Loading...
Item 4 - Authorization to Purchase Replacement Equipment through the Sourcewell Cooperative Purchasing Program, GM Bid Assistance Program, & the Dept. of GenOctober 5, 2021 Item # 4AGENDA REPORT CityofPoway CITY COUNCIL DATE: October 5, 2021 TO: Honorable Mayor and Members of the City Council FROM: Eric Heidemann, Director of Public Works (~ CONTACT: SUBJECT: Summary: Will Wiley, Assistant Director of Public Works for Maintenance Operation (858) 668-4705 or wwiley@poway.org Authorization to Purchase: One (1) Compact Wheel Loader, One (1) Backhoe Loader, One (1) Sealant-Melter, One (1) Tack-sprayer, One (1) Mid-sized Pickup Truck and Two (2) Full-sized Pickup Trucks through the Sourcewell Cooperative Purchasing Program, GM Bid Assistance Program, and the Department of General Services State of California Contract The City's approved Fiscal Year 2021-22 Capital Replacement Equipment Fund includes funding to purchase one (1) compact wheel loader, one (1) backhoe loader, one (1) sealant-melter, one (1) tack-sprayer, and three (3) pickup trucks. The City is a member of several cooperative purchasing organizations including Sourcewell, formerly known as National Joint Powers Alliance (NJPA), the GM Bid Assistance Program and the Department of General Services State of California Contract which establishes and provides nation-wide competitively solicited purchasing contracts that can be utilized by member agencies, such as the City of Poway (City). For optimal pricing, it is recommended that the purchase of the equipment and pickup trucks be made through the Sourcewell Cooperative Purchasing Program, the GM Bid Assistance Program and the Department of General Services State of California Contract. All equipment and vehicles meet the City's service and specification requirements. The total estimated cost for the vehicles and equipment, including upfits, sales tax, tire tax, extended warranties, and documentation fees is $496,684.06. Recommended Action: It is recommended that the City Council: 1. Authorize the purchase of one (1) Volvo L50HS Compact Wheel Loader ($146,424.50) with extended warranty from Volvo Construction Equipment, through a Sourcewell Cooperative Purchasing Agreement, No. 032119-VCE; 2. Authorize the purchase of one (1) Caterpillar 430 Backhoe Loader ($147,356.71) with extended warranty from Hawthorne CAT, through a Sourcewell Cooperative Purchasing Agreement, No. 032119-CAT; 3. Authorize the purchase of one (1) Crafco 55125 Sealant Melter ($67,533.07) from Craftco, Inc., through a Sourcewell Cooperative Purchasing Agreement, No. 052417-CFC; 4. Authorize the purchase of one (1) Lee boy L 1 S0T Tack-Sprayer ($23,185.75) from Nixon-Egli Equipment Co., through a Sourcewell Cooperative Purchasing Agreement, No. 052417-VTL; 1 of 30 October 5, 2021 Item # 45. Authorize the purchase of one (1) mid-sized pickup truck and two (2) full-sized pickup trucks plus upfits through the GM Bid Assistance Program ($34,064.98), the Department of General Services State of California Contract, No. 1-18-23-20D ($71,063.54), and SoCal Truck Accessories and Equipment ($6,625.51); and 6. Authorize the City Manager to execute any necessary documents. Discussion: The City operates and maintains a fleet of over 125 street-legal vehicles and other heavy equipment for the purpose of inspecting, maintaining and operating City facilities and infrastructure. Annually, several of these vehicles and pieces of equipment must be replaced as they have met their useful life or have excessive mileage. The current budget contains funding to replace two (2) pieces of heavy equipment (wheel loader and backhoe), two (2) pieces of street paving equipment machinery, and three (3) pickup trucks. The current 31-year-old wheel loader and 20-year-old backhoe have exceeded their useful life and are scheduled for replacement. The wheel loader is primarily used to maintain the Crosthwaite Materials Handling Yard. In addition, the wheel loader is used by all divisions for various maintenance and emergency field operations. The current wheel loader has been placed out of service due to safety concerns. The 20-year-old backhoe is utilized by all Public Works divisions, but it is primarily used by the Water Transmission & Distribution Division for maintenance and emergency field operations to protect public health and safety and ensure regulatory compliance. Staff invited two heavy machinery manufacturers to the Vehicle and Equipment Maintenance Facility to demonstrate and thoroughly test their equipment. After careful consideration, the Volvo wheel loader model and Caterpillar backhoe model met or exceeded the department's specifications and requirements. The City utilizes various pieces of equipment for its street maintenance program, including a sealant melter for filling and sealing cracks in asphalt and concrete pavement surfaces and a tack-sprayer used to spray a liquid tack or glue to hold existing and new pavement layers together. The City has a 16-year-old sealant-melter and 20-year-old tack-sprayer that are used by the Streets Maintenance Division. Both pieces of equipment are essential to maintaining City streets during the annual paving season and have exceeded their cost-effective useful life. It is recommended they be replaced through the Sourcewell contract solicitation process. Additionally, the three (3) new model year pickup trucks will replace two (2) 20-year-old pickup trucks and one (1) 15-year-old pickup truck that have exceeded their useful life and are scheduled for replacement. The Vehicle and Equipment Maintenance Division collected quotes from various dealerships, including local Poway dealerships, State of California Department of General Services (DGS) state contract dealerships, and GM Bid Assistance dealerships. After careful consideration, the quote provided by Courtesy Chevrolet Center offered through the GM Bid Assistance Program ($34,064.98) and Department of General Services State of California Contract ($71,063.54) met or exceeded the department's specifications and requirements. Two of the pickup trucks require upfitting (e.g., light bars, mounting, etc.), for a total cost of $6,625.51, which will be paid to a third party, SoCal Truck Accessories and Equipment, after procurement. All agreements offered through Sourcewell Cooperative Purchasing Program have been awarded via a thorough Request for Bid (RFB) competitive solicitation program by a public agency/government entity (e.g., state, city, county, public university, or school district). Additionally, the GM Bid Assistance Program and the Department of General Services State of California Contract provides discounted vehicle pricing exclusively for eligible state and local government agencies. These programs provide 2 of30 October 5, 2021 Item # 4a streamlined and effective procurement option by establishing agreements with manufacturers and suppliers currently on an existing multiple award schedule with a competitive procurement procedure. Section 3.28.110 of the Poway Municipal Code permits the use of cooperative purchasing programs for procurement of supplies, services, and equipment when the administering agency has made their purchase in a competitive manner. The quotes for the heavy equipment/machinery are noted in Table 1 below: Table 1: Heavy Equipment/Machinery Quotes COOPERATIVE ITEM AVAILABLE QUOTE PURCHASING VENDOR FUNDS AGREEMENT NO. Wheel Loader $155,000.00 $139,794.50 + SOURCEWELL VOLVO With Warranty $6,630 (warranty) #032119-VCE CONSTRUCTION $146,424.50 EQUIPMENT Backhoe Loader $110,000.00 $144,726.71 + SOU RC EWELL HAWTHORNE CAT With Warranty $3,060 (warranty) #032119-CAT $147,786.71 Sealant Melter $125,000.00 $67,533.07 SOURCEWELL CRAFCO, Inc. #052417-CFC Tack Sprayer $17,000.00 $23,185.75 SOURCEWELL NIXON-EGLI #052417-VTL EQUIPMENT CO. TOTALS: $407,000.00 $384,930.03 The quotes for the pickup truck vehicles are noted in Table 2 below. Table 2: Vehicle Quotes ITEM AVAILABLE COURTESY DOWNTOWN WINNER PERRY RAM OF FUNDS CHEVROLET FORD STATE CHEVROLET FORD OF POWAY CENTER/ DGS STATE DGS POWAY GMBID CONTRACT# CONTRACT ASSISTANCE 1-18-23-20A # PROGRAM 1-18-23-20D Pick-up $35,000 $34,064.98 NON-$37,404.09 $56,386.26 NO QUOTE Truck RESPONSIVE NON-SUBMITTED (Mid) RESPONSIVE Pick-Up $35,000 $31,914.25 $32,979.38 $34,155.56 $49,817.61 NO QUOTE Truck NON-$2,712.11 NON-NON-SUBMITTED (Full) RESPONSIVE (upfits) RESPONSIVE