Loading...
HomeMy WebLinkAbout25-Public Services 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 one 2008 Ford F-450 Aerial Manlift truck, to be utilized by the Public Services Department Street Division. Meeting Date: January 22, 2008 Synopsis of Previous Council Action Recommended Motion: Adopt Resolution L Signature Contact person Don Johnson, Fleet Manager Phone: 5220 Supporting data attached: Staff Report, Quote, Specifications, Resolution, and Agreement. Ward: All FUNDING REQUIREMENTS: Amount: $82,409.77 Source: 635-341-5701 Motor Vehicles Finance: Council Notes: X2 Agenda Item No. 257 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 one 2008 Ford F-450 Aerial Manlift truck, to be utilized by the Public Services Department Street Division. Background: The Public Services Department Street Division currently utilizes unit #216 a 1993 Ford F-450 Aerial Manlift truck with 105,803 miles; this unit is on the approved FY 07/08 Vehicle Replacement List. This aerial unit has reached the fifteen (15) year lifespan as set forth in the ANSI safety code and can no longer be certified for use without a major overhaul of the aerial lift costing more than the value of the unit. Therefore, unit#216 will be placed in surplus for auction. Fleet staff requested quotes from three local vendors and one quote was received as follows, see Exhibit 1: Vendor Location Quote Fairview Ford San Bernardino $82,409.77 each tax incl. Crest Chevrolet San Bernardino can not meet Specs Moss Bros Dodge San Bernardino can not meet Specs Due to the specialized nature of this equipment there are no local vendors able to supply the Aerial Manlift that needs to be attached to the Ford F-450 truck. However, Fleet staff has negotiated with Fairview Ford of San Bernardino to be the primary vendor for this purchase and will be responsible for adding the Aerial Manlift to the truck. The vehicle and subsequent build up will be purchased through Fairview Ford for a total amount of $82,409.77 including tax. Fairview will use a sub-contractor, M & M Lifts Inc. of Buena Park, for the installation of the Aerial Manlift body. Financial Impact: Funds for this purchase are available in the FY07/08 Account No. 635-341-5701, Motor Vehicles. Recommendation: Adopt Resolution. 1 RESOLUTION NO. 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 ONE 2008 FORD F-450 AERIAL MANLIFT TRUCK, TO 5 BE UTILIZED BY THE PUBLIC SERVICES DEPARTMENT STREET DIVISION. 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 7 OF SAN BERNARDINO AS FOLLOWS: 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 14 Section 3.04.010 of the Municipal Code, pursuant to Section 3.04.010. B.3 of said 15 Code "Purchases approved by the Mayor and Common Council". 16 SECTION 3. That Fairview Ford has offered a purchase price of $82,409.77 17 including tax pursuant to Section 3.04.010 B-3 of the Municipal Code for the purchase 18 of one 2008 Ford F-450 Aerial Manlift truck. Pursuant to this determination the 19 Finance Director or his/her designee is hereby authorized to issue a purchase order to 20 Fairview Ford, in the amount of $82,409.77, which will facilitate the procurement of the 21 22 2008 Ford F-450 Aerial Manlift truck. 23 SECTION 4. The Purchase Order shall reference this Resolution No. 2008- 24 and shall read, "Purchase of one 2008 Ford F-450 Aerial Manlift truck, P.O. not to 25 exceed $82,409.77" and shall incorporate the terms and conditions of the Agreement. 