Loading...
HomeMy WebLinkAbout16- Public Services CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL �ZUG I ' '1/1 L' From: Ken Fischer Subject: A Resolution authorizing the execution of an agreement and Dept: Public Services issuance of a purchase order to Crest Chevrolet of San Bernardino pursuant to Date: October 24, 2007 section 3.04.010 B-3 of the Municipal Code for the purchase of one (1) Vactor 2110 RCS Jet Rodder truck to be utilized by the Public Services Department Street Division Sewer crew. Meeting Date: November 19, 2007 Synopsis of Previous Council Action: Reso 2007-181 6/4/2007 Approved purchase of one Vactor 2110 RCS Jet Rodder truck from Crest Chevrolet. Recommended Motion: Motion #1: Adopt Resolution Motion #2: Authorize the Director of Finance to amend the FY 07/08 Budget by transferring $415,000.00 from the unappropriated Sewer Line Maintenance Fund balance and transfer into Acct. # 132-431-5701 (Motor Vehicles) Signature Contact person: Don Johnson, Fleet Manager Phone: 5220 Supporting data attached: Staff Report, Ward: All Quote, Specifications, Agreement, Resolution. FUNDING REQUIREMENTS: Amount: $414,384.89 Source: 132-431-5701 Motor Vehicles Finance: Council Notes: Agenda Item No. � i/l, gl0-7 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: A Resolution authorizing the execution of an agreement and issuance of a purchase order in the amount of $414,384.89 to Crest Chevrolet of San Bernardino pursuant to section 3.04.010-133 of the Municipal Code, "Purchases approved by the Mayor and Common Council' for the purchase of one (1) Vactor 2110 RCS Jet Rodder truck to be utilized by the Public Services Department Street Division Sewer crew. Background: The Public Services Department Street Division Sewer crew currently utilizes unit #548 a 1995 Ford Vactor Rodder truck with 194,340 miles. This unit has reached its economic life and has become too costly to operate. Therefore, it will be placed in surplus for auction. Staff participated in a demonstration of equipment from several different manufacturers. During this demo period it was determined that the Vactor 2110 RCS Jet Rodder mounted on a 2007 Autocar WXLLG4 CNG (Compressed Natural Gas) chassis was the best unit for the City. This unit complies with SCAQMD rule #1196 "Clean on-road heavy-duty public fleet vehicles". Due to the specialized nature of this equipment there are no local vendors able to supply it. However, Fleet staff has negotiated with Crest Chevrolet of San Bernardino to be the primary vendor for this purchase as referenced in section 3.04.010-63 of the Municipal Code, "Purchases approved by the Mayor and Common Council". The vehicle and subsequent build-up will be purchased through Crest Chevrolet for a total amount of $414,384.89 including tax. Crest will use a sub-contractor, Haaker Equipment Company of La Verne for the build-up of the specialized equipment to meet the Public Services Department specifications. Attached for your review is the quote from Crest Chevrolet and the technical specifications delineating the model, parts, and warranty for the Vactor 2110 Jet Rodder Truck Mounted Sewer Cleaner (see exhibit 1). Financial Impact: Funds for this purchase are available in FY2007/2008 Account No. 132-431-5701 Motor Vehicles, after the requested budget amendment is approved. Recommendation: Motion #1: Adopt resolution. Motion #2: Authorize the Director of Finance to amend the FY 07/08 Budget by transferring $415,000.00 from the unappropriated Sewer Line Maintenance Fund balance and transfer into Account# 132-431-5701 Motor Vehicles. ` Do ,t , EmEmS mrWTODA910 : mxuxoxrc f , : :I .. g e 909 W.21 st St.• P.O.Box 501 �r w ..Crestchevycom San Bernardino,CA 92402-0501 Phone(909)883-8833 FAX (909)886-4418 :....................: DON JOHNSON RECEIVE OCT 24,2007 CITY OF SAN BERNARDINO OCT .j 0j 2007 182 S SIERRA WAY SAN BERNARDINO FLEET DNISM SUBJECT:VACTOR 2110-824-RCS JET RODDER DEAR MR JOHNSON AS PER OUR CONVERSATON CREST CHEVROLET WILL HANDLE THE DMV PAPERWORK THE CHARGE IS $250.00. THIS IS A LIST OF THE CHARGES FROM HAAKER THE FEE FOR THE DMV PAPERWORK AND THE CALIFORNIA STATE TIRE FEE. BASE PRICE OF RODDER & ACCS 383,442.03 SALES TARES 30,675.36 SUBTOTAL 414,117.39 TIRE FEE 17.50 CREST CHARGE FOR DMV PAPERWORK 250.00 TOTAL $414,384.89 PLEASE CALL ME IF YOU HAVE ANY QUESTIONS THANK YOU DAN ZANK FLEET MANAGER Factory Authorized Sales and Service HAAKER EQUIPMENT COMPANY SINCE ACA IA CORPORATION 2070 N.WHITE AVENUE LA VERNE,CALIFORNIA 91750 (909) 598-2706 • FAX(909) 598-1427 PARTS DEPT.FAX(909)594-0498 www.haaker.com SEP11'07 08.; August 21, 2007 Mr. Randy Kuettle CITY OF SAN BERNARDINO 300 N. D Street San Bernardino CA 92418 Dear Mr. Kuettle: Haaker Equipment Company is pleased to offer the City of San Bernardino,the opportunity to purchase a new Vactor 2110-36 via an add-on/cooperative purchase. The City of Ontario advertised and received bids for a Vactor 2100. Per specifications and bid number 06.09-01. ONE (1)NEW VACTOR 2110-824-RCSJET