RESPONSIVE Pick-Up $36,000 $35,768.48 $38,084.16 $37,851.25 $58,868.74 NO QUOTE Truck NON-$3,913.40 NON- NON-SUBMITTED (Full) RESPONSIVE (upfits) RESPONSIVE RESPONSIVE TOTALS: $106,000 $34,064.98 $71,063.54 $109,410.90 $165,072.61 N/A (Upfits paid separately) 3 of30 October 5, 2021 Item # 4In evaluating submittals, several dealers were identified as non-responsive because proposed vehicles did not meet the specifications for upfitting, or they could not fulfill an order for the 2022 model year. Upon receipt of the vehicles, staff will complete all necessary steps to get the vehicles into use, including registration, insurance and any necessary insignia, lights, or additional accessories. Purchasing these vehicles and pieces of equipment eliminates the need for costly repairs due to their age. When the replacement vehicles/equipment are delivered, the existing vehicles will be auctioned. Environmental Review: This action is not subject to review under the California Environmental Quality Act (CEQA). Fiscal Impact: The City proactively plans for the replacement of its vehicles and equipment by annually setting aside a portion of their anticipated replacement costs. As such, sufficient funding is available in the Fiscal Year 2021-22 Capital Replacement Equipment Fund (115010-61040), Water Transmission/Distribution (402560-61060) and Street Maintenance (411040-61060) divisions' Fiscal Year 2021-22 budget for the purchase of: one (1) compact wheel loader, one (1) backhoe loader, one (1) sealant-melter, one (1) tack-sprayer, and three (3) pickup trucks. The total fiscal impact of this action is $496,684.06. A total of $513,000.00 was allocated for these purchases. The savings of $16,315.94 will remain in the Capital Equipment Replacement Fund for use on other replacements. Public Notification: None. Attachments: A. Sourcewell Volvo Construction Quote 8. Sourcewell Hawthorne CAT Quote C. Sourcewell Crafco Quote D. Sourcewell Nixon-Engli Quote E. GM Bid Assistance Courtesy Chevrolet Center Quote -Unit #22 F. DGS State of California Downtown Ford Quote -Units #36 and #45 G. SoCal Truck Accessories & Equipment Quote -Upfits Units #36 and #45 Reviewed/ Approved By: Assistant City Manager 4of30 Reviewed By: Alan Fenstermacher City Attorney Approved By: Chris Hazeltine City Manager October 5, 2021 Item # 4DocuSign Envelope ID: OAF8914O-728C-4FF7-9EAC-1E49O16120O4 FORME CONTRACT ACCEPTANCE AND AWARD Sourcewell ,-,,.m<r!y!IJJ',', (Top portion of this form will be completed by Sourcewell if the vendor is awarded a contract. The vendor should complete the vendor authorized signatures as part of the RFP response.) Sourcewell Contract #: 032119-VCE Proposer's full legal name: Volvo Construction Equipment North America, LLC Based on Sourcewell's evaluation of your proposal, you have been awarded a contract. As an awarded vendor, you agree to provide the products and services contained In your proposal and to meet all the terms and conditions set forth In this RFP, In any amendments to this RFP, and In any exceptions that are accepted by Sourcewell. The effective date of the Contract will be May 13, 2019 and will expire on May 13, 2023 {no later than the later of four years from the expiration date of the currently awarded contract or four years from the date that the Sourcewell Chief Procurement Officer awards the Contract). This Contract may be extended for a fifth year at Sourcewell's discretion. S~~lu<;f.JJtV: Authorized Signatures: ~~ <;riwo.rf") COF D2AI 39006469 ... SOURCEWELL DIRECTOR OF OPERATK)NSAND PR!JJ;~~¼~~T /CPO SIGNATURE G::..~=i SOURCEWELL EXECUTIVE DIRECTOR/CEO SIGNATURE Awarded on May 10, 2019 Vendor Authorized Signatures: Jeremy Schwartz (NAME PRINTED OR TYPED) Chad Coauefte (NAME PRINTED OR TYPED} Sourcewell Contract# 032119-VCE The Vendor hereby accepts this Contract award, including all accepted exceptions and amendments. Vendor Name Vo I Vo C 011\ s-\,..,c:\ ; O .,.,_ £'\ "-; f' M<-""" iJo If~ Am-e. V) S, IL Vi::, f'iV\qnce_... VENDOR AUTHORIZED SIGNATURE Executed on /YJo.y I~ . 20_1_ '\ 5 of30 \~r-is±c.v (NAME PRINTED OR TYPED) Sourcewell Contract# 032119-VCE ATTACHMENT A LLC. October 5, 2021 Item # 4Volvo CE -Sourcewell Contract Quote Quote Valid for 90 days ~;.,~ -< ... -. · .. :fsourcewell ~· :~-;;-: :..·~ .... --~ --'~ ; :,'.Awa~J~ -_,;:~.-it.;;f; Buying City of Poway Agency: Contact Mr Luis Carrillo Person: Phone: 858.668.4745 Email: LCarrillo@poway.org Contract: 032119-VCE Dealership: Prepared By: Phone: Email: Sourccwcll Product Colic IIE -Volvo Pricing Catalog: Wheel Loaders (Compact) A. Catalog/ Price Sheet Items being purchased Quan 1 Volvo L50HS Compact Wheel Loader Date: Volvo Construction Equipment and Services Scott Nadell 6 I 9 778-6039 scott.nadell@vcesvolvo.com 1 Unit Pr i1 $144,652.20 See next page for machine specs at List Price, Contract Discount, Machine Price TOT AL Purchse Price at Bottom of this Page Sourcewcll Machine Price: Returning Customer Discount: Subtotal A: B. Sourced and/or Non-Contracted Items Quan Description l Unit Pr .. I I I I l Subtotal B: C. Freight/ Installation/ Ext Warranty/ Trade-Ins/ Other Allowances/ Miscellaneous Charges Freight POI ONE Year Subscription Active Care Direct (Remote Machine Monitoring) Subtotal C: I Subtotal: I 7.75% Tax: Non Taxable Items (Sect C): Est Delivery Date: 21-Dec TOTAL PRICE: 6 of30 Page 1 of 2 6/23/2021 I Total $144,652.20 $144,652.20 -$16,300.00 $128,352.20 Total $0 $0 $0 $0 $0 $995 $500 Included $1,495 $128,352.201 $9,947.301 $1,495.001 $139,794.501 October 5, 2021 Item # 4Volvo CE -Sourcewell Contract Quote Page 2 of 2 Version 18 Description Part# List Price Volvo L50HS Wheel Loader L50HS $169,430.00 Goodyear 17.5R25 TL 3A+ (width over tires 86") CL20192 $11,644.00 Reversible cooling fan CL33051 $0.00 Cab, ROPS & FOPS CL40050 $0.00 Cab door w sliding window CL46062 $440.00 Sliding window RHS CL46054 $440.00 Single lever control 3rd function w/o flow sharing, for bkt/fork use only CL47050 $2,045.00 Seat, heated air-suspension CL41053 $1,937.00 Heat and A/C CL44051 $5;810.00 Preparation for 12V accessories CL45052 $566.00 Back up alarm, audible CL51050 $0.00 Hydraulic oil ISO VG 46 CL60050 $0.00 Volvo hydraulic quick couplings (2) for 3rd function CL62051 $320.00 Wheel chocks CL70051 $0.00 Manual US Version CL72067 $0.00 Standard paint, Volvo design CL81051 $0.00 Protect.wax coating incl cyl. NMX90007 $0.00 Attachment Bracket VAB (cast) CL90052 $4,818.00 Speed limiter, 40 km/h (25 mph) CL35003 $0.00 3" Seat Belt CL43050 $193.00 Radio with Bluetooth CL45051 $933.00 LED work lights on cab 2 front, 2 rear CL50060 $2,242.00 Rotating beacon magnetic CL54050 $298.00 Power outlet 12V CL52051 $0.00 Rear view camera CL52058 $1,698.00 CareTrack, GSM/Satellite (Hardware needed for Active Care Direct) CL52062 $1,019.00 Boom suspension (Ride-control) system CL61051 $5,349.00 Tilt speed control valve pilot operated (required w/ MP buckets CL61053 $1,666.00 Central lube CL73051 $8,288.00 Slow moving vehicle sign CL80050 $188.00 88" MP Bucket 1.8 yd3 w/o teeth CL 11390878 $13,908.00 88" BOCE for MP Bucket CL11391015 $1,593.00 Total List Price $234,825.00 Sourcewell % off list 38.4% Sourcewell Machine Price $144,652.20 See Front Page of Quote for Total Purchase Price 7 of30 October 5, 2021 Item # 4Volvo Construction Equipment & Services VCES Lakeside 12345 Mapleview St Lakeside, CA 92040 Ph: (619) 441-3690 VOLVO Constructton E~ SeMces Fx: (866) 215-1474 Proposal/Retail Order 08/19/21 Sales Rep: Scott Nadell (Mobile: 619-778-6039) Invoice to: City of Poway Contact: Accounts Payable P Fish Address: PO Box 789 Poway, CA 92064 Phone: (858) 668-4420 Fax/Email: pfish@poway.org FOB Point of Origin -Ship Via: Customer Delivery Address TERMS: CK] Net due on receipt c===J Net due Ship to: City of Poway Contact: Luis Carrillo Address: 13325 Civic Center Dr Poway, CA 92064 Phone: (951) 710-7993 Fax/Email: LCarrillo@poway.org CK] PREPAID 30 days c::J Installment plan c::J COLLECT Financing (see below) Unit ID Year Make Model Serial No. Hrs Description Total Price TBD 2022 EPG Ext Protect Plan TBD NEW Premier Extended Protection Plan for '22 L50H $ 6,630.00 7 Years or 3000 Hours (whichever comes first) $ --See attached Master Parts Schedule $ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -Warranty: ESPP "Premier" 84 Months 3000 Hours Expires: 7yr Equipment Total: $ 6,630.00 ---Warranty covers most of the complete