Loading...
HomeMy WebLinkAbout24-Public Services ORIGINAL CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Ken Fischer, Director Subject: Resolution authorizing the execution of an agreement and Dept: Public Services issuance of a Purchase Order to Fairview Ford of San Bernardino Date: December 27, 2007 pursuant to Section 3.04.010-133 of the Municipal Code for the purchase of three 2008 Ford F-350 flat bed trucks, to be utilized by the Public Services and Parks Departments. Meeting Date: January 22, 2008 Synopsis of Previous Council Action Recommended Motion: Adopt Resolution `- Signature Contact person Don Johnson, Fleet Manager Phone: 5220 Supporting data attached: Staff Report, Quote, Specifications, Resolution, and Agreement. Ward: All FUNDING REQUIREMENTS: Amount: $81,123.15 Source: 635-341-5701 Motor Vehicles Finance: Council Notes: Agenda Item No. �_ CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution authorizing the execution of an agreement and issuance of a purchase order to Fairview Ford of San Bernardino pursuant to Section 3.04.010-B3 of the Municipal Code for the purchase of three 2008 Ford F-350 flat bed trucks, to be utilized by the Public Services and Parks Departments. Background: The Parks & Recreation Department and Public; Services Department currently utilize three (3) 1-ton flat bed trucks that are on the approved FY 07/08 Vehicle Replacement List. These three (3) trucks range from a 1986 model to 1993 model with mileage from 96,000 to 160,000 miles. They have reached their economic life and have become too costly to operate. Therefore, they will be placed in surplus for auction. The unit numbers are as follows: #393 1986 GMC 96,356 miles #311 1992 Ford 106,914 miles #728 1993 Ford 160,540 miles Fleet staff requested quotes from three local vendors and three quotes were received as follows, see Exhibit 1: Vendor Location Quote Moss Bros. Ford Colton $81,038.98 tax incl. Fairview Ford San Bernardino $81,123.15 tax incL Crest Chevrolet San Bernardino $86,438.70 tax incl. Only two local vendors responded. After calculating the 1% preference for local vendors Fairview Ford is the lowest qualified bidder. The following is a breakdown of the 1% preference: $81,123.15 $ 81,123.15 (Fairview Ford) X 1.% - $ 81,038.98 (Moss Bros. Ford) $ 811.23 allowable reference $ 84.17 difference Financial Impact: Funds for this purchase are available in the FY 07/08 Account No. 635-341-5701, Motor Vehicles. Recommendation: Adopt Resolution 1 RESOLUTION NO. COPY 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 3 ISSUANCE OF A PURCHASE ORDER TO FAIRVIEW FORD OF SAN 4 BERNARDINO PURSUANT TO SECTION 3.04.010-133 OF THE MUNICIPAL CODE FOR THE PURCHASE OF THREE 2008 FORD F-350 FLAT BED TRUCKS, TO BE 5 UTILIZED BY THE PUBLIC SERVICES AND PARKS DEPARTMENTS. 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 7 8 SECTION 1. The City Manager of the City of San Bernardino is hereby 9 authorized to execute on behalf of said City an Agreement between the City of San 10 Bernardino and Fairview Ford, a copy of which is attached hereto, marked Exhibit "A" 11 and incorporated herein by reference as fully as though set forth at length. 12 SECTION 2. This purchase is exempt from the formal contract procedures of 13 Section 3.04.010 of the Municipal Code, pursuant to Section 3.04.010. B.3 of said 14 15 Code "Purchases approved by the Mayor and Common Council". 16 SECTION 3. That Fairview Ford has offered a purchase price of $81,123.15 17 including tax pursuant to Section 3.04.010 B-3 of the Municipal Code for the purchase 18 of three 2008 Ford F-350 flat bed trucks. Pursuant to this determination the Finance 19 Director or his/her designee is hereby authorized to issue a purchase order to Fairview 20 Ford, in the amount of $81,123.15, which will facilitate the procurement of the three 21 2008 Ford F-350 flat bed trucks. 22 23 SECTION 4. The Purchase Order shall reference this Resolution No. 2008- 24 and shall read, "Purchase of three 2008 Ford F-350 flat bed trucks two with liftgates 25 and one with a dump body, P.O. not to exceed $81,123.15" and shall incorporate the 26 terms and conditions of the Agreement. 