RODDER 10-Cubic Yard Capacity Catch Basin Cleaner and Sewer Cleaner with 16"Roots Positive 3 Displacement Blower Mounted on a 2007 Autocar WX64 CNG Chassis. Equipped with all Standard and Optional Equipment listed: Standard Equipment ✓ 4500 CFM Positive Displacement Blower ✓ Catch Basin Cleaning Water System,20 GPM @ ✓ Gem Type Transfer Case for Blower 600 PSI With Handgun and%"X 35'Hose, ✓ 1,000 Galion Aluminum Water Tank Midship Connection ✓ Vactor Manufacturing Variable Pressure Water ✓ Cylindrical,Exten Steel Debris Body Pump,Hydraulically Driven, Double Acting, ✓ Double Acting Hydraulic Dump Hoist ✓ Single Piston,60 GPM @ 2000 PSI Water System ✓ Full Opening Rem Door With Manual Locks ✓ Hydraulic Tilt,Front Mounted,600'Capacity Hose ✓ 6"Drain Pipe With 10'Drain Hose Reel ✓ (2)Nozzles With Tungsten Carbide Inserts ✓ Electronic-Over-Hydraulic,Four-Way Power Boom ✓ Pipe Package: ✓ Footage Counter(1) (1) 8"X 3'Aluminum Pipe Extension ✓ Circuit Breakers (2) 8"X 5'Aluminum Pipe Extension ✓ Hose Level Wind Guide,Dual Roller (Q 8"X 6'6"Catch Basin Tube ✓ Fixed Boom,Front Mounted, 180°Rotation (4) 8"Overcenter Quick Clamps With Gaskets ✓ Remote Push Button Pendant Control with 15' Of (5) Sealed Electrical System Cable ✓ Flexible Hose Guide ✓ Aluminum Lockable Tool Box 16"X 14"X 36" ✓ Ball Floats ✓ Water Pump Overspeed Controls ✓ 3"Y-Strainer at Water Pump ✓ Mud Flaps ✓ 5#Fire Extinguisher ✓ Vacuum Relief ✓ Triangle Reflectors Options ✓ Flat Rear Door with Hydraulics Locks Open/Close ✓ WHELEN LED LIGHT.PACKAGE: ✓ Debris Body Flushout System (2)HA238C Hide-A-Way Strobes ✓ 6"Butterfly Valve,Rear Door (2) 4E Grilp Grill Master Hsg W/402000 ✓ Fold Down Pipe Rack Curbside and Streetside An Linear Strobes ✓ Splash Shield Rear Door - (1) CPS660 Power Supply ✓ Debris Body Load Limit Alarm - (1) 9M142000(55")Light Bar W/9aly Alley ✓ 6 Knife Valve/Rear Door With Camloc Cap Lights W/Front Flashers, Cab Mounted ✓ Lube Manifold - (1) PCC6R Controller ✓ Low Water Alarm with Wanting Light (1) TA870A—Traffic Advisor ✓ 3"Y Strainer in lieu of 2"at Water Tank Fill (1) TATPR20—20'Extension Cable ✓ 1300 Gallon Water Capacity ✓ Handlight with Bumper Plug ✓ Dual Fill Inlets Curbside-3"Y Strainers ✓ Worklights at Operator Station ✓ CNG Positive Displacement Blower ✓ Worklights on Boom Hot Shift Blower Drive,Includes Transfer Case, ✓ Worklight/Rear Door(2) Air Shift Control,Vacuum Relief From Control ✓ LED Lights Clearance,Back Up Stop,Tail, Turn for Blower Engagement ✓ Tow Hooks Fiont/Set ✓ 8 ft.Hydraulic Telescopic Boom ✓ Tow Hooks Rear/Set _ ✓ Joystick Control for Boom Function ✓ Preco Back Up Alarm ✓ 80 GPM/2500 PSI Water System-ILO Standard ✓ 36xl2x12 Aluminum Tool Box(2) Water System ✓ Module—ImronPaint ✓ Accumulator System for Water Pump ✓ Rear door Stripes,Chevon ✓ Multi Flow System with Nozzle Storage Rack ✓ Hydrant Wrench ✓ Water Relief Valve 1" ✓ Emergency Flare Kit ✓ Front&Rear Handgun Couplers ✓ 109 Fire Extinguisher ✓ 600'X 1"Piranha Sewer Hose ✓ Add'l 3"Water Screen ✓ Handgun Hose Reel with Spring Retractable le ✓ 8"Quick Clamp Assembly Reel ✓. 8"x5'Aluminum Pipe Assembly ✓ Aero-Style Rotating Hose Reel ✓ (4)Tool Tubes on Headache Bar ✓ Hydraulic Shut Off Valves at Suction,Return and ✓ (2)Tool Tubes on Rear of Unit j Filterline ✓ Safety Cone Storage Rack Post Style Front/Rear ✓ Redder Pump Drain Valves Extended Bid Price Per Ontario Bid................................................:......$355,258.00 January 1,2007 Price Increase, 3.5%:....................................................$ 12,434.03 101AL PRICE F.O.B. SAN B .RNARDINO,CA* ......................... 367.692.03+T_sx If The Followine Are Desired,Add Pricy Plus Tax: Lateral Cleaning Kit......................................................................... ......$ 2,420.00 t t t C tv� so-Hydraulic Pump Off system................................................................. ..$.10,960.00 T*t;S E (/Increase of Hose Reel from 600'to 800'.................................................$ 2,370.00 O�t p H s Increase body from 2110 to 2112...............................................6............$ 4,586.00 THE PROPERTY HEREIN IS GUARANTEED BY MANUFACTURER'S WARRANTY ONLY AND SELLER MAKES NO WARRANTY EXPRESSED OR IMPLIED,OF MERCHANTABILITY OR OTHERWISE OR OF FITNESS FOR ANY PARTICULAR PURPOSE,THAT EXTENDS BEYOND THE ABOVE DESCRIPTION OF TIC EQUIPMENT. NOTE:Price is good for 90 Dass . Cost increases due to the addition of Government mandated safety or environmental devices incurred after the atd a of this proposal, will be charged to you at our cost. Proof of such costs, if any, will be -documented. TAXES: SALES TAX applicable at time of delivery will be shown on our invoice. FEDERAL EXCISE TAXES, if applicable,will require payment unless a properly executed Exemption Certificate is submitted. DELIVERY: 180-240 Days TERMS: Net 30 Thank you for your consideration and we look forward to meeting the City of San Bernardino's requirements. Sincere , �J Michael Kennedy Sales Representative MK/rp Fairview Ford Sales, Inc. P.O. Box 5516 SAN BERNARDINO, CALIF. 