Loading...
HomeMy WebLinkAbout27-Public Services ORIGINAL CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Ken Fischer, Director 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 twelve (12) Refuse trucks and authorizing the Finance Director or her designee to solicit lease-purchase rate quotes and award a lease-purchase to the lowest responsible leasing company. Dept: Public Services Date: January 6, 2009 Meeting Date: January 20, 2009 Synopsis of Previous Council Action Reso 2005-305 9/6/2005 Reso 2006-300 8/21/2006 Approved purchase of two Refuse trucks from Fairview Ford. Approved purchase of twenty Refuse trucks from Fairview Ford. Approved purchase of sixteen Refuse trucks from Fairview Ford. Reso 2007-454 11/19/2007 Recommended Motion: Adopt Resolution. Contact person Don Johnson, Fleet Manager Phone: 5220 Supporting data attached: Staff Report, Quotes, Agreement, Resolution and Attachments 1 and 2 Ward: All FUNDING REQUIREMENTS: Amount: $3,639,137.64 Plus lease costs Source: IWM Fund 527-412-5803 527 -413-5803 FY08/09 Estimated Lease Payments $300,000 Semi-Annually Council Notes: Finance: HSlJ 2009- q Agenda Item No. Z 7 , ..~O-01 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 for twelve (12) 2009 AUTOCAR WX64 chassis complete with seven (7) Labrie Automated Sideloader Refuse bodies, one (1) McNeilus Rolloff Refuse body, three (3) McNeilus Frontloader Refuse bodies and one (1) McNeilus Rearloader body to be utilized by the IWM Division. BACKGROUND: The Integrated Waste Management Division (IWM) currently utilizes eighty-nine (89) refuse trucks for its operations. Twelve (12) of these units have far surpassed their useful life and have become unreliable and an economic burden to operate. The following vehicles need to be replaced: seven (7) 2002 Labrie Sideloaders, one (1) 1994 Amrep Roll-off, three (3) 1999 Frontloader Refuse trucks and one (1) 1987 Rearloader truck. Since these twelve (12) units have far surpassed their useful life they will be placed in surplus for auction. The following lists the unit number for each vehicle: 2002 Labrie Sideloaders: #01107, #01108, #01109, #01110, #01111, #01112, and#01113 1994 Amrep Roll-off: #196 1999 Frontloaders Refuse trucks: #133, #136, and #184. 1987 Rearloader: #155 During the FY 06/07 budget preparation, Fleet staff developed a multi-year long term replacement schedule for the IWM Division that was approved as part of the FY 06/07 IWM Division Budget. The replacement of these aging units is the third phase of that schedule. The IWM Division currently operates forty-one (41) Labrie Autornizer Refuse trucks, nine (9) McNeilus Frontloaders and eight (8) McNeilus Roll-offs. Fleet staff has found it to be more cost effective to standardize types of vehicles and equipment for better operational economy. Fewer brands of parts must be stocked and mechanic training is specialized and more thorough. Due to the specialized nature of this equipment there are no local vendors able to supply the trucks. However, Fleet staff has negotiated with Fairview Ford of San Bernardino to be the primary vendor for this purchase. The vehicles and subsequent build up will be purchased through Fairview Ford for a total amount of $3,639,137.64 including tax plus lease costs. Fairview will use sub-contractors, Arata/Labrie Equipment of San Carlos, and McNeilus Truck of Colton, for the installation of the refuse bodies. Los Angeles Freightliner of Fontana, will supply the AUTOCAR chassis 1 #e f~ ,JeTJf ?