machine Trade-in Credit: $ -ESPP coverage does not include travel time and mileage or fluids. See warr. details for coverage. DownpaymenUCredit: $ -Standard Full Machine Warranty is for 1yr and runs concurrently with extended warranty. Net Price: $ 6,630.00 Preventative Maintenance Contract: I ACCEPTED r7 DECLINED Non-Taxable Items: $ -Finance Details: Cash Sale Doc Fees: $ -Subtotal: $ 6,630.00 Sales Tax% 0.000% Sales Tax$ $ -Total Price: $ 6,630.00 Notes: Notes: Standard Full Machine Warranty is for 1 yr and runs concurrently with extended warranty. Meaning, it will Machine subject to prior sale be a total of 7 Years (1 YR Standard and 6YR Extended) Hours are estimated Tax exemption req. re-sellers permit Quote valid for 30 days 'When operated in California, any off-road diesel vehicle may be subject to the California Air Resources Board In-Use Off-Road Diese.1 Vehicle Regulation. It therefore could be subject to retrofit or acceleratedrturnover requi,ements to reduce emissions of air pollutants. For more information, please visit the California Air Resources Board website at: http://www.arb.ca.gov/msprog/ordiesel/ordiesel.hlm." THIS DOCUMENT IS A CONTRACT INCLUDING IMPORTANT TERMS AND CONDITIONS. I HAVE REVIEWED AND ACCEPT ALL TERMS AND CONDITIONS, INCLUDING WITHOUT LIMITATION, THOSE ON THE 2ND PAGE OF THIS CONTRACT. I HAVE READ THIS CONTRACT AND AUTHORIZE THE ENTRY OF THE ABOVE ORDER SUBJECT TO THE TERMS AND CONDITIONS HEREIN. Customer PO No. 0 Customer--:=.=~~:::;"!'~=~~:---i=-:~~~=~~~~:-:-::;:-Signature: ------------------------VCES Signature: S<4tt 1ta«dt -----------------------Tit I e: Government Sales Date: 08/19/21 THIS ORDER NOT ACCEPTED OR BINDING UNTIL APPROVED BY AN OFFICER OF VOLVO CONSTRUCTION EQUIPMENT & SERVICES 8 of30 October 5, 2021 Item # 4Premier Extended Protection Plan for '22 L50H Unit Specifications/Options Ootion No. Description 9 of30 October 5, 2021 Item # 4TERMS AND CONDITIONS -EQUIPMENT SALE 1. General: Toe Terms and Conditions of Sale outlined herein shall apply to the sale by Volvo Road Machinery, Inc. d/b/a Volvo Construction Equipment Services (hereinafter referred to as ~g~&~~Jt).00nreri~~~i~r .;:i.~~r:!~~!e~~~t fsar~~ch:1~.ti~gsh~~tb:t~nt~~r~~~f\~atrt~f=i~~~~n't~: proceeding with any work shall be In accordance with the terms and conditions outlined herein. The Company hereby gives notice of its obtction to any additional or different terms induded in =~~if ~6f~:si~J~~:~ ~~ f~rse~i~t~J.ubmitte by the Purchaser. Such additional or different terms manJr~~~~mt,arJe 1~~~~~1Xt.wg~~~r!i~~l~\tw!n~nrc,~p~~e~~m!~1~:na:sayoraf~~ul~~ii~: relating to the location, use or operation of the Equipment, or its use in conjunction with other equipment, shall be the sole responsibility of the Purchaser. 2. Title and Risk of Loss: Title and risk of loss or damage to the Equipment shall pass to the Purchaser upon tender of delivery F.O.B. manufacturing facility unless otherwise afeed upon by }~~a~3i~~es\t~C:J! ~?~tt!c~~~~~~o i~!:ris~;not~he~ :ri~i~rfy~n~ntr~\1 ::i~~n\n hase b;~~~!~ therefor. Purchaser agrees upon request to all thin!jS and acts necessary ro perfect and maintain :~~~n:rr~~ oi;n3;~s~g~n1ri~a~~o~=~s;~~~~i~st1\~teg~~~:n~d;~~r~!Y ~~~u:cr~!h:n E~~:Ct\1~~~1 insured. 3. Assignment: Neither l)arty shall assign or transfer this contract without the prior written fh0:~~~1r ~~t:i~h;~te~7>'cif 1~: ~~~~=~ir ~f~et~~;:~1/se Jge;r:~tt;t~vi:.s:w~r0~~ya~~f~i~:~rrhu; payment due from the Purchaser under this contract. ,4. Delivery and Delays: Delivery dates shall be interpreted as estimated and in no event shall date~~= gio~,r~~ :~;~1~~ ~tn~bl~~:r:~~i7is~f ~}i'ci1:1!~ ~u1:~oe~a~~%is, fire, flood. strikes, or other labor diWiculty, acts of civil or milita~ authority including governmental laws, order, priorities ~a~Pit~~oon~ta:inct,,se~~!~:tr;g~~~~r in4;.'reri~~0ir;~,r u5tu°a7~~~r:rri~;rf:~1ii~~~ ~~~~?i~t0~r ~~~e~oc.:i~e:!~~~~:~ t~"ea~~7:~r ~ri~~ 0ir'i~;~~t~~~~l~t,~~ ~gn~e0~~r~:re~ e,e~.,c;~J7t,C: actual length of time lost by reason of such delay. The Purchaser's receipt of Equipment shall constitute a waiver of any claims for delay. II. Taxes: The price does not include any present or future Federal, State, or loca~roperty, g~e~~;ii~~i~efc;,· ~~:su~!~ ~;~~ri~~~~w~t~s o~\~~h~f :~~~11~~5.~!n~!~1i~~~~~t:ny !~rvi~:r performed in connection therewith. Such taxes will be itemized separately to Purchaser, who shall Vr1;~e ;:r~7;f!lr~Y?a~~li~~~:. ~~7:gha1xe~hp~i;;,0~rt,~~11isa~~r~~io~~r~~3xb~"1~~0~o~1~':nC:~~ ~~~~?e3~~~~h i~;~~~~ori~~?,~[e ~::;:,s1~~ ~60~,1~y ~=i~~~r~:d \~e p~;mpany for any taxes I. Set Otrs: Neither Purchaser nor any affiliated company or assignee shall have the right to daim compensation or to set off against any amounts which become payable to the Company under this contract or otherwise. !ii:ir~~t:~J~~~~:tj~~~~~l ~~::~~d~~~r!~~ i6 r!~~~e~~~i ~~~tug~~~Jl~~~l~~~:bu;~~~si;o8iin~ claim that the use of the Equipment manufactured by the Company, and furnished under this ~°c:1;a~~y fsn~~~~;tyin~~n?i::rrnn~~i~;ya~3tg~~~f t~~e ~~i~~~t;tf ~1i~~tJii~e!~• a~~1:i:~! I~~ Purc~aser for defense of same; and the Compa~ shall, at its option, procure for the Purchaser l~: ~g~~o w1Cftint~~~i~sTn~u;~u1~~g~.e~~ r~~o~~ i!iih tl~~Jlp~~r:~r~;~~~ny~~g, iii'~:~ price. The foregoing shalY not be construed to indude any agreement by the Company fo accept ?u~~i~~~~ie~:i~~~~~~~ ~re~!:P,~~ ~~,~~~et!:n~r ~~:~~~~~~n~~ud:~e"d06~t 1~,i \~ ~:'ciut,m:;,n~ Equipment. The foregoing states the entire lia~ility of the Company with regard to patent infringement. ~er~~~=~~=11 i~efr~e0~n~:sai~a~~,~~!l a~~w w~:l~rg:~i1p To~1~~a~~ri;~/lf llma:~p~~hv:J~~ the applicable warranties of the Company for such Equipment, which are incorporated herein by reference. warr!~fy ~~rct~!set;~~I!~; fnbli~~en~ t°w~h~~~~~ r=~~ITC:~Ye fa~~~a~~/opn:~6';;, t~~h;ei:ft~cat~! Company shall, at its option, correct such nonconformity by suitable repair to such Equipment or ~~7~~~i~:3P~~~egipee~~readrt :u~tiBe p~t~~~f~~!~irS!~~~,~~bouri~~~~~&as r!~f~s 1~~11~a~ complied with specific recommen~at1ons of the Company. The Company shafr not be liable for any repairs, replacements, or adjustments to the EquiP.ment or any costs of labor performed by the Purchaser or others without the Company's prior wntten approval. The effects of corrosion, erosion and normal wear and tear are specifically exduded from the Company's warranty. Performance warranties, if any, are limited to those specifically stated within the Com,reany's proposal. Unless responsibility for meeting such performance warranties is limited l~es~=~io~~,~~ ~r~~l3e~f~\h'!1~~w~~~y~a~~~t.tion shall be to correct in the manner and for but ~0~~~1:ie~eto~~~~~~~~rr~~~r~~1~:~~ !~~i~~~re~7Xc!1~:I:if~~:;l,uh~~r~1f~ht~~~;~f!~~~~: and carriers, shall carry whatever warranty the manufacturers have conveyed to the Company and rAW1ccc3~~t~~s~~iirJ0~ge 8-mr~sxARRANTY OR REPRESENTATION OF ANY KIND WHATSOEVER, EXPRESSED OR IMPLIED, EXCEPT THAT OF TITLE, AND ALL IMPLIED WARRANTIES, INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, ARE HEREBY DISCLAIMED. Correction b't the Company of nonconformities whether patent or latent, in the manner and for the period of time provided above, shall constitute fulfillment of all liabilities of the Com ran~ for ~~~7h~~f;'en!i~~~~;~e~t~t~~ra~:rn~d o"J ;,°~~~tcte;if ;~~%'. negligence, indemnity, stric lia ility The Purchaser shall not operate Equipment which is considered to be defective, without first noti~ng the Company in writin~ of its intention to do so. Any such use of Equipment will be at the Pur A~te5;l~i~sJ1i~J~~ililsoLD "AS IS, WITH ALL FAULTS." ~x~rJ~i0.ts A0J61~~~Y+J~fL REit:1fl~ g~ T~vg~~~~~~R~l~i F~fJ~E~1trbN .f~~ CONTRACT OR THE EQUIPMENT AND SERVICES FURNISHED HEREUNDER, IN CONNECTION WITH THE PERFORMANCE OR BREACH THEREOF, OR FROM THE MANUFACTURE, SALE, DELIVERY, INSTALLATION, REPAIR OR TECHNICAL DIRECTION COVERED BY OR FURNISHED UNDER THIS CONTRACT, WHETHER BASED ON ~~.m~~~g:i:, ~~~~NTU'e ~oi~~irif~R11~~EiFN+irE ~~WCJF LJ~J~U'E~f G'/t,j~i1ii'R SUCH LIABILITY IS BASED. THE COMPANY AND ITS SUPPLIERS SHALL IN NO EVENT BE LIABLE TO THE PURCHASER, ANY SUCCESSORS IN INTEREST OR ANY BENEFICIARY OR ASSIGNEE OF THIS CONTRACT FOR ANY CONSEQUENTIAL, INCIDENTAL, INDIRECT, SPECIAL OR PUNITIVE DAMAGES ARISING OUT OF THIS CONTRACT OR ANY BREACH THEREOF, OR ANY DEFECT IN, OR FAILURE OF, OR MALFUNCTION OF THE EQUIPMENT HEREUNDER, WHETHER BASED UPON LOSS OF USE, LOST PROFITS OR REVENUE, INTEREST, LOST i~Sf'~~N iiR~oSJ~~~';~1c\~:f~i~~~li'cf rI~J=tsi~~s·o~ii1f1M~3~~ g~ PURCHASE OF REPLACEMENT POWER OR CLAIMS OF PURCHASER OR CUSTOMERS OF PURCHASER FOR SERVICE INTERRUPTION, WHETHER OR NOT SUCH LOSS OR DAMAGE IS BASED ON CONTRACT, WARRANTY, NEGLIGENCE, INDEMNITY, STRICT LIABILITY OR OTHERWISE. 