92412 Telephone (909)884-9261 October 11, 2007 WE= � � City Of San Bernardino Fleet Department 182 S. Siena Way San Bernardino, CA 92408 RE: Purchase of 16 Autocar Refuse Trucks Dear Mr. Johnson, Here is the breakdown for the above referenced purchase. 2 Roll Off @ $211,332. each $422,664.00 3 Front Loaders @ $262,291. each $786,873.00 10 Loaders @ $299,171. each $2,991,710.00 1 Rear Loader @$251,793. Each $251,793.00 Doc and Handling Fee $7,200.00 Total $4,460,240.00 Sales Tax (8%) $356,819.20 Fed Excise Tax EXEMPT CA Tire Fee $336.00 GRAND TOTAL $4,817,395.20 Thank you for this opportunity, Todd Eff Commercial Fleet Manager ................_... . Prepared By JERRY DALTON Prepared For FRONT LOADER Quote Id:FEL CITY OF SAN BERNARDINO Phouei:951-685-3456 Quote Number 00006222 Quote Summary 09/20/2007 All figures are in US dollars Canadian dealers require Canadian dollars EQUF NT EACH TOTAL WXLL:64 258,691 WXLL CAB-SINGLE LH DRIVE ADDITIONAL PURCHASED COVERAGES 2,150 EPA SUURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 0 ADDr"ONAL FREIGHT 0 ADDITIONAL SURCHARGE 0 FREIG�HT " 1,450 QUANLrit r 3 TOTAU,EQUIPMENT PRICE 262,291 786,873 TRAVE IN (0) OTHER CHARGES EACH TOTAL FET 0 FET AMOUNT TOTAL 0 STATE TAVOTHER FEES 0 0 TOTAL QUOTE 786,873 A.4.,,7 Deali ' a e custome Si ture Date Date ,• ��J Price Level:200704032008A Thursday,September 20,2007 5:52:45 Page 13 of 24 CITY OF SAN BERNARDINO FRONTLOADER ADDITIONAL OPTIONS INCLUDED IN PRICE OF TRUCK. TRIMBLE (GPS) STROBE LIGHTS (2) TRANS-DATA SCALES LNG FUEL TANK TOOL BOX ALUM. SPARE TIRES AND WHEELS PARTS CDS FANS INTERIOR (2) MTM FRONT LOADER BODY MIDWEST LUB XGS SYSTEM Prepared By JERRY DALTON Prepared For ROLL OFF Quote Id:Rolloff CITY OF SAN BERNARDINO Phone:951-685-3456 Quote Number:00006223 09/20/2007 Quote Summary All figures are in US dollars Canadian dealers require Canadian dollars EQULPMENT - EACH TOTAL WXLU64 207,732 WXLL,CAB-SINGLE LH DRIVE ADDITIONAL PURCHASED COVERAGES 2,150 EPA SURCHARGE - 0 ADDITIONAL PRICE ADJUSTMENT 0 ADDMONAL FREIGHT 0 ADDITIONALSURCHARGE 0 FREIGHT 1,450 QUANTITY 2 TOTAL EQUIPMENT PRICE 211,332 422,664 TRADE IN (0) OTHER CHARGES EACH TOTAL PET 0 FET AMOUNT TOTAL 0 STATE TAXlOTHER FEES 0 0 TOTAL QUOTE 422' Dealer i Custom Signature i Date Date OLA- Price Level:200704032008A Thursday,September 20,2007 6:44:24 Page 1 of 3 CITY OF SAN BERNARDINO ROLL OFF ADDITIONAL OPTIONS INCLUDED IN PRICE OF TRUCK. TRIMBLE (GPS) STROBE LIGHTS (2) TRANS-DATA SCALES LNG FUEL TANK CWS ROLL WITH TARP SPARE TIRES AND WHEELS PARTS CDS FANS INTERIOR (2) Prepared By JERRY DALTON Prepared For AUTO LOADER Quote Id:ASL spec CITY OF SAN BERNARDINO Pbme:951-685-3456 Quote Number:00006224 Quote Summary 09/20/2007 All figures are in US dollars Canadian dealers require Canadian dollars EQUIPMENT EACH TOTAL WX64 295,571 WXR CAB•SINGLE RH DRIVE ADDITIONAL PURCHASED COVERAGES 2,150 EPA SURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 0 ADDITIONAL FREIGHT 0 ADDITIONAL SURCHARGE 0 FREIGHT 1,450 QUANTITY 10 TOTAL EQUIPMENT PRICE - 299,171 2,991,705 TRADE IN (0) OTHER CHARGES EACH TOTAL FET 0 FET AMOUNT TOTAL 0 STATE TAX/OTHER FEES 0 0 TOTAL QUOTE 2,991,705 Dealel.�/i atu Customer igmthtre -- �2—X g 6=0'7 / —-al Date 7te Price Level:200704032008A Thursday,September 20,2007 6:50:22 Page 13 of 24 CITY OF SAN BERNARDINO AUTOLOADER ADDITIONAL OPTIONS INCLUDED IN PRICE OF TRUCK. TRIMBLE (GPS) STROBE LIGHTS (2) TRANS-DATA SCALES LNG FUEL TANK LABRIE AUTO LOADER SPARE TIRES AND WHEELS PARTS CDS FANS INTERIOR (2) MIDWEST LUB XGS SYSTEM Prepared By JERRY DALTON Prepared For REAR LOADER Quote Id:QAHXAHBCD CITY OF SAN BERNARDINO Phone:951-685-3456 Quote Number:00006221 09/20/2007 Quote Summary All figures are in US dollars Canadian dealers require Canadian dollars EQUIPMENT EACH TOTAL WXLL64 248,193 W=—CAB-SINGLE LH DRIVE ADDITIONAL PURCHASED COVERAGES 2,150 EPA SURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 0 ADDITIONAL FREIGHT 0 ADDITIONAL SURCHARGE 0 FREIGHT 1,450 QUANTITY 1 TOTAL EQUIPMENT PRICE 251,793 251,793 TRADE IN (0) OTHER CHARGES EACH TOTAL FET 0 FET AMOUNT TOTAL 0 STATE TAX(OTHER FEES 0 0 TOTAL QUOTE 251,793 Deai a Customer i Dater ate T) Price Level:200704032008A Thursday,September 20,2007 5:20:41 Page I of 3 CITY OF SAN BERNARDINO REAR LOADER ADDITIONAL OPTIONS INCLUDED IN PRICE OF TRUCK. TRIMBLE (GPS) STROBE LIGHTS (2) TRANS-DATA SCALES LNG FUEL TANK TOOL BOX ALUM. SPARE TIRES AND WHEELS _Wd,'ce 4-PARTS CDS FANS INTERIOR (2) MTM REAR LOADER BODY Lr�pc U ®o /(_ -rvP5 gook 1 RESOLUTION NO. COPY 2 A RESOLUTION AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $414,384.89 TO 3 CREST CHEVROLET OF SAN BERNARDINO PURSUANT TO SECTION 3.04.010- B3 OF THE MUNICIPAL CODE, "PURCHASES APPROVED BY THE MAYOR AND 4 COMMON COUNCIL" FOR THE PURCHASE OF ONE (1) VACTOR 2110 RCS JET 5 RODDER TRUCK TO BE UTILIZED BY THE PUBLIC SERVICES DEPARTMENT STREET DIVISION SEWER CREW. 