Loading...
HomeMy WebLinkAboutLehr Automotive a dba of Stommel Inc. Formal Cooperative Purchase Agreement - 2-028-23 DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 FORMAL COOPERATIVE PURCHASE AGREEMENT THIS AGREEMENT (Agreement) is made and entered into, effective on S - -�,3 , by and between CITY OF FRESNO, a California municipal corporation (City), and Stommel Inc., dba Lehr Automotive, a (Vendor). AGREEMENT NOW, THEREFORE, in consideration of the foregoing and of the covenants, conditions, and promises hereinafter contained to be kept and performed by the respective parties, it is mutually agreed as follows: 1. The Charter for the City allows for cooperative purchase agreements for materials, supplies, and equipment. The City may use another government agency's agreement, as an exception to the competitive bid process. The Parties agree that the Vendor has entered a contract with the County of Placer(Original Government Contract). The solicitation for the Original Government Contract is attached as Exhibit A. 2. Vendor's Obligation. Vendor shall provide those services and carry out that work described in the Original Government Contract, which is attached hereto as Exhibit B and is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 3. City's Obligation. City shall make to the Vendor those payments described in Exhibits A and B, subject to all the terms and condition contained or incorporated herein 4. Notwithstanding the requirements that the Original Government Contract is fully binding on the Parties, the parties have agreed to modify certain nonmaterial provisions of the Original Government Contract as applied to this Agreement between the Vendor and the City, as follows: a) City's Insurance and Indemnity provisions attached as Exhibit C. b) Address change for the City: Notwithstanding the address and contract information for the government entity as set out in Exhibit B, the Vendor agrees that notices and invoices will be sent to: City of Fresno Attention: Cliff Traugh 2101 G Street, Building F Fresno, CA 93706 Phone: (559) 621-1150 FAX: (559) 240-5503 E-mail: clifford.traugh@fresno.gov C) Notwithstanding anything in Exhibits A and B to the contrary, this Agreement shall be governed by, and construed and enforced in accordance with , the laws of the State of California, excluding however, any conflict of laws rule which would apply the law of another jurisdiction. GSD-B Formal Product CPA-DPW(12-2022) -1- DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Venue for purposes of the filing of any action regarding the enforcement or Interpretation of this Agreement and any rights and duties hereunder shall be Fresno County, California. d) All other provisions in the Original Government Contract Ere fully binding on the parties and will represent the agreement between the City and the Vendor, 5_ The City Manager, or designee, is hereby authorized and directed to execute and Implement this Agreement. The previous sentence is not intended to delegate any authority to the City Manager to administer the Agreement, any delegation of authority must be expressly included in the Agreement. [Signatures follow on the next page.] GSDo8 Formal Product CPA-DPW(12-2022) -2- DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Procurement Services Division 2964 Richardson Drive - Auburn, CA 95603 PI a c a r (530) 886-2122 20000-Emergency Response Vehicle Equipment and Installation Services Opening Date:July 30,2019 4:45 PM Closing Date:August 13,2019 3:00 PM To ensure a complete and timely response, it is strongly recommended that you submit your bid response via our Online Bidding System. However, if you have difficult submitting your bid online or prefer to submit your bid manually(hard-copy)for any reason,print and complete this bid package along with any required bid documents, and mail or deliver in a sealed envelope to: Placer County Procurement Services Division 2964 Richardson Drive Auburn,CA 95603 All bids must be submitted on original documents(no fax bids)prior to the Closing Date and Time specified above and as prescribed in this bid's General Terms and Conditions.All bids must be signed by an authorized representative of the firm. UNSIGNED OR LATE BIDS WIL BE REJECTED. Vendors shall complete the area below for hard copy submissions: COMPANY NAME: Mailing Address: City/State/Zip: Contact Person: Telephone: Email: SIGNATURE: DATE: Title: By signature above,bidder hereby agrees to and accepts the terms,conditions and requirements specified in this bid,including the following bid documents and all related addenda(if any). Vendor Details DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Company Name: Stommel Inc Does your company conduct business under any other name?If yes,please Lehr Auto Electric state: 4707 Northgate Blvd Address: Sacramento,CA 95834-1120 Contact: Steve Adair Email: steve@lehrauto.com Phone: 916-267,5547 Fax: 916-646-6656 HST#: 61-1499917 Submission Details Created On: Thursday August D8,2019 16:23:20 Submitted On: Tuesday August 13,2019 11:55:35 Submitted By: Steve Adair Email: steve@lehrauto.com Transaction#. bf9e4edd-1317-482f-9d85-05e42711727e Submitter's I Address: 207.242.136.194 DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment A Bid No. 20000 Page 1 of 4 COUNTY OF PLACER EMERGENCY RESPONSE VEHICLE EQUIPMENT AND INSTALLATION SERVICES SUPPLEMENTAL TERMS AND CONDITIONS 1. DOCUMENTS Below are the documents associated with this bid. Attachment A—Supplemental Terms and Conditions Attachment B—Scope of Work Attachment C— Insurance Requirements Attachment D— Lightbar Configuration (Patrol Vehicle) 2. OVERVIEW Placer County is soliciting bids for the purchase and installation of emergency response vehicle equipment & related supplies for the Placer County sheriffs Office and Placer County Fire Department. Placer County intends to award a supplier contract for the purchase emergency response vehicle equipment and installation services on an as-needed basis. The items, quantities, sample jobs, services, and occurrences listed in this bid represent the County's estimated annual requirements and will be utilized for evaluation purposes only. The County does not guarantee any minimum or maximum quantities that will be purchased or minimum or maximum dollar amounts to be spent throughout the term of the resulting agreement(s). Please note that the County requires NEW PRODUCT ONLY—No refurbished, demo, or restored products will be accepted unless specifically authorized by County staff. 