Loading...
Agreement - Service Trucks International - 2013-07-31 • ''' :, t Costa !7VIesa Sanitary District ,,,„„.„,,:„.:-1 d " J ,, ;f, . . , an Independent Special'(District PURCHASE ORDER PO No.: 00001407 • Date: 07/01/2013 VENDOR: SHIP TO: BILL TO: Service Trucks International,wholly owned division of Sioux Automation Center,Inc.,an Iowa corporation Costa Mesa Sanitary District Costa Mesa Sanitary District 877 1St Avenue N.W. 628 West 19th Street 628 West 19th Street Sioux Center,IA 51250 Costa Mesa,California 92627 Costa Mesa,California 92627 Attn:Jim Berkenpas,Sales Representative VENDOR NO. VENDOR PHONE NO. TERMS DATE REQUIRED DELIVERY DATE SHIPPING INSTRUCTIONS (none) ITEM QTY U/M DESCRIPTION/TASK PROD CODE UNIT PRICE AMOUNT 1 each UTILITY TRUCK $143,317.74 $143,317.74 PER EXHIBIT A TOTAL P.O.AMOUNT: $143,317.74 SUBTOTAL $143,317.74 TOTAL TAX' INCLUDED SHIPPING 00.00 TOTAL $143,317.74 AUTHORIZED BY: F:11.1 .-17/)/"4/1— g(1111- , DATE: g ! 3 This purchase order is not effective without an authorization signature. Facsimile signatures are acceptable. This purchase order is not a contract until it has been accepted. Acceptance is subject to the following: 1. The person accepting warrants that they have authority to accept on behalf of the company or business. 2. This purchase order is subject to all of the Terms and Conditions that are stated separately but incorporated herein unless this purchase order specifically states otherwise. 3. All goods must be new unless specified otherwise and be subject to any testing described in the Terms and Conditions. 4. Risk of loss, insurance, shipping charges, taxes, and point of delivery shall be as specified on this page or as provided in the Terms and Conditions. Acceptance • The provisions of this purchase order,In uding the separately stated Terms and Conditions,are accepted by my signature. Electronic acceptance may.be . . ides by electronic signature,faze. signature,or other electronic form of acceptance that identifies the person accepting on behalf of e co,.any or business. My i cept• a warrants that I have the authority to do so. / ACCEPTED BY: ���//G ' !/_.L�,4, _ DATE: 7-f'1f (Prote>rti,ig our co am city'sv health and t fie environment by pawn-ling solid waste and seu;er collection services. 'cwarm crosd ca.go v TERMS AND CONDITIONS 1. There is no acknowledgement copy of this purchase order. Any discrepancies in price, items or delivery, must be phoned to • buyer's purchasing department within 48 hours of your receipt of this purchasing order.Any correspondence referring to the items, prices and conditions of this order must be directed to buyer's purchasing agent,inquiries relative to payment of invoices should be directed to buyer's accounts payable. 2. Buyer furnished or paid for items:All artwork, specifications, tools, equipment and other items furnished to seller, or paid for by • buyer shall(A)remain buyer's property or upon acquisition by seller shall become buyer's property; (B)Be safely kept by seller in good and usable order,(C)Be promptly returned to buyer. 3. Seller is performing as an independent contractor and, thus, shall hold the buyer, its officers, agents, and employees, harmless from liability of any nature or kind, on account of used invention articles,process for work on labor performed under this purchase order. Insurance: Sellers shall maintain insurance acceptable to buyer in full force and effect at the seller's expense throughout the term of this contract. 4. Freight: Excessive charges from incorrect description or from routing other than given will be charged to seller's account. Packing list must accompany each case or parcel, showing buyer's order number. No charges for transportation containers, or any other purpose,will be allowed unless so specified in this order. Freight changes allowable pursuant to the terms FOB point or origin or FOB destination plus freight shall be prepaid by the seller and must be itemized on the invoice, and a copy of the paid express or freight bill shall be attached to the invoice.COD shipments will not be accepted. 5. Rejections: If any of the goods are found at any time to be defective in material or workmanship,or otherwise not in conformity with the requirements of the order buyer, in addition to any other rights which it may have under warranties or otherwise, shall have the right to reject and return such goods at seller's expense, such goods not to be replaced without written authorization from buyer's purchasing agent.Where quality is questioned on any delivery,any cost of inspection will be against the account of the seller. 6. Responsibility for supplies: Seller shall bear the risk of loss or damage to the articles covered by this order until delivery of said supplies at the location designated by buyer or at such other place as may be designated herein regardless of FOB point or the point of inspection.Seller shall also bear the risk of loss or damage to supplies after buyer gives seller notice of rejection. 7. Charges: Buyer may by written order or at any time prior to final delivery, and without notice to sureties,make changes within the general scope of this order in any of the following:Applicable drawings,designs,or specifications, method of shipment or packing, and pace or time of delivery. To the extent such change causes an increase or decrease in the cost of or time required for the performance of this order an appropriate equitable adjustment in this order shall be made.Any claim by Seller for adjustment must be asserted within fifteen (15) days of receipt of the change. Failure to agree to an adjustment shall not excuse the Seller from proceeding with this order as changed. 8. Buyer shall have the right to cancel at any time for Seller's breach of any provisions of this order, including failure to meet the stated delivery schedule.All or any portion of this order may be cancelled by buyer if seller, in buyer's judgment, is failing to make sufficient progress so as to endanger performance of this order in accordance with its terms. Buyer reserves the right to terminate the contract without penalty without cause if ten(10)days notice is given or immediately with cause. 9. If seller breaches this agreement and fails to deliver the goods,services or materials provided herein within the time above set forth or by failing to make sufficient progress so as to endanger performance of this order, then buyer may terminate this contract and purchase the goods,services or materials from whatever source and seller shall be liable to buyer for the difference in price which buyer is obligated to pay plus all of its costs and expenses in enforcing its rights hereunder. Further, buyer may offset any such costs or expenses incurred against any of the monies,which may be owing to the seller. 10. Anti-Discrimination Claim: It is the policy of the buyer that in connection with all work performed under public works, and purchasing contracts,there be no unlawful discrimination against any prospective or active employee engaged in the work because of race, color, sex, ancestry, national origin, or religious creed, and therefore,the seller agrees to comply with applicable federal and California laws including, but not limited to the California Fair Employment and I-lousing Act beginning with Government Code section 12900. In addition,the seller agrees to require like compliance by all sub-contractors employed. 11. Any controversy or claim arising out of or relating to this purchase order or the breach thereof, shall be settled by arbitration at election of either party in accordance with the rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s)may be entered in any court having jurisdiction thereof. 12. Buyer's purchase order number must appear on all packages,invoices, and correspondence. 13. Deliveries for all departments must be made as directed. Non-payment may result from merchandise delivered in any other manner.Cash terms shall be predicated on the delivery date of the material as specified or from date correct invoices are received in buyer's accounts payable office,if the later date is later than the date of delivery. 