10. Nuclear Liability: In the event that the Equipment sold hereunder is to be used in a nuclear facility, the Purchaser hereby releases and agrees to indemnify the Company and its suppliers for ::~,,~~~=1~!g~~1ii! J~~~~o:~sir ~ p~s~,dii:nJe;il~~~~~ ~~~\~~~~e°6f 1h~'b~~~1~~ig~rr~ suppliers. i1at:~r~~~i11c~~~in~h:x~u~i~;7~ ~~l~~~~n;f Y!!~J~;:s~~~ bSn~t~·:t~a~?o~r ~i~::n~i~~ ~~ Contracts for the International Sale of Goods shall not apply to this contract. !~;,~~:~ut:,0~1~~ ci?~~n~~~=~ ~~t Ph~ b~~~p%:.~~n~~~r~~r,~~di~~~~~:~:~~'.o suii"~il supersede all previous communications, either oral or written, with respect to the subject matter thereof. TERMS AND CONDITIONS -EQUIPMENT RENTAL 1. Lessee agrees to rent the Equipment for the term and at the stipulated rental rates and to pay such rental when due irrespective of any claims, demands, set-offs, actions, suits or proceedings, that it may have or assert against Lessor. 2. From the time the Equipment is shipped from Lessor's facility, until ii is returned to Lessor's designated facility, Lessee shall: (i) use the Equipment solely in the conduct of its business; (ii) ~::pall,~PJ~~r~em~nE~:fctn:.:~~/~ ~';J;!i~~-f~~P!6rt7~g1~~~~ ~~ne:~ \i~l ~~~f g,wann:Tnedn!Ti parts and labor required for that purpose, using only parts manufactured or furnished by the ~~~Jfi~~6~ff/Let~:orE~utr,~f~!~ groP~~~a~k: ti~~e 1~~i~~e~t~~~0(~) ~s!~~eE:J,~P;:,~~!; ri<:~ ~!~!~ei~r ~~~i~t7}~9:r tt~is l~~r;e~~n'r.ent, and injury or death to persons, from any cause 3. Lessor may inspect the Equipment at all reasonable limes. ,4, Lessee shall report and pay to the appropriate authority any and all license fees, registration fees, assessments, charges and taxes, induding penalty and interest, assessed against the Equipment due to rental or use thereof and reimburse Lessor upon request for any sucn amounts ~:~:ir:?n ~~:~~5d. t~et:~~o% i~~~~-of the rental or use of the Equipment, except for taxes II. Lessee shall keep the Equipment at the address specified in this agreement, and not remove ii therefrom without the Lessor's prior written consent. Lessee shall not ass:fcn, sublet or pledge any ~~I':, d~~~~fli~1ei~daenf. interest in this agreement, and any attempt to o so shall constitute an ~s 1;:';n~~~w~~~gt =~:11r:~1alb~o~:~e:n~ns~:rr~~11 crore~~~~f o1e:~~r ~~i:~~~~~ oi~~~:g;ee a°J thereof. Lessor shall retain a security interest in the ~quipment in the event that the rental ofthe Equipment is held by a court to constitute a lease intended for security and Lessee agrees upon request to do all things and acts necessary to perfect and maintain such security interest. 7. Lessee, at its own expense, will maintain all risk insurance coverage on the Equipment for its full replacement value, and also such other insurance as Lessor may require, in amounts and under policies acceptable to Lessor, with loss payable to Lessee and Lessor as their respective interests may appear. Upon request of Lessor, Lessee shall furnish certificates of insurance ;hv~d.;'a~~~H:ti~ct 0~0,';;~!~~-1 ~~~~,F~l{ln ~~:~e~f~vide for thirty (30) days written notice to Lessor of a. Lessee shall promptly notify Lessor of each accident involving any Equipment, including time, Elace, nature of the accident or damage, and such other information as ma~ be known; advise d:f:i!e0f o~11 a~?~~~~o~~~:;,;~ · ~~ge~!·s~rii<;~h~r r~°;,~~~n~f r~~~~~~s~i1r~n~ ;hl~cre:!i~i~~0~aa~~ therefor. 9, In the event of damage to or loss, destruction or theft of the Equipment or any part thereof, Lessee shall pay to Lessor the full value of the Equipment at the time of such occurrence except ~1~~ a~t:~~~~~t :,;,1i~~ b:c:~v:iFe~(ifTi~:p01i~n:i6~nEC:ufg;;;~~~~ o~u(Ti~ t~~/fo~!tC~s~~~hl;lo~:r~ reduction in the rental payments attributable to the lost or damaged ~quipment, or (iii) to replace the Equipment with equipment of the same make and the same or later model. 10. LESSEE UNDERSTANDS THAT LESSOR MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND WHATSOEVER, EXPRESS OR IMPLIED, WITH RESPECT TO THE EQUIPMENT, AND ALL IMPLIED WARRANTIES, INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, ARE HEREBY DISCLAIMED. 11. LESSOR SHALL NOT BE LIABLE FOR ANY DIRECT, INDIRECT, SPECIAL OR g~~e~~~-Em1~bFftriJ-Ffl.~N~fAL'e.¥fo~~) u~~sg~T~~h';..'t?oMN b1ETHNi'~a°Gi~~~~t: OR FROM ANY DEFECTS IN, FAILURES, MALFUNCTIONS, REPAIRS, REPLACEMENTS OR ~~W1~1f\21~i m~~~g~-T0lT~k ~~~~~l~\.~16~T\.i~s ~~iiPl~t~lgJ'}[-;' ift~~~ iNHJfJ~~Y ~~D tRJ,t1~iA~~(Es~ LEi1i'~M~\¥f!s·1R;g~J~~~~~/1~ER~~sEsJ~LO\~~~~ AGENTS AND REPRESENTATIVES, FROM ANY AND ALL CLAIMS, ACTIONS, SUITS, ~waw~rt~<:3~EEi0l~i1Nl~1-N5fSco~~~t-rlJ·wl::t.D OR L,tJ3J8l+t~G ~~8~~~1::t1i AGREEMENT OR THE BREACH THEREOF. 12, Upon termination of this agreement, Lessee will, at its own cost and expense, promptly return the Equipment to Lessor in the same condition as received, reasonable wear and tear and normal depreciation excepted. 13. If Lessee breaches its obligation to pay rentals when due or any of the other terms of this ~i~~~~l· o~r ~~ L~~J~f~ff;'~ei:s~~~l,ee;~l~r i7see~~~ ~~S:t~~n::s:f~~~e;°~~!~si~ri~~hn~ for the benefit o1 creditors, or if a petition in bankruptcy or for arrangement or reorganization is filed by or against Lessee, or if propertY. of Lessee is attached or a receiver is appointed for Lessee or any of Lessee's' property, or 1f Lessee is in default pursuant to the provisions of any other agreement by and between Lessor and Lessee, or whenever Lessor may deem the rentals or Equipment insecure, the Lessee hereby authorizes Lessor to enter, with or without le8,al r;~~:!f·of C~s~6~'.11~!;!e~!\f a~hs"e~~~i~~eg~~:rrie~1 aannl ~:~: ft,~S~~~~~0~e~e;e~r,a~re ~~ lh: ~:~!~e~n h~~~i1~ ~~ei~t~~1:1rv~e~~~s~en~ ~~ :~c~u~a~=~~J~;ce~aie~~g~!~~~i~ld'7; 1r:iso~r or~~ addition to any remedies at law, in equity or under statute. If after default this agreement is placed r~~s~r ~:i!~!Ys~~I ~!~~~~~0~~~1':':J~;;~i~sfe0:/n~~T:~eo1t a~y 8cl1lfa~l7e;h~ff ~of ~~e:!~Yv~~ of any other or subsequent default. :te~11iP~~~n~e~~~:fe)~l~r96°'eeJ:fi~-:re~~~~6 s,~!11 ~~~~ ~~9afr~ s~e~\s~=r~~e~~~e~~e~u:~~~ other party, or at such other place as either party may designate in writing to the other party. 111. The rights and obligations of the parties shall be governed by the laws of the State of North Carolina excluding its conflicts of law principles. ~:sp~~,s,g~i~~~~):c7c:.na..7re~i!~~~~~~ ~:~e1fio<;,<>~~t~ig~iii~tro~i6~ ::,~~e~~~~~~.'~~s~~ie.:atl~ of any of its provisions or conditions shall be valid unless in writing and signed by both parties. Reference Sales Order No: __ r_so ___ c_ity_o_f_P_ow_a_Y ________ _ Customer's Initials: ----------10 of 30 October 5, 2021 Item # 4OocuSign Envelope ID: A05DO83F-661F-4E85-AF77-6D47E6730871 FORME CONTRACT ACCEPTANCE AND AWARD _:--· '~ .,, Sourcewell ~ {Top portion of this form will be completed by Sourcewell if the vendor is awarded a contract. The vendor should complete the vendor authorized signatures as port of the RFP response.) Sourcewell Contract#: 032119-CAT Proposer's full legal name: Caterpillar Inc. Based on Sourcewell's evaluation of your proposal, you have been awarded a contract. As an awarded vendor, you agree to provide the products and services contained in your proposal and to meet all the terms and conditions set forth in this RFP, In any amendments to this RFP, and In any exceptions that are accepted by Sourcewell. The effective date of the Contract will be May 13, 2019 and will expire on May 13, 2023 (no later than the later of four years from the expiration date of the currently awarded contract or four years from the date that the Sourcewell Chief Procurement Officer awards the Contract}. This Con1ract may be extended for a fifth year at Sourcewell' s discretion. Sourcewell Authorized Signatures: 1;;:·~··sdwton'i ~~~'rf'~ECTOR OF OPERATIONS AND P~<;*Wf:'T/CPO SIGNATURE C~i.....