~e ..u ..., M CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report- Continued and conversion to LNG (Liquefied Natural Gas), as required by South Coast Air Quality Management District (SCAQMD) rule 1193. The following is a breakdown of the pricing per type of unit: 1 Rear loader @ $249,286 each 1 Rolloff truck @ $195,544 each 3 Front loaders @ $259,263 each 7 Side loaders @ $299,872 each Attached for your review is the quote from Fairview Ford and Los Angeles Freightliner. Standard chassis warranty is one year. Included is a 5-year extended Allison Transmission warranty, and a 5-year/150,000 mile extended Cummins Engine warranty as well as an Enhanced Warranty/Service package (See Attachments 1 & 2). FINANCIAL IMPACT: Funds for the lease payments are budgeted in accounts 527-412-5803, and 527-413- 5803 (Lease Payments) starting in the FY 08/09 IWM Division budget, with Semi - annual estimated lease payments of $300,000. The total length of the lease purchase will coincide with the anticipated useful life of the trucks, approximately seven (7) years. RECOMMENDATION: Adopt Resolution. 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 RESOLUTION NO. 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 TWELVE (12) REFUSE TRUCKS COMPLETE WITH REFUSE BODIES AND LNG CONVERSION TO BE UTILIZED BY THE IWM DIVISION; AND AUTHORIZING THE PURCHASING MANAGER TO SOLICIT LEASE-PURCHASE RATE QUOTES AND AWARD A LEASE-PURCHASE TO THE LOWEST RESPONSIBLE LEASING COMPANY. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The City Manager of the City of San Bernardino is hereby authorized to execute on behalf of said City an Agreement between the City of San Bernardino and Fairview Ford, a copy of which is attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at length. SECTION 2. This purchase is exempt from the formal contract procedures of Section 3.04.010 of the Municipal Code, pursuant to Section 3.04.010. B.3 of said Code "Purchases approved by the Mayor and Common Council". SECTION 3. That Fairview Ford has offered a purchase price of $3,639,137.64 including tax pursuant to Section 3.04.010 B-3 of the Municipal Code for (12) Year 21 22 purchase order to Fairview Ford of San Bernardino, in the amount of $3,639,137.64, 23 which will facilitate the procurement of the (12) vehicles; and authorize the Finance 24 Director or her designee to solicit as needed, lease-purchase rate quotes and to 25 present a lease purchase Agreement for approval by the Mayor and Common Council. 26 11/ 27 28 I - ;} D - o~ ::#81 -1- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 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 TWELVE (12) REFUSE TRUCKS COMPLETE WITH REFUSE BODIES AND LNG CONVERSION TO BE UTILIZED BY THE IWM DIVISION; AND AUTHORIZING THE PURCHASING MANAGER TO SOLICIT LEASE-PURCHASE RATE QUOTES AND AWARD A LEASE-PURCHASE TO THE LOWEST RESPONSIBLE LEASING COMPANY. SECTION 4. The Purchase Order shall reference this Resolution No. 2009- and shall read, "Purchase of twelve (12) Year 2009 Autocar WX64 chassis to include refuse bodies and LNG fuel conversion, P.O. not to exceed $3,639,137.64" and shall incorporate the terms and conditions of the Agreement. SECTION 5. The authorization to execute the above referenced Purchase Order and Agreement is rescinded if the Agreement is not executed by both parties within sixty (60) days of the passage of this resolution. III III III III 19 III 20 III 21 III 22 III 23 III 24 25 III 26 III 27 III 28 -2- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 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 TWELVE (12) REFUSE TRUCKS COMPLETE WITH REFUSE BODIES AND LNG CONVERSION TO BE UTILIZED BY THE IWM DIVISION; AND AUTHORIZING THE PURCHASING MANAGER TO SOLICIT LEASE-PURCHASE RATE QUOTES AND AWARD A LEASE-PURCHASE TO THE LOWEST RESPONSIBLE LEASING COMPANY. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Coundl of the City of San Bernardino at a meeting thereof, held on the day of , 2009, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA BAXTER BRINKER VACANT KELLEY JOHNSON 19 MCCAMMACK 20 21 Rachel G. Clark, City Clerk 22 23 The foregoing resolution IS hereby approved this ,2009. day of 24 25 Ap oved as to form: 26 27 Patrick J. Morris, Mayor City of San Bernardino 7- es F. Penman, City Attorney 28 -3- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 20th day of January 2009, by and between Fairview Ford ("VENTIOR") and the City of San Bernardino ("CITY" or "San Bernardino''). WITNESSETH: WHEREAS, the Mayor and