14. Seller agrees to furnish buyer with two-shop maintenance and two operational manuals(which will include writing schematics, part diagrams,alignment date,and parts list)on all purchases of equipment. 15. Warranty:Unless otherwise specified,warranty on quoted equipment shall be one(1)year defective parts and/or workmanship. 16. Seller agrees to make available special replacement parts required to maintain the purchase equipment unless otherwise stipulated at the time of equipment order. 17. Seller guarantees and agrees to indemnify, defend and hold harmless the buyer against any or all loss, liability, damages, demands, claims or costs arising out of defective material and products. This guarantee is in addition to and not intended as a limitation on any other warranty,express or implied. 18. No assignment by the seller of the purchase order or any part hereof, or of funds to be received hereunder will be recognized by the buyer unless such assignment has had prior written approval and consent of the buyer. - . -... ... . A.. ... .......4...._, 2 .. PRO 2 . .. .. . ... .. . _ . , .. ...... Bo , SERVICE ....____.,_ ____::. , 5 ...; u 8Ug1 gip_.... tomt —�SitIl 1 's T�` p � i , ' _ �. pa s ' rq 3 T f 6 1 I — K Y nor tli=l' 1 .._- .1 ,® m '—. ,,i' ::s t; _ ® �'Y, � 1+L r+' ? ® - ! I..rem y_� � �� f_ � 1 i n rr:r 0ii�dl a -- � y. f .571). ^ls: e "?' r '^?Vii. K«'iij:?? . z?,:'f:. j _C! Service Trucks International designs and manufactures ..,....:. „.......... .,, .. GLE PR _ service bodies that are built to endure the harsh conditions ... .. . t.E4:c :::�:,::::__.._x._:x':3::;; ,• ?_ ;,x..riigy ; of the heavy equipment service industry. Choose from standard configuration bodies, or custom built and engineered to meet your specifications. STE bodies and 2252 equipment will stand the test of time and maximize your Features a return on investment. ° 50,000 ft lbs torque capacity ° Stainless Steel Grab Handle ° 11 Ga A60 Galvaneal Cabinet Construction ° Integrated Full Length Drip Rail ° 11 Ga A60 Galvaneal Single Panel Doors • Galvanized Infinitely Adjustable Shelving ° A60 Galvaneal Treadplate Deck, Back &Top of ° Pressurized Cabinet Compartmet is cabinets 0 Central Wire Junction and.Fuse Panel ° Full Length C Channel Long Sills ° Wire Harnesses protected with loom and assembled ° Integrated Reinforced Crane Tower with sealed connections ° Enclosed outrigger system ° Powder Coated Components ° Vise Mount ° 60" Oxy/Ace Cabinet with Tie Downs &Vent ° Stainless Steel Hinges ° (4) Deck Flush Mount Tie Downs ° Stainless Steel Door Handles a Cat IV 2" Receiver Hitch & 7 Prong Receptacle ° D Handles with 3 point positive locking °-PPG Delfleet Polyurethane paint System ° Bulb Type Automotive Door Seals ° Fully Undercoated ° Stainless Steel Front Chip Guard ° Backup Alarm 11 Standard Specifications: Top View , . _ : 2.2 1 22" Deep Cabinets ,, 4 + 1 0 52" Overall Cabinet Height ■ . a 51" Deck width (Clear) , . a 31" Deck Side Height _ii- - + , 0 95" Overall body width ' — 17,500 to 19,500 GVW Required - _ )2 idc..... Drivers Side View Passenger S'1 de View — - I akcormots .,,, -- ----' i 1— — ----- 37 lii i 11 .;7:: ' [Ea- ■ 1 I .1. i. • 4-A 1 6 P li ,t3 - I if _.9,....._<-- 1 r- 1 i rtfil 2 I i I: , T , I ; 1-- ;. i I • 1. ■ — '\ I tItta , .-- .,, 1 .7 '1. 7 25 2; '• I ■ J i . , i ' I ■ 7. .1 i 1, I . i' ' __, I 1' '. '' 47 --••■•••—36---•-• " k.. II a 7 -----.........29 --- ■ . L.---- . 21 13 .. I ... 22 - -- - ■3: '-'--- .CA --- ......... 1! .. 13 " .. .,., . 712 I67I..----.--.-. _1„ _____--- -.2 Accessories ..,„. :;:.11 ,-,,,..:1i ...z.% '- It. - '1h i '1!•,..:ti-, lil._', •---=-•--"-'4.---7.-- :4 .41 ;$' , dS4', SC, 7600 V ..4,',., • f.:.,- - ....,7: .• ..-.-' , ," '..-.1 ..*:..;........ ,..p: ,;..'-, - IriN '-414.1111 ,® ' 7--;*-"-"4--"-'''''t'.'2,;-.7.14 ; '-, ,1-7,7.7z,-,-.--a...........,, '''' '0, t ,--:-..'" ' E . - .- - 12'..,-: -..*"9,Al. 1..:. .:.; 'n.--R :f — -4.,tilic?.;..a21.4w:4„..+.„,...-.,„ .._ . . .... 141 ---iiiar.. I'ls,',-.4.4-1...: %Ti'' art-"14.14q4kr.=PV,4.1:-, t 1.% ' ''''% -''' ,, ii 1 •:4111-tiel k..4.. ..',I.''''''..';'"i .. ,..; : Fold Down Tailgate Tiger Crane Compressor Systems ;.. ' ,... ........:' - "_"If:—: --A0714 ' '*',"'A.4.4 lar.*,:.u...."4:... ''''''-.... - ,.. ..:.4.4:14 171 40 , , -= ....,.,. - 1 ,... - Sliding Deck Cover ,._.., Masterlock Roll Outs and Bolt Bins Designed and Mfg in the USA by . . . . :...a."..-" 5-E-Jb'' SERVICE Service Trucks International INTERNATIONAL 877 1ST AVE NW SIOUX CENTER IA 51250 3":11 ,1r...,11.':`2-4%,-. 0 1-800-225-8789 - ..,v., ... ----iMGLEPRV- FAX: 712-722-3706 i...1, -,--24.14g. - www.servicetrucks.com 12 Exhibit A CONTRACTOR will construct a Ford 750 crew cab chassis automatic utility truck (Eagle Pro II 2252) with Tiger crane body. In addition, Truck will include the following specifications. BODY 1. Modular lighting package - all wiring connections soldered and enclosed in shrink- tubing or equal. If equal please explain on separate sheet.All wire ends are tinned before insertion into plugs or equal. If equal please explain on separate sheet. All plug connections are completely sealed and weather proof. Entire assembly is enclosed in a continuous plastic loom to form a one-piece harness or equal. If equal please explain on separate sheet. Lighting package is completed with sealed polycarbonate lenses and housings affording superior impact and heat protection, flush-mounted in rubber grommets, as follows: ® Two (2) clear back up lights or equal. If equal please explain on separate sheet. ® Two (2) red stop/turn/tail lights or equal. If equal please explain on separate sheet. ® License plate light. ® Wiring harness assembly. ® Backup alarm, wired through backup fight. 2. There is to be a "tool holder" installed on top of the curbside body. The tool holder design and installation shall be approved by the DISTRICT before installation begins. 3. Tail lights color coded and mounted in sealed-type rubber grommets shall be installed. ACCESSORIES 4. 2"trailer hitch 5, All in one power box unit that must include a welder, air compressor and a generator 6. One cone rack 7. Mounted traffic arrow board with strobes. Traffic arrow board location and installation to be agreed on by the DISTRICT prior to installation 13 PSA 12 10 8. AM/FM/CD/Sync radio with two (2) speakers (to include a digital clock), bench seat, full 9. Air conditioning 10.Pressure washer. Pressure washing equipment and installation to be agreed on by the DISTRICT prior to installation. INSTALLATION 11. Color to be white 12. Paint complete unit to match the cab. Apply non-skid, painted on materials, tape will not be accepted, to all walking surfaces. TRUCK CAB AND CHASSIS 13. 13GVW-26,000 lbs.) capacity. 14. Front axle- 10,000 lbs. capacity. 15. Rear axle - 21,000 lbs.) capacity. 16. Cab to axle - 84". 17. Engine—Cummins, minimum 6.7L 1-6 OHV diesel injection 24 valve intercooled turbo diesel engine. The transmission shall be a 6 speed automatic. 18. Brake type—Air 19. Suspension type—Spring 20. Exhaust style- vertical 21. Fuel tank- 50 gallon total capacity. 22. Steering - Full power steering. 23. Tires, radial, highway tread front, traction tread rear, as required to meet axle ratings. Tires shall be front and rear radials. 24. Fresh air heater w/integral windshield defroster and central controls. 25. Stainless steel mirrors. Brake away mounted on each side. 26. Fire extinguisher, 5 lb., ABC type, with a bracket, mounted in first street side compartment. 27. Windshield Wipers and wipers with intermittent speed control. 14 PSA 12 10 28. Steering wheel shall be tilt type. CRANE SPECIFICATIONS 29. 62,000 ft/lb. —crane rating 30. 21' reach 31. 11,000 lb. lift capacity 32, 12-21' hydraulic boom extension 33. 23' lifting height (from base of crane) 34. 41' storage height (from base of crane) 35. 157" overall storage length 36. 2070 lbs. operating weight 37. 23"x 30" mounting space required (for base of crane) 38. 20.4" rotation operations space required (from center of crane) 39. 8 bolt pattern (for base of crane) 40. Power coated base, turret shield and inner boom with PPG delfleet polyurethane paint on remainder of components. 41. Standard wireless proportional control with engine start and throttle control 42 Standard overload protection with overload indicator light 42. Standard anti two block protection with condition indicator light. System Characteristics 43. 