3. PRICING Responding bidders shall indicate their hourly shop rate for the services described herein as well as provide firm, fixed prices and discounts off list prices for the emergency response vehicle equipment and supplies listed in this bid for the initial contract period of approximately one year from the date this bid is awarded. Pricing offered in the bid line items herein shall be for services provided during the successful firm's normal business hours. Overtime will not be required. The bidder's shop labor rate per hour offered herein shall apply to all vehicle and equipment makes, models, and types. The prices offered by bidders shall be exclusive of sales tax (applicable sales tax shall be added to the County's invoices). The discounts offered by bidders for the brands listed in this solicitation shall be calculated and billed in addition to any invoice terms that are offered. All rates shall be billed in accordance with the bidders offered pricing. The County will not accept or pay any premiums, administrative surcharge costs, or any other surcharges that are not identified in the bidder's response. Charges imposed by the State of California or Federal Government after the bid has been awarded will be honored. DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment A Bid No. 20000 Page 2 of 4 4. AWARD 4.1. This bid shall be evaluated and awarded by an all-or-none basis. The bid evaluation will consider the total cost to install the Sheriffs Office patrol vehicle equipment into a typical Chevrolet Tahoe 4x2 and 4x4 for items 1.1 through 1.25 and a Ford Expedition for the Placer County Fire Department for items 1.26 through 1.38 for evaluation purposes. This cost will be determined by multiplying the firm's shop labor rate by the total estimated time to install the equipment, as determined by the County. The estimated installation time will be 18 hours of labor for evaluation purposes only. Local Vendor Preference (if applicable), prompt payment discounts, optional pick up/delivery rates, travel time, travel time rate, turnaround time, and adherence to all conditions and requirements of this bid will also be considered. Bidders are not required to bid on all categories to be considered for award however Placer County reserves the right to award the bid based on pricing offered for the most categories. 4.2. An example of a typical Chevrolet Tahoe patrol vehicle installation includes the following equipment (manufacturer or supplier is shown in parenthesis— no substitutions): • Light Bar System (Whelen/Cencom) • Headlight Flasher (Soundoff) ■ Siren Speaker and Bracket (Whelen) Maplight (Little Lite) ■ Radio Mounting Console (Lehr) Cage (Setina) • Gun Locks—2 per vehicle (Santa Cruz) • Push Bumper (Setina) All emergency equipment, dome light, and spotlight are required to be wired to an auxiliary power source in the rear of the vehicle. All power should be timed and disconnected as to protect the vehicle from a dead battery. 4.3. Other public agencies may elect to "piggyback" on the County's resulting agreement(s). It will be the responsibility of the other agencies to execute separate contracts with the successful bidder(s) at the same bid pricing (refer to this Bid's General Terms and Conditions, Section 22) through the end of the initial contract period. Any subsequent renewal pricing and terms successfully negotiated between Placer County and the successful bidder(s) would be made available to those other agencies. 5. DELIVERY REQUIREMENTS 5.1. Bidder's pricing for equipment and supplies shall be FOB Destination, freight prepaid and assumed by the successful bidder, inside delivery to the following address: Placer County Sheriffs Office 2929 Richardson Drive, Ste. A Auburn, CA 95603 Placer County Fire Department 13760 Lincoln Way Auburn, CA 95603 DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment A Bid No. 20000 Page 3 of 4 5.2. The successful bidder shall deliver regular orders within five (5) business days of order placement for the complete order (no partial deliveries will be allowed unless specifically approved by County staff at the time the order is placed). There will also be occasions where the County will need to place an emergency order, which shall be defined as items which are so urgently needed that they must be delivered within forty-eight (48) hours of placing the order or items that are not available from the vendor's normal inventory. In these instances actual freight charges will be allowed with written approval from the County employee placing the order. All freight charges shall be prepaid by the vendor and added to the resulting invoice. Freight collect charges will not be allowed. The vendor shall clearly advise County personnel of such emergency order circumstances for authorization at the time the order is placed with the vendor. 6.3. If the County's orders are not delivered within the delivery times specified herein, the County reserves the right to cancel the order and obtain the products from another source. In the event that the County must make such open market purchases, the County reserves the right to exercise the provisions of Section 17 of this bid's General Terms and Conditions. Continued non-compliance with the stated delivery times may be cause for cancellation of the resulting agreement. 