COillmon Council have determined that it is in the best interest of the CITY to contract for the purchase of twelve (12) 2009 ACTOCi\R WX64 chassis and refuse bodies with LNG fuel conversion: and WHEREAS, the City of San Bernardino has determined that VENDOR possesses the professional skills and ability to provide said services for the City: NOW, THEREFORE, the parties hereto agree as follows: L SCOPE OF SERVICES, For the remuneration stipulated in paragraph 2, San Bernardino hereby engages the services of VENTIOR to provide those products and services as set forth in its proposal dated December 22, 2008, attached hereto, marked Attachment "1 and 2" and incorporated herein by this reference as fully as though set forth at length. 2, COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENTIOR up to the amount of $3.639,137.64 to provide and perform those products and services described in Section 1 above. b. No other expenditures made by VEl\TIOR shall be reimbursed by CITY. 3. TER.IVI. The term of this agreement shall be for a period of one (1) year. -1- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 This Agreement may be terminated at any time by thirty (30) days prior written notice by either party. The terms of this Agreement shall remain in force unless amended by written agreement of the parties executed on or before date of expiration of current term of the agreement. 4. INDEMNITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, agents or representatives, free and harmless from all claims, actions, damages and liabilities of any kind and nature arising from bodily injury, including death, or property damage, based or asserted upon any or alleged act or omission of Vendor, its employees, agents, or subcontractors, relating to or in any way connected with the accomplishment of the work or performance of service under this Agreement, unless the bodily injury or property damage was actually caused by the sole negligence of the City, its elected officials, employees, agents or !'epresentatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its own expense, including attorney's fees the City. its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omlSSlons. Vendor hereby waives any and all rights to any types of express or implied indemnity against the City, its elected officials, employees, agents or representatives, with respect to third party claims against the Vendor relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. 5. INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of S I ,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk -2- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notify CITY of any change or ternlination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any change or tennination of policy. 6. NON-DISCRIMINATION. In the perfonnance of this Agreement and in the hiring and recruitment of employees, VENDOR shall not engage in. nor pennit its officers. employees or agents to engage in, discrimination in employment of persons because of their race. religion. color. national origin, ancestry. age. mental or physical disability. medical conditions. marital status. sexual gender or sexllal orientation, or any other status protected by law, except as pernlitted pursuant to Section 12940 of the California Government Code. 7. INDEPENDENT CONTRACTOR. VENDOR shall perfonn work tasks provided by this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its expense. and be responsible for any and all payment of Income Tax. Social Security, State Disability Insurance Compensation, Unemployment Compensation. and other payroll deductions for VENDOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be perfornled hereunder. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain. and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code. and any other license, permits, ~3- qualifications. insurance and approval of whatever nature that are legally required of VENDOR 1 2 3 4 5 6 7 8 9 10 11 12 13 10. to practice its business or profession. 9. NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: TO THE CITY: Public Services Director 300 North "0" Street San Bernardino. CA 92418 Telephone: (909) 384-5140 TO THE VE:\'DOR: Fairview Ford Sales Inc. 808 West 2nd Street San Bernardino. CA 92412-5516 Telephone: (909) 386-0281 Attn: Todd Hf ATTORNEYS' FEES 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The costs, salary and expenses of the City Attorney and members of his ot1ice in enforcing this Agreement on behalf cf the CITY shall be considered as "attorneys' fees" for the purposes of this paragraph. 11. ASSIGNMENT. VENDOR shall not voluntarily or by operation of law aSSIgn, transfer, sublet or 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 and shall constitute a breach of this Agreement and cause for the termination of this -4- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Agreement. Regardless of CITY's consent. no subletting or assignment shall release VENDOR of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 12. VENUE. The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernardino. State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be the mandatory and not permissive in nature. 13. GOVER "lING LAW. This Agreement shall be governed by the laws of the State ofCalifomia. I.... SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs, representatives, successors, and assigns. 15. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes of convemence only and shall not affect the construction or the interpretation of any of its prOVISIons. 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supercedes any prior agreements and understandings relating to the subject manner of this Agreement. This Agreement may' be modified or amended only by a written instrument executed by all parties to this Agreement. III -5- 1 2 3 4 5 6 7 8 VENDOR SERVICE AGREEMENT FAIRVIEW FORD SALES INC. []\i WIT"ESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: . 2009 VENDOR By: Its: 9 Dated , 2009 CITY OF SAN BERNARDINO 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 By: City Manager Approv d as to Form: .~ -6- Attachment "1" December 22, 2008 Falrview Ford Sales, Inc. P.O. Box 5518 SAN BERNARDINO. CAUF. 1~12 TeI.ph_ (101)884-1281 mill City Of San Bernardino Fleet Department 182 S. Sierra Way San Bernardino, CA 92408 RE: Purchase Of 12 Autocar Refuse Trucks Dear Mr. Johnson Here is the breakdown for the above referenced purchase 7 Automizers @ 299,872. each $195,544.00 777,788.00 . . 2,140,765.00 249,286.00 1 Roll Off@ $195,544. each 3 Front Loaders @ 259,263. each 1 Rear Loader @ 249,286. each Doc and Handline: Fee Total 5.400.00 $3,368,783.00 Sales Tax (8%) 269.502.64 Fed Excise Tax EXEMPT DMV 600.00 Ca Tire Fee 252.00 GRAND TOTAL $3,639,137.64 Thank you for this opportunity, ~~?~ Todd Eff Commercial Fleet Manager Prepared By JERRY DALTON Quote Id : WXLL64 RO Attachment "2" Prepared For ROLL OFF CITY OF SAN BERNARDINO Quote Summary 11119/2008 All figures are in US dollars Canadian dealers require Canadian dollars EQUIPMENT EACH TOTAL WXLL64 189,568 WXLL CAB - SINGLE LH DRNE ADDITIONAL PURCHASED COVERAGES 2,200 EPA SURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 1,826 FACTORY CONTRACT MODIFICATION 0 OUTSIDE CONTRACT FREIGHT 0 LA TE/CANCELLATION FEES 0 ADDITIONAL SURCHARGE 0 FREIGHT 1,950 QUA-"ITITY TOTAL EQUIPMENT PRICE 195,544 195,544 TRADE IN (0) OTHER CHARGES EACH TOTAL FET 0 FET AMOUNT TOTAL 0 STATE TAX/OTHER FEES ML *"'" 0 0 TOTAL QUOTE AS SPECIFIED 195,544 ~g~ Dealer . a~ Ij/;7jgOb { Customer Signature Date Date Price Level: 200804072009A Wednesday, November 19, 2008 5:26:35 Page 13 of 24 - 3- Prepared By JERRY DALTON Quote Id : WXLL64 CFEL Attachment "2" Prepared For FRONT LOADER CITY OF SAN BERNARDINO Quote Summary 11/19/2008 All figures are in US dollars Canadian dealers require Canadian dollars EQUIPMENT EACH TOTAL WXLL64 253,574 WXLL CAB - SINGLE LH DRIVE ADDrnONAL PURCHASED COVERAGES 2,200 EPA SURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 