26 27 28 January 2,2008 l �/ 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 2 SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF A PURCHASE ORDER TO FAIRVIEW FORD OF SAN 3 BERNARDINO PURSUANT TO SECTION 3.04.010-133 OF THE MUNICIPAL CODE FOR THE PURCHASE OF ONE 2008 FORD F-450 AERIAL MANLIFT TRUCK, TO 4 BE UTILIZED BY THE PUBLIC SERVICES DEPARTMENT STREET DIVISION. 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 9 10 11 111 12 111 13 14 /ll 15 111 16 17 /ll 18 111 19 /ll 20 111 21 22 23 24 25 26 /ll 27 28 December 27, 2007 1 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 BERNARDINO PURSUANT TO SECTION 3.04.010-133 OF THE MUNICIPAL CODE 4 FOR THE PURCHASE OF ONE 2008 FORD F-450 AERIAL MANLIFT TRUCK, TO BE UTILIZED BY THE PUBLIC SERVICES DEPARTMENT STREET DIVISION. 5 6 1 HEREBY CERTIFY that the foregoing Resolution was duly adopted by the 7 Mayor and Common Council of the City of San Bernardino at a 8 meeting thereof, held on the day of 2008, by the 9 following vote, to wit: 10 Council Members: AYES NAYS ABSTAIN ABSENT 11 ESTRADA 12 13 BAXTER 14 BRINKER 15 DERRY _ 16 KELLEY 17 JOHNSON 18 MCCAMMACK 19 20 Rachel G. Clark, City Clerk 21 The foregoing resolution is hereby approved this day of 22 2008. 23 Patrick J. Morris, Mayor 24 City of San Bernardino 25 ;Approve as to for 26 27 James F. Penman, City Attorney 28 December 27, 2007 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 one 2008 Ford F-450 Aerial 9 Manlift truck utilized by the Public Services Department, Street Division; and 10 WHEREAS, the City of San Bernardino did solicit and received one quote from 11 Fairview Ford for one 2008 Ford F-450 Aerial Manlift truck. 12 NOW, THEREFORE, the parties hereto agree as follows: 13 14 1. SCOPE OF SERVICES. 15 For the remuneration stipulated, San Bernardino hereby, engages the services of 16 VENDOR to provide one 2008 Ford F-450 Aerial Manlift truck. 17 2. COMPENSATION AND EXPENSES. 18 a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay 19 the VENDOR up to the amount of$82,409.77 for the purchase of one 2008 Ford F-450 20 Aerial Manlift truck. 21 22 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 23 3. TERM; SEVERABILITY. 24 The term of this Agreement shall be for a period of one year. 25 This Agreement may be terminated at any time by thirty (30) days' written notice by 26 either party. The terms of this Agreement shall remain in force unless mutually amended. The 27 duration of this Agreement may be extended with the written consent of both parties. 28 Exhibit"A" 01/10/08 1 4. INDEMNITY. 2 CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and 3 volunteers from any and all claims, actions, or losses, damages and/or liability resulting from 4 CITY's negligent acts or omissions arising from the CITY's performance of its obligations 5 under the Agreement. 6 7 VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and 8 volunteers from any and all claim, actions, or losses, damages and/or liability resulting from 9 VENDOR's negligent acts or omissions arising from the VENDOR's performance of its 10 obligations under the agreement. 11 In the event the CITY and/or the VENDOR is found to be comparatively at fault for any 12 claim, action, loss, or damage which results from their respective obligations under the 13 Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this 14 15 comparative fault. 16 5. INSURANCE. 