6. PRICE LISTS Placer County requests that the successful bidder provide price lists upon award of the resulting agreement for each of the manufacturer discounts offered in the successful bidder's completed Bid Pricing Worksheet. The County will accept electronic versions of the price lists if hard copies are not available (e.g. CD's, flash drives, etc.). These lists will be used to verify the discount pricing on the resulting invoices. All price lists shall be provided free of charge to the County. The County also prefers that the successful bidder(s) state the manufacturer's list price, the bidder's offered discount off list price, and the net price for each part purchased on the resulting invoices. The successful bidder shall be responsible for notifying the Placer County Sheriffs Office primary contact as well as the Procurement Services Division of any changes or updates to the bidder's/manufacturer's published catalog/list prices that occur during the contract period. 7. INSURANCE REQUIREMENTS The successful bidder shall be required to furnish a certificate of insurance within ten (10) calendar days following receipt of a Notice of Award demonstrating proof of coverage in the amounts specified in Attachment C, Insurance Requirements. 8. SUBCONTRACTING The successful bidder shall not subcontract any portion of the work to be performed under the resulting agreement. 9. EQUIVALENT/ALTERNATE OFFERS Due to the standardization of the County's emergency response vehicle equipment including the County's inventory of repair/replacement parts as well as staff training issues, bids will only be accepted for the brand and model emergency response vehicle equipment and supplies specified in the Bid Worksheet. DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment A Bid No. 20000 Page 4 of 4 10. SERVICE STANDARDS The successful bidder shall provide all necessary personnel, tools, parts, materials, and equipment to perform the services described herein. The successful bidder shall perform all work in such a manner as to meet all accepted standards for safe practices for emergency response vehicle equipment installation services and to safely maintain stored equipment or other hazards consequential or related to the work. The successful bidder agrees to accept the sole responsibility for complying with all local, County, State or other legal requirements at all times including, but not limited to, O.S.H.A. and CAL. O.S.H.A. Safety Orders. The successful bidder must meet all EPA standards as well as all Federal, State, and Local laws, standards, and regulatory and permitting requirements while performing services on behalf of Placer County. 11. WORKMANSHIP All services shall be performed in accordance with the highest standards prevailing in the trades. All of the successful bidder's employees shall be especially skilled and appropriately trained and certified for the kind of work for which they are employed. Should the successful bidder's Manager and/or Placer County staff deem anyone employed by the successful bidder incapable of completing the work required, the successful bidder shall immediately dismiss the employee from performing services on behalf of the County. Such removal shall not be considered a basis for employee's claim for compensation or damages against the County, or any of its officers or agents. DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment B Bid No. 20000 Page 1 of 2 COUNTY OF PLACER EMERGENCY RESPONSE VEHICLE EQUIPMENT AND INSTALLATION SERVICES SCOPE OF WORK 1.0 The successful bidder shall be regularly established in the business of routine emergency vehicle lighting and equipment installation services on a variety of patrol vehicles, light trucks, and fire trucks. Responding firms shall have staff experienced in the installation of law enforcement and fire department radios, "Code 3" emergency equipment, prisoner partitions, mounting consoles, trunk racks, cages and gun locks at a minimum. 2.0 The successful bidder shall be qualified and capable of performing equipment installation services on various types of emergency response vehicles and equipment including, but not limited to, law enforcement sedans, sport utility vehicles, trucks, undercover vehicles, trailers, off-highway vehicles, and boats, including Type I and Type II engines. 3.0 Time is of the essence in returning County vehicles to service. The successful bidder agrees that work performed under the resulting agreement shall receive top priority over other work in the successful bidder's shop. If the County determines that the workload of the successful bidder is such that timeliness is not possible in a given situation, the County reserves the right to assign the job to another vendor. 4.0 In the event that the successful bidder is unable to respond or complete the requested services within the bidder's stated turnaround time, the successful bidder shall notify the County designated contact person immediately prior to commencing work. The County at its sole discretion may elect to utilize the services of another vendor in such instances and will notify the successful bidder if such intention is to be exercised. 5.0 The successful bidder agrees that the County has the right to view any work performed on a County vehicle at the successful bidder's facility at any time, whether or not services have been completed. The successful bidder agrees that the County has the right to audit any work performed by the successful bidder. 6.0 The successful bidder warrants the goods furnished to be of the highest quality, complying with the specifications and free from all defects whatsoever in workmanship and materials, for a minimum period of one year from the date of delivery. Replacements and repairs under this warranty are to be made by the successful bidder at no cost and to the satisfaction of the County. Equipment installations shall be guaranteed for as long as the County owns/possesses the vehicle. 