27 f 28 / ll January 9, 2008 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 2 ISSUANCE OF A PURCHASE ORDER TO FAIRVIEW FORD OF SAN BERNARDINO PURSUANT TO SECTION 3.04.010-B3 OF THE MUNICIPAL CODE 3 FOR THE PURCHASE OF THREE 2008 FORD F-350 FLAT BED TRUCKS, TO BE 4 UTILIZED BY THE PUBLIC SERVICES AND PARKS DEPARTMENTS. 5 SECTION 5. The authorization to execute the above referenced Purchase 6 Order and agreement is rescinded if not issued within sixty (60) days of the passage of 7 this resolution. 8 /Il 9 111 10 11 12 13 Ill 14 111 15 111 16 111 17 18 19 20 ill 21 22 23 24 Ill 25 26 27 28 January 9,2008 1 , 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 2 ISSUANCE OF A PURCHASE ORDER TO FAIRVIEW FORD OF SAN BERNARDINO PURSUANT TO SECTION 3.04.010-133 OF THE MUNICIPAL CODE 3 FOR THE PURCHASE OF THREE 2008 FORD F-350 FLAT BED TRUCKS, TO BE 4 UTILIZED BY THE PUBLIC SERVICES AND PARKS DEPARTMENTS. 5 1 HEREBY CERTIFY that the foregoing Resolution was duly adopted by the 6 Mayor and Common Council of the City of San Bernardino at a 7 meeting thereof, held on the day of 2008, by the 8 following vote, to wit: 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 11 ESTRADA 12 BAXTER 13 BRINKER 14 DERRY 15 KELLEY 16 JOHNSON 17 MCCAMMACK 18 19 Rachel G. Clark, City Clerk 20 The foregoing resolution is hereby approved this day of 21 , 2008. 22 23 Patrick J. Morris, Mayor City of San Bernardino 24 Approve s to form: 25 26 4 James F. Penman, City Attorney 27 28 January 9, 2008 VENDOR SERVICE AGREEMENT 2 This Vendor Service Agreement is entered into this 22nd day of January 3 2008, by and between Fairview Ford Sales Inc. ("VENDOR") and the City of San Bernardino 4 ("CITY" or"San Bernardino"). 5 WITNESSETH: 6 WHEREAS, the Mayor and Common Council has determined that it is advantageous 7 8 and in the best interest of the CITY to contract for the purchase of three 2008 Ford F-350 flat 9 bed trucks utilized by the Public,Services and Parks Departments; and 10 WHEREAS, the City of San Bernardino did solicit and accept bids from a number of 11 vendors for three 2008 Ford F-350 flat bed trucks, two with liftgates and one with a dump 12 body. 13 NOW, THEREFORE, the parties hereto agree as follows: 14 15 1. SCOPE OF SERVICES. 16 For the remuneration stipulated, San Bernardino hereby engages the services of 17 VENDOR to provide three 2008 Ford F-350 flat bed trucks, two with liftgates and one with a 18 dump body. 19 2. COMPENSATION AND EXPENSES. 20 a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the 21 22 VENDOR up to the amount of$81,123.15 for the purchase of three 2008 Ford F-350 flat 23 bed trucks, two with liftgates and one with a dump body. 24 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 25 3. TERM; SEVERABILITY. 26 The term of this Agreement shall be for a period of one year. 27 28 Exhibit "A" 01/09/08 . I ' I 1 This Agreement may be terminated at any time by thirty (30) days' written notice by 2 either party. The terms of this Agreement shall remain in force unless mutually amended. The 3 duration of this Agreement may be extended with the written consent of both parties. 4 4. INDEMNITY. 5 CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and 6 7 volunteers from any and all claims, actions, or losses, damages and/or liability resulting from 8 CITY's negligent acts or omissions arising from the CITY's performance of its obligations 9 under the Agreement. 10 VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and 11 volunteers from any and all claim, actions, or losses, damages and/or liability resulting from 12 VENDOR's negligent acts or omissions arising from the VENDOR's performance of its � 13 obligations under the agreement. 14 15 In the event the CITY and/or the VENDOR is found to be comparatively at fault for any 16 claim, action, loss, or damage which results from their respective obligations under the 17 Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this 18 comparative fault. 