17 While not restricting or limiting the forgoing, during the term of this Agreement, 18 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 19 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 20 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 21 22 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 23 additional named insured in each policy of insurance provided hereunder. The Certificate of 24 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 25 termination in the policy. 26 27 28 Exhibit "A" 01/10/08 6. NON-DISCRIMINATION. 2 In the performance of this Agreement and in the hiring and recruitment of employees, 3 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 4 discrimination in employment of persons because of their race, religion, color, national origin, 5 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 6 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 7 8 12940 of the California Government Code. 9 7. INDEPENDENT CONTRACTOR. 10 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 11 purposes VENDOR shall be an independent contractor and not an agent or employee of the 12 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 13 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 14 15 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 16 employees, and all business licenses, if any are required, in connection with the services to be 17 performed hereunder. 18 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 19 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 20 certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, 21 22 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 23 to practice its business or profession. 24 /// 25 26 27 28 Exhibit"A" 01/10/08 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 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 Exhibit "A" 01/10/08 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 Exhibit"A" 01/10/08 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 12008 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" 01/10/08 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 one 2008 Ford F-450 Aerial 9 Manlift truck utilized by the Public Services Department, Street Division; and 10 WHEREAS, the City of San Bernardino did solicit and received one quote from 11 Fairview Ford for one 2008 Ford F-450 Aerial Manlift truck. 12 NOW THEREFORE, the parties hereto agree as follows: 13 14 1. SCOPE OF SERVICES. 15 For the remuneration stipulated, San Bernardino hereby engages the services of 16 VENDOR to provide one 2008 Ford F-450 Aerial Manlift truck. 17 2. COMPENSATION AND EXPENSES. 18 a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay 19 the VENDOR up to the amount of$82,409.77 for the purchase of one 2008 Ford F-450 20 Aerial Manlift truck. 21 22 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 23 3. TERM; SEVERABILITY. 24 The term of this Agreement shall be for a period of one year. 25 This Agreement may be terminated at any time by thirty (30) days' written notice by 26 either party. The terms of this Agreement shall remain in force unless mutually amended. The 27 duration of this Agreement may be extended with the written consent of both parties. 28 01/10/08 1 4. INDEMNITY. 2 CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and 3 volunteers from any and all claims, actions, or losses, damages and/or liability resulting from 4 CITY's negligent acts or omissions arising from the CITY's performance of its obligations 5 under the Agreement. 