER, d - " IW, wQe 4srt y ati 'tlw- ay aaj MUSt a on ora0 , 0 ON TS- AI s n to Ih4 lamlaand 50001"11 Orgill policy, curial" paIW"Iney»gldieenefi 2Q!SenL A stotuMrd on thin cQHlOced does m{coMerNghtilXo thu - - notORpats holdaTln Ilan of lUoh.4nda lIM01(a). PAOQVCPA - - ADO Sisk Servf kl4 tentrali IYIC, Chicago n Off,cc jj0o Bask gando ChtcagO TL 60601 USA - -- - AC -. (6687 1>n-2122 (00).3614 S Ram ..y... - Wa4Rer(ai APIOflQa2tl COUelU46 - NAlpe Federal si RAXI corporation 1tt dWest pns and seta: Fiat: es 1911 Naas fns, street suite 2100 oak arOOK Tl 60523-94�T USA - NORM& National Unto% Fireins CQ of Pit It '1S44S Neunea6a Nest pAbdra Toa Ca ;42 INSURaa er int oo. the state a plA 9 - - a9e0ta?nb." ASUI iR Edk�aTn'+t%Coup C2gplin 22314 Y -ae4fty-. _ Ns.: AA' 6arh1 aT TnSur4eao3 911 INDICATED. CEM11MATE'MAY - EXCLUSIONS S 15 TO CERTIFY THAT THE POLICIES INSURANCE LISTED BELOW HAVE6M 40VED ToTHEINCURO. ED O FO P NOTWITHSTANOINO ANY RECUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS BE ISSUED OR MAY PBRTAIN 1141E INSURANCE.AFFORDEO BY THE POLICIES DESCRIBED HEREIN 13 SUBJECT TO ALL THIS TERMS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAVHAVE BEEN,RE000EO SYPAID"MS... - LImlt4 ahpWn are aery uptad its 'LhrUs - F eea6aA VAsanY X aKdMandIN.QF�:IeaPl untaurY %Aa IVI [noCCAA1 44WIV4VOSAaIQCC"am GL PrenlSe - GLO19407 GL P"duatn 11/01/2013 11/0112014 x000,000 11;000.000 MWED naruPm^G: .. FEn6eNAla AaV JURY. ..f1a0D .(N)0 - --.. - o0rm2v2.AoonEOATR SSB, 65 .. A40R6 �T LYATAPPH PEM1 X Pa10Y. PAb iDO PROdUOT@ CQNFIDPAap y fg, posdNmeQ3a-aaowu33{ 0, 000 AurOMobaltlYell4N. '.- AOS A454 -.- 1,000: Dlyl 9ONCYWXatY(Pupeacn) A X' ANiMrtn CA6579617 111011201311/01/2@4 A. A 0 aCHCi%aaQ .UROS AufOS VFOms - HIPMOAUr09 - AMOS Tw_I : C 0579516 VA . . 11/0111013 11/01/3014 I IPR4PF.e R... ilYWP1AY0abnede4Al ....__. ' E - % UNIRa1LAUA9 X 6%CaPnUAa -. bo", CINhY3dNnE 5%R Applies per Policy ter 10611251 is & condi 101 2014 Tons eACNGOa41RA ICs- - AGOREGAT9 11,000000 % PaieNFWN - e a _ W EA o PENeAt1a.Y . ENPWVORe' WNIUTY a aaFtPE� arwe�arieaaumya N -lArmaetcrY NXlp a nri±o�°'e -aria NIA . wC -1110112625, %9026020464 Gt- 13/01/20 11101/2011x1/01/20141.EACHACGOE/1t' )i ie - " - 0;000 eibt9eAeEEaexPiOYEE $500,000 &LOPVAaSP(tla Wr 500, - �- - QEea I aAlox rvNo la (kno Anaaotgl;AddmonnlRPmanlraehaeuN,lrmw. yuaNr M - - - Named insur4d includes: ei91n sweep4r Co, 8 VattOr Manufacturing, 1300 N. aartlett Road, elgin IL 60120. aE: Rfp. no. 031730. Certificate Holder"11.0 included as Additiohal Insured as required by writtan Contract, (cut l edted To the. operations of the insured under said -contract, with .respect to. the General _L3abtiftT policy. - CERTIFICATE HOLDER' - CANCELLATION - - nationaljointPowars Alliance Attn: Andy Campbell 200 First Street Northeast staple; Wl 56479 USA. 'ACORI) 2S (X0101651 Tact THE ts1CeJIoo4{ea0 sP�tA4 �!¢A � Tb10SS-2010 ACORO, CORPORATION. A)I righla reserved The ACORD natneand logo are registered marks ofACORD - AGENCY CUSTOMERIM I0Z24264 ADDITIONAL REMARKS SGNEDULS Page _ of kfl4"'': . AOn kisk Services Central, i6c. .kLUib pAjtlRED - ' -Federal 5igna3 Corporation- SER Certificate Number. -57662159615, .see eertifi Cate Nuaher.:57005Z159815 - INSURER(S)AFFORDIN{3WWRAL3E. r++e"WoArl>. " ADDITIONAL REMARKS' THIS ADDIVONAL. ROAARKS FORM I9 A SCNEOULE TO ACORD FORM, _- I ' FORM NIIMEER; ACORT2h8 FOgMTITLE: CerilOgR16 of Liablity InsuRinra - INSURER(S)AFFORDIN{3WWRAL3E. NAICAl INSURER.' [NSURER _ iNSURrP.._.