7.0 The successful bidder agrees that the County has the right to make the final determination as to whether services have been satisfactorily completed. The successful bidder shall include County staff on a walk-through of the vehicle to confirm that all equipment is installed and functioning correctly and testing the equipment prior to the County's acceptance of the work as being completed. Should any portion of the work to be done which, due to any cause, is not in accordance with the specifications or is not satisfactorily completed, it will be rejected and the successful bidder shall immediately make a satisfactory arrangement with the County before proceeding with other work. The successful bidder shall promptly correct all work rejected by the County as faulty, defective, or failing to conform to the product specifications or scope of DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment B Bid No. 20000 Page 2 of 2 work defined herein, whether observed before or after substantial completion of the work and whether or not inspected, tested, repaired, fabricated, installed, or completed. The successful bidder shall bear all costs of correcting such rejected work. This provision applies during the contract term and any resulting renewal periods. 8.0 The successful bidder shall be held responsible for any breakage or loss of the County's vehicles or equipment while performing service on the County's vehicles. The successful bidder shall be responsible for restoring or replacing any equipment, vehicle, etc. so damaged to the satisfaction of the County and at the sole expense of the successful bidder. The successful bidder shall immediately report to the County any damages to the vehicle or equipment resulting from services performed under the resulting agreement. 9.0 The successful bidder, at the County's request, shall provide a field representative to meet with County personnel at least once a month to review the department's inventory levels, discuss the department's emergency lighting and equipment requirements and introduce additional products to address any County needs. The successful bidder shall also have technical staff available to conduct scheduled on-site meetings at the County's request. The successful bidder shall provide inside sales support capable of providing product specification sheets, quotations, order placement and expediting, via fax and telephone at the County's request. DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment C Bid No. 20000 Page 1 of 5 PLACER COUNTY INSURANCE REQUIREMENTS 1. HOLD HARMLESS AND INDEMNIFICATION AGREEMENT The CONTRACTOR shall save, keep, hold harmless, defend, and indemnify PLACER COUNTY from all damages, costs, or expenses in law or equity that may at any time arise or be set up because of damages to property or personal injury received by reason of or in the course of performing work which may be occasioned by any willful or negligent act or omissions of the CONTRACTOR, any of the CONTRACTOR'S employees, or any subcontractors. The CONTRACTOR shall be responsible for any liability imposed by law and for death, injury, or damage to property of any person including, but not limited to, workmen, subcontractors, and the public, resulting from any cause whatsoever during the progress of the work or at any time before its completion and final acceptance. If any judgment is rendered against PLACER COUNTY for any injury, death, or damage caused by CONTRACTOR as a result of work performed or completed, pursuant to this agreement, CONTRACTOR shall, at its own expense, satisfy and discharge any judgment. As used above, the term PLACER COUNTY means PLACER COUNTY, its officers, agents, employees, and volunteers. 2. INSURANCE: CONTRACTOR shall file with the COUNTY concurrently herewith a Certificate of Insurance, in companies acceptable to COUNTY, with a Best's Rating of no less than A- :VII showing. 3. WORKER'S COMPENSATION AND EMPLOYERS LIABILITY INSURANCE: Worker's Compensation Insurance shall be provided as required by any applicable law or regulation. Employer's liability insurance shall be provided in amounts not less than one million dollars ($I OD. ,000) each accident for bodily injury by accident, one million dollars ($1.00_ 0,000] policy limit for bodily injury by disease, and one million dollars ($1.000.000) each employee for bodily injury by disease. If there is an exposure of injury to PROVIDER'S employees under the U.S. Longshoremen's and Harbor Worker's Compensation Act, the Jones Act, or under laws, regulations, or DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment C Bid No. 20000 Page 2 of 5 statutes applicable to maritime employees, coverage shall be included for such injuries or claims. Each Worker's Compensation policy shall be endorsed with the following specific language: Cancellation Notice - "This policy shall not be changed without first giving thirty (30) days prior written notice and ten (10) days prior written notice of cancellation for non-payment of premium to the County of Placer." Waiver of Subro ag tion - The workers' compensation policy shall be endorsed to state that the workers' compensation carrier waives its right of subrogation against the County, its officers, directors, officials, employees, agents or volunteers,which might arise by reason of payment under such policy in connection with performance under this agreement by the CONSULTANT. CONTRACTOR shall require all SUBCONTRACTORS to maintain adequate Workers' Compensation insurance. Certificates of Workers' Compensation shall be filed forthwith with the County upon demand. 