6 7 VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and 8 volunteers from any and all claim, actions, or losses, damages and/or liability resulting from 9 VENDOR's negligent acts or omissions arising from the VENDOR's performance of its 10 obligations under the agreement. 11 In the event the CITY and/or the VENDOR is found to be comparatively at fault for any 12 claim, action, loss, or damage which results from their respective obligations under the 13 Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this 14 15 comparative fault. 16 5. INSURANCE. 17 While not restricting or limiting the forgoing, during the term of this Agreement, i8 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 19 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 20 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 21 22 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 23 additional named insured in each policy of insurance provided hereunder. The Certificate of 24 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 25 termination in the policy. 26 27 28 01/10/08 1 6. NON-DISCRIMINATION. 2 In the performance of this Agreement and in the hiring and recruitment of employees, 3 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 4 discrimination in employment of persons because of their race, religion, color, national origin, 5 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 6 7 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 8 12940 of the California Government Code. 9 7. INDEPENDENT CONTRACTOR 10 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 11 purposes VENDOR shall be an independent contractor and not an agent or employee of the 12 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 13 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 14 15 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 16 employees, and all business licenses, if any are required, in connection with the services to be 17 performed hereunder. 18 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 19 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 20 certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, 21 22 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 23 to practice its business or profession. 24 25 26 27 28 01/10/08 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 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 18 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 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 1 01/10/08 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 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 01/10/08 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 , 2008 CITY OF SAN BERNARDINO 9 _ By: 10 Fred Wilson, City Manager 11 12 Approved as to Form: 13 14 By: 15 ames F. Penman, City Attorney 16 17 18 19 20 21 22 23 24 25 26 27 28 01/10/08 ------ --- - - - - ■rwrr.inw.rr m ti io o D m v m -r c Z D m 4k m f� y m °v° 1 \ ^ l m° m m I 1 � z � CD C r. 4 to N O n 4 m o O �1 vl m � � U mo Z co N r- N vm m o �l � �o v 0 D m Sc D < y o x v --I m 1 m r ' C, C3 D p m CD C3 z m O y - Z D C-2 y ?� m r O N C3 m H N CAJ a >v'h N a e- Ga s Aow n •.:;tF: ti;:µ•,:>jv Sri ..4 v iiuy<•%•: u 3 Q p0 !y Do L-6 Q .r, N � L Q :YTFFj"vjL-µ•''1.:;3,.''+�.•'r:;.y:v.Ft`iY:�::':KS-Rt,-t:..`tK,v?YFp,•;j:.>i.'.!f;�S;i'X.--:'C'r:�!n:: `.y,•:•Y`;.+F Ny r.L r,•,� :%+v{vy- v i�`j::}�il:t •:it ::.�-!-,:�' .F.}:}}`✓: : lY: +!�!.