- ADDiT1.ClNA4 POLICIES 'CA policy below dues not ilmlude limb lnfomwdOD, refer ro theporrespoildtng poRcy qn. the ACOAD _ - '0ardficatG form:fOrpoticyiirmO. It4SR UfR TYPE Da tvSURANt6 of. Ism, MA rVID .- @OF]CY T6SIRFn - Pq IGY CrktrilVE DATH. '.. (AIAImDhYYY1 POF.KY - RYPOIATIDX-. oAT£ G1mrIDNYYYYj.. IlAtITa _ . RW$EItS 40NPFN3ATION. _. '. .. _. .8- ... - N/A f.02601047P FL IIIDV2013 11/01/2014 C N/A 'WCO26020471 -' Nb, Wk WY 11 01 2013 - 11/01/2014 e - N/A - ;0140%46 IL, ICY, NC. -UT 11/01/2013 11/01/2014 R N/A wcono20 - NO, PA. 11/01201311/01/2014 A - - - '- N/A M026020468 "' AZ, CA, -YA- 11/01/2023 11/01 2014 nano 101 L2000t01j - '- 02402 ACORD CORPORATION: AII,SahAmndm&d. To,ACORD nl;me end loan ere mOstamd'marke@r ACOFW - I M -i P1 www,nipocoop.org National Joint Powers Alliance --- 202 12th Stiwj W P,O.BM2f9 51ap1e%: MN 5W9 Pricing, financials and marketing material were submitted with the response and is available upon request. Due to the difficulty in emailing such a large file they were not included. Asa public agency, NJPA proposals, responses and awarded contracts are a matter of public record, except for that data included in the proposals, responses gnd.awarded contracts that Is classified as nonpublic; thus, pursuant to NJPA policies and RFP terms and conditions, all documentation, exceptfor data which Is nonpublic, Is available for review through a formal request process including a written request. EXHIBIT B SPECIFICATIONS AND PRICING PROPOSAL FOR ONE (1) VACTOR 2112 CNG SEWER CLEANER Haaker Equipment Company Page B-1 E Q U I P M E N T C O M P A N Y 2070 North White Avenue, La Verne, California 91750 (909) 598-2706 -• FAX (909) 598-1427 -• haaker. March 8`h 2017 TS2: CITY OF NEWPORT BEACH A=- Mr. Kyle Brodowski 949 W. Is` St. 949-;644-3063 Newport Beach, CA kbrodowski@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 Agreentent — Contract 4022014 -FSC. ONE (1) VACTOR 2112 CNG SEWER CLEANER 12 Cubic Yard Capacity Catch Basin Cleaner and Sewer Cleaner Mounted on new 2017 Peterbilt 520 CNG Chassis with ISL -G 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 V 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 60" Dump Height 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 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 800' Piranha Sewer Hose, 2500 PSI Hydraulic Extend/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 Vac Relief 6" Butterfly Valve, Rear Door, 3:00 Position 6" Knife Valve w/Cam-Loc, Rear Door, 6:00 Position Additional Water, Water and Debris Tanks Joined 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 Front Joystick Boom Control 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 w/Bumper Plug Waterproof, Rechargeable, Wireless, Handheld, LED Spot Light w/12V Charger and Plug LED Mid -Ship Tum Signals Worklights (2), LED, Telescoping Boom Worklights (2), LED, Rear Door Worklight, LED, Operators Station Worklight, LED, Hose Reel Manhole Worklight, LED, Curb Side Worklight, LED, Street Side Toolbox, Driver Side Chassis Frame, 60w x 24h x 24d Toolbox, Driver Side Subframe, 18w x 24h x 24d (4) Long Handle Tool Storage Locations Behind Cab Camera System, Front, Rear and Both Sides Safety Cone Storage Rack - Post Style Additional Safety Cone Storage Rack - Post Style Digital Water Pressure Gauge Door Stripe Material, Reflective Tape (2) 8" x T-6" Aluminum Vacuum Tube (2) 8" x 6-6" Aluminum Catch Basin Nozzle Assembly Whelen LED Light Package Polybrid Tank Coating NJPA Unit Price............................................................... 