1,539 FACTORY CONTRACT MODIFICATION 0 OUTSIDE CONTRACT FREIGHT 0 LATE/CANCELLATION FEES 0 ADDITIONAL SURCHARGE 0 FREIGHT 1,950 QUANTITY 3 TOTAL EQUIPMENT PRICE 259,263 777,788 TRADE IN (0) OTHER CHARGES EACH TOTAL FET 0 FET AMOUNT TOTAL tJ-el ~~ 0 STATE TAX/OTHER FEES 0 0 TOTAL QUOTE AS SPECIFIED h~ 777,788 lI.,:;tc;+,~ , DealUgn re I ;j1c;j~Ql ( Customer Signature Date Date Price Level: 2008040nOO9A Wednesday, November 19, 2008 4:39:56 Page 1 of 3 -1- Prepared By JERRY DALTON Quote Id : WXR64 ASL Quote Number: QOOO9115 Attachment "2" Prepared For AUTOMIZER CITY OF SAN BERNARDINO Quote Summary 11/19/2008 All figures are in US dollars Canadian dealers require Canadian dollars EQUIPMENT EACH TOTAL WX64 299,872 WXR CAB - SINGLE RH DRIVE ADDITIONAL PURCHASED COVERAGES 2,200 EPA SURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 1,802 FACTORY CONTRACT MODIFICATION 0 OUTSIDE CONTRACT FREIGHT 0 LATE/CANCELLATION FEES 0 ADDITIONAL SURCHARGE 0 FREIGHT 1,950 QUANTITY 7 TOTAL EQUIPMENT PRICE 305,824 2,140,765 TRADE IN (0) OTHER CHARGES EACH TOTAL FET 0 FET AMOUNT TOTAL QvtL. ,~;" 0 STATE TAX/OTHER FEES 0 0 TOT A.L QUOTE AS SPECIFIED 2,140,765 D'.~~... Customer Signature Date Price Level: 2008040nOO9A Wednesday, November 19,20086:57:48 Page 13 of 24 -'-{ - Prepared By JERRY DALTON Quote Id : WXLL64 REL Attachment "2" Prepared For REAR LOADER CITY OF SAN BERNARDINO Quote Summary 1 }l09/2008 All figures are in US dollars Canadian dealers require Canadian dollars EQUIPMENT WXLL64 WXLL CAB - SINGLE LH DRIVE ADDITIONAL PURCHASED COVERAGES EPA SURCHARGE ADDITIONAL PRICE ADJUSTMENT FACTORY CONTRACT MODIFICATION OUTSIDE CONTRACT FREIGHT LATE/CANCELLATION FEES ADDITIONAL SURCHARGE FREIGHT QUANTITY TOTAL EQUIPMENT PRICE TRADE IN EACH TOTAL 243,318 2,200 o 1,818 o o o o 1,950 249,286 249,286 (0) OTHER CHARGES EACH TOTAL FET o TOTAL QUOTE MPd'B;J~ 0 AS SPECIFIED o o FET AMOUNT TOTAL STATE TAX/OTHER FEES 249,286 J~ Ilj~ht7/0 Date Customer Signature Date Price Level: 200804072009A Tuesday, December 9, 2008 6:09:45 PM Page I of 3 -.2- .1, ~~ ~ q-rt o.Jj{/ ~ .21;~ment "2" City of San Bernardino Public Services Department Fleet Division Autocar New Truck Enhanced Warranty/Service Package }> For a penodoftwo years from the purchase date, any OEM covered warrantable repairs needed (that are approved I accepted by the respective manufacturer) will be either; repaired at the customers site by ";2 f? A/I , or, picked up, repaired and delivered back to the customer by '72-f M , ., or, towed to ,,: A FA Gf"1,i11 / h _v- and repaired. The on-site repairs, shuttling, and I or towing for the covered repairs will be at no cost to the customer. In the event that the requested repair is denied warranty compensation by the respective manufacturer, then the cost for the provided service will be billed to the customer. All decisions concerning whether to repair at customer site, shuttle the unit or tow will be made at the sole discretion of A,4 T7lt:r<;/17 ( VPI"t--- "-. This coverage applies to all covered chassis and power train warranties, LNG fuel system, and Methane Leak Detection Systems and is limited to the duration of the warranty coverage by the respective OEM Note: The refuse collection body, its controls and accessories are not included or covered by this Package. }> The Methane Leak Detection Systems on the vehicles will be inspected at the customer's location, a minimum of three times per year in accordance with CHP title 13 requirements and a "Validation Form" form urovided for any compliant vehicle. This Service will be perfonned by A ~ II (or an agent appointed by A;::: U ') and will start at the Purchase Date of the vehicle and continue for a 2-year period. There will be no cost to the customer fOr the inspections. }> At or about two years from the purchase of the vehicle, the LNG tank will be "re- vacuumed". This service will be performed by ArV' . (or an agent appointed by' p.. f"1I ) at no cost to the customer for the "re-vac" procedure. -s-