�.i Pik�'f:!!}:> :$':.:.n,-.:.:::\AV{:<:`::?'Sf::i:;:1i2.i. !.• : .v.•Fi w :!✓n•f.-r.. .:-.0:v.,M.?-yY.�:yi:: r�:'f.-'�!:-r:?i`i��i:vG::::�i::fi>`i: �I'r.�nv:: :/,3+;!•, :q ¢:-`Cw;:t`r%{i::?v;/.t:4•ryi:<!•:�::.rC.:}r:. :.}f;?.::.:.:�.�w::�: ..N:%`::IVY::{.y,4:f�4.%'/.•r�+f.ri+ •.:::::::-.�:-ry::yr:-: •yy:-: l .:. ;:ii .../.r:4 w nvF...- - /.. G'Fi!9y.v<i'•k" .q ...K-. :FF!.- vY:.:.. i2-L.:}r'!;:j is + •7..G... .L .... .?;:.:_y _:.,,:.:.....r;�::,.+�.4,F:.'2`::� r.•.-:.�.r'<•�•:,�::-.-......::. :::.:.:L.+ - .F}+vh ..n..::};x,:oa::.:.ri.m?;rd!i .xc:'. 10/16/2007 09:34 9093860292 VAL EFF PAGE 02 FA RVIEW FORD FLEET & TRUCK CENTER ON W. Zed STREET P.O. Bar 5516 SAN BERNARDINO,CA.M12 (909) 386-0281 or Fitz: (909) 386-0292 l VEHICLE ORDER CONFIRMATION 10/16/07 13:23:21 �> Dealer: F71156 j 2008 F-SERIES SD Page: 1 Of 2 Order No: 0000 Priority: A3 Ord FIN: QC414 Order Type: 58 Price Level: 820 j Ord PEP: 650A Cust/Flt Name: CITY OF SB PO Number- RETAIL RETAIL F46 F450 4X2 CHAS/C $27415 90L PWR EQUIP GROUP $530 165" WHEELBASE TELE TT MIR-PWR Z1 OXFORD WHITE CC JOB #2 BUILD V VINYL BENCH CAL. BOARD FEES NC S MEDIUM STONE 16000# GVWR PKG 650A PREF EQUIP PKG 425 50 STATE EMISS NC .XL TRIM 47Z AMB PKG NOT REQ 55D DRIVER AIRBAG NC 55? .PASSNGER AIRBAG NC TOTAL BASE AND OPTIONS 31810 587 .AM/FM STER/CLK NC TOTAL 31810 .AFT AXLE TANK 99Y 6.8L EFI V10 EN NC 44T 5-SPD AUTONSATIC 1490 TVB .225/19.5 BSW NC X48 4.88 REG AXLE NC VEHICLE ORDER CONFIRMATION . 10/16/07 13:23:28 -� Dealer: P71156 2008 F-SERIES SD Page: 2 of 2 Order No: 0000 Priority: A3 Ord FIN: QC414 Order Type: 5B Price Level: 820 Ord PEP: 650A CU3t/Flt Name: CITY OF SB PO Number: RETAIL RETAIL SPARE TIRE/WHLG $350 572 AIR CONDITIONER 850 1J JACK 6ANS PTO PROV 250 &OY I O /�,� • ���� O� 794 PRICE CONCESSN K ,O REMARKS TRAILER �} SP DLR ACCT ADJ l eF- F� {� / q 5 SP FLT ACCT CR 4 �jP 13 U.S. GAL GAS • F� l O ,7.7 84A NET INV FLT OPT NC / � PRICED DORA NC DEST AND DELIV 925 TOTAL BASE AND OPTIONS 31810 10/16/2007 09:34 9093860292 VAL EFF PAGE 03 18(1512007 13.37 9093845013 FLEET PAGE 02/04 ro� M & M Lifts, Inc. a"brsn"orpe Arc. V**sr,-fte"Park M%M'M-.'t1417W9210 v=714/7569212 X-mwakfiammmem Web site:wwlraAmuftwm October S.2007 Coanpatly Nskme: City of Sun 9"ardbw Attn: Dan'I'Isortlau .Z AeAdl Unit mftM DTAlC-5'3p'P ArticmlatmdffCl"C *,aetfaf dbviM tastatled behiNd Ue elb Of the dwait b"M 10 accordance to Our-A-LM standard epocifkatianr and iaehtde the tbgowlad sMdard fartores: A.!gWlgd te»ff p1roft bddk 39' IL Worklaa 44' C.WENW relrth:28'to the Gob" edge of tfve be tet D:M er bt'ora-r to+w.Upper boom:-2r to*7r. E: 14 idSc #11�Sie1► : 10' (PAW4 on 136"h'WW i diM,aoa stamUrd htght pWwW whbaad wmon)- F: (2)My6ftWic plat ohm I A"frAnK,with tw'o NP001 Vaiwe hWxlled Rebind tke flay O( cab cmWs OR"ft v"mttiaers sad 7 4*nt aeM Rear TersMn bars are arailaW Q: R4ation:C"ngaaln 370"dearetr uon-coRd>tnaaa. OW contfimoaw a•ailabk) R:MoMhMft g V#M3 Rydrmlitaft leve*(14(Doak pfbt operated chock.allot to pr ewcot tM in cue hydrxwk hole failure) I:fd "Caf+acfty,ate eae-man end moM+rtW&Dhvm*one 24"a 24":42". Corwde h m ket m+amthn J:Ind Twoolaied 46 XV. 1K:Rrdtwlic LV"-.Opft toffee hydrwgk system a-6 RPM 101►fieron Sifter 14 1twi-t line L:Ygkft SftdM oplibaal 9tafW=p hem phdlom/ PTO&Pvmv. M: ro :PWl pre tw,bydnwlk:a at platlbrms and pedestal.Controls Are proportbad and Mteractift IWOVIdiaal tdf4otkbW fbr mfMy. N:M. PoiJarethame white cater. O:(M If-pliem of to pk with sit t*m vrir. P, l i An kmea thrmtu the and re snit art electdcm laanlatad.