4. GENERAL LIABILITY INSURANCE: A. Comprehensive General Liability or Commercial General Liability insurance covering all operations by or on behalf of CONTRACTOR, providing insurance for bodily injury liability and property damage liability for the limits of liability indicated below and including coverage for: (1) Products and completed operations; (2) Contractual liability insuring the obligations assumed by CONTRACTOR in this Agreement; and (3) Broad form property damage(including completed operations) Except with respect to bodily injury and property damage included within the products and completed operations hazards, the aggregate limits, where applicable, shall apply separately to CONTRACTOR'S work under the Contract. B. One of the following forms is required: (1) Comprehensive General Liability; (2) Commercial General Liability(Occurrence); or (3) Commercial General Liability(Claims Made). C. If CONTRACTOR carries a Comprehensive General Liability policy, the limits of liability shall not be less than a Combined Single Limit for bodily injury, property damage, and Personal Injury Liability of: One million dollars(S1.0 00.000) each occurrence DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment C Bid No. 20000 Page 3 of 5 —>Two million dollars ($2.000,000)aggregate D. If CONTRACTOR carries a Commercial General Liability(Occurrence)policy: (1) The limits of liability shall not be less than: —>One million dollars ($1,000,000) each occurrence (combined single limit for bodily injury and property damage) —>One million dollars($1 000 000)for Products Completed Operations —>Two million dollars($2 000 000)General Aggregate (2) If the policy does not have an endorsement providing that the General Aggregate Limit applies separately, or if defense costs are included in the aggregate limits, then the required aggregate limits shall be two million dollars($2 00, . a,000). E. Special Claims Made Policy Form Provisions: CONTRACTOR shall not provide a Commercial General Liability (Claims Made) policy without the express prior written consent of COUNTY, which consent, if given, shall be subject to the following conditions: (1) The limits of liability shall not be less than: —>One million dollars ($I,000,000) each occurrence (combined single limit for bodily injury and property damage) —>One million dollars ($1.000.000) aggregate for Products Completed Operations —>Two million dollars($2 d0. U,000)General Aggregate (2) The insurance coverage provided by CONTRACTOR shall contain language providing coverage up to one (1) year following the completion of the contract in order to provide insurance coverage for the hold harmless provisions herein if the policy is a claims-made policy. Confonni of Covera es - If more than one policy is used to meet the required coverages, such as a separate umbrella policy, such policies shall be consistent with all other applicable policies used to meet these minimum requirements. For example, all policies shall be Occurrence Liability policies or all shall be Claims Made Liability policies, if approved by the County as noted above. In no cases shall the types of polices be different. 5. ENDORSEMENTS: Each Comprehensive or Commercial General Liability policy shall be endorsed with the following specific language: DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment C Bid No. 20000 Page 4 of 5 A. "The County of Placer, its officers, agents, employees, and volunteers are to be covered as an additional insured for all liability arising out of the operations by or on behalf of the named insured in the performance of this Agreement." B. "The insurance provided by the Contractor, including any excess liability or umbrella form coverage, is primary coverage to the County of Placer with respect to any insurance or self-insurance programs maintained by the County of Placer and no insurance held or owned by the County of Placer shall be called upon to contribute to a loss." C. "This policy shall not be changed without first giving thirty (30) days prior written notice and ten (10) days prior written notice of cancellation for non-payment of premium to the County of Placer." 6. AUTOMOBILE LIABILITY INSURANCE: Automobile Liability insurance covering bodily injury and property damage in an amount no less than one million dollars($I,000,000)combined single limit for each occurrence. Covered vehicles shall include owned, non-owned, and hired automobiles/trucks. 7. ADDITIONAL REQUIREMENTS: Premium Payments -The insurance companies shall have no recourse against the COUNTY and funding agencies, its officers and employees or any of them for payment of any premiums or assessments under any policy issued by a mutual insurance company. Policy Deductibles - The CONTRACTOR shall be responsible for all deductibles in all of the CONSULTANT's insurance policies. The maximum amount of allowable deductible for insurance coverage required herein shall be $25,000. CONTRACTOR's Obligations- CONTRACTOR's indemnity and other obligations shall not be limited by the foregoing insurance requirements and shall survive the expiration of this agreement. Verification of Coverage - CONTRACTOR shall furnish the County with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the County before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the CONTRACTOR's obligation to provide them. The County reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment C Bid No. 20000 Page 5 of 5 Material Breach -Failure of the CONTRACTOR to maintain the insurance required by this agreement, or to comply with any of the requirements of this section, shall constitute a material breach of the entire agreement. Certificate Holder —Placer County subscribes to a service that monitors insurance certificates for compliance with the above requirements. The Certificate Holder on insurance certificates and related documents should read as follows: County of Placer c/o EXIGIS LLC PO Box 4668 ECM#35050 New York,NY 10168-4668 Fax: 888-355-3599 Email: certificates-placer@riskworks.com Upon initial award of a contract to your firm, Exigis will contact you with further instructions for providing insurance certificates which meet the terms of the contract. Certificates which amend or alter the coverage