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 Crest Chevrolet, which is attached hereto, marked Exhibit "A" and 11 12 incorporated herein by reference as fully as though set forth at length. 13 SECTION 2. This purchase is exempt from the formal contract procedures of 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 Crest Chevrolet has offered a purchase price of $414,384.89 17 including tax pursuant to Section 3.04.010 B-3 of the Municipal Code for the purchase 18 19 of one (1) Vactor 2110 RCS Jet Rodder truck. Pursuant to this determination the 20 Finance Director or her designee is hereby authorized to issue a purchase order to 21 Crest Chevrolet of San Bernardino, in the amount of $414,384.89, which will facilitate 22 the procurement of the Vactor 2110 RCS Jet Rodder truck. 23 SECTION 4. The Purchase Order shall reference this Resolution No. 2007- 24 and shall read, "Purchase of one (1) Vactor 2110 RCS Jet Rodder truck, P.O. not to 25 exceed $414,384.89" and shall incorporate the terms and conditions of the Agreement. 26 27 28 November 9, 2007 i 1 A RESOLUTION AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $414,384.89 TO 2 CREST CHEVROLET OF SAN BERNARDINO PURSUANT TO SECTION 3.04.010- B3 OF THE MUNICIPAL CODE, "PURCHASES APPROVED BY THE MAYOR AND 3 COMMON COUNCIL" FOR THE PURCHASE OF ONE (1) VACTOR 2110 RCS JET RODDER TRUCK TO BE UTILIZED BY THE PUBLIC SERVICES DEPARTMENT 4 STREET DIVISION SEWER CREW. 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 8 this resolution. 9 /// 10 111 11 Ill 12 111 13 111 14 111 15 16 111 17 111 18 111 19 111 20 111 21 11/ 22 23 24 25 26 27 28 November 9, 2007 1 A RESOLUTION AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $414,384.89 TO 2 CREST CHEVROLET OF SAN BERNARDINO PURSUANT TO SECTION 3.04.010- 63 OF THE MUNICIPAL CODE, "PURCHASES APPROVED BY THE MAYOR AND 3 COMMON COUNCIL" FOR THE PURCHASE OF ONE (1) VACTOR 2110 RCS JET RODDER TRUCK TO BE UTILIZED BY THE PUBLIC SERVICES DEPARTMENT 4 STREET DIVISION SEWER CREW. 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 8 meeting thereof, held on the day of 2007, by the 9 following vote, to wit: 10 Council Members: AYES NAYS ABSTAIN ABSENT 11 ESTRADA 12 BAXTER 13 BRINKER 14 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 , 2007. 22 23 Patrick J. Morris, Mayor 24 City of San Bernardino 25 Approved as to form: 26 s., �a f'. &� 27 James F. Penman, City Attorney 28 November 9, 2007 VENDOR SERVICE AGREEMENT i 2 This Vendor Service Agreement is entered into this 19th day of November 3 2007, by and between Crest Chevrolet("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 and in the best interest of the CITY to contract for the purchase of one (1) Vactor 2110 RCS 8 9 Rodder truck; and 10 WHEREAS, the City of San Bernardino did solicit and accept quotes from available 11 vendors for the purchase of one (1)Vactor 2110 RCS Rodder truck. 12 NOW,THEREFORE,the parties hereto agree as follows: 13 1. SCOPE OF SERVICES. `i 14 For the remuneration stipulated, San Bernardino hereby engages the services of 15 16 VENDOR to provide those products and services as set forth in this purchase agreement. 17 2. COMPENSATION AND EXPENSES. 18 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 19 pay the VENDOR up to the amount of $414,384.89 for one (1) Vactor 2110 RCS 20 Rodder truck. 21 b. No other expenditures made by VENDOR shall be reimbursed by CITY 22 3. TERM; SEVERABILITY. 23 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" 1 2 4. INDEMNITY. 3 CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and 4 volunteers from any and all claims, actions, or losses, damages and/or liability resulting from 5 CITY's negligent acts or omissions arising from the CITY's performance of its obligations 6 under the agreement. 7 8 VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and 9 volunteers from any and all claim, actions, or losses, damages and/or liability resulting from 10 VENDOR's negligent acts or omissions arising from the VENDOR's performance of its 11 obligations under the agreement. 12 In the event the CITY and/or the VENDOR is found to be comparatively at fault for any 13 claim, action, loss, or damage which results from their respective obligations under the 14 Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this 15 16 comparative fault. 17 5. INSURANCE. lg While not restricting or limiting the forgoing, during the term of this Agreement, 19 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 20 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 21 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 22 23 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 24 additional named insured in each policy of insurance provided hereunder. The Certificate of 25 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 26 termination in the policy. 27 28 Exhibit"A" 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 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 7 12940 of the California Government Code. 8 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 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 15 16 employees, and all business licenses, if any are required, in connection with the services to be 17 performed hereunder. 