-TTl~-c ... -----SOURCEWELL EXECUTIVE DIRECTOR/CEO SIGNATURE Awarded on May 10, 2019 Jeremy Schwartz {NAME PRINTED OR TYPED) Chad Caouette (NAME PRINTED OR TYPED) Sourcewell Contract# 032119-CAT -------------------------------------------------------------------------------Vendor Authorized Signatures: The Vendor hereby accepts this Contract award, including all accepted exceptions and amendments. (~ l >-·c_.; ;·1 ./i;_~ r 7 it Vendor Name ____ -:-----------------------VENDOR AUTHORIZED SIGNATURE (NAME PRINTED OR TYPED) Executed on ,v)(I ·/ IC , 20..i..2 I Sourcewell Contract# 032119-CAT ATTACHMENT B 11 of 30 October 5, 2021 Item # 412 c HAWTHORNE Im Quote Prepared for City of Poway Sourcewell Member #83405 For Contract #032119-CAT Valid Through August 31, 2021 Machine Item# 543-3343 Machine Total Sourcewell Machine Discount Machine Total Machine Attachments 282-5409 247-1947 Attachment Total Sourcewell Attachment Discount Attachment Total IW•~~ Warranty Total IMachloel',epon,tloo PreparationTotal Total Sales Tax Grand Total WARRANTY NOT INCLUDED IN QUOTE ,:0-36 M0/3000 HR POWERTRAIN + HYDRAULICS + TECH 3iQM0/3000 HR POWERTRAIN + HYDRAULICS + TECH 430-60 M0/3000 HR POWERTRAIN + HYDRAULICS + TECH Description -430 07 A BACKHOE LOADER CFG2 PT, 4WD/2WS AUTOSHIFT ENGINE, 86KW, C3.6 DITA, T4F CAB, DELUXE BUCKET-MP, 1.4 YD3, PO STICK, EXTENDABLE, 15FT LINES, COMBINED AUX, E-STICK HYDRAULICS, MP, 6FCN/8BNK, ST AIR CONDITIONER, T4F TIRES,340 80R18/500/70-24 Ml COUNTERWEIGHT, 1015 LBS COUPLER, PIN LOCK, BL F RIDE CONTROL SEAT, DELUXE FABRIC RADIO, FM BLUETOOTH STABILIZER PADS, FLIP-OVER CUTTING EDGE, TWO PIECE.WIDE FAN PLATE GROUP -BOOM WEAR SHIPPING/STORAGE PROTECTION SEAT BELT, 3" SUSPENSION RUST PREVENTATIVE APPLICATOR LOADER BUCKET PINS PACK, DOMESTIC TRUCK AUTO-UP STABILIZERS DISPLAY, STANDARD WORKLIGHTS (8) HALOGEN LAMPS LANE3 ORDER INSTRUCTIONS, ANSI SERIALIZED TECHNICAL MEDIA KIT PRODUCT LINK, CELLULAR, PLE643 Description BUCKET-HD, 12", 3.4 FT3, PL BUCKET-HD, 24", 7.3 FT3, PL Descrietion Descrietion Pre Delivery Inspection Freight to San Diego County 500 HOUR CSA s 22% s $ $ s 15% s s s $ $ $ s 7.75% $ $ $ 5/12/2021 Prepared by: Gustavo Pena 760-801-0576 List Price 102,980 13,530 9,690 8,520 7,424 5,090 3,550 2,655 2,435 2,320 1,790 1,528 1,510 940 560 341 329 233 211 206 146 110 166,098 (36,541.56) $129,556.44 List Price 1,597 1,819 3,416 (512) 2,904 L;,tp;..I 1,000 350 507 1,857 $134,317.04 $10,409.67 $144,726.71 LIST 1,460.00 2,300.00 3,060.00 October 5, 2021 Item # 4EXTENDED SERVICE PROTECTION PLAN MASTER PARTS SCHEDULE VOLVO CONSTRUCTION EQUIPMENT COMPACT WHEEL LOADER/ WHEEL LOADER NEW AND USED EQUIPMENT This plan provides coverage for the components listed below when a failure occurs due to a defect in material or workmanship, and may provide coverage for additional components not listed when the damage is caused by or resulting from a covered failure of a listed component. ENGINE ONLY COVERAGE The components listed below are covered under Engine Only coverage: ENGINE and all Internal lubricated comoonents within Accessory Gears Camshaft Camshaft Bearings Camshaft Drive Gear Connecting Rods & Bearings Crankshaft Bearings & Gear Crankshaft Including Front And Rear Crankshaft Seals Cylinder Heads/ Head Gaskets Cylinder Liners Engine Block Engine Oil Cooler Engine Speed Controls, Linkages, and Cables Engine Mounted Filter Mount Flywheel, Ring Gear Front And Rear Engine Covers And Seals Front Damper Fuel Lines Fuel Pumps Oil Filler Tube Oil Lines Oil Pan And Gasket Oil Pump Pistons & Rings Pressure/Temperature Sensors & Sending Units Pulleys Rocker Arm Assembly Thermostat Timing Gears Valve Cover And Gasket Water Pumps Wiring Harness (internal) Engine Components Covered After Emission Warranty ACM Actuator Turbocharger Crank Case Ventilation Oil Separator And Pipes Before Separator EGR Cooler, Mixer, Flowmeter, Valve, pipes & Mixer Engine Wire Harness: (Circuits Related To Emission Warrantable Components) Engine Control Module (ECM) Emission Sensors: (Circuits Related To Emission Warrantable Components) Intake and Exhaust Manifolds and Gaskets Turbocharger Unit Injectors Charge Air Cooler, Hoses, Air Pipes & C-Clamps Emission After Treatment System as Detailed by Volvo Emission Warranty This plan excludes coverage for any failure to any component caused by or resulting from the failure of a component not listed as a covered component, including any resulting damage to a listed component. See the Terms and Conditions document for complete plan details. POWERTRAIN COVERAGE The components listed below, plus those listed below Engine Only Coverage, are covered under Powertraln Coverage: POWER TRANSMISSION Drive Axles, Front & Rear, including the Cooling Pump Dropbox Hydraulic Motor, Travelling Hydraulic Pump, Travelling Hydraulic Transmission Hydraulic Transmission Pump Hydraulic Transmission Control Valve Hydraulic Transmission Solenoid Valve Internal Wiring Harness Propeller Shaft/ Sealed Univeral Joints Propeller Shaft Bearing (Sealed) Propeller Shaft Mounting Pump Drive Transmission/Axle/Drop Box Sensors and Sending Units Torque converter, including the pump Transmission ECU Brake Discs, excluding normal wear Parking brake This plan excludes coverage for any failure to any component caused by or resulting from the failure of a component not listed as a covered component, including any resulting damage to a listed component. See the Terms and Conditions document for complete plan details. POWERTRAIN + HYDRAULICS COVERAGE The components listed below, plus those listed below Engine Only and Powertrain Coverages, are covered under Powertrain + Hydraulics Coverage: ENGINE Hydraulic Motor, cooling system Hydraulic Pump, cooling system STEERING SYSTEM Steering cylinder Steering pump Steering valves HYDRAULIC SYSTEM & SPECIAL FUNCTIONS Hydraulic cylinders Main hydraulic pump Servo pump Servo valves Solenoid valves Valves, main hydraulics This plan excludes coverage for any failure to any component caused by or resulting from the failure of a component not listed as a covered component, including any resulting damage to a listed component. See the Terms and Conditions document for complete plan details. 20210618_.yj~fSff>P_mps_na_en.xlsx_web Page 3 of 18 October 5, 2021 Item # 4EXTENDED SERVICE PROTECTION PLAN MASTER PARTS SCHEDULE VOLVO CONSTRUCTION EQUIPMENT COMPACT WHEEL LOADER/ WHEEL LOADER NEW AND USED EQUIPMENT This plan provides coverage for the components listed below when a failure occurs due to a defect in material or workmanship, and may provide coverage for additional components not listed when the damage is caused by or resulting from a covered failure of a listed component. POWERTRAIN + HYDRAULICS + COMPONENTS COVERAGE The components listed below, plus those listed below Engine Only, Powertrain and Powertrain + Hydraulics Coverages, are covered under Powertrain + Hydraulics + Components Coverage: ELECTRICAL SYSTEM Alternator Circuit board VECU I// GPMECU I Instrument ECU HUMAN MACHINE INTERFACE CONTROL UNIT (HMICU) Display Unit Starter motor BRAKES Brake cooling pump Brake pumps Brake valves FRAME Rear axle mounting ~ Cooling Fan Thermostat This plan excludes coverage for any failure to any component caused by or resulting from the failure of a component not listed as a covered component, including any resulting damage to a listed component. See the Terms and Conditions document for complete plan details. PREMIER COVERAGE The components listed below, plus those listed below Engine Only, Powertraln, Powertrain + Hydraulics and Powertrain + Hydraulics + Components Coverages, are covered under Premier Coverage: ENGINE Air Filter Housing Air Intake Hose Engine Mounts And Supports Fuel Tank Mufflers Radiator Water Piping Remote Mounted Oil Filter FACTORY INSTALLED HEAT AND AIR CONDITIONING Accumulator Clutch Compressor Condenser Dryer Evaporator Expansion Valve Heater Core Hoses Pulley Seals & Gaskets Temperature Control Programmers and Valves STRUCTURAL Articulation Joint Engine Frame Rear Frame ~ Cab Frame Cab Mounts Gas Struts Seat Frame and Suspension Steering Column TRANSMISSION/ AXLES/ HYDROSTATICS Control Rods External Oil Lines Filler Tubes (Transmission) Pneumatic Valves Pneumatic Dryer Transmission Oil Cooler ELECTRICAL (FACTORY INSTALLED) Caretrack ECU / TELEMATICS ECU (WECU) Electric Motors Electronic Joysticks Gauges GPMECU Ill Horn Indicators Instruments Radios (Factory installed only) Sensors Solenoid Valves Switches VECU II/ GPMECU II Voltage Regulator Wiring Harnesses Wiring Harnesses Exclusions ... .Rubbing, Chafing, Loose Or Corroded Connections HYDRAULICS Accumulators Hydraulic Cylinders Hydraulic Hoses and Piping Hydraulic Motors Hydraulic Oil Coolers Hydraulic Pumps Hydraulic Reservoir Hydraulic Valves Pressure Reducing Valves Unloading Valves This plan excludes coverage for any failure to any component caused by or resulting from the failure of a component not listed as a covered component, including any resulting damage to a listed component. See the Terms and Conditions document for complete plan details. 