(PA MR) Q:MUMb:(2)TW%(t)gmmtWW mad(1)mMnftqxrAg mmamk(ltzdrn manuals caa be Ordered, X: CO2HAaea Meth or esaxds A.X U A92.2.1990 d:C"SIMA I<cgeu m meats. S:W&mw#m TV*.yoar warrant lr Para and labor Whtrt you are ready fbr an"AerW L(ft" M& M .Ljfb is ready for you. I I 10/16/2007 09:34 9093860292 VAL EFF PAGE 04 10/15/2007 13:37 9093845013 FLEET PAGE 03/04 ' M & M Lifts, Inc. 611lg1 OrxxrgAdl ?"Am UWt F:Sum Talc CA.90626 Td:114rT36►911.0 Tax:'914/736-9212 >s-�daiT:lt�jii�lp�S� Web�www.aarru A Dur-A-Litt OTAX-iii"w/ever mm rrwu fto 10 440" w x 30"x 4r Fibarows Dasiost wimp No Opening(360 lbs Capadw shale Handle Control Double sock Out 44Kv Insulation 11!110C.Full function ERWIOncy Release System 9 w Brlci*ROW" 36r Continuous Rotatioo Hydrau*c Bud*L"Ing Truck Enulne STAikMTOP ftwn Platform CTEC 92M series Hsavy duly Utility Body w/48"tsar tall shelf Front Raw Torsion Rear tension liars(No Out7i996m) InlKalla ft"LOI Room Rest Bucket Rest Munch Hot Shift PTO and Pump (4)LEO Salft str"otie triphta (2)wlraat chokes Comes arm Cone Hold" Lwml Indicator 0 2 r.aMrtO Ywr WarrantV Patt<and Labor Total: 0 47,360.25 Options✓6. uclat Urwr for W x 34"bucket $ 816.75 vfoam mm ilue"t cows s 206•00 t.-duclket Tool Twyr f 158.90 J)kmnMons Unittrrltad MOO VYatt Puna Sine Immfftr i 4..100.00 anan Model 1.6X11-1RA198100, Gas, 40HZ,3608RPM,2$CQWatls, 920 Ydttktge,28.3 Am^ 1 Phase i s,N00.00 " Our pried do tjQjjSdUd d ival,saW tax or tstaft taxes. R Termis: COD a 25%da pftk will be required at time of order. " Availability: 1. unit in stock,next available 60-90 days depending at tbmt of order. ` FOB: Bvesa Park,CA. " This Quotation in good for 15 Day. " Financing and ieasiag av*N*W M& M Lft Inc. Accepted By: Prior. Date: Byron Nimble What you are ready for an".festal Lift"M& M Ufb is ready for you. }.s�„�'►I�'w . .. ? �+�< Mai � r:R r k A lit r 4 , , A' K�4 y.•�. .�.A� ,1' F V��r ti „l'~ l7C �-•ii �0 I'• L " 1 t. '+�f� .. - • .. �R •�1'4 IA :yl � iJtl r 5�((1,r., ' 1' ,r.," A, Y�.� . .r .. ■w■■�wrrw��;�N■■w►A■■rw�rw ■■rw■■■r■wr *�■��ww�rr�r■A■ ■rrw■w ENO, ,��■■rrarrwrrr■ ■■■r■■■■w ��■w■�■►�rr�■■■ rwr■morr■■■�r■rwr■■w■r■■ MEN MEN ■■■mrrrr■mrwr■ gowns IF I■wrrr�■w■■aw■■ ME NAME A■■A■■■■■■u■■■ ' ■a■■■r■w iwommmim■■■■■ilaw r■wrw■r■ �r�w■■■iru■■■��w■ on NONE �`/■r■■■■r mummamm !f■�■■■ ■f■ s■■lam ■� al�rA��! �� so mummum ammmum 1. - ■orrr�■r� ,rw■rwwr�rwr■r�,aw r r ■R■w:�. i■r■w��rrrrrr■■ , 09/06/2007 08:09 9093860292 VAL EFF PAGE 04 ---- EX__U.T..V.E_-RR A-010-14_52...�1 D LW/ I m so FORD MOTOR COMPANY 1r New.O"Oatl HOSVy-Doty Engk" Pursuant to the authority vested in the Air Resources Board by Healift and Safety Code INvision 26, Part 5,Chapter 2; and pursuant to the authority Vested in the undersigned by Health and Safety Gode.Section3 39515 and 39516 and Executive:Order G-02-003; iT IS ORDERED AND RESOLVED: The engine and emission control systems produced by the manufacturer are certified as described below for use in on-road motor vehicles with a manufacturer's GVWR over 14,000 pounds. Production engines ahedl be in all material respects the same as those for which certification is gWted. MOria [NBMIti rAWLY Boom r— YEAR g P1 6 MRYIC�,' EGS i WMA.FEATURES zoott I 8MAX"09.oeb4 4 4 Osse1N» Owe HpQ rwc.2MO28,SFI KNOME 11.1 tsnaiwa ewa+�4s cvoQS k .s pow►, tipl, s,E 8F72{NlSGS,of7serw y 1 sLo sod;efT2;NCSnt,iF�2attlOSOS .Fr�wros�o,4Frziaoeoe tt�'risuosati�er�r2euasos,ar�gasleso�,alFts,+uosoa, rF71'StlBtrfO rsrz♦er.n�toe:.