18 S. 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 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 22 23 to practice its business or profession. 24 9. NOTICES. 25 Any notices to be given pursuant to this Agreement shall be deposited with the United 26 States Postal Service, postage prepaid and addressed as follows: 27 28 Exhibit"A" TO THE CITY: Public Services Director 1 300 North"D" Street 2 San Bernardino, CA 92418 Telephone: (909) 384-5140 3 TO THE VENDOR: Crest Chevrolet, Arm. Dan Zank 4 909 West 21st Street 5 San Bernardino, CA 92402-0501 Telephone: (909) 883-8833 6 10. ATTORNEYS' FEES 7 8 In the event that litigation is brought by any party in connection with this Agreement, 9 the prevailing party shall be entitled to recover from the opposing party all costs and expenses. 10 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 11 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 12 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 13 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 14 fees" for the purposes of this paragraph. 15 16 11. ASSIGNMENT. 17 VENDOR shall not voluntarily' or by operation of law assign, transfer, sublet or 18 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior 19 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 20 and shall constitute a breach of this Agreement and cause for the termination of this 21 Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR 22 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 23 24 hereunder for the term of this Agreement. 25 12. VENUE. 26 The parties hereto agree that all actions or proceedings arising in connection with this 27 Agreement shall be tried and litigated either in the State courts located in the County of San 28 Exhibit"A" Bernardino, State of California or the U.S. District Court for the Central District of California, 2 Riverside Division. The aforementioned choice of venue is intended by the parties to be 3 mandatory and not permissive in nature. 4 13. GOVERNING LAW. 5 This Agreement shall be governed by the laws of the State of California. 6 14. SUCCESSORS AND ASSIGNS. 7 This Agreement shall be binding on and inure to the benefit of the parties to this 8 9 Agreement and their respective heirs, representatives, successors, and assigns. 10 15. HEADINGS. 11 The subject headings of the sections of this Agreement are included for the purposes of 12 convenience only and shall not affect the construction or the interpretation of any of its 13 provisions. 14 16. ENTIRE AGREEMENT; MODIFICATION. 15 16 This Agreement constitutes the entire agreement and the understanding between the 17 parties, and supercedes any prior agreements and understandings relating to the subject manner 18 of this Agreement. This Agreement may be modified or amended only by a written instrument 19 executed by all parties to this Agreement. 20 21 22 23 24 25 26 /// 27 28 Exhibit "A" VENDOR SERVICE AGREEMENT 2 3 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day 4 and date set forth below. 5 Dated: 2007 VENDOR 6 By: 7 Its: 8 9 10 Dated . 2007 CITY OF SAN BERNARDINO 11 By: Fred Wilson, City Manager 12 13 Approved as to Form: 14 15 16 By. James F. Penman, City Attorney 17 18 19 20 21 22 23 24 25 © 26 27 28 Exhibit "A" 1 VENDOR SERVICE AGREEMENT 2 This Vendor Service Agreement is entered into this 19th day of November 3 2007, by and between Crest Chevrolet("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 (1) Vactor 2110 RCS 9 Rodder truck; and 10 WHEREAS, the City of San Bernardino did solicit and accept quotes from available 11 vendors for the purchase of one (1) Vactor 2110 RCS Rodder truck. 12 NOW, THEREFORE, the parties hereto agree as follows: 13 1. SCOPE OF SERVICES. 14 15 For the remuneration stipulated, San Bernardino hereby engages the services of 16 VENDOR to provide those products and services as set forth in this purchase agreement. 17 2. COMPENSATION AND EXPENSES. 18 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 19 pay the VENDOR up to the amount of $414,384.89 for one (1) Vactor 2110 RCS 20 Rodder 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 { r^ 2 .4. INDEMNITY. 3 CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and 4 volunteers from any and all claims, actions, or losses, damages and/or liability resulting from 5 CITY's negligent acts or omissions arising from the CITY's performance of its obligations 6 7 under the Agreement. 8 VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and 9 volunteers from any and all claim, actions, or losses, damages and/or liability resulting from 10 VENDOR's negligent acts or omissions arising from the VENDOR's performance of its 11 obligations under the Agreement. 