20210618--f~l~f~ffJP_mps_na_en.xlsx_web Page 4 of 18 October 5, 2021 Item # 4FORM E CONTRACTACCEPTANCE AND AWARD (Top portion of this form will be completed by NJPA if the vendor is awarded o contrac1. The vendor should complete Ille vendor authorized signolures as port of the RFP response.) NJPA Contract#: 052417-CFC Proposer's full legal name: Crafco, Inc. Based on NJPA's evaluation of your proposal, you have been awarded a contract. As an awarded vendor, you agree to provide the products and services contained In your proposal and to meet all of the terms and conditions set forth in this RFP, in any amendments to this RFP, and in any exceptions that are accepted by NJPA. The effective dale or the Contracl will be October 2, 2017 and will expire on October 2, 2021 !no later than the later of four years from 11,e expiration date of the currently awarded contract or four years from the dote that the NJPA Chief Procurement Officer awards the Contract}. This Contract may be extended tor a fifth year at NJPA 's discretion. NJPA Authorized Signatures: NJPA EXECUTIVE DIRi:CTOR/CEO SIGNATURE Awarded on September 29, 2017 Vendor Authorized Signatures: Jeremy Schwartz (r-!1\1V,E PRl!'lf::D O~'. lYF'ED) Chad Caouette (NAt✓IE Pl~INlED 01< T"r'PE[Jj NJPA Contract # 052417-CFC The Vendor hereby accepts this Contracl award, including all accepted exceptions and amendments. Executed on · > \ ? (',\ , 20 l 7 NJPA Con1rocf # 0524I7-CFC 15 of 30 ATTACHMENT C October 5, 2021 Item # 46165 W. Detroit St. Chandler, AZ 85226 (602) 276-0406 (800) 528-8242 FAX: (480) 940-0313 BBBQ46375-01 Date Quoted 8/11/2021 Expiration Date 10/28/2021 Quote To: Account Code: Ship To: Account Code: 918318 CITY OF POWAY -CA CITY OF POWAY -CA LUIS CARRILLO 14445 LAKE POWAY ROAD POWAY, CA 92064 14445 LAKE POWAY ROAD us Phone: 858-668-4745 Fax: 858-679-8719 Email: LCARRILLO@POWAY.ORG Project Title: POWAY, CA 92064 us LUIS CARRILLO 858-668-4745 LCARRILLO@POWAY.ORG Start Date: Effective Dates: 8/11/2021 TO 10/28/2021 Ship Via: Truck/Common Carrier Sales Group: SRC-SOURCEWELL Terms: NET 30 Quoted By: Rob Manriquez F.O.B.: PPD-ADD FREIGHT Sales Office: WR4-Rob Manriquez Estimated Time to Ship After Receipt of Order: Quoted at time of order Customer: CITY OF POWAY -CA Quote Number BBBQ46375-01 Project Title: Date 08-11-21 SALES TAX EXEMPT CERTIFICATE MUST BE PROVIDED AT THE TIME OF ORDER OR SALES TAX WILL BE ADDED TO YOUR ORDER Part# Description Unit 43600-SRC SUPERSHOT 125 DIESEL EA 20014-SRC 3" PINTLE HITCH EA 24074-SRC SIX PIN ROUND CONNECTOR EA 20140-SRC 28" HITCH EXTENSION EA 24086-SRC LOCKABLE BATTERY BOX EA SUPERSHOT /EZ 24510S-SRC BEACON AND ARROWBAR LIGHT KIT EA 26098-SRC TOOLBOX EA 24190K-SRC OVERNIGHT HEATER l lOV W/ US EA PLUG 26058-SRC 10# FIRE EXTINGUISHER (MUST EA ORDER 26059 TO MOUNT) 26059-SRC FIRE EXTINGUISHER BRACKET EA 26119-SRC 3/8" SAFETY HOOK W/ LATCH (2 EA REQUIRED) 43416-SRC GRAVITY FEED KIT EA 43549-SRC SPARE TIRE KIT (SINGLE AXLE) EA 45599-SRC ENGINE COVER/TIER 2-INSULATED EA 51177-SRC AUTOLOADER (MUST ORDER HITCH EA EXTENSION) 08/11/21 1~~f'3019 We value your business. Qty. Contract Price 1 $48,600.0000 1 $114.2400 1 $51.8200 1 $544.0000 1 $236.0000 1 $2,620.0000 1 $76.8000 1 $288.0000 1 $192.0000 1 $76.0000 2 $52.0000 1 $240.0000 1 $296.0000 1 $1,400.0000 1 $7,280.0000 Ext. Price $48,600.0000 $114.2400 $51.8200 $544.0000 $236.0000 $2,620.0000 $76.8000 $288.0000 $192.0000 $76.0000 $104.0000 $240.0000 $296.0000 $1,400.0000 $7,280.0000 Page l of 3 1 of 3 October 5, 2021 Item # 4Cu.stomer: CITY OF POWAY -CA Quote Number BBBQ46375-01 Pr ,ject Title: Date 08-11-21 SA LES TAX EXEMPT CERT/FICA TE MUST BE PROVIDED AT THE TIME OF ORDER OR SALES TAX WILL BE ADDED TO YOUR ORDER Part# COMMENTS: FOB Chandler, AZ 60 Days ARO Description 2 year warranty and free training provided upon delivery Unit Qty. Contract Price Sales Tax Shipping Contract Total For questions contact Rob Manriquez at (909)238-8416 or rob.manriquez@crafco.com Revision #1: Update Options 08/11/21 1?~f!§9 We value your business. Ext. Price $4,814.21 $600.00 $67,533.07 Page 2 of 3 2 of 3 October 5, 2021 Item # 4NOTE: W.~RNING: Pro, ucts on this quote may be labeled in accordance w,ith California Proposition 65. Cali ·ornia purchasers refer to http://crafco.com/resources/Proo-65.xlsx For Terms and Conditions of purchases go to: !:J..tll2s://crafco.com/Terms-of-Sale.pdf Quantities may be limited at Crafco's discretion. Pricing and availability are subject to change without notice. Pricing does not include applicable taxes. Tax exemption forms must be on file prior to invoicing. Unpaid sales tax will be reported to State and Local tax authorities. Extension is net after terms. FOB DEFINITIONS: PPA-Delivered; freight included. PPD-Delivered; freight separate. Pavement Preservation Products Restocking Policy RETURN POLICY Crafco will only accept the return of products that have been authorized in writing in advance, and proof of purchase is required. Not all purchases are returnable. This is a Return Policy for non-warranty claims. Refer to the product data sheet for information about warranty and claims for warranty reimbursement. All returns are subject to restocking fees. All products returned must be in the original packaging and be in good and salable condition. Crafco reserves the right to charge repackaging fees in addition to restocking fees. The customer is responsible for all shipping costs of returned products. Request information on the acceptability for returns for any specific product when ordering. Nonreturnable Products Not all products are returnable. Products that have a shelf life or are considered made to order., or special order may not be returned. No used parts may be returned and any part or product that is non-standard or obsolete is not returnable. Product Return Status Athletic Surfacing Products, Non-Returnable Cure & Commercial Liquids, Equipment, Geocomposites, Paint, Sealcoat, and Silicone Restocking Fees All returnable products have a restocking fee if returned. Product Parts All Other Products How to Return an Item Restocking Fee 15% of part purchase price 25% of product purchase price 1. To obtain authorization contact your customer service representative. 2. A written authorization will be faxed or emailed to you. 3. A copy of the Return Authorization must accompany the material being returned. 08/11/21 We value your business. Pc1f1e 3 of 3 3 of 3 October 5, 2021 Item # 4FORM E CONTRACT ACCEPTANCE AND AWARD (Top portion of this form will be completed by NJP A if the vendor is awarded a contract. The vendor should complete the vendor authorized signatures as port of the RFP response.) NJPA Contract#: 052417-VTL Proposer's full legal name: VT LeeBoy, Inc. Based on NJPA's evaluation of your proposal, you have been awarded a contract. As an awarded vendor, you agree to provide the products and services contained in your proposal and to meet all of the terms and conditions set forth in this RFP. In any amendments to this RFP, and in any exceptions that are accepted by NJPA. The effective dote of the Contract will be October 2, 2017 and will expire on October 2, 2021 (no later than the later of four years from the expiration date of the currently awarded contract or four years from the date that the NJPA Chief Procuremen1 Officer awards the Contract). This Contract may be extended for a fifth year at NJPA's discretion. NJPA Authorized Signatures: N JPA~OPERA JIVE ca.u:2AGl! MJPA EXECUflVE DIRECf0R/CEO SIGNAfURE A warded on September 29. 