during the term of the contract, including updated certificates due to policy renewal, should be sent directly to Exigis via fax or email as indicated above. ***SOLE PROPRIETER LANGUAGE: Workers' Compensation CONTRACTOR represents they have no employees and,therefore, not required to have Workers' Compensation coverage. CONTRACTOR agrees they have no rights, entitlements or claim against COUNTY for any type of employment benefits or workers' compensation or other programs afforded to COUNTY employees. DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Attachment D Front lightbar only: Swap red with take down and swap blue with take down Liberty""II V11C LFght Bar Order FormMorksheet Confiouiation F H.I.TIR R B H.I.TIR ,�[R R LED TO LED LED TD BLED BLED 9� x {�4 R LED A LED A LED LED LED A LEO A LED BLED @LAC Lenses Clear 000 L7L7 �0 � � Red Red Red Blue Blue Blue U ffi ' "a Red Ambar Amber ❑ Amber Amber Blue Clear r Line Items OTY I Modell IDesoriallon 1 IW2f3RBR 5V LlbertyN II WC Series 3 IWDLB Add Solo Series Llnear-LED@ Flasher,I Long Blue 1 ITL12 Add Two Long Super-LEDO Takedown Lights 1 IWD$B Add Solo Series Linear-LED@ Flasher,I Short Blue 1 IWDSR Add Solo Series Linear-LED@ Flasher,1 Short Red 3 IWDSR Add Solo Series Linear-LED@ Flasher,1 Long Red 1 IA3 Add Two Super-LEDOAIIeyLights _. 4 IWDLA Add Solo Series Linear-LED@ Flasher,I Long Yellow 2 ICFB Add Color Filter ICFColor[Blue] 3 ILFB Add Color Filter ILFColor[Blue] 1 ISFB Add Color Filter ISFColor[Blue] 1 ISFR Add Color Filter ISFColor[Red] 3 ILFR Add Color Filter ILFColor[Red] 2 ICFR Add Color Filter ICFColor[Red] 4 ILFA Add Color Filter I LFColor[Yellow] 2 IINDSC Add Sao Series Linear-LE DO Flas r l e The above costs[In US Dollars]fs an estimate only.Refer to the current Whalen Aulomolive Price List for accurate prrc ngl Page:1 I JEFFDESK Admin [ DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Terms&Conditions INVITATION FOR BIDS ENERAL TERMS AND_COND1T1OUS The following provisions are hereby made a part of this Invitation for Bids("bid")by reference and attachment to the Invitation for Bids document. Any contract award made as the result of this bid shall be governed by these General Terms and Conditions. By submission of a bid,bidder does agree if the bid is accepted within 90 calendar days from the date of opening,to fumish to fumish the product(s)and/or service(s)pursuant to these conditions. In the event of a contract award pursuant to this bid, performance by the successful bidder of any or all of the services,or delivery of any or all of the products defined herein,shall constitute acceptance of all terms,conditions and requirements of the resulting agreement. WARNING: It is the bidder's responsibility to monitor the County's website for possible addenda to this bid to inform him/herself of the most current specifications,terms,and conditions(see also Section 4 below),and to submit his/her bid in accordance with the original bid requirements and all addenda. All available bids and related addenda can be found at: Failure of bidder to obtain this information shall not relieve him/her of the requirements contained therein. Additionally,failure of bidder to respond to any addenda,when required,may be cause for rejection of his/her bid. 1.GENERAL. These provisions are standard for all County contracts. The County may delete or modify any of these standard provisions for a particular contract by indicating a change in the special instructions to bidders or in the bid. Any bidder accepting a contract award as the result of this bid agrees that the provisions included within this Invitation for Bid shall prevail over any conflicting provision within any standard form contract of the bidder. 2.SUBMISSION OF BIDS. Bids shall be submitted to the Procurement Services Division either online,by using the Placer County FI3id.System,or in hard-copy form(see below for instructions). All bids must be submitted prior to the date and time specified in this solicitation. Bids shall be submitted by an employee who is authorized to commit his/her firm or organization to the provisions of the bid. Any exceptions to the specifications,terms,or conditions of this solicitation'shall be clearly indicated by bidder. SUBMISSION OF HARD-COPY BIDS. Bidders who wish to submit bids in hard-copy form in lieu of using the Placer County E.Bid System shall submit their bids to the Procurement Services Division,2964 Richardson Drive,Auburn,California,95603,between the hours of 8:00 am and 5:00 PM(Pacific),Monday through Friday(excluding County holidays). Hard-copy bids shall be submitted in a sealed envelope which clearly identifies the bid number,commodity,and closing date and time. Bids shall be submitted on the bid forms provided by the County,which may be downloaded from the S/stein or obtained from Procurement Services. Hard-copy bids must be signed by an authorized employee of the firm. The County shall not be responsible for bids delivered to a person/location other than that specified herein. Bids shall be in ink or typewritten and all changes and/or erasures shall be initialed and dated in ink. Any exceptions to the specifications,terms,or conditions of this solicitation shall be clearly indicated by bidder,without obliterating the original text or images contained herein. WARNING: Late bids or unsigned bids shall not be accepted under any circumstances. Facsimile ortelephone bids shall not be accepted. 3.AMENDMENTS TO THE BID. Any amendment to this bid is valid only if in writing and issued by the Placer County Procurement Services Division. REQUESTS FOR CLARIFICATION/INFORMATION. Bidders are instructed to contact the Placer County Buyer/Contact Person(s)specifically identified in this bid for further clarification or information related to the specifications,terms,conditions,or evaluation of this bid. Information provided by other than the named contact person may be invalid, and responses which are submitted in accordance with such information may be declared non-responsive. Additionally,contacts made with other County staff in an attempt to circumvent or interfere with the County's standard bidding and evaluation practices may be grounds for disqualification of the bidder. Questions should be submitted using the Question tool on the Bids&Tenders site.Questions submitted within four(4)County working days of the bid opening date may not be answered. 