19 5. INSURANCE. 20 While not restricting or limiting the forgoing, during the term of this Agreement, 21 22 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 23 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 24 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 25 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 26 additional named insured in each policy of insurance provided hereunder. The Certificate of 27 28 Exhibit "A" 01/09/08 I Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 2 termination in the policy. 3 6. NON-DISCRIMINATION. 4 In the performance of this Agreement and in the hiring and recruitment of employees, 5 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 6 discrimination in employment of persons because of their race, religion, color, national origin, 7 8 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 9 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 10 12940 of the California Government Code. 11 7. INDEPENDENT CONTRACTOR. 12 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 13 purposes VENDOR shall be an independent contractor and not an agent or employee of the 14 15 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 16 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 17 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 18 employees, and all business licenses, if any are required, in connection with the services to be 19 performed hereunder. 20 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 21 22 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 23 certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, 24 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 25 to practice its business or profession. 26 27 28 Exhibit"A" 01/09/08 1 9. NOTICES. 2 Any notices to be given pursuant to this Agreement shall be deposited with the United 3 States Postal Service, postage prepaid and addressed as follows: 4 TO THE CITY: Public Services Director 5 300 North "D" Street San Bernardino, CA 92418 6 Telephone: (909) 384-5140 7 TO THE VENDOR: Fairview Ford Sales Inc. 8 808 West 2nd Street San Bernardino, CA 92412-5516 9 Telephone: (909) 386-0281 Attn: Todd Eff 10 11 10. ATTORNEYS' FEES. 12 In the event that litigation is brought by any party in connection with this Agreement, 13 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, — 14 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 15 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 16 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 17 18 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 19 fees" for the purposes of this paragraph. 20 11. ASSIGNMENT. 21 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 22 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior 23 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 24 and shall constitute a breach of this Agreement and cause for the termination of this 25 26 Agreement. Regardless of CITY's consent,no subletting or assignment shall release VENDOR I 27 28 Exhibit "A" 01/09/08 1 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 2 hereunder for the term of this Agreement. 3 12. VENUE. 4 The parties hereto agree that all actions or proceedings arising in connection with this 5 Agreement shall be tried and litigated either in the State courts located in the County of San 6 7 Bernardino, State of California or the U.S. District Court for the Central District of California, 8 Riverside Division. The aforementioned choice of venue is intended by the parties to be 9 mandatory and not permissive in nature. 10 13. GOVERNING LAW. 11 This Agreement shall be governed by the laws of the State of California. 12 14. SUCCESSORS AND ASSIGNS. 13 14 This Agreement shall be binding on and inure to the benefit of the parties to this 15 Agreement and their respective heirs, representatives, successors, and assigns. 16 15. HEADINGS. 17 The subject headings of the sections of this Agreement are included for the purposes of 18 convenience only and shall not affect the construction or the interpretation of any of its 19 provisions. 