10 GPM @ 2600 hydraulic supply requirements 44. Open centered, full pressure hydraulic system 45. Integrated 9 micron absolute filtration with bypass condition indicator light 46. Full proportional input with Auto II Speed Load Sensing Control reduces all function speeds when load is sensed 15 PSA 1210 47. 400 degrees rotation 48. 12 VDC DO3 10 GPM Solenoids with manual override 49. 5 degrees to +75 degrees boom elevation positions 50. 30 seconds boon elevation speed 51. 22 seconds boom extension speed 52. 1.4 RPM Rotation speed Winch Characteristics 53. Hydraulic planetary winch 54. 7/16"X 120"winch cable 55. 60 FPM single line no load speed 16 PsA 1210 • TAGLEPROI SERVICE c :t. °' TRUCKS INTERNATIONAL TIGER America's Premier Manufacturer 877 1st Ave.NW•Sioux Center,IA 51250 R l''i N E S of Service Equipment Phone:712-722-722-3711 •Fax:712-722-3706 www.servicetrucks.com CALL TOLL FREE: 1-800-225.8789 www.tigercranes.com July 1,2013 Costa Mesa Sanitary District 628 West 19th Street Costa Mesa, CA 92627 To Whom It May Concern, This memo states that James E. Berkenpas is authorized to sign on Costa Mesa's Sanitary District's purchase order#00001407. Thank you. 4,4 Mickey isser Chief Financial Officer Service Trucks International (866)722-1488 x170 S Sales SM1eet Rev 10/1/2012 rev 2-21-10 SERVICE Sold By: Service Trucks International Dist#: 1 TRUCKS 877 1st Ave NW Quoted By: Jim Berkenpas INTERNATIONAL Sioux Center IA 51250 Quote Date: 6/14/2013 Ph (800)225-8789 Est Lead Time: 90 Days _ Fx (712)722-3706 From P.O. 3" 0 www.servicetrucks.com Level#3 ,r GLE PRO: Quotation is valid for 90 days beyond SERVICE EQUIPMENT QUOTE PREPARED FOR: the quote date above. pltl NAME: COSTA MESA SANITARY DISTRICT Call e CONTACT Steve Cano "Sewer Maintenance Supervisor" ADDRESS: 77 Fair Drive CITY Costa Mesa `I sr STATE California i ZIP 92626 TIGER PHONE 949-548-7505/949-281-6785 Cell CRANES FAX 949-515-1534 EMAIL scanot crosdca.gov Qt Description Bod T pe ,.. 2452 Work Ready, 84 CA, Eagle Pro II 72k ft/lb Crane Body with 22" 1 ea STI592357 Workbench and Full Hyd Extend and Up/Down Outriggers. Raised 60" CS Cabinet for 0/A. Will mount on 25k+ GVW chassis with 22.5 tires. Built Per Dwg#'s: 100294A-100295A-100296A TOP AND SIDE VIEWS Body Installation & Chassis Modifications . * ICC safety kits are included with all mounted chassis 1 ea 26k GVW Chassis Spring Suspension 1 ea Ford F650/F750 Vertical Exhaust Modification 1 ea Battery Relocate - Universal with Jump Start Posts TopCoat Type ,- PPG Delfleet Polyurethane Exterior Color Code: White in Color — Interior..Color Code: Same as Exterior Bedliner 130 sft Bedliner Cargo Area sides, floor, top workbench and bump Shelving 4:.:; -:_.F All shelves havea250lb"capacity rating and are infinitely,adjustable vertically," ;t: 1 ea STI591267 2452/2460, 84 CA, 7 Shelf STD Set Brkts & Hrdwr 1 ea STI512312-1 SHELF, CBNT, 24,14GALV, 53.5 SS1 1 ea STI512312-30 SHELF,CBNT,24,14GALV,50.5 SS2 1 ea STI512312-5 SHELF,CBNT,24,14GALV,29.5 SS3 2 ea STI512312-32 SHELF,CBNT,24,14GALV,33.5 CS2 1 ea STI512312-30 SHELF,CBNT,24,14GALV,50.5 CS3 1 ea SHELF,CBNT,24,10GALV,29.5 CS4 ea 7 ea STI590779 Shelf Installation Kit Rollouts Height of drawers includes riser to clear bottom jamb: l ` , ;?. 2 ea STI592632-3 AE Drawer Riser Kit 18" SS1 Page 1 of 7 Costa Mesa 2452 750 XLT level 3 Printed on 6/5/2013 at 7:52 AM 1 ea J STI702475 Rollout Drawer, 7 x 18W x 18D -3,3,3,5,5,5,7 Height= 35.4" SS1 1 ea STI702476 Rollout Drawer, 7 x 30W x 18D-3,3,3,5,5,5,7 Height= 35.4" SS1 1 ea STI702478 Bolt Bin, 15 x 5W x 3H with 8x4 Drawers x 18D Height= 16" CS3 ea Cabinet Accessories 1 ea STI590786 J Hook- Bolts to Cabinet Wall CS1 1 ea STI592450 Cover,Jamb,SS,2452/60,84CA,KIT 2 ea STI593106 Cord Holder-Bolts to shelf rails SS3 ea Lightin• &Electrical 1 ea STI593359 Interior High Intensity LED strip lighting -84 CA 4 ea STI591610 12 v 3X5 Work Light-Exterior Mounted, controlled in cab 1 ea STI593091 2 Strobe Kit- Whelen Super LED Flat Lens Amber x 4" Round - Rubber Grommet Mounted ea Ste is , 2 ea STI590783 Rubber Bolt On I I I Head ate "' STI591169 28" High Slide In Headgate Tail ate 1 ea STI592558 12" Folding Tailgate with Polished Latch -2452/60 CS Crane I I I Hitch & Trailer Plug''';Y° .' . 2"RECEVER STANDARD ON THIS TRUCK 1 ea STI591028 Trailer Socket-7 Blade RV Style- Plastic I I Miscellaneous STI592690 2452 Bolt on Headache Rack I I I Air Tanks 1 ea STI590904 22.5 Gal UnderBody for Recip Comp (Inbetween Rails) I I I Air/Water Reels 1 ea STI591403 1/2 x 50 Rear Access Air Reel & FLR ICS4 1 I Hydraulics EMI PTO Hot Shift-2 or 3 Series Allison Hyd Puni a - I 1 ea Single Output Hydraulic Pump for crane or compressor. Any make/model. Reservoir Costa Mesa 2452 750 XLT level 3 Page 2 of 7 Printed on 6/5/2013 at 7:52 AM 33 Gal Headgate Reservoir(Single Pump System)- Includes 10 1 ea STI591718 micron return filter, drain valve and level guage with thermometer. Reservoir is filled with Petro Canada Hydrex AW 46. CRANE ; 1 ea 1061-6 Model 1061 Hydraulic crane. 11,000 lbs capacity, 21'of hyd reach, 60' no load single line speed, Auto 2 speed, 6 function full wireless proportional trigger control, 9 micron absolute filtration, 400 degree rotation, Anti-two-block and overload protection. Ready for installation on STI body. Painted Body color. C a e Saddle `, I Ma STI592699 Hex Boom Crane Saddle Crane Installation Kits(Needed for hydraulic cranes only) - III STI591592 Hyd Installation Kit for all hydraulic cranes with hydraulic outriggers Crane Options -a, t. Engine Start& Rem Comp Contro-Automatic Transmission Power Accessories . ` Gas Driven Welders ,„-:;LL Miller Trailblazer 302 Air Pak-Kohler Gas w/Electric Fuel Pump 1 ea STI703266 300 Amp/11 Kw, 31 CFM screw compressor& 12/24 Charge/Jump Start 907-549 (Net Price Only) Welder Accessories 11 1/0 Quick Connect Stick Weld Kit- 100'cable, ground & holder. 300 Amp Cont, 400 Amp Intermittent. Includes Tweco connectors for STI593333 quick welder to lead connection. Use on exterior mounted welders. (Net) STI703401 Miller AirPak Jumper Cables-25 ft Installation . 1 ea STI590951 On Cabinet or Deck Installation Kit- Miller SS 250D & 302D &AP Ext ea Miscellaneous STI592133 TEM Hyd 3000PSI Pressure Washer SS3 Lu ui• e t . _ ; - ,x Page 3 of 7 Costa Mesa 2452 750 XLT level 3 Printed on 6/5/2013 at 7:52 AM Tanks Waste tanks are considered empty for weight calculation 1 ea STI593013 Tank,100 Gal,Water,Coolant,DEF, Poly (Deck Nlisc Reels &Hose ' 1 ea STI701842 Reel,HP Water,R,3/8,50',4000 PSI SS3 Options a 1 ea Arrow Traffic Advisor Directional Light placed on top of Headacke rack 1 ea Cone holders on rear SS WB WB 2 ea STI5934236 Chock Holders and Wheel Chocks Kit Underbody mount 1 ea Tool box holder under crane on top CS Cabinet 43 " Long x 8" High x 24"Wide Open Tool Storage Drain Holes included Est Net Payload (Ibs) 3,436 Page 4 of 7 Costa Mesa 2452 750 XLT level 3 Printed on 6/5/2013 at 7:52 AM Distributor Customer Service Trucks International COSTA MESA SANITARY DISTRICT State accept the terms of this document, authorizing processing of quote total, approving and layout California the drawing#'s as specified, and acknowledgement of unit weight or payload oprrsuit suitability of purpose, per please sign this page, and return copy. Terms are as follows: Delivery: Final completion date is determined only upon receipt of downpayment and may vary from date quoted. Whether the chassis for this sale is customer or STI vendor arranged and provided, STI is not responsible for the delivery performance of the chassis provider, or its potential impact on unit completion date. Payment: Balance is due upon receipt of unit, or invoice, whichever occurs first. Service Trucks International Subtotal $140,368.14 Net Total For Package $140,368.14 Total of unit less deposit& (Customer may be responsible for additional tax upon licensing of vehicle)TaX delivery cost Freight to Costa Mesa from factory $2,950.00`Total Frei ht to Costa Mesa GOOD FAITH CHECK SUBMITTED WITH PURPOSAL g $14,331.81 Total deposit submitted? TOTAL DELIVERED TO COSTA MESA SANITARY DISTRICT $157,649.95 Grand Total Costa Mesa P.O.with signed STI agreement needed