4.NON-COLLUSION. The bidder certifies that his bid is made without any previous understanding,agreement or connection with any person,firm or corporation making a bid for the same project and is in all respects fair,without outside control,collusion,fraud or otherwise illegal action. 5.CONFLICT OF INTEREST. Bidder states that no County officer or employee,nor any business entity in which they have an interest,has an interest in the bid awarded or has been employed or retained to solicit or aid in the procuring of the resulting contract,nor will any such person be employed in the performance of such contract. 6.AWARD. The contract may be awarded to the lowest responsible and responsive bidder complying with the provisions of the Invitation for Bid. In determining whether a bid is lowest and responsive,and the bidder responsible,the following may be considered by the County: a)Ability to perform the service required within the specified time; b) Reputation,judgment and experience;c)The quality of performance in previous contracts;d)Previous compliance with laws,as well as employment practices;e)Financial . ability to perform the contract;f)The quality,availability and adaptability of the supplies or the contractual services to the particular use required;g)Ability to provide maintenance and service;h)Whether the bidder is in arrears to the County,in debt on contract,is a defaulter on surety to the County or whether the bidder's taxes or assessments are delinquent;i)The resale value and life cycle costs of the items;j)Such other information as identified in the Purchasing Policy Manual having bearing on the decision to make the award. The award analysis will also include consideration for Local Vendor Preference(per Section 18 below)and any prompt pay discounts offered by the bidder(per Section 19 below). The County reserves the right to reject any and all bids and to waive any informality in bids received whenever such rejection or waiver is in the interest of the County. The County also reserves the right to reject the bid of a bidder who has previously failed to perform properly. The County may award bids by line item, category,or on an all-or-none basis. 7.MERCHANTABILITY. There shall be an implied warranty of merchantability and fitness for an intended use. Any bid submittals taking exception to this requirement may,at the County's option,be considered non-responsive. S.SAMPLES. Samples of items,when required,must be fumished free of expense to Placer County and if not destroyed by tests will,upon request,be returned at bidder's expense. Samples of selected items may be retained for comparison. 9.MANUFACTURER'S NAME AND APPROVED EQUIVALENTS. Unless otherwise specified,manufacturer's names,trade names,brand names,information and/or catalog numbers listed in a specification are intended only to identify the quality level desired. They are not intended to limit competition. The bidder may offer any equivalent product, which meets or exceeds the specifications. If bids are based on equivalent products,the bids must:1)Indicate on the bid form the alternate manufacturer's name and catalog number;2)Include complete descriptive literature and/or specifications;3)Include proof that the proposed equivalent shall meet the specifications. The County reserves the right to be the sole judge of what is equal and acceptable. If bidder fails to name a substitute,goods identical to the bid standard must be furnished. 10.INSURANCE AND INDEMNIFICATION. The awarded bidder maybe required to provide proof of liability,automobile,and/or workers compensation insurance. If required, the minimum coverage requirements will be identified in the bidding documents. All costs of complying with the insurance requirements shall be included in your pricing.The selected firm shall provide complete and valid insurance certificates within ten(10)days of the County's written request.Failure to provide the documents within the time stated may result in the rejection of the bid response and/or cancellation of the resulting contract or purchase order. Unless indemnification requirements are stated otherwise in this solicitation,said requirements shall be as follows: The awarded bidder("Contractor")hereby agrees to protect, defend,indemnify,and hold Placer County free and harmless from any and all losses,claims,liens,demands,and causes of action of every kind and character including,but not limited to the amounts of judgments,penalties,interest,court costs,legal fees,and all other expenses incurred by Placer County arising in favor of any party,including claims, liens,debts,personal injuries,death,or damages to property(including employees or property of the County)and without limitation by enumeration,all other claims or demands of every character occurring or any way incident to,in connection with or arising directly or indirectly out of,the contract or agreement. The Contractor agrees to investigate, handle,respond to,provide defense for,and defend any such claims,demand,or suit at the sole expense of the Contractor. Contractor also agrees to bear all other costs and expenses related thereto,even if the claim or claims alleged are groundless,false,or fraudulent. This provision is not intended to create any cause of action in favor of any third party against Contractor or the County or to enlarge in any way the Contractor's liability but is intended solely to provide for indemnification of Placer County from liability for DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 damages or injuries to third persons or property arising from Contractor's performance pursuant to the resulting contract or agreement. 