20 21 16. ENTIRE AGREEMENT; MODIFICATION. 22 This Agreement constitutes the entire agreement and the understanding between the 23 parties, and supercedes any prior agreements and understandings relating to the subject manner 24 of this Agreement. This Agreement may be modified or amended only by a written instrument 25 executed by all parties to this Agreement. 26 27 28 Exhibit "A" 01/09/08 1 VENDOR SERVICE AGREEMENT 2 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day 3 4 and date set forth below. 5 Dated: , 2008 VENDOR 6 By: 7 Its: 8 Dated 52008 CITY OF SAN BERNARDINO 9 By: 10 Fred Wilson, City Manager 11 12 Approved as to Form: 13 14 By: 15 James F. Penman, City Attorney 16 17 18 19 20 21 22 23 24 25 26 27 28 Exhibit "A" 01/09/08 1 VENDOR SERVICE AGREEMENT 2 This Vendor Service Agreement is entered into this 22nd day of January 3 2008, by and between Fairview Ford Sales Inc. ("VENDOR") and the City of San Bernardino 4 ("CITY"or"San Bernardino"). 5 WITNESSETH: 6 7 WHEREAS, the Mayor and Common Council has determined that it is advantageous 8 and in the best interest of the CITY to contract for the purchase of three 2008 Ford F-350 flat 9 bed trucks utilized by the Public Services and Parks Departments; and 10 WHEREAS, the City of San Bernardino did solicit and accept bids from a number of 11 vendors for three 2008 Ford F-350 flat bed trucks, two with liftgates and one with a dump 12 body. 13 14 NOW, THEREFORE, the parties hereto agree as follows: 15 1. SCOPE OF SERVICES. 16 For the remuneration stipulated, San Bernardino hereby engages the services of 17 VENDOR to provide three 2008 Ford F-350 flat bed trucks, two with liftgates and one with a 18 dump body. 19 2. COMPENSATION AND EXPENSES. 20 a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the 21 22 VENDOR up to the amount of$81,123.15 for the purchase of three 2008 Ford F-350 flat 23 bed trucks, two with liftgates and one with a dump body. 24 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 25 3. TERM; SEVERABILITY. 26 The term of this Agreement shall be for a period of one year. 27 28 01/09/08 I 1 This Agreement may be terminated at any time by thirty (30) days' written notice by 2 either party. The terms of this Agreement shall remain in force unless mutually amended. The 3 duration of this Agreement may be extended with the written consent of both parties. 4 4. INDEMNITY. 5 CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and 6 volunteers from any and all claims, actions, or losses, damages and/or liability resulting from 7 8 CITY's negligent acts or omissions arising from the CITY's performance of its obligations 9 under the Agreement. 10 VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and 11 volunteers from any and all claim, actions, or losses, damages and/or liability resulting from 12 VENDOR's negligent acts or omissions arising from the VENDOR's performance of its 13 14 obligations under the agreement. 15 In the event the CITY and/or the VENDOR is found to be comparatively at fault for any 16 claim, action, loss, or damage which results from their respective obligations under the 17 Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this 18 comparative fault. � 19 5. INSURANCE. 20 While not restricting or limiting the forgoing, during the term of this Agreement, 21 22 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 23 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 24 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 25 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 26 additional named insured in each policy of insurance provided hereunder. The Certificate of 27 28 01/09/08 i 1 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 2 termination in the policy. 3 6. NON-DISCRIMINATION. 4 In the performance of this Agreement and in the hiring and recruitment of employees, 5 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 6 discrimination in employment of persons because of their race, religion, color, national origin, 8 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 9 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 10 12940 of the California Government Code. 11 7, INDEPENDENT CONTRACTOR. 