20 l 7 Vendor Authorized Signatures: Jeremy Schwartz (NAf'.J\E PRll'ffED OR TYPED} Chad Caouette (NAME PRll·HED OR fYPEO) NJPA Contract# 052417-VTL The Vendor hereby accepts this Contract award. including all accepted exceptions and amendments. VendorName v' [dee&+ J;,(1, Authorized Signatory"s Title r;=? C5 ,ol:i;'-'.l ./-(r'lMAE PRINTED OR fYPED} Executed on ~ O C ± , 20D NJPA Contract# 052417-VTL 19 of 30 ATTACHMENT D 10/02/2017 08:11 October 5, 2021 Item # 4---------------------·----. ---D SO. CALIFORNIA: 2044 South Vineyard Avenue, Ontario, CA 9176] • (909) 930-1822 • FAX (909) 923-2356 □NO.CALIFORNIA: 800 East Grant Line Road, Tracy, CA 95376 • (209) 830-8600 • FAX (209) 830-8884 August 3, 2021 City of Poway 14467 Lake Poway Rd Poway, CA 92064 Attention: Luis Carrillo Reference: Leeboy LI SOT Nixon-Egli Quote# 100322 www.nixon-egli.com Sourcewell Contract #:052417-VTL Dear Mr. Carrillo, We are pleased to quote you One (1) New Leeboy LI SOT, equipped as follows: ► 150 Gallon (567.8 l) Capacity Tank ► 4.8 hp (3.6 kw) Honda Engine ► 6' (1.8 m) Wand with On/Off Valve ► 40' (12.19 m) Heavy-Duty Recoil Hose Reel ► 3,400 lbs (1,542 kg) Loaded Weight ► I" (25 mm) Rear Tank Sampling Valve ► One 300,000 BTU Propane Burner ► Trailer-Mounted or Skid-Mounted Configurations ► Electric brakes ► Emergency Brake-Away System ► Optional Accessories Available ► Single Nozzle 6-ft handspray wand ► 40-ft hose reel ► 2 Propane Burners ► All trailer-mounted units include safety chains and pintle eye standard ► Pre-wired for towing ► Electric Start ► 8-FT Spray Bar ► In-Truck Controls Available Options: NOT Included in pricing below. ► 5 HP Hatz Diesel Engine (pull start) ► Diesel Burner w/ Auto Ignition Burner w/outfire protection *only w/Elec. Start Engine ► Overnight Heater ► 2 5/16" Ball Hitch *Only available on 150T and 250T 20 of 30 October 5, 2021 Item # 4• D SO. CALIFORNIA: 2044 South Vineyard A venue, Ontario, CA 91761 • (909) 930-J 822 • FAX (909) 923-2356 ONO. CALIFORNIA: 800 East Grant Line Road, Tracy, CA 95376 • (209) 830-8600 • FAX (209) 830-8884 Unit List Price: Sourcewell Discount 8%: Unit Price: Dealer Items (PDI, Start-Up, DMV) Sales Tax San Diego County 7. 75% Freight: Total Price: www.nixon-egli.com $17,615.00 -$1,409.20 $16,205.80 $1,600.00 $1,379.95 $4,000.00 $23,185.75 The Freight Price quoted above is subject to change if unit is shipped on dedicated truck. Unit will be shipped with stock units inbound for Nixon Egli Equipment Company. The above price(s) are valid for 30 days. Thank you for the opportunity to quote on your equipment needs. Should you have any further questions, please feel free to contact me. Sincerely, NIXON-EGLI EQUIPMENT CO. Tray Hall Area Manager 21 of 30 October 5, 2021 Item # 4COURTESY CHEVROLET CENTER 750 Camino Del Rio N. San Diego, CA 92108 619-297-4321 Javier Botero (Government Bid Coordinator) javie r. botero@courtesysd.com Bill To: City of Poway QUOTE DESCRIPTION OF ITEMS 1. 4WD 2021 Chevrolet Colorado Crew Cab Short Bed (Per GM Bid Assistance Pricing) 2. Acari Mount, 2020-Colorado 3. Whelen Warning Light MC16PA 4. Strobe lighting 5. DECKED Bed storage 6. Illuminated switch 7. Labor Subtotal (Pre Tax) 8. Sales tax (7.75%) 9. OMV Electronic Filing Fee (Non-taxable) 10. Tire Fee (Non-taxable) 11. Total QUOTE NUMBER: 080421 August 04th, 2021 AMOUNT $28,019.06 $428.33 $448.08 $243.92 $1,756.63 -$2.85 $680.00 $31,578.87 $2,447.36 $30.00 $8.75 $34,064.98 TOTAL $34,064.98 Thank you for your business!! 22 of 30 ATTACHMENT E October 5, 2021 Item # 4City of Poway TECHNICAL SPECIFICATIONS UNIT#: 22 304030 -Capital Projects NOTICE: SPECIAL INSTRUCTIONS TO THE BIDDER SERVICES: Bidder shall complete right-hand column indicating brief reasoning for the exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth in the left hand-column. EQUIPMENT: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. BID PACKET: All bid packets shall include complete specification cut sheets, drawings, etc. for all equipment submitted. FAILURE TO COMPLETE RIGHT-HAND COLUMN WILL INVALIDATE BID IF NOT BIDDING THIS ITEM PLEASE INDICATE WITH AN N/A IN THE COLUMN GENERAL: This specification describes the City of Poway minimum requirement for One (1) new model year, Mid-Size Pickup Work Truck, 4x4, crew cab, regular box, wheelbase 125", and chassis model having a minimum Gross Vehicle Weight Rating (GVWR) from 4500-lb. This vehicle will be primarily used as a work vehicle. This vehicle will operate in the State of California on typical State Highways and city/county roads and shall be designed to operate under typical ambient temperatures and weather conditions encountered in the state. l.General All responsive bidders shall provide detailed drawings and supporting literature with their bid. Specifications and standards referenced in this document in effect on the opening of the Request for Bid form a part of this specification where referenced. Vehicle shall be new (unused), current production. Vehicle shall be supplied with 23 of 30 Acceptable October 5, 2021 Item # 4all equipment and accessories indicated as standard equipment in the manufacturer's published literature unless specifically deleted as stated in this specification or Request for Bid. Optional equipment necessary to meet the Acceptable minimum requirements of this specification shall be installed. Systems offered as non-standard equipment by the manufacturer, other than those specifically requested, are not required, and should be deleted. (e.g., OnStar) 2. Structural and Dimensional Design As specified -Pickup (4x4), crew cab, regular box 6000Ibs -GVWR 4,500 lbs. As specified -Engine: Fuel Type-Gasoline As specified -Displacement (liters) 3.6 Lor equivalent Wheelbase 128" -Wheelbase (in.) 125" 3. Safety Vehicle delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS} and the California Vehicle Code {CVC) requirements for incomplete vehicle truck cab and As specified chassis in effect as of the date of manufacture. 4. Emission Control The engine shall be California Air Resource Board (CARB) certified to operate on highways in the State of California at As specified the time of manufacture. 5. Engine Vehicle shall be equipped with manufacturer's standard engine that meets the minimum requirements for As specified displacement and fuel type as listed. 6.Cooling The cooling system shall be a liquid pressurized, forced circulation type. A coolant recovery system shall be furnished. The cooling system shall provide protection from As specified ambient temperatures ranging from 0°F to 120"F. 7. Transmisslon/Driveline Vehicle shall be equipped with manufacturer's standard As specified automatic-overdrive type transmission. Vehicle shall also be equipped with a transmission cooler. 8. Steering Vehicle shall be equipped with the manufacturer's standard As specified power-assisted steering. 9. Electrical Equipment The supplier shall furnish a heavy-duty 12-volt electrical As specified system specifically designed to handle the load 24 of 30 October 5, 2021 Item # 4requirements of the vehicle equipped with the specific options. 10. Brakes Vehicle shall be equipped with the manufacturers standard As specified power-assisted service brakes with a four-wheel, electronic controlled, anti-lock brake system (ABS) 11. Wheels/Tires Vehicle shall be equipped with the OEM's standard tubeless VVheels, 17" x 8" (43.2 cm x 20.3 cm) type radial tires mounted on OEM approved rims. Wheels Ultra Silver Metallic steel (STD) shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and Tires, 255/65R17 all-season, blackwall tires. All "on ground" tires and wheels shall be identical (i.e., (STD) no cross brands or models}. Truck shall be equipped with all-season tires and labeled for Mud and Snow (M/S} service. Vehicle ordered as a cab and chassis configuration shall include a full-size sparewheel strapped to the vehicle or shipped loose. Wheel weights shall contain no more than 0.1 percent lead by weight {Health and Safety Code Section 25215.6} 12. Axles/Springs/Frame The suspension system shall incorporate front and rear stabilizer {anti-sway) bars and front and rear shock Manufacturer standard: absorbers. The suspension system may be equipped with auxiliary leaf spring suspension if stabilizer (anti-sway) bars Suspension Type -Front Independent are unavailable. Suspension Type -Rear Semi-Elliptic, 2-Stage, Multi-Le af Upon request, the bidder shall provide a certified Gross Spring Capacity -Front 3200 lbs Combined Weight rating (GCWR} from the manufacturer of Spring Capacity -Rear 3500 lbs Axle Type -Front Independent the vehicle requested. This rating concerns the maximum Axle Type -Rear Semi-Floating allowable body/payload weight and load position as it Axle Capacity -Front 3200 lbs relates to the towing capacity and other tow vehicle/trailer Axle Capacity -Rear 3500 lbs Axle Ratio (: 1) -Front 3.42 limitations. The certification document shall also be included Axle Ratio (: 1) -Rear 3.42 with the documents at delivery indicating the actual VIN number. Rear axle ration shall provide as low as available and will be Gross Combined Wt Rating (GCWR) 12000 lbs approved by the city. 13. Air Conditioning Vehicle shall be equipped with the manufacturer's standard, Air conditioning, single-zone factory installed, CFC free, dehumidifying/ all-weather air conditioner. manual climate control (STD) 14. Body/Cab The cab shall be of the conventional design, fully enclosed. As specified Crew cab vehicle shall be equipped with a rear seat, four-door configuration. 