if we are the bid selection Quote is for 1 unit(s). n If box is checked, the chassis represented is sold as is, where is, with no warranty. This unit may contain fliud reservoirs, which, if filled with certain fluids, may require "Hazardous Material"labeling/decals. It is the owner's responsibility to affix all related labels/decals required by any federal or state law, and to comply with, and be properly licensed for,federal and state regulations governing usage of this unit in all of the operator's applications. Asday's Date: `7�-3(,-f3 1, �� , , , of 47 c COSTA ESA SANITARY DISTRICT ld authorize the purchase of the above service body, , agree to the terms as stated above, r- ^^ \`-k 0 y, per print#'s VIEWS PO# �i"�U From Service Trucks International For Office Use Only ' Cust No. I ;Build Type T } User I j Body Mod i Serial#1 Trans Type; 1 Area r Crane Mod I I Serial#I Nett 4. Chassis Intl I I Order#; ; ; 1 ; COP# i Code; I Ship Date; I ; ' I Other; Costa Mesa 2452 750 XLT level 3 Page 5 of 7 Printed on 6/5/2013 at 7:52 AM • DWG. "°' STI\OT\100295A ' REVISI❑NS IREV DO NOT SCALE DRAWING ECN IREV I DESCRIPTION I DATE I. BY I CHK BOLT ON LED HEADACHE -_ TRAFFIC RACK ADVISOR c P ® MILLER 302 AIR PAK I .. tb- .0. . . ID t H . II III CONE — 11 11 11 HOLDER r la ::1 6i■el 31 . 7 I 46_ ......52 \ / I I-- \ / I1 I ROLLOUT DRAWERS —/ \ PRESSUIJC1 ` /7 25 1 // \\ WHEEL I WASHERS I ® } 1 7 / CHOCK to i 1Q R N1 + 54 51 I _ — 1 I r-- 30 - 22 �{ 84 CA a - 33 - I- 135 1- 168 - DRAWN MD DATE 6-13 RTYSERVICE TRUCKS INTERNATIONAL •DIVISION OF SIOUX AUTOMATION CENTER,INC. NOTE: ALL DIMENSIONS ARE OUTSIDE CHECKED DATE 877 FIRST AVE NW SIOUX CENTER, IOWA 51250 DIMENSIONS AND ROUNDED TO COSTA IVES A THE NEAREST WHOLE NUMBER SCALE 1: 28 BREAK ALL EDGES .03 X 45• DIMENSIONS ARE IN INCHES S A \ I TA R Y DISTRICT NOTE: ALL CABINETS ARE 24" DEEP, TOLERANCES UNLESS SPECIFIED FRACTIONAL ± 1/32 3 PLACE ± .005 EXCEPT FOR THE WORKBENCH 2 PLACE ±.020 ANGULAR ± 1• SIZE DWG Na REV WHICH IS A THRU CABINET. MATERIAL N jA A STI \Q T\10 0 2 9 5 A S DWG. Na STI\OT\100294A REVISIONS IREV DO NOT SCALE DRAWING ECN I REV I DESCRIPTION I DATE I BY I CHK Al, [el: MINT CD .! ® 4.-- �h� 1/2 x 50 ;'. I 8 il OPEN TOOL RC HOSE REEL Wit,' , STORAGE AIR • • •-91110 43 I1 r�7 . — i n -OXY/ I I ACT 31 �� \ _ • -=-1 I O.R. CONTROLS -\ N" 1 �-t=-r-r= -I •- �,--- ( - - ti;-) 52 60 25 �` I 7 I WHEEL 1 ® CHOCK i I 1 o l' 1 F-- 22 � 51 - 34 - 20 30 - 33 84 CA . - 135 -1 - 168 -I NOTE: FOR 72,000 FTRLBSD DRAVN MD DATE 6-13 "SERVICE TRUCKS INTERNATIONAL A DIVISION OP SIOUX A(fOI(ATION CXMTR.INC. NOTE: ALL DIMENSIONS ARE OUTSIDE CHECKED DATE 877 FIRST AVE NW SIOUX CENTER, IOWA 51250 DIMENSIONS AND ROUNDED TO SCALE BREAK ALL EDGES COSTA V E S A THE NEAREST WHOLE NUMBER 1: 28 .03 X 45' DIMENSIONS ARE IN INCHES S A\ TA R Y DISTRICT . NOTE: ALL CABINETS ARE 24" DEEP, TOLERANCES UNLESS SPECIFIED FRACTIONAL ± 1/32 3 PLACE ± .005 EXCEPT FOR THE WORKBENCH 2 PLACE ±,020 ANGULAR ± 1' SIZE DWG HO. REV WHICH IS A THRU CABINET. MATERIAL N/A A S T I \Q T\10 0 2 9 4 A S DWG. N0. STI\OT\100296A REVISIONS I REV DO NOT SCALE DRAWING ECN I REV I DESCRIPTION I DATE I BY I CHK CONE HOLDER NOTE: AIR TANK UNDERBODY. ` III MILLER '. r,,,,, 302 AIR PAM::;, 3 " 24 I) II _• fl I \ / BOLT ON HEADACHE RACK 1 I � 1• WITH.LED TRAFFIC BED LINER ON 1� ATER TANK ADVISOR \FLOOR, SIDES OF r STROBE vn CABINETS O 51 UGHTS WORKBENCH AND • STEP OF ; I 1 WORKBENCH L411-....L.111A-01 0 V Y `I , \ED OPEN TOOL - 2 4 Ili STORAGE W 1 1 f 135 - 168 DRAVN MD DATE 6-13 RTYSERVICE TRUCKS INTERNATIONAL NOTE: ALL DIMENSIONS ARE OUTSIDE DID DIMENSIONS AND ROUNDED TO CHECKED DATE •DIVISION smaz.uro� c 877 FIRST AVE N NW SIOUX CENTER, IOWA 51250 THE NEAREST WHOLE NUMBER COSTA Ni E S A SCALE 1: 28 BREAK ALL EDGES .03 X 45' NOTE: TOTAL BODY WIDTH IS 102" DIMENSIONS ARE IN INCHES S A\ I T A R Y DISTRICT WHICH INCLUDES DRIP RAILS FR CTIONANCESI/32LES 3 PLACEI±I Dos ABOVE CABINET OPENINGS. PLACE ±,020 ANGULAR ± 1• SIZE DVG ND. REV MATERIAL N/A A STI \Q T\10 0 2 9 6 A S ,LMGLEPROTM = TRUCKS INTERNATIONAL TIGER America's Premier Manufacturer 877 1st Ave.NW•Sioux Center,IA 51250 CRANES of Service Equipment Phone:712-722-722-3711 •Fax:712-722-3706 www.servicetrucks.com CALL TOLL FREE: 1-800-225-8789 www.tigercranes.com PLEASE REFERENCE OUR BODY SPECIFICATIONS VS. REQUEST OF BID PURPOSAL EAGLE PRO II 2452 Crane Body Standard Specifications BID CODES Body Materials - 11 ga A60 galvaneal cabinets with continuous weld construction B-1 - 11 ga A60 galvaneal single panel doors with stainless steel hinges B-2 - 11 ga rigidized A60 galvaneal deck plate B-1 - 11 ga rigidized A60 galvaneal cabinet overlay B-1 - Structural tubing long sills run full length B-1 - 10 ga 2x4 formed C channel cross rails on 12"centers B-1 -3/4"plate grade 80 crane base tied to frame with 3 x 5 x %tubing with 2 x 6 x %"tubing strategically placed for support B-1 Body Dimensions -99"Overall Body Width B-4 -24"Overall cabinet width with 22.5 inside width clearance B-8 -52"Overall cabinet height B-8 -60"Raised Oxygen Acetylene cabinet B-8 -51"x 132"Deck Area B-8 -31"Deck Side Height B-8 -7"Step Treadplate Bumper B-8 -22"workbench with finished full through cabinet ' E-27 Body Features -Body and crane tower rated at 72,000 ft/lbs moment load thru 400°. B-1 -Crane tower and outriggers will accommodate up to a 72,000-ft/lb crane B-1 -Power out,up,and down outriggers. NEEDED FOR A CRANE BODY' B-1 -Stainless Steel wrap around chip guard full height on front of cabinets B-1 -Full-length rain gutter ' B-10 -Galvanized infinitely adjustable shelving with lips.All shelves have 250#weight cap----100294,100295----SEE SIDE VIEW PRINTS' -High Performance cabinet air pressurization system B-2 -Oxy/Act cabinet is vented,and includes tank brackets for K bottles B-18 -Large cabinet doors are reinforced with formed C channels B-2 -3 point locking D style door handles made of Stainless Steel and are keyed alike B-3 -Outrigger hoses installed internally to eliminate exposure STANDARD FOR OUR BODY—Not Requested -(4)Flush mounted cargo tie downs standard on 11'(6)on 13' or larger STANDARD Not Requested -(2)Stainless Steel grab handles FOR REAR ACCESS B-1 -(2)Stainless Steel spring loaded door holders on the cabinets with+90 degree limiters B-10 -Fold down single handle opening tailgate heavy duty for loading equipment B-1 -Vise mount integrated into body E-26 -Body mounted back-up alarm standard equipment B-11 -Automotive bulb steel backed weather stripping between doors and cabinets B-2 -All wiring is protected in automotive loom (Exterior shrink tube standard)(We offer 5 2-1/2 red clearance placing corner lighting to Meet DOT standard required)(We offer 5 3"grommets kits)(All wiring in loom is standard) Centralized Wiring and Breaker Panel protects circuits Standard for our bodies -Body is fully sanded,chemically washed and prepped prior to paint See paint procedure offered on separate sheet. -3 Step Paint Process with PPG topcoat–exterior and interior See paint procedure offered on separate sheet -Body is fully undercoated Standard on our bodies -Powder Coated accessories Standard on our bodies -Lights and reflectors are mounted per DOT specifications Standard on our bodies -2"receiver hitch in bumper with 7 pole trailer plug E-28 -Mud Flaps and Wheel Chocks Holders E-25 - Sainless steel welded on door hinges(doors are removable need be)(No Barn Door style hinges) B-3 -Body Dimensions see prints 100294-100295-100296 for B4,B5,B6,B7,B839,C-14 TO C17,D-18 TO D-23 -Body Includes a tool box holder placed on top of curbside of the body as per spec 100294A B-12 -Review separate chassis description offered by the Ford Motor Company Supplier. IN CONCLUSION THE SERVICE BODY I AM OFFERING EXCEEDS EVERY 1,2:f.'..7N,!. w MODEL 1061 ,„,,,,,etri,x,r, inr,,„v,,,,,,,, , ,:(1,,,,,,,,,,07:34i4,.. -.