3% NJPA Discount: ..................................................................... Subtotal: ....................................................................................... Sales Tax (8.0%).................................................................. TOTAL PRICE F.O.B. NEWPORT BEACH, CA ..................... $ 498,984.00 .($ 14,969.52) $ 484,014.48 $ 38,721.15 $ 522,735.63 EXHIBIT C WARRANTIES Haaker Equipment Company Page C-1 LIMITED WARRANTY Limited Warranty. Each machine manufactured by VACTOR/GUZZLER MANUFACTURING (or, 'the Company') is 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 Jeffers 10 years against metal water lank leakage due to corrosion. Nonmetallic water tanks are covered for 5 years against any factory defect in material or workmanship. 2100 Series and HXX only 5 years against leakage of debris tank, centrifugal compressor or housing due to rust -through. 2100 Series and Jetters 2 years - Vector Redder Pump on all unit serial numbers starting with 134#V4HNW Exdusive Remedv. 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 parts 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 Vactor/Guzzler 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 appy to (and the Company shall not be respons hie 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 batteries. 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 right 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 OFALL 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 sale, 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. `i VACTOR/GUZZLER MANUFACTURING 1621 S. Illinois Street TA / V TOR Streator, IL 61364 '(�u/�1� , a 12-132012 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. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor 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 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 Subrogation. 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 Contractor'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 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 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 4/4/17 Dept./Contact Received From: Joan Date Completed: 5/9/17 Sent to: Joan By: Alicia Company/Person required to have certificate: Haaker Equipment Company Type of contract: All Other 1. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 5/1/17-5/1/18 A. INSURANCE COMPANY: Sentry Select Insurance Company B. AM BEST RATING (A-: VII or greater): A+: XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No 500K/50OK/2.5M+I OM/30M D. LIMITS (Must be $1 M or greater): What is limit provided? umbrella E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 5/1/17-5/1/18 A. INSURANCE COMPANY: Sentry Select Insurance Company B. AM BEST RATING (A-: VII or greater) A+: XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 500K/500K/2,500,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A 0 Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 5/1/17-5/1/18 A. INSURANCE COMPANY: Serape America Insurance Company B. AM BEST RATING (A-: VII or greater): A+: XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1M F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED W. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: 5/9/1 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date " Subject to the terms of the contract.