12 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 13 purposes VENDOR shall be an independent contractor and not an agent or employee of the 14 15 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 16 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 17 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 18 employees, and all business licenses, if any are required, in connection with the services to be 19 performed hereunder. 20 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 21 22 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 23 certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, 24 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 25 to practice its business or profession. o 26 jj/ 27 HI 28 01/09/08 1 9. NOTICES. 2 Any notices to be given pursuant to this Agreement shall be deposited with the United 3 States Postal Service, postage prepaid and addressed as follows: 4 TO THE CITY: Public Services Director 5 300 North "D" Street San Bernardino, CA 92418 6 Telephone: (909)384-5140 7 TO THE VENDOR: Fairview Ford Sales Inc. 8 808 West 2nd Street San Bernardino, CA 92412-5516 9 Telephone: (909) 386-0281 Attn: Todd Eff 10 10. ATTORNEYS' FEES. 11 12 In the event that litigation is brought by any party in connection with this Agreement, 13 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 14 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 15 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 16 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 17 18 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 19 fees" for the purposes of this paragraph. 20 11. ASSIGNMENT. 21 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 22 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior 23 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 24 and shall constitute a breach of this Agreement and cause for the termination of this 25 26 Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR 27 28 01/09/08 1 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 2 hereunder for the term of this Agreement. 3 12. VENUE. 4 The parties hereto agree that all actions or proceedings arising in connection with this 5 Agreement shall be tried and litigated either in the State courts located in the County of San 6 7 Bernardino, State of California or the U.S. District Court for the Central District of California, 8 Riverside Division. The aforementioned choice of venue is intended by the parties to be 9 mandatory and not permissive in nature. 10 13. GOVERNING LAW. 11 This Agreement shall be governed by the laws of the State of California. 12 14. SUCCESSORS AND ASSIGNS. 13 This Agreement shall be binding on and inure to the benefit of the parties to this 14 15 Agreement and their respective heirs, representatives, successors, and assigns. 16 15. HEADINGS. 17 The subject headings of the sections of this Agreement are included for the purposes of 18 convenience only and shall not affect the construction or the interpretation of any of its 19 provisions. 20 16. ENTIRE AGREEMENT; MODIFICATION. 21 22 This Agreement constitutes the entire agreement and the understanding between the 23 parties, and supercedes any prior agreements and understandings relating to the subject manner 24 of this Agreement. This Agreement may be modified or amended only by a written instrument 25 executed by all parties to this Agreement. 26 27 28 01/09/08 1 VENDOR SERVICE AGREEMENT 2 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day 3 4 and date set forth below. 