\-- TIGER 1 1 CRANES 11000* „ti 21'1" .r . •z ..i (4989) 1w�W. '�` i 5881* j (2667) LOAD CAPACITIES i POUNDS (KILOGRAMS) ■ 750 4158 (1886) 60° 11000* 12'1" ,z 0. (4989) two 10262* 45° 3395 i (4654) (1540) 7256* (3291) 30° 5924* 3044 (2687) (1380) 15° ,/it 5312 (2409) a 1:10P,C.),, a ogi 0 ci'' ,kg w. r■ ■ 5131 2940 (2327) (1333) 0 3' 6' 9' 12'1" 15' 18' 21'1" DISTANCE (FT.) * MAXIMIUM SINGLE LINE CAPACITY IS 5500 LBS (2494kg) IN THESE OPERATING POSITIONS DEC261 TIGER CRAN 877 1st. Ave. NW ' s Sioux Center, IA 51250 �}}}} \1 Toll.Free: 800.225.8789 * Fax: 712.722.3706 wxn+ttigercranes.com A Division of Service Trucks International Tiger Model 1061 Crane Specifications General Specifications -62,000 ft/lb. Crane Rating -21' Reach - 11,000 lb Lift Capacity - 12-21' Hydraulic Boom Extension -23' Lifting Height(from base of crane) -41" Storage Height(from base of crane) - 157" Overall Storage Length -2070 lbs. Operating Weight -23"X 30" Mounting Space Required (for base of crane) -20.4" Rotation Operation Space Required (from Center of Crane) -8 Bolt Pattern (for base of crane) - Powder Coated Base, Turret Shield and Inner Boom, with PPG Delfleet Polyurethane paint on remainder of components -Standard Wireless Proportional Control with optional engine start and throttle control -Standard overload protection with overload condition indicator light -Standard Anti two Block protection with condition indicator light System Characteristics - 10 GPM @ 2600 PSI Hydraulic Supply Requirements -Open Centered, Full Pressure Hydraulic System - Integrated 9 micron absolute filtration with bypass condition indicator light - Full proportional input with Auto II Speed Load Sensing Control reduces all function speeds when load is sensed -400 Degrees Rotation - 12 VDC DO3 10 GPM Solenoids With Manual Override --5 Degrees to +75 Degrees Boom Elevation Positions -30 Seconds Boom Elevation Speed -22 Seconds Boom Extension Speed - 1.4 RPM Rotation Speed Winch Characteristics - Hydraulic Planetary Winch -7/16"X 120'Winch Cable -60 FPM Single Line No Load Speed Minimum Chassis/Power Requirements -25,500 lbs. GVW Rating - 162"Wheelbase -84" Cab to Axle -PTO/Pump Produce 10 GPM @ 2600 PSI -Heavy Duty or Equivalent Outrigger Recommendation Notes -Consult Your Truck Dealer for Specific Payloads and Axle Rating Information Prior to Installation - Lift and Extension Cylinders are Equipped with Counterbalance Safety Valves Z:\Engineering\1 Service Trucks\1 Sates sheets\Sales Sheets\Spec Sheets\Tiger Crane Specs\1061 Crane Specs.doc Updated 5/11/06 MO UW MOTOR CO., INC. Presents... The 2013 Ford F-750 XLT Crew Cab Prepared For: C City of Costa Mesa Prepared By: Steven Mouw Prepared On: May 22, 2013 • Prepared For: Prepared By: C City of Costa Mesa Steven Mouw Costa Mesa, California,92628 MOUW MOTOR CO., INC. 1245 N MAIN AVE SIOUX CENTER, Iowa,51250 Phone: 712-722-0085 Toll Free: 1-800-729-6689 re---- Vehicle Profile 2013 Ford F-750 Crew Cab XLT(W7F) Powertrain Cummins 6.7L 1-6 OHV diesel injection 24 valve intercooled turbo diesel engine*185 amp alternator*1,250 amp (total)93 amp hours(Ah)(total)battery dual batteries located rear left*Engine block heater*6-speed automatic transmission with overdrive*Rear-wheel drive*5.29 axle ratio, single speed drive axle*Aluminized steel exhaust* Heated fuel/water separator*Transmission PTO provision*Construction transmission vocation*Standard rear differential* Right mounted horizontal muffler*Right mounted vertical tailpipe* 18.7 cfm capacity air compressor system with air dryer, manual moisture ejector*50.0 gal. rectangular left front fuel tank, • Steering and Suspension Hydraulic power-assist re-circulating ball steering*Air brakes*Non-independent front suspension*Front leaf suspension *Front tapered leaf springs*Rigid rear axle*Rear leaf suspension*Rear multi-leaf springs*Front and rear 22.5"x 7.50"* 11.0R22.5 AS front tires*M+S rear tires*Rubber auxiliary rear springs*Front and rear white steel disc wheels with 10 wheel studs . Safety 4-wheel anti-lock braking system*Front height adjustable seatbelts Comfort and Convenience Air conditioning*AM/FM stereo,clock,seek-scan, in-dash mounted single CD, MP3 decoder, SYNC external memory control,4 speakers,fixed antenna, radio steering wheel controls*Cruise control with steering wheel controls*Power door locks*2 12V DC power outlets,ashtray,front lighter element(s)location, Bluetooth wireless phone connectivity, dual electric horn*Analog instrumentation display includes tachometer,oil pressure gauge, engine temperature gauge, primary air pressure gauge,trip computer,trip odometer*Warning indicators include battery, lights on, key,service interval, brake fluid,transmission fluid temp*Steering wheel with tilt adjustment* Power front and rear windows with light tint*Variable intermittent front windshield wipers*Passenger side vanity mirror* Interior lights include dome light with delay,front reading lights*Mini overhead console with storage,glove box,front cupholder,dashboard storage,driver and passenger door bins*Air compressor*Automatic gearshift steering column lever Seating and Interior Seating capacity of 6*60-40 folding rear bench seat with fold-up cushion*Cloth faced front seats with carpet back material*Cloth faced rear seats with carpet back material*Vinyl door trim insert with carpet lower,full cloth headliner,full vinyl/rubber floor covering, urethane gear shift knob,cabback insulator*Driver and passenger seats with folding back*4 way driver bucket seat with high back,fore/aft*2 way passenger two person bench seat with mid back*Driver and passenger fixed headrests Exterior Features Front splash guards,composite/galvanized steel body material, side steps*Black side window moldings, black front windshield molding, black rear window molding*Black door handles*Chrome grille*4 doors* Driver and Prices and content availability as shown,are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. Reference CT05206272 10/29/2012 Printed on May 22,2013 at 11:20 Price Level:315 QuotelD:0484A Page 2 Vehicle Profile Continued Prepared For: C City of Costa Mesa Prepared By: Steven Mouw Dealership: MOUW MOTOR CO., INC. • Exterior Features (Continued) passenger manual stainless steel convex spotter west coast outside mirrors* Front chrome bumper with straight ends,with front tow hooks*Sealed beam halogen headlamps*Additional•exterior lights include cab clearance lights *Clearcoat monotone paint*Hood mounted grille Warranty Basic 24 month/unlimited mileage Corrosion Perforation 60 month/unlimited mileage Roadside Assistance 24 month/unlimited mileage Diesel Engine 24 month/unlimited mileage Transmission 36 month/unlimited mileage Dimensions and Capacities Output 280 hp @ 2,300 rpm Torque 660 lb.-ft. @ 1,600 rpm 1st gear ratio 3.510 2nd gear ratio 1.900 3rd gear ratio 1.440 4th gear ratio 1.000 5th gear ratio 0.740 6th gear ratio 0.640 Reverse gear ratio 5.090 Curb weight 10,952 lbs. Front curb weight 6,317 lbs. Rear curb weight • 4,635 lbs. Front axle capacity 10,000 lbs. Rear axle capacity 21,000 lbs. Front spring rating 10,000 lbs. Rear spring rating 23,500 lbs. Front tire/wheel capacity 12,350 lbs. Rear tire/wheel capacity 23,360 lbs. Front legroom 41.2" Rear legroom 42.8" Front headroom 41.5" Rear headroom 41.0" Front hiproom 67.4" Rear hiproom 67.3" Front shoulder room 68.0" Rear shoulder room 66.9" Length 282.0" Body width 96.7" Body height 95.1 " Wheelbase 194.0" Cab to axle 84.0" Axle to end of frame 49.0" Radiator area 717.0" Frame rail depth 10.3" Frame rail width 3.1 " Frame rail thickness 0.38" Max RBM (in.-lbs.) 1,275,200.0 Frame rail section 9.5" Turning radius(to curb) 26.8' Turning radius(to bumper) 28.2' Front frame height loaded 34.9" Front frame height unloaded 37.6" Rear frame height loaded 35.8" Rear frame height unloaded 39.7" Prices and content availability as shown,are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. Reference CT05206272 10/29/2012 Printed on May 22,2013 at 11:20 Price Level:315 QuotelD:0484A Page 3 ,Prepared For: Prepared By: C City of Costa Mesa Costa Mesa, California,92628 Steven Mouw MOUW MOTOR CO., INC. 1245 N MAIN AVE SIOUX CENTER, Iowa, 51250 Phone: 712-722-0085 Toll Free: 1-800-729-6689 Selected Options 2013 Ford F-750 Crew Cab XLT(W7F) Vehicle Snapshot Engine: Cummins(6.7L) ISB 280 HP @ 2300 RPM, Governed @ 2600 RPM Transmission: Allison 2500 6-Speed, RDS Series On-Off Rear Axle Ratio: 5.29 Brakes: Air Brakes-Straight Truck w/16.5x7.0 Rear Pads-22.5"Wheels GVWR: 25,999 lbs Code Description Class MSRP W7F Base Vehicle Price(W7F) STD 72,630.00 Engine/Engine Equipment 99E Cummins(6.7L)ISB 280 HP @ 2300 RPM,Governed @ 2600 OPT 3,341.00 RPM Starting Motor-12-Volt,38 MT,Delco-Remy America Inc.Type 300:Less thermal overcrank protection.;Radiator-Modine, 717 Sq In Cross Flow, 4.25"Core w/ln-Tank Trans Cooler;Mainshaft Driveline, 1710. Includes Borg Warner SA75 viscous screw on type fan clutch. Includes Donaldson single stage dry type air cleaner with restriction indicator. Includes Fleetguard FS19557, with electric type heater and primer pump-engine mounted fuel/water separator. 