12 In the event the CITY and/or the VENDOR is found to be comparatively at fault for any 13 claim, action, loss, or damage which results from their respective obligations under the 14 15 Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this 16 comparative fault. 17 5. INSURANCE. 18 While not restricting or limiting the forgoing, during the term of this Agreement, 19 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 20 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 21 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 22 23 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 24 additional named insured in each policy of insurance provided hereunder. The Certificate of 255 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 26 termination in the policy. 27 28 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 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 7 12940 of the California Government Code. 8 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 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 15 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 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 22 23 to practice its business or profession. 24 9. NOTICES. 25 Any notices to be given pursuant to this Agreement shall be deposited with the United 26 States Postal Service, postage prepaid and addressed as follows: 27 28 © 1 TO THE CITY: Public Services Director 300 North "D" Street 2 San Bernardino, CA 92418 Telephone: (909) 384-5140 3 TO THE VENDOR: Crest Chevrolet, Atm. Dan Zank 4 909 West 21st Street 5 San Bernardino, CA 92402-0501 Telephone: (909) 883-8833 6 10. ATTORNEYS' FEES 7 8 In the event that litigation is brought by any party in connection with this Agreement, 9 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 10 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 11 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 12 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 13 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 14 fees" for the purposes of this paragraph. 15 16 11. ASSIGNMENT. 17 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 18 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior 19 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 20 and shall constitute a breach of this Agreement and cause for the termination of this 21 Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR 22 23 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 24 hereunder for the term of this Agreement. 25 12. VENUE. © 26 The parties hereto agree that all actions or proceedings arising in connection with this 27 Agreement shall be tried and litigated either in the State courts located in the County of San 28 I Bernardino, State of California or the U.S. District Court for the Central District of California. 2 Riverside Division. The aforementioned choice of venue is intended by the parties to be 3 mandatory and not permissive in nature. 4 13. GOVERNING LAW. 5 This Agreement shall be governed by the laws of the State of California. 6 14. SUCCESSORS AND ASSIGNS. 7 8 This Agreement shall be binding on and inure to the benefit of the parties to this 9 Agreement and their respective heirs, representatives, successors, and assigns. 10 15. HEADINGS. 11 The subject headings of the sections of this Agreement are included for the purposes of 12 convenience only and shall not affect the construction or the interpretation of any of its 13 provisions. 14 16. ENTIRE AGREEMENT; MODIFICATION. 15 16 This Agreement constitutes the entire agreement and the understanding between the 17 parties, and supercedes any prior agreements and understandings relating to the subject manner 18 of this Agreement. This Agreement may be modified or amended only by a written instrument 19 executed by all parties to this Agreement. 20 21 22 23 24 25 26 27 28 VENDOR SERVICE AGREEMENT 1 2 3 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day 4 and date set forth below. 5 Dated: 2007 VENDOR 6 By: 7 Its: 8 9 10 Dated . 2007 CITY OF SAN BERNARDINO 11 By: Fred Wilson, City Manager 12 13 Approved as to Form: 14 15 By: vim~ 16 Janles F. Penman, City Attorney 17 18 19 20 21 22 23 24 25 26 27 28 • xwxuxom AOL s 909 W.21st St.• P.O.Box 501 w ..crestchevycom San Bernardino.CA 92402-0501 X60 = Phone(909)883-8833 FAX (909)886-4418 i•••••••••••• ----- RECEIVED DON JOHNSON OCT 24,2007 CITY OF SAN 8ERNARDINO OCT 3 0 2007 182 S SIERRA WAY p Nay SAN BERNARDINO FLEET DIVI O�I SUBJECT:VACIOR 2110-824-RCS JET RODDER DEAR MR JOHNSON AS PER OUR CONVERSATON CREST CHEVROLET WILL HANDLE THE DMV PAPERWORK THE CHARGE IS $250.00. THIS IS A LIST OF THE CHARGES FROM MAKER THE FEE FOR THE DMV PAPERWORK AND THE CALIFORNIA STATE TIRE FEE. BASE PRICE OF RODDER & ACCS 383,442:03 SALES TAXES 30,675.36 SUBTOTAL 414,117.39 TIRE FEE 17.50 CREST CHARGE FOR DMV PAPERWORK 250.00 TOTAL $414,384.89 PLEASE CALL ME IF YOU HAVE ANY QUESTIONS THANK YOU DAN ZANK FLEET MANAGER Factory Authorized Sales and Service HAAKER EQUIPMENT COMPANY F SINCE 1972 A CALIFORNIA CORPORATION 2070 N.WHITE AVENUE LA VERNE,CALIFORNIA 91750 / j Al (909) 598-2706 • FAX (909) 598-1427 PARTS