� ..... [war: o rl:Z!z: Tt anon+, ,ou9n: .atx mot a: cY Ktt; R � = t eGaai GIWdJQ'ccnWraNxd+6�y:Aq�rN�v1 pq�;i!'O�M►�WPY1�CNtMh4#:hJSxD51ie0sr+p.Arcs:IAF�I4 M1,BI s,ka.���/!4;DF^diwl►uq:FF�fcilhle tud: y l.I wMHAO�"q'v"eda"n1'a�'ry+�w-d°h•�i51J6'tafbarttua:HDO�+eevY�YOtla: iCS.e.iselan canVht qa�t?lYiJOC�esA+KIdM�'tbMnQ O�ilrrk M�.ln�►t'�m+�P t�trsti 17r°I°►s�evat aortic>Jaie�: 5>elssraaiwyp�n strew;M/�i�S•r+eemdra«-- Ardwsfosar+Ea{s-ka..+rnrstyalrapt�at�y�Macrl>tOrkT OIIIFOoOytudly'iCCliue;SF1AAW� tolMyqPe,rWe!• Dlir=Oktc►Pitodi*eb`lC�q+I;GGARt;T+pn�eauewturoro� � �Hwauan:7ti.YiC.Y�y�,pt �ue«e, !K COC+er:t�gt�hrwt W4��laeon:t�iY(i+PutsWhaarxrrr ac+'ry�cuw,:StPt.KSmdw ^3�T, IiinWon C�ir'MrtM�c: Following are. 1)the FT P exhaust emission standards, or farm!y emission limit(s)as applicable,under 13 CCR 1956.1 (urban bus)or 18 CCR 1g58.8(othe(than urban bus);2)the EURO.artd NT'E limits under the applicable Catrfomia exhaust emission standards and test procedures for heavy truly diesel es� e esr1d vet,id ( et Procedures}; tad 3)the corresponding certiflcat}pn levels,in g/8hp-ht.fw thfs Engine fartilly. "diesel"Cp, EURO and NT'I:cer#ificat+on compliance may have beer"dema►str$!ed ley the manufactuuer as providad.tmder the appUrMabl®Test Procedures in Cleo of t @stirg {For lle�ahk{-.and dual tn��the CE#t7 tratues in txadcars[)�e tnoye tyhen rastad an conventional teal tier, For muds-fueJeQ 4n4ins6,X16 5TLj and GER"i vaweK ipr dKptuk oporatlotn pem>'itsfed in t3 CCR 495$.1 qr 13 CGR 1958.8 erg In�xen6hoses.) >VMFtC WCYt NNItw`�wOs � � - ��.. FTP EURO FTP EtlRO Fro 6000 iTP 6UR0 PTP MAO � EUpO $7p « - 7bi t.01 1,81 OrbhpOoWatm per hrake+w ae�owRr odor F7Y!ef OderW Test PrV uAO: EIJROYfuro el Eurapepn Sft 9u�le C ¢ irasonumc,eS11Y-ctrRlltation tr�.tl /1eAl1 �` V'{b• prt2�JOSto-Erttod, SYO�slm�darr!nre�stW�t twat ctR: ---CIHCY..a.��re>;rw�em boo; NOr d NkOPAi,CO«earbw r�dr 0tz nn tiC►IOH BE iT FURTHER RESOLVED: Certification to the FEL(s).listed above,as applicable,is subject to the following terms, limitations and oorlditions: The FEL(s)is the emissiion level declared by the manufacturer and serves in lieu of an emtsstan standard for L`er'tiflcctian purposes In any averaging,banking,or trading AST)programs. It will be used for determining compliance of any engine in this family and compliance with such AI�T programs. BE IT FURTHER RRM50LVFD. The fisted engine models have been certified to the split engine Family tandards Under 13 CCR 1956.8(b)idlesel engines]or 13 GGR 1056,8(d)[Otto engines]and the incorporated 40 CPR 86.007-15(m)(8), BE IT FURTHER RESOLVED, For the listed engline models tha manufacturer has submitted the materials to demonstrate certification compliance with 13 CCR 1965(emission control labels)and 13 CCR 2035 et seq. Cemlasion control warranty). BE IT F'UtYrMER MOLVE& The phas&,out engine models have been certified to the Option .1 federal NMHC+NOx emission standard(8)listed aho".Nrsuant to 13 CCR 195 A or 13 CCR 1956.0. Engines certified Under this Executive Order must conform to an WhCeble California emission regulations. The Rureau ot.Automotive.Rude wilt be notMled by copy of this Executive Order. This Executive Order hereby supersedes Executive Order A-010-1452 dated December 7, 2006. Executed at Ft Monte, Calikwrt[a on this J* ., day of Meech 2007. I &-AWA pnette Hoberrt.Chief { Mobile Source Dperations Division