660 lb-ft torque @ 1600 RPM, 2600 RPM governed speed,280 peak HP(Max). Component-manufacturer warranty applies. . Subject to change by manufacturer without notice. Torque:660 ft.lbs.@ 1600 rpm. 41G Engine Block Heater, Phillips, 120 Volt/750 Watt OPT 49.00 631 CARB Clean Idle Label on Hood-Required for registration in OPT N/C CA,CT, DE, GA, ME, NJ, NY, NC,and PA 425 50 State Emissions OPT N/C Allison Vocational Transmission 44F Allison 2500 6-Speed, RDS Series On-Off STD N/C RDS Series On-Off,Synthetic Transmission Oil;20 thru 28 Pints-Meets Allison TES295 Specification;GVWR Limit:33,000 lbs.4th Generation Controls;Wide Ratio, 6-Speed, With Double Overdrive;With PTO Provision, Less Retarder,14fith 33,000-lb GVW&GCW Max. On/Off Hwy. Transmission/Clutch 52P Mainshaft Driveline,SPL140 ILO 1710 Series OPT 183.00 Prices and content availability as shown,are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. Reference CT05206272 10/29/2012 Printed on May 22,2013 at 11:20 Price Level:315 QuotelD:0484A Page 4 Selected Options Continued Prepared For: C City of Costa Mesa Prepared By: Steven Mouw Dealership: MOUW MOTOR CO., INC. Code Description Class MSRP Brakes/Brake Equipment 67C Air Brakes-Straight Truck w/16.5x7.0 Rear Pads-22.5"Wheels OPT 1,341.00 Air Compressor,Cummins, 18.7 CFM Capacity.Mentor Q-Plus with ABS, Bendix Anti-Lock Brake System,4-channel. Includes 15"x 4"front brakes, dual direct reading air pressure gauges,front and rear dust shields,brake lines color coded nylon,instrument panel mounted yellow knob parking brake control valve,automatic slack adjusters front and rear,two rear spring parking brake chambers mounted on front of rear axle,three drain valve(s) and two air tanks(Reference Body Builders Book for location). Rear brake size and components dependent upon axle selection. 62D Air Dryer, Bendix AD/IP w/Heater,Standard Position OPT 457.00 Automatic drain valve includes Bendix DV-2 w/heater. Mounted inside left frame rail,back of cab. Axle, Front/Suspension, Front 43H I-Beam Type-10,000 lb.Cap. Non-Driving-Mentor STD N/C MFS-10-122A Steering Wheel-Two Spoke,Black PVC, 17.5"Dia.:Includes Ross TAS-66 power steering gear. 61C Taper-Leaf Springs, Parabolic-10,000 lb.Cap STD N/C Includes shock absorbers. Axle, Rear/Suspension, Rear X5B 5.29 Axle Ratio OPT N/C 475 21,000 lb.Single-Speed-Mentor MS-21-14X-3DLF STD N/C Single reduction with 190 wheel ends. NOTE:When specifying an axle ratio,check performance guidelines for startability and gradeability. 68R Multi-Leaf Springs-Vari-Rate Suspension 23,500 lb.Cap STD N/C Includes 4500 lb.auxiliary rubber spring. Front Wheels/Tires 647 Wheels, Front 22.5x7.5 Powder Coated Steel Disc, 10-Hole STD N/C (285.75MM BC)hub piloted,flanged nut,5 hand hold,metric mount, 7.50 DC rims;with steel hubs, white. TC1 Tires, Front Two 11R22.5G Michelin XZE2(502 rev/mile) OPT 244.00 Rear Wheels/Tires 667 Wheels, Rear 22.5x7.5 Powder Coated Steel Disc, 10-Hole STD N/C (285.75MM BC)hub piloted,flanged nut,5 hand hold,metric mount, 7.50 DC rims;with steel hubs, white. • RCS Tires, Rear Four 11R22.5G Michelin XDE M/S(497 rev/mile) OPT 463.00 Wheelbase 194WB 194"Wheelbase/84"CA/49"AF/282"OAL STD N/C Frame 20Y Special Rating GVWR-Limited to 25,999 lb.GVWR OPT 61.00 535 Single Channel-Straight'C' 15.14 SM,80,000 PSI-For GVW OPT N/C Ratings 33,000 lbs. Maximum High strength low alloy steel; 10.250"x 3.092"x 0.375"(260.4mm x 78.5mm x 9.5mm),437.9"(11122mm)maximum OAL. Prices and content availability as shown,are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. Reference CT05206272 10/29/2012 Printed on May 22,2013 at 11:20 • Price Level:315 QuotelD:0484A Page 5 Selected Options Continued Prepared For: C City of Costa Mesa Prepared By: Steven Mouw Dealership: MOUW MOTOR CO., INC. Code Description Class MSRP Exhaust 91 D Under Cab,Vertical Outlet, Right Side OPT 207.00 Single,horizontal,diesel particulate filter assembly,frame mounted outside right rail under cab,single horizontal SCR assembly,frame mounted outside right rail under cab,right side mounted vertical tail pipe and guard. Fuel Tanks 86H 10 Gallon Urea Tank •STD N/C Mounted R/H rail,under cab. 10 Gal.Single Tank Fuel Fill. Mandatory Charge Applied, Based OPT 0.00 On Tank Selection 65S Tank-Steel(Deep)50 U.S.gal.(189 L.)-Single OPT 213.00 LH D-style steel,top draw, 16"tank depth,mounted left side under cab in front of battery box. Includes under cab mounted exhaust system. Electrical/Alternator/Battery 17B 185 Amp, Leece-Neville 12-Volt, Brushless, Pad Mounted, STD N/C Alternator 63A Two-625 CCA, 1250 Total, Includes Steel Battery Box and STD N/C Plastic Lid 12Volt,Motorcraft. 59C Body Builder Wiring-To End of Frame OPT 134.00 Includes sealed connectors for 2 ground circuits,with combined left/stop, combined right/stop,stop lamps,back up lamps. Also includes 2 additional pass through wires to cab. Seats 85T 2 Passenger,70%Bench, Folding,Steel Gray Cloth w/Steel INC Included Gray Cloth Insert Intermediate folding back,integral outboard headrest,fold down single armrest,inboard,with cupholders. . 87H Rear Bench, Steel Gray Cloth INC Included 60/40,flip-up cushion/fold down back. 88R Driver, Bucket Seat, 30%, Reclining,Steel Gray Cloth w/Steel INC Included Gray Cloth Insert Fixed track with fore aft adjust,high back with integral headrest and single armrest,inboard. Seats are color coordinated to cab trim level. All seats include seat belts. Cab Equipment 586 Radio for SYNC Application-AM/FM Stereo w/Single CD&Clock OPT N/C with MP3 input 682A XLT Trim Package OPT N/C (88R)Driver,Bucket Seat,30%,Reclining, Steel Gray Cloth w/Steel Gray Cloth Insert:Fixed track with fore aft adjust,high back with integral headrest and single armrest,inboard. Seats are color coordinated to cab trim level. All seats include seat belts.;(857)2 Passenger, 70%Bench,Folding, Steel Gray Cloth w/Steel Gray Cloth Insert:Intermediate folding back,integral outboard headrest,fold down single armrest,inboard,with cupholders. ; (87H)Rear Bench,Steel Gray Cloth:60/40,flip-up cushion/fold down back. Includes molded cloth headliner,RH and LH coat hooks,sunvisors with passenger side mirror,overhead console with dual sun glass bins and Prices and content availability as shown,are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. Reference CT05206272 10/29/2012 Printed on May 22,2013 at 11:20 Price Level:315 QuotelD:0484A Page 6 Selected Options COittliitied Prepared For: C City of Costa Mesa Prepared By: Steven Mouw Dealership: MOUW MOTOR CO., INC. Code Description Class MSRP integral map lights,molded door trim panels with upper and lower map pocket with soft foamed arm rest,color keyed molded cloth back panel, manual air conditioning with chrome vent trim, West Coast mirrors with 8" dia.RH&LH convex spotters,power equipment group,front tow hooks, bright front headlight bezel,chrome grille and chrome front bumper. Steel gray interior color. 54A Mirrors, Dual Stainless Steel-Rectangular,7 1/2"x 16 1/2" STD N/C West Coast style, 102"wide spacing. 54C Mirrors,2 Auxiliary Convex-Stainless Steel OPT N/C 8"dia.,mounted below primary mirrors. 