DEPT.FAX(909)594-0498 www.haaker.com SEP11 0 August 21, 2007 Mr. Randy Kuettle CITY OF SAN BERNARDINO 300 N. D Street San Bernardino CA 92418 Dear Mr. Kuettle: Haaker Equipment Company is pleased to offer the City of San Bernardino, the opportunity to purchase a new Vactor 2110-36 via an add-on/cooperative purchase. The City of Ontario advertised and received bids for a Vactor 2100. Per specifications and bid number 06.09-01. ONE (1) NEW VACTOR 2110-824-RCSJET RODDER 10-Cubic Yard Capacity Catch Basin Cleaner and Sewer Cleaner with 16" Roots Positive Displacement Blower Mounted on a 2007 Autocar WX64 CNG Chassis. Equipped with all Standard and Optional Equipment listed: Standard Equipment ✓ 4500 CFM Positive Displacement Blower ✓ Catch Basin Cleaning Water System,20 GPM @ ✓ Gear Type Transfer Case for Blower 600 PSI With Handgun and 9d'X 35'Hose, ✓ 1,000 Gallon Aluminum Water Tank Midship Connection ✓ Vactor Manufacturing Variable Pressure Water ✓ Cylindrical,Exten Steel Debris Body Pump,Hydraulically Driven, Double Acting, ✓ Double Acting Hydraulic Dump Hoist ✓ Single Piston,60 GPM @ 2000 PSI Water System ✓ Full Opening Rear Door With Manual Locks ✓ Hydraulic Tilt,Front Mounted, 600'Capacity Hose ✓ 6"Drain Pipe With 10' Drain Hose Reel ✓ (2)Nozzles With Tungsten Carbide Inserts ✓ Electronic-Over-Hydraulic,Four-Way Power Boom ✓ Pipe Package: ✓ Footage Counter(1) (1) 8"X 3'Aluminum Pipe Extension ✓ Circuit Breakers (2) 8"X 5'Aluminum Pipe Extension ✓ Hose Level Wind Guide,Dual Roller (1) 8"X 6'6"Catch Basin Tube ✓ Fixed Boom,Front Mounted, 180°Rotation (4) 8"Overcenter Quick Clamps With Gaskets ✓ Remote Push Button Pendant Control with 15' Of (5) Sealed Electrical System Cable ✓ Flexible Hose Guide ✓ Aluminum Lockable Tool Box 16"X 14"X 36" ✓ Ball Floats ✓ Water Pump Overspeed Controls ✓ 3"Y-Strainer at Water Pump ✓ Mud Flaps ✓ 5#Fire Extinguisher ✓�,yVacuum Relief ✓ Triangle Reflectors ((Affim,,��� Options • Flat Rear Door with Hydraulics Locks Open/Close ✓ WHELEN LED LIGHT PACKAGE: • Debris Body Flushout System (2)RA238C Hide-A-Way Strobes • 6"Butterily Valve,Rear Door (2) 4E Grilp Grill Master Hsg W/402000 • Fold Down Pipe Rack Curbside and Streetside Au Linear Strobes • Splash Shield Rear Door (1) CPS660 Power Supply ✓ Debris Body Load Limit Alarm - (1) 9M142000(55")Light Bar W/9aly Alley ✓ 6 Knife Valve/Rear Door With Camloc Cap Lights W/Front Flashers,Cab Mounted ✓ Lube Manifold (1) PCC6RController ✓ Low Water Alarm with Warning Light (1) TA870A-Traffic Advisor ✓ 3"Y Strainer in lieu of 2" at Water Tank Fill (1) TATPR20-20'Extension Cable ✓ 1300 Gallon Water Capacity ✓ Handlight with Bumper Plug ✓ Dual Fill Inlets Curbside-3"Y Strainers ✓ Worklights at Operator Station ✓ CNG Positive Displacement Blower ✓ Worklights on Boom ✓ Hot Shift Blower Drive,Includes Transfer Case, ✓ Worklight/Rear Door(2) Air Shift Control,Vacuum Relief Front Control ✓ LED Lights Clearance,Back Up Stop,Tail, Turn for Blower Engagement ✓ Tow Hooks Front/Set ✓ 8 ft. Hydraulic Telescopic Boom ✓ Tow Hooks Rear/Set ✓ Joystick Control for Boom Function ✓ Preco Back Up Alarm ✓ 80 GPNV2500 PSI Water System-ILA Standard ✓ 36x12xl2 Aluminum Tool Box(2) Water System ✓ Module-Imron Paint ✓ Accumulator System for Water Pump ✓ Rear door Stripes, Chevon ✓ Multi Flow System with Nozzle Storage Rack ✓ Hydrant Wrench - ✓ Water Relief Valve 1" ✓ Emergency Flare Kit ✓ Front&Rear Handgun Couplers ✓ 10#Fire Extinguisher ✓ 600' X 1"Piranha Sewer Hose ✓ Add'I 3"Water Screen ✓ Handgun Hose Reel with Spring Retractable le ✓ 8"Quick Clamp Assembly Reel ✓ 8"x5'Aluminum Pipe Assembly ✓ Aero-Style Rotating Hose Reel ✓ (4)Tool Tubes on Headache Bar ✓ Hydraulic Shut Off Valves at Suction, Return and ✓ (2)Tool Tubes on Rear of Unit Filterline ✓ Safety Cone Storage Rack Post Style Front/Rear ✓ Rodder Pump Drain Valves Extended Bid Price Per Ontario Bid.......................................................$ 355,258.00 January 1, 2007 Price Increase, 3.5%:............. ......................................$ 12,434.03 TOTAL.PRICE F.O.B. SAN BERNARDINO,CA: ......................... 367.692.03+Tar If The Followine Are Desired, Add Price,Plus Tax: Lateral Cleaning Kit...........:......................................................................$ 2,420.009 l N CLAC o/Hydraulic Pump Off system ....................................................................$ 10,960.00 Ttt�S E //Increase of Hose Reel from 600'to 800'.................................................$ 2,370.00 Increase body from 2110 to 2112............................................................