15.Exterior Color The exterior color shall be selected from the manufacturer's As specified published listing of factory available white. 16. Interior/ Seat upholstery As snecified 25 of 30 October 5, 2021 Item # 4The interior color shall be the manufacturer's standard color supplied with the exterior color specified on the order. As specified Seat upholstery shall be vinyl. 17. Miscellaneous Equipment: The following items, supplementing if necessary, those items already cataloged as standard equipment, shall be furnished and in place: • Multi-speed fresh air ventilator with heater and As specified windshield defogger system • Seat belts for all seating positions As specified • Full floor covering with floor mats Floor Mats not available with vynil floors (Safety hazard) • Sun visors for both driver and passenger positions As specified As specified • Dome light, door activated As specified • Right and left side exterior rear-view mirrors shall be manufacturer's standard As specified • Radio with Bluetooth antenna As specified As specified • Standard factory front bumper As specified • Two-speed and intermittent windshield wipers; As specified windshield washer As specified • Tilt steering wheel As specified As specified • Speedometer and all necessary gauges As specified • Passenger side glove compartment As specified • Cruise control As specified • Standard toolkit including wheel-changing tools As specified and jack adequate to safely lift the vehicle when loaded to rated capacity. • Locking differentials or equivalent As specified • Power Group-Power windows and door locks As specified • One (1) Drivers operational manual • Keys: Vehicle shall come with a total of 2 metal keys and 2 key fobs As specified • Warning light Whelen model MC16PA Amber As specified mounted on Acari mount, or equivalent. • Four corner strobe lighting. Part#: ECCED3702AC As specified or equivalent • Easy lift tailgate As specified • Mid-size DECKED Bed Storage Compartment with TWO (2) slide out heavy duty drawers As specified 18. Licensing Successful bidder shall license the vehicle with exempt plates as follows: City of Poway Acceptable 14467 lake Poway Poway, CA 92064 19. Delivery Completed vehicle shall be delivered with a full tank of fuel to: Luis Carrillo, Fleet Maintenance Supervisor Acceptable City of Poway Public Works/ Fleet Maintenance 14415 Lake Poway Road Poway, CA 92064 26 of 30 October 5, 2021 Item # 4! -27 of 30 Customer THIS IS YOUR QUOTE DOWNTOWN FORD SALES 525 N16th Street, Sacramento, CA. 95811 916-442-6931 fax 916-491-3138 QUOTATION Name City of Poway/ Public Works Department Address 14415 Lake Poway Road, QUOTE# City Poway CA _92_06_4 __ Date REP Phone FOB Phone Luis Carrillo C: (951) 710-7993 Qty Description I Unit Price 1 NEW FORD F150 CREW CAB PICKUP 4X4 WlE $29,165.00 STATE OF CALIFORNIA CONTRACT 1-18-23-Z0A CLIN14 FACTORY ORDER SALES TAX 7.75% OPTIONS WHITE IN COLOR TRUCK 36 1 BACK UP ALARM 85H $141.00 1 ELECTRONIC LOCKING REAR AXLE $578.00 1 DAYTIME RUNNING 942 $45.00 1 POWER GROUP 85A $1,185.00 1 RUNNING BOARDS 188 $445.00 1 TRAILER BRAKE CONTROLLER 67T $278.00 1 TRAILER TOW PACKAGE 53A $1,007.00 1 3% INCREASE FOR 2022 YEAR MODLE $874.95 1 EXTRA KEY $299.00 1 ALL TERRAIN TIRES T7C $445.00 1 DOC FEE $85.00 "\ Subtotal Payment Details Delivery 0 Cash SALES TAX @ Check CA Tire Tax 0 Credit Card TOTAL Name CC# I Office Use Only l=vnirPC: / SIGN DATE $500 DISCOUNT IF PAID WITHIN 20DA YS OF DELIVERY ATTACHMENT F COP-W1E-1 9/14/2021 WIL 916.548.1075 C SACRAMENTO TOTAL $29,165.00 $141.00 $578.00 $45.00 $1,185.00 $445.00 $278.00 $1,007.00 $874.95 $299.00 $445.00 $85.00 $34,547.95 $850.00 $2,677.46 $8.75 $38,084.16 I October 5, 2021 Item # 4I ! 28 of 30 THIS IS YOUR QUOTE DOWNTO\IVl\t FORD SALES QUOTE# 525 N16th Street. Sacramento, CA. 95811 916-442-6931 fax 916-491-3138 QUOTATION Customer Name City of Poway/ Public Works Department Address 14415 Lake Poway Road, ~ ~~ ~ _9_W_6_4 __ Phone Luis Carrillo C:{~?1F10~!993 Qty I Description 1 NEW FORD Fl50 CREW CAB PICKUP 4X2 WlC STATE OF CALIFORNIA CONTRACT 1-18-23-20A CLINU FACTORY ORDER SALES TAX 7.75% OPTIONS WHITE IN COLOR 1 ELECTRONIC LOCKING REAR AXLE 1 400W OUTLET 85H 1 DAYTIME RUNNING 942 1 POWER GROUP 85A 1 RUNNING BOARDS 18B 1 TRAILER BRAKE CONTROLLER 67T 1 TRAILER TOW PACKAGE 53A 1 3% INCREASE FOR 2022 YEAR MODLE 1 EXTRA KEY 1 DOC FEE Payment Details 0 Cash @ Check 0 Credit Card Name I Date REP Phone FOB Unit Price $25,011.00 $578.00 $127.00 $45.00 $1,185.00 $445.00 $278.00 $1,007.00 $750.33 $299.00 $85.00 Subtotal Delivery SALES TAX CA Tire Tax TOTAL CC# I Office Use Only F=vnirP~ _/ i SIGN DATE $500 DISCOUNT IF PAID WITHIN 20DA YS OF DELIVERY ! I I l COP-W1C-1 9/14/2021 WIL 916.548.1075 C SACRAMENTO TOTAL $25,011.00 $578.00 $127.00 $45.00 $1,185.00 $445.00 $278.00 $1,007.00 $750.33 $299.00 $85.00 $29,810.33 $850.00 I $2,310.30! $8.75 I $32.979.38 I October 5, 2021 Item # 49/14/2021 s.rc-1rruck® '7-,1' ACCESSORIES & EQUIPMENT So Cal Truck Accessories & Equipment 10460 Mission Gorge Rd Santee, CA 92071 www.socaltruck.com (619)749-0742 Sales Order #35991 Ordered: 9/14/2021 Associate: Juan.Dominguez Page 1 Bill To: City of Poway City of Poway INSTRUCTIONS: 2022 Chevy Silverado 1500 Double Cab 4WD Order Status: Quote Item Name Item Description Qty Price Ext Price Tax WHEMC16PA BUY8895120 ECCED3702AC BBT79011020 WOL WOL4200 WOL4004 LABOR Century™ Series LED Mini Lightbars with Aluminum Base 16" Ambar Whelen 1 $374.00 $374.00 Drill-Free Light Bar Cab Mount For Chevy/GMC 1500-3500 Work Truck Cab $354.00 $354.00 (2020) I BUYERS PRODUCTS COMPANY Directional LED: Dual-color, surface mount, 12 flash patterns, 12-24VDC, 4 $126.25 $505.00 amber/clear I ECCO ESG. 69" Saddle Truck Box, Deep, Brite Aluminum I BETTER BUILT $549.00 $549.00 WOLO SPECIAL ORDER $329.00 $329.00 THE COMMISSIONER 200-WATT ELECTRONIC SIREN W/RADIO $299.00 $299.00 REBOARDCASTA & P.A. SYSTEM WOLO 200 WATT/ 8 OHM SIREN/SPEAKER FOR P.A. SYSTEMS WOLO 1 $150.00 $150.00 Labor Charge 10.5 $110.00 $1,155.00 Subtotal: $3,715.00 Local Sales Ta> 7.75 % Tax: + $198.40 TOTAL: $3,913.40 Deposit Balance: $0.00 Balance Due: $3,913.40 NON-REFUNDABLE 35% deposit required on special orders. No refunds on custom-made order items. (Quotes valid for 30 days) Aftermaket parts may void OEM warranties, increase wear/tear, or leak Please read our complete return policy at socaltruck.com/policies x _____________ _ 29 of 30 T T T T T T T N October 5, 2021 Item # 49/14/2021 S~ITruck® '7 d"" ACCESSORIES & EQUIPMENT So Cal Truck Accessories & Equipment 10460 Mission Gorge Rd Santee, CA 92071 www.socaltruck.com (619)749-0742 Sales Order #35990 Ordered: 9/14/2021 Associate: Juan.Dominguez Page 1 Bill To: City of Poway City of Poway INSTRUCTIONS: 2022 Chevy Silverado 1500 Double Cab 2WD Order Status: Quote Item Name Item Description Qty Price Ext Price Tax WHEMC16PA BUY8895120 ECCED3702AC BBT79011020 LABOR Century™ Series LED Mini Lightbars with Aluminum Base 16" Ambar Whelen Drill-Free Light Bar Cab Mount For Chevy/GMC 1500-3500 Work Truck Cab (2020) I BUYERS PRODUCTS COMPANY Directional LED: Dual-color, surface mount, 12 flash patterns, 12-24VDC, amber/clear I ECCO ESG. 69" Saddle Truck Box, Deep, Brite Aluminum I BETTER BUILT Labor Charge 1 1 4 1 7.2 $374.00 $374.00 $354.00 $354.00 $126.25 $505.00 $549.00 $549.00 $110.00 $792.00 Subtotal: $2,574.00 Local Sales Ta> 7.75 % Tax: + $138.11 TOTAL: $2,712.11 Deposit Balance: $0.00 Balance Due: $2,712.11 NON-REFUNDABLE 35% deposit required on special orders. No refunds on custom-made order items. (Quotes valid for 30 days) Aftermaket parts may void OEM warranties, increase wear/tear, or leak Please read our complete return policy at socaltruck.com/policies x'-----------------30 of 30 T T T T N