21D SYNC Media System OPT N/C Includes dash mounted USB 2.0 port and SYNC controls in steering wheel. Interior Colors For : Primary w/XLT E Gray OPT N/C Primary Colors For: Primary w/XLT YZ Oxford White OPT N/C Vehicle Subtotal $79,323.00 Destination $1,495.00 • Vehicle Subtotal (including Destination) $80,818.00 • Prices and content availability as shown,are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. Reference CT05206272 10/29/2012 Printed on May 22,2013 at 11:20 Price Level:315 QuotelD:0484A Page 7 • Prepared For: Prepared By: C City of Costa Mesa Steven Mouw Costa Mesa,California, 92628 MOUW MOTOR CO., INC. 1245 N MAIN AVE SIOUX CENTER, Iowa,51250 Phone: 712-722-0085 Toll Free: 1-800-729-6689 Quotation 2013 Ford F-750 Crew Cab XLT(W7F) Vehicle Snapshot Engine: Cummins(6.7L) ISB 280 HP @ 2300 RPM, Governed @ 2600 RPM Transmission: Allison 2500 6-Speed, RDS Series On-Off Rear Axle Ratio: 5.29 Brakes: Air Brakes-Straight Truck w/16.5x7.0 Rear Pads-22.5"Wheels GVWR: 25,999 lbs Description MSRP Vehicle Price(excluding option discounts) $79,323.00 Vehicle Subtotal $79,323.00 Option Credits 0.00 Dealer Outright discount (9,488.00) Government Price concession (7,500.00) Other(Discount)Margin 0.00 Incentives 0.00 Total Other Items (16,988.00) Net Selling Price $62,335.00 Destination 1,495.00 Total Quote $63,830.00 TOTAL $63,830.00 Customer Signature Acceptance Date Prices and content availability as shown,are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. Reference CT05206272 10/29/2012 Printed on May 22,2013 at 11:20 Price Level:315 QuotelD:0484A Page 8 1 " America's Premier Manufacturer a SERVICE of Service Equipment s�ovx nCroranmmce. LVC INTER NATIONAL 877 1st Ave.NW•Sioux Center,IA 51250 Phone:712.722-3711•Fax:712-722-3706•CALL TOLL FREE 1-800-225-8789 A Division of Sioux Automation Center,Inc. www.servicetrucks.com SERVICE BODY WARRANTY (NON-TRANSFERABLE) S.T.I.Limited 5-Year Non-Rust-Through Warranty: — S.T.I. hereby warrants this service body against rust-through, to the original purchaser, for a period not to exceed 5-years from date of original purchase. — Product must be properly maintained and serviced under the guidelines of the owner's manual. — Applies to the body only and excludes options,modifications,and alterations. — Exclusions: • Products that have been used to carry corrosive materials,where such materials result in rust-through conditions. • Products purchased by the first owner/user in a"primed only"condition. • Consequential damages including,but not limited to,transportation costs,profit and loss of income as a result of a vehicle being out of service. S.T.I.Limited 3-Year Paint Warranty: The PPG Paint Performance Guarantee will cover the areas of the Service Body finished with PPG specified products for a period of 3-years beginning the day the vehicle was delivered from the PPG Certified Original Equipment Manufacturer to the vehicle owner.The refinished areas,as outlined on the guarantee certificate,will be covered. This paint performance guarantee is a pro-rated warranty.This warranty is at 100%for the first year of ownership,at 75%for the second year of ownership,and 50%for the third year of ownership. Warranty protection assumes the exercise of "normal" care and maintenance by the original purchaser. Timely and regular cleaning of the equipment, and the application of provided" touch-up" paint to potential paint chips, can prevent/eliminate most paint deterioration to the equipment. S.T.I. Limited 1-Year Warranty: Service Trucks International"S.T.I."warrants each new S.T.1.Service Body to the original purchaser to be free,under normal use and service,front defects in material and workmanship,for one-year from date of original purchase. This warranty,as described above,is expressly limited to the repair or replacement of parts proven to S.T.I.'S satisfaction to be defective.S.T.I.will pay standard freight expenses of warranty parts between the customer and S.T.I.'s factory in Sioux Center,Iowa.Expedited freight service,if desired,will result in the owner paying the difference between standard freight and the customer preferred/requested method of shipment.ALL WARRANTY DECISIONS ARE FINAL! Freight of whole goods to or from the S.T.I.factory is the sole responsibility of the customer,regardless of whether the whole good is being transported for warranty consideration or service. This warranty does not cover the cost of labor,parts or transportation charges when the replacement or repair of parts claimed to be defective is performed by any party other than S.T.I., nor shall this warranty apply to an S.T.I. product upon which any alterations or repairs other than normal maintenance have been made without the written approval of S.T.I. S.T.I.shall in no event be liable for consequential damages,lost profits or contingent liabilities arising out of the failure of any S.T.I.product or parts to operate properly. THIS WARRANTY IS EXTENDED ONLY TO THE INITIAL PURCHASER FROM S.T.I., AND MAY NOT BE REASSIGNED. THIS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESSED OR IMPLIED, INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FOR A PARTICULAR PURPOSE AND S.T.I. NEITHER ASSUMES OR AUTHORIZES ANY OTHER PERSON TO ASSUME FOR IT ANY OTHER LIABILITY. THERE ARE NO WARRANTIES WHICH EXTEND BEYOND THE DESCRIPTION OF THE FACE HEREOF. WARRANTY REGISTRATION MUST BE COMPLETED AND RETURNED TO THE S.T.I. FACTORY WITHIN 15- DAYS OF RECEIPT OF THE EQUIPMENT,TO INSURE WARRANTY COVERAGE. We reserve the right to make improvements to any of our products without notice or obligation regarding models or products previously sold. SERVICE BODY SERIAL# Effective 09/02 { .,- a c 'c` }e "t i )2 i w d z ro;4 _r7 n _ z } f'r SERVICE TRUC #INTIJ¢ TIGER CRANE WARRANTY .S T L warrants to consumer,each new S T I/Tiger Crane sold by it to be`free,`,under normal ' use and service,from defects in material and workmanship`Terms of warranty are '" 3 F SRS .From date of sale to"the Original Purchaser base phiIc %%eldment,turret asserribly and.structual integrity:of the n crae boom assembly. # ▪ R 1 YFAR From date of sale to the 0,f,igin4f Purchaser electrical& hydraulic components This�warranty,as described above,is eXpressly}limited'tothe repair.or at S T I;'S option, replacement or parts proven to S.l I 'S;satisfaction to be defective which'are returned;`F O B Y :customer location =All parts which are¢repaired or replaced under the terms of`thrs warranty will be shipped,F.O B •'Destination,fromS T l.'S factory in Sioux-Center,IA .STI will pay A▪ :, ' standard freight,expense of parts.to and froni�the owner Faster freiglitIservice`is available, { withthe owner paying the difference between'standard and preferred n'Freight of s me} thod of owner whole goodto''or m the y theowner<s xpense,reg ardless ifthey:fall under warranty or..not ,:All warranty decisions will tie final: . This warranty does not,cover the=cost of labor.partsyor transportation charges=when any ' . party`othe'r`than.S.T I performs;the,replacement orrepair`of parts claimed to,be defective, `nor shall this warranty#apply to'an S T I product upon which any`}alterations or repairs otherq than normal.mamtenance have been made without the written approval of S T.I. _ `, S T I.shall in no event he liable for consequential damages glost profits or contingentliabdities, arising out of the failure.of any.S T I productaor.parts to operate properly f S a WARRANTY CARD:MUST BE FILLEDOUT ANI):RETURNED TO'FACTORY' •11V4MEDIATELY;UPON`RECEIPT OF EQUIPMENT TO INSURE WARRANTY ,COVE1tAGE st 'THIS`WARRANTY IS°EXTENDED ONLY TQ THETNITIAL PURCHASER FROM AN AUTIIORIZED S.T L%TIGER(RANEADISTRIBUTOR AND MAY NOT BE,REASSIGNE• D F THISWARRANTY.IS EXPRESSLY I1V LIEU OF'ANY OTHER WARRANTIES ;. EXPRESSED ORIIVIPLIED INCLUDINGANV IMPLIED WARRANTIES OF '" • �` :MERCHANTABILITY OR FORA PA RTICULAR-P; $.1.I.NEITHER{ ASSUMES OR AUTHORIZES ANY:OTHER PERSON T�OASSUME,FOR IT'ANY OTHERf LIABILITY:�,TIHERE'.ARE No WARRANTIES,WHICH,;EXTE`ND'BEYONI)=THE x F x4 DESCRIPTION OF THE`FACE')3EREOF' ' °f .. ' ' ' f. ' rWe reserve the right to:make nnpro :eirients to anvot our.products without notice or obligation regarding models previously,sold CRANESERIAL'#. ,' _ "£ Effective 08/01• `` -� �# '.fib' . - t. , &e".'f - ., , t �r.