$ 4,586.00 THE PROPERTY HEREIN IS GUARANTEED BY MANUFACTURER'S WARRANTY ONLY AND SELLER MAKES NO WARRANTY EXPRESSED OR IMPLIED,OF MERCHANTABILITY OR OTHERWISE,OR OF FITNESS FOR ANY PARTICULAR PURPOSE,THAT EXTENDS BEYOND THE ABOVE DESCRIPTION OF THE EQUIPMENT. NOTE:Price is good for 90 Days . Cost increases due to the addition of Government mandated safety or environmental - devices incurred after the date of this proposal, will be charged to you at our cost. Proof of such costs, if any, will be documented. CTAXES: SALES TAX applicable at time of delivery will be shown on our invoice. FEDERAL EXCISE TAXES, if applicable,will require payment unless a properly executed Exemption Certificate is submitted. DELIVERY: 180-240 Days TERMS: Net 30 Thank you for your consideration and we look forward to meeting the City of San Beniardino's requirements. Sincere , Michael'Kennedy Sales Representative MK/rp Fairview Ford Sales, Inc. P.O. Box 5516 �I SAN BERNARDINO, CALIF. 92412 Telephone(909) 884.9261 October 11, 2007 City Of San Bernardino Fleet Department 182 S. Sierra Way San Bernardino, CA 92408 RE: Purchase of 16 Autocar Refuse Trucks Dear Mr. Johnson, Here is the breakdown for the above referenced purchase. 2 Roll Off @ $211,332. each $422,664.00 3 Front Loaders @ $262,291. each $786,873.00 10 Loaders @ $299,171. each $2,991,710.00 Q1 Rear Loader @ $251,793. Each $251,793.00 Doc and Handling.Fee $7,200.00 Total $4,460,240.00 Sales Tax (8%) $356,819.20 Fed Excise Tax EXEMPT CA Tire Fee $336.00 GRAND TOTAL $4,817,395.20 Thank you for this opportunity, 4110 Todd Eff Commercial Fleet Manager Prepared By JERRY DALTON Prepared For FRONT LOADER Quote Id:FEL CITY OF SAN BERNARDINO Phone':951-685-3456 Quote Number:00006222 09/20/2007 Quote Summary All figures are in US dollars Canadian dealers require Canadian dollars EQUIPMENT EACH TOTAL WXLL.64 258,691 WXLL CAB-SINGLE LH DRIVE ADDITIONAL PURCHASED COVERAGES 2,150 EPA SURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 0 ADDITIONAL FREIGHT 0 ADDITIONAL SURCHARGE 0 FREIGHT 1,450 QUANTITY 3 TOTAL EQUIPMENT PRICE 262,291 786,873 TRADE IN (0) . OOTHER CHARGES EACH TOTAL FET 0 FET AMOUNT TOTAL 0 - STATE TAX/OTHER FEES 0 0 TOTAL QUOTE 786,873 Deah: a e Custom Si tune Date Date Prim Level:200704032008A Thursday,September 20,2007 5:52:45 - Page 13 of 24 CITY OF SAN BERNARDINO FRONTLOADER ADDITIONAL OPTIONS INCLUDED IN PRICE OF TRUCK. TRIMBLE (GPS) STROBE LIGHTS (2) TRANS-DATA SCALES LNG FUEL TANK TOOL BOX ALUM. SPARE TIRES AND WHEELS PARTS CDS FANS INTERIOR (2) MTM FRONT LOADER BODY MIDWEST LUB XGS SYSTEM Prepared For ROLL OFF Prepared By JERRY DALTON CITY OF SAN BERNARDINO - Quote Id:Rolloff Phone:951-685-3456 Quote Number:00006223 09/20/2007 Quote Summary All figures are in US dollars Canadian dealers require Canadian dollars EQUEPMENT EACH TOTAL 207,732 WXLL64 WXLL CAB-SINGLE LH DRIVE ADDITIONAL PURCHASED COVERAGES 2,150 0 EPA SURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 0 ADDITIONAL FREIGHT 0 ADDITIONAL SURCHARGE 1,450 FRE IGHT QUANTITY 2 TOTAL EQUIPMENT PRICE 211,332 422,664 (0) TRADE IN OTHER CHARGES EACH TOTAL 0 FET 0 FET AMOUNT TOTAL 0 0 STATE TAX/OTHER FEES TOTAL QUOTE 422,664 Deals i a Custom Si�ature Date ' Date �OL---A. Prim Level:200704032008A Thursday,September 20,2007 6:44:24 Page 1 of 3 CITY OF SAN BERNARDINO ROLL OFF ADDITIONAL OPTIONS INCLUDED IN PRICE OF TRUCK. TRIABLE (GPS) STROBE LIGHTS (2) TRANS-DATA SCALES LNG FUEL TANK CWS ROLL WITH TARP SPARE TIRES AND WHEELS PARTS CDS FANS INTERIOR (2) i i i Prepared By JERRY DALTON Prepared For AUTO LOADER Quote Id:ASL spec CITY OF SAN BERNARDINO Pbone:951-685-3456 Quote Nurnber.00006224 09/20/2007 Quote Summary All figures are in US dollars Canadian dealers require Canadian dollars EQUIPMENT EACH TOTAL WX64 295,571 WXR CAB-SINGLE RH DRIVE. ADDITIONAL PURCHASED COVERAGES 2,150 EPA SURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 0 ADDITIONAL FREIGHT 0 ADDITIONAL SURCHARGE 0 FREIGHT 1,450 QUAI9TITY 10 TOTAL EQUIPMENT PRICE 299,171 2,991,705 TRADE rN (0) © OTHER CHARGES EACH TOTAL FET 0 FET AMOUNT TOTAL 0 STATE TAX/OTHER FEES 0 0 TOTAL QUOTE 2,991,705 4 Deale i latu Customer iguature y —,2d—0-7 Date to Price Level :200704032008A Thursday,September 20,2007 6:50:22. Page 13 of 24 © CITY OF SAN BERNARDINO AUTOLOADER ADDITIONAL OPTIONS INCLUDED IN PRICE OF TRUCK. TRIMBLE (GPS) STROBE LIGHTS (2) TRANS-DATA SCALES LNG FUEL TANK LABRIE AUTO LOADER SPARE TIRES AND WHEELS PARTS CDS FANS INTERIOR (2) MIDWEST LUB XGS SYSTEM \r/ Prepared By JERRY DALTON Prepared For REAR LOADER Quote Id: QAHXAHBCD CITY OF SAN BERNARDINO Phoor,:951-685-3456 Quote Number:00006221 Quote Summary 09/20/2007 All figures are in US dollars Canadian dealers require Canadian dollars EQUIPMENT EACH TOTAL WXL yi 248,193 WXL�.CAB-SINGLE LH DRIVE ADDITIONAL PURCHASED COVERAGES 2,150 EPA SURCHARGE 0 ADDITIONAL PRICE ADJUSTMENT 0 ADDITIONAL FREIGHT 0 ADDMONAL SURCHARGE 0 FREIGHT 1,450 QUANTITY 1 TOTAL EQUIPMENT PRICE 251,793 251,793 TRADE IN (0) OOTHER CHARGES EACH TOTAL FET 0 FET AMOUNT TOTAL 0 STATE TAX/OTHER FEES 0 0 TOTAL QUOTE 251,793 n Deal gna a Customer�i - 2/ - o7 Date— Pale Price Level:200704032008A Thursday,September 20,2007 5:20:41 Page I of 3 OCITY OF SAN BERNARDINO REAR LOADER ADDITIONAL OPTIONS INCLUDED IN PRICE OF TRUCK. TRIMBLE (GPS) STROBE LIGHTS (2) TRANS-DATA SCALES LNG FUEL TANK TOOL BOX ALUM. SPARE TIRES AND WHEELS _dd ice 4-PARTS CDS FANS INTERIOR (2) MTM REAR LOADER BODY PC /(