5 Dated: 52008 VENDOR 6 By: 7 Its: 8 Dated 52008 CITY OF SAN BERNARDINO 9 By: 10 Fred Wilson, City Manager 11 12 Approved as to Form: 13 14 By. 15 mes F. Penman, City Attorney 16 17 18 19 20 21 22 23 24 25 26 27 28 01/09/08 m H S O D m O m `" n v ^' d Z D CD 1 1 o m �\ m m -� e �" I M7, r Z m o � n Z p O ED c n C � m O N v a m O 0 Z r" ._M _ Z co T n N N DD O C7 DTD r Imo Z X o p Z N r S O n n p m m O Z n N T r --I ZO N S v m m � v m (" N H ( C� z 1 IN o H o N h Oo <: i%2 :2 i% N W W o R H � L m N yf}: :%jam i`ri:; 05/29/2007 09:46 9093860292 VAL EFF PAGE 04 a FAMNUW FORD FLEET & TRUCK CENTER 808 W.lad STREET P.O. Box 5516 SAN BERNARDWO,CA.92412 (909) 386-0281 or Fax: (909) 386-0292 VEHICLE ORDER CONFIRMATION 05/25/07 14:19:01 Dealer: F71156 2008 F-SERIES SD Page: 1 of 2 Order No: 0000 Priority: H4 Ord FIN: QC414 Order Type: 5S price Level: 815 Ord PEP: 640A Cust/Flt Name: CITY OF SB PO Number: RETAIL RETAIL F36 F350 4X2 CHAS/C $23700 TELE TT MIR-PWR 141" WHEELBASE CAL. BOARD FEES NC Z1 OXFORD WHITE CC 130000 GVWR PKG V VINYL, BENCH 422 CALIF EMISSIONS NC S MEDIUM STONE 47Z AMB PKG NOT R.FQ 640A PREF EQUIP PKG JOB #1 BUILD .XL TRIM SPARE TIRE/WRL3 350 55D .DRIVER AIRBAG NC 55P .PASSNGER AIRBAG NC TOTAL BASE AND OPTIONS 27845 587 .AM/FM STER/CLK NC TOTAL 27845 99Y 6.8L EFI V10 EN NC 44T 5-SPD AUTOMATIC 1490 TBK LT245 Bs;V AS 17 NC X41 4.10 REG AXLE NC 90L PWR EQUIP GROUP 530 VEHICLE ORDER CONFIRMATION 05/25/07 14:19:18 ate) Dealer: F71156 2008 F-SERIES SD Page: 2 of 2 Order No: 0000 Priority: H4 Ord FIN: QC414 Order Type: 55 Price Level: 815 Ord PEP: 640A CuSt/Flt Name: CITY OF SB PO Number: RETAIL RETAIL 572 AIR CONDITIONER $650 61J JACK NC 652 AFT AXLE TANK NC 794 PRICE CONCESSN O REMARKS TRAILER O C�7G 1f�!� O AO SP DLR ACCT ADJ SP FLT ACCT CR 13 U.S. GAL GAS B4A NET INV FLT OPT NC PRICER DORA NC DEST AND DELIV 925 TOTAL EASE AND OPTIONS 27845 � ► TOTAL 27845 05/29/2007 09:46 9093860292 VAL EFF PAGE 05 a FAMNUW FORT! FLEET & TRUCK CENTER 808 W.2nd STREET P.O. Box 5516 SAN BERNARDWO,CA. 92412 (909) 386-0281 or Fax: (909) 386-0292 1 rF>yl ,QuA '•' aEBIGRiP ncMr ''. 74 A 1.00 8'X 10'STAKESED DUMP 8 1.00 MOUNTED C I.00 PAINTED D 1.00 RUGBY LR416ED HOIST E 1.00 42"HIGH CATES F 1.00 DIAMOND PLATE STEEL FLOOR G 1.00 10,000#RECEIVER HITCH H 1.00 TRAILER CONNECTOR i 1.00 LEGAL CIGHTS OPTION: 1)TOMMY GATE "UFT N DUMP" 1600# LIFTCATE+ $2855.00 m I O I I I' i I z z n + •Z C I D I ` I V ID- O r I ' i\ �!CD LA G J n Ia i C M Z - y�M. r a O -i D N D O D m m I D -" -+ Z o N r y Q Z n D Z Z ? r D O m =� G 7 o r C/)` CD m D o ffP��000 m o j\A `I Cl? OP I - -XI Ila N i 6+ : .:. \y{ :M: 1 f/1 H c N O v . I I • 09/14/2007 16:11 9093860292 VAL EFF PAGE 02 i FAIRVIEW FORD 1 FLEET & TRUCK CENTER SW W.2nd STREET P.O.Box 5516 SAN BERNARDINO,CA.92412 (909) 386-0281 or Fax: (909) 386-0292 / VEHICLE ORDER CONFIRMATION 05/25/07 14:19:01 Dealer: F71156 2008 F-SERIES SD Page: 1 Of 2 Order No: 0000 Priority: H4 Ord FIN: QC414 Order Type: 55 Price Level: 815 Ord PEP: 640A Cost/Flt Name: CITY OF SB PO N=ber: , RETAIL RETAIL F36 F350 4X2 CHAS/C $23700 TELE TT MIR-PWR 141" WHEELBASE CAL. BOARD FEES NC 21 OXFORD WHITE CC 13000# GVWR PKG V VINYL BENCH 422 CALIF EMISSIONS NC S MEDIUK STONE 47Z AMB PKG NOT R£Q j 640 PREF EQUIP PKG JOB N1 BUILD XL TRIM SPARE TIRE/WHL3 35C 55D .DRIVER AIRBAG NC 55P .PASSNGER AIRBAG NC TOTAL BASE AND OPTIONS 27845 587 .AM/FM STER/CLK NC TOTAL 27645 i 99Y 6,6L EFI V10 EN NC --� 44T 5-SPD AUTOMATIC 1490 TBK .LT245 BSW AS 17 NC I X41 4.10 REG AXLE NC j 90L PWR EQUIP GROUP 530 VEHICLE ORDER CONFIRMATION 05/25/07 14:19:18 Dealer: F71156 2008 F-SERIES SD Page: 2 of 2 Order No: 0000 Priority: H4 Ord FIN: QC414 Order Type: 5B Price Level: 815 Ord PEP: 640A Cust/Flt Name: CITY OF S5 PQ Number: RETAIL RETAIL 572 AIR CONDITIONER $850 L G �� Q" 61J JACK NC 5 .S 01 CF— t'91 (' 81 • u h 652 AFT AXLE TANK NC �� �- 'f` / �•-'� T 794 PRICE CONCESSN ��� � � d REMARKS TRAILER �' SP DLR ACCT ADJ /1��e /Y /0? c1 SP FLT ACCT CR GAL U.S. S B4A NET INV FLT OPT NCi.97T PRICED DORA NC ll`�ii1��lC.•r DEST AND DELIV 925 , TOTAL BASE AND OPTIONS 27845 TOTAL 27045 09/14/2007 16:11 9093860292 VAL EFF PAGE 03 FAIRVIEW FORD FLEET & TRUCK CENTER SW W.2nd STREET P.O. Box 5516 SAN BERNARDINO,CA.92412 (909) 386-0281 or Fax: (909) 386-0292 71Do'A 8'x 10STAKEBED 9 MOUNTED C PAINTED D 1600#CAPACITY TOM MYGATE LI FTGATE E 1.00 42"HIGH GATES F 1.00 DIAMOND PLATE STEEL FLOOR G 1.00 LEGAL LIGHTS H 1.00 10,000# RECEIVER HITCH 1 1.00 TRAILER CONNECTOR