�^a , }, ,.r Scott Carroll From: Jim E. Berkenpas <jeberkenpas @servicetrucks.com>" Sent: Monday, August 05, 2013 10:36 AM To: Scott Carroll Cc: Mickey J.Visser Subject: RE: STI PO Sounds good. Thanks much, Jim Original Message From:Scott Carroll [mailto:scarroll @crosdca.gov] Sent: Monday, August 05, 2013 12:33 PM To:Jim E. Berkenpas Cc: Mickey J.Visser; Stacey Cuevas Subject: RE: STI PO Jim, I spoke with my Finance Manager and we decided it will be easier to submit one check to STI. You will send us an invoice for$143,317.74 and then CMSD will send you a check for$157,649.55. The check stub will identify the unit cost ($143,317.74) and the Guarantee of Good Faith deposit refund ($14,331.81). Sound good? Scott Carroll, SDA General Manager I Costa Mesa Sanitary District I Website: www.cmsdca.gov phone: 949.645.8400 I email: scarroll@cmsdca.gov 628 W. 19th St, Costa Mesa CA 92627 Original Message From:Jim E. Berkenpas [mailto:jeberkenpas @servicetrucks.com] Sent: Monday, August 05, 2013 10:21 AM To: Scott Carroll Cc: Mickey J.Visser Subject: FW: STI PO Scott, Forgot to mention. I wanted to reconfirm our understanding that the deposited amount of$14,331.81 for P.O. #00001407 will be refunded upon receipt of completed and accepted unit when delivered to your facility, or will this be added to the total when payment occurs? Thanks, Jim Original Message From:Jim E. Berkenpas Sent: Monday, August 05, 2013 11:58 AM 1 To: 'Scott Carroll' Subject: RE: STI PO Scott, Thanks very much,we will get rolling on this today. Jim Original Message From: Scott Carroll [mailto:scarroll @crosdca.gov] Sent: Monday, August 05, 2013 11:54 AM To:Jim E. Berkenpas Subject: FW: STI PO Jim, Attached is the fully executed District PO. Scott Carroll,SDA General Manager I Costa Mesa Sanitary District I Website: www.crosdca.gov phone:949.645.8400 I email: scarroli @crosdca.gov 628 W. 19th St, Costa Mesa CA 92627 Original Message From: ITRoomCopier @crosdca.net [mailto:ITRoomCopier @crosdca.net] On Behalf Of ITRoomCopier@ Sent: Monday,August 05, 2013 12:40 PM To: Noelani Middenway; Scott Carroll Subject: STI PO Reply to: ITRoomCopier @crosdca.net<ITRoomCopier@cmsdca.net> Device Name: Not Set Device Model: MX-4111N Location: Not Set File Format: PDF(Medium) Resolution: 200dpi x 200dpi Attached file is scanned image in PDF format. Use Acrobat(R)Reader(R)or Adobe(R)Reader(R)of Adobe Systems Incorporated to view the document. Adobe(R)Reader(R) can be downloaded from the following URL: Adobe,the Adobe logo, Acrobat,the Adobe PDF logo, and Reader are registered trademarks or trademarks of Adobe Systems Incorporated in the United States and other countries. http://www.adobe.com/ 2 Scott Carroll From: Jim E. Berkenpas <jeberkenpas @servicetrucks.com> Sent: Tuesday, July 02, 2013 5:21 AM To: Scott Carroll Cc: Steve Cano Subject: RE: Bid No. CMSD-01-13 - Utility Truck with Crane Attachments: Costa Mesa 2452 750 XLT level 3 pdf.pdf Scott, Thanks Scott. I will be looking for the signed P.O. contract. One item for internal use on my end is what Steve and I discussed a couple weeks ago, when we both went over the quote line for line. I will need someone to sign page 5 of 7 in my quote sheet and possibly sent along with the P.O. or separate, doesn't matter, to make sure we are both working with the same print copies 100294A-100295A-100296A. Other than that, we should be good to go on this unit. Thanks again, Jim From: Scott Carroll [mailto:scarroll @crosdca.gov] Sent: Monday, July 01, 2013 4:59 PM To: Jim E. Berkenpas Subject: RE: Bid No. CMSD-01-13 - Utility Truck with Crane Thanks. Now I just need the PO contract signed and returned to me. Scott Carroll General Manager I Costa Mesa Sanitary District I Website:wvvw.crosdca.gov phone:949.645.8400 I email:scarroll@cinsdca.gou 628 W.19th St,Costa Mesa CA 92627 so4J i t �,0 a rsr;4c� From: Jim E. Berkenpas [mailto:jeberkenpas @servicetrucks.com] Sent: Monday, July 01, 2013 1:51 PM To: Scott Carroll Subject: RE: Bid No. CMSD-01-13 - Utility Truck with Crane Per our conversation. Thanks, Jim From: Scott Carroll [mailto:scarroll @crosdca.gov] Sent: Monday, July 01, 2013 12:08 PM To: Jim E. Berkenpas Subject: RE: Bid No. CMSD-01-13 - Utility Truck with Crane Jim, 1 Attached is the PO Contract for the utility truck. Please sign where it says "ACCEPTED BY", and then return to me by next Monday,July 8th. If you have any questions, please don't hesitate to contact me. Scott Carroll General Manager I Costa Mesa Sanitary District I Website: www.crosdca.gov phone:949.645.8400 I email:scarrollncinsdca.gov 628 W. 19th St,Costa Mesa CA 92627 zo1T box * I lJrr- Asti . . . '44 4.1KOR From: Jim E. Berkenpas [mailto:jeberkenpas@ servicetrucks.com] Sent: Monday, June 24, 2013 2:34 PM To: Scott Carroll Subject: RE: Bid No. CMSD-01-13 - Utility Truck with Crane Scott, Hi Scott, thanks for your reply. I was told a week earlier that we only had a couples weeks left for ordering 2013 750 Fords, so we are grateful for little things going our way. You will recognize on Page 1 of S that we show an Est. Lead Time of 90 days which is from the receipt of P.O. and then shipping commences. Hopefully we will be able to finish it sooner, however the chassis has to be in our possession for at least 2 weeks in order for us to finish up in mounting, testing and assembly. Thanks, Jim From: Scott Carroll [mailto:scarroll@crosdca.gov] Sent: Monday, June 24, 2013 4:14 PM To: Jim E. Berkenpas Subject: RE: Bid No. CMSD-01-13 - Utility Truck with Crane Jim, I received your voicemail. That's good news from Ford. How many days will it take to manufacture and deliver the vehicle to CMSD? Scott Carroll General Manager I Costa Mesa Sanitary District I Website: www.cmsdca.gov phone:949.645.8400 ( email:scarroll@crosdca.gov I 628 W. 19th St,Costa Mesa CA 92627 {zA s,i.w)ri C.CSE Dasp1 • fit: As x f 2 From: Jim E. Berkenpas [mailto:jeberkenpas@servicetrucks.com] Sent: Friday, June 14, 2013 5:11 AM To: Scott Carroll Cc: Mickey J. Visser Subject: RE: Bid No. CMSD-01-13 - Utility Truck with Crane Mr. Carroll, Your calculation is 100%correct! On other bids, I have been asked to include the retainer amount with the final bid separating it out such as I did on this quote. Once the unit passed inspection on delivery the grand total was submitted would be the only difference. Your choice. Thanks, Jim Berkenpas From: Scott Carroll [mailto:scarroll(acrosdca.gov] Sent: Thursday, June 13, 2013 5:04 PM To: Jim E. Berkenpas Subject: Bid No. CMSD-01-13 - Utility Truck with Crane Mr. Berkenpas, Thank you for your bid for the above referenced subject. According to the Bid Form,your bid of$157,649.55 includes the Guarantee of Good Faith deposit of$14,331.81. The purpose of the deposit is to ensure the utility truck meets the items specified in the bid. When the truck is delivered and staff has determined that the truck meets our request then the District will return the deposit to STI. So,given the fact that the deposit is not for the District to keep, unless STI fails to deliver the utility truck specified, is the actual bid for the utility truck$143,317.74 ($157,649.55 -$14,331.81)? Please advise. Thanks Scott Carroll General Manager I Costa Mesa Sanitary District I Website:www.cmsdca.gov phone:949.645.8400 1 email:scarro/10emsdca.gov 1 628 W. 19th St.Costa Mesa CA 92627 cl,01 Dist, cs 400 ,‘ Cy o' x .,. , 44,,, _ b At, '-i l r4P1 X41 41 �f ie 3 Scott Carroll From: Jim E. Berkenpas <jeberkenpas @servicetrucks.com> Sent: Friday,June 14, 2013 5:11 AM To: Scott Carroll Cc: Mickey J.Visser Subject: RE: Bid No. CMSD-01-13 - Utility Truck with Crane Mr. Carroll, Your calculation is 100%correct.' On other bids, I have been asked to include the retainer amount with the final bid separating it out such as I did on this quote. Once the unit passed inspection on delivery the grand total was submitted would be the only difference. Your choice. Thanks, Jim Berkenpas From: Scott Carroll [mailto:scarroll(acrosdca.gov] Sent: Thursday, June 13, 2013 5:04 PM To: Jim E. Berkenpas Subject: Bid No. CMSD-01-13 - Utility Truck with Crane Mr. Berkenpas, Thank you for your bid for the above referenced subject. According to the Bid Form,your bid of$157,649.55 includes the Guarantee of Good Faith deposit of$14,331.81. The purpose of the deposit is to ensure the utility truck meets the items specified in the bid. When the truck is delivered and staff has determined that the truck meets our request then the District will return the deposit to STI. So, given the fact that the deposit is not for the District to keep, unless STI fails to deliver the utility truck specified, is the actual bid for the utility truck$143,317.74 ($157,649.55 -$14,331.81)? Please advise. Thanks Scott Carroll General Manager I Costa Mesa Sanitar=y District I Website: www.crosdca.gov phone:949.64 .8400 I email:scarroll acnisdca.gou i 628 W.19th St,Costa Mesa CA 92627 3 Aa A x '„: `�.°iteiesi 1