11.FORCE MAJEURE.If an emergency or natural disaster causes delay or interferes with the use or delivery of the products/services described in this bid,deliveries may be suspended as long as needed to remove the cause or repair the damage. An emergency or natural disaster includes fire,flood,blizzard,strike,accident,consequences of foreign or domestic war,or any other cause beyond the control of the parties. The County reserves the right to acquire from other sources any products/services during any suspension of delivery. 12.TAXES. Placer County is exempt from Federal Excise Tax;an exemption certificate will be furnished upon request. Placer County is not exempt from California State sales/use taxes. All applicable State sales/use taxes will be added to the purchase order. 13,DELIVERY. All prices bid must be FOB Destination,unloaded inside and assembled unless otherwise indicated. 14.FIXED CONTRACT QUANTITIES. Purchase order(s)for full quantities will be issued to successful bidder(s)after notification of award and receipt of all required documents. 15.OPEN-END CONTRACT. No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under any open-end contract. Estimated quantities/bid ratio or discounts from manufacturer's list price may be used for bid comparison. The County reserves the right to: issue purchase orders as and when required; or issue a contract for individual agencies or multiple County agencies;or any combination of the preceding. No delivery shall be made without a written order by the County, unless otherwise specifically provided for in the contract. If in a subsequent year the vendor offers to supply his goods and service for the same bid price,or in the event the supplier is willing to negotiate to the satisfaction of Placer County any justifiable price increase prior to the succeeding year's contract renewal and if the service provided by the supplier was to the satisfaction of the County,the County of Placer reserves the right to extend the period of the resulting contract on a year-to-year basis. Alternatively,the bid solicitation may set forth specific renewal terms. Bidder certifies that prices charged to the County for non-listed commodities or no-fixed price items are equal to or less than those charged the bidder's most favored customer for comparable quantities under similar terms and conditions. 16.TERMINATION OF CONTRACT. In the event of a material breach of the contractual obligations by the Contractor,the County may terminate the contract.At its sole discretion,the County may give the contractor an opportunity to cure the breach or to explain how the breach will be cured.The actual cure must be completed within no more than 10 working days from notification,or at minimum the contractor must provide the county within 10 working days from notification a written plan detailing how the contractor intends to cure the breach.If the contractor fails to cure the breach or if circumstances demand immediate action,the County will issue a notice of immediate termination. Supplier Contracts may be terminated by the County without cause upon 30 calendar days'written notice. 17.NON-APPROPRIATION. In the event that sufficient funds are not appropriated and budgeted for the payment of goods or services described herein,the agreement shall immediately terminate on the last day of the fiscal period for which appropriations were received or other amounts were available to pay the amounts due under the agreement, without penalty or expense to the County of any kind whatsoever,except that the County will be liable for payment of any unpaid invoices for goods or services which were delivered prior to the end of the last fiscal period for which appropriations were made. 18,RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT. If any item or service furnished by the vendor fails to conform to bid specifications,or to the sample submitted by the vendor with his bid(if any),or if the vendor fails to deliver the items or perform any services required by the contract in the time and manner prescribed,the County may reject the products and/or services provided. Upon rejection,the vendor must promptly reclaim and remove any rejected items without expense to the County,and shall immediately replace all such rejected items with others conforming to such specifications or samples,and/or correct the service deficiency. If the vendor fails to do so,the County has the right to purchase in the open market a corresponding quantity of the rejected items,or have another firm provide the required service,and to deduct from any monies due the vendor the difference between the price named in the contract or purchase order and the actual cost to the County. If the vendor breaches the contract or purchase order,any loss or damage sustained by the County in procuring items which the vendor therein agreed to supply shall be borne and paid for by the vendor. The rights and remedies of the County identified above are in addition to any other rights and remedies provided bylaw or under the contract. In any legal proceeding brought to enforce the terms of the herein agreement,the prevailing party shall be entitled to an award of reasonable attorney's fees and costs incurred as a result of enforcing the terms of this agreement. 19.LOCAL VENDOR PREFERENCE. A local preference credit of 5.0%for Placer County businesses will be permitted when evaluating bids for supplies,equipment, materials and services that are not part of a public project. Bidders claiming local vendor preference must submit an Affidavit of Eligibility with their bid,unless an authorized affidavit is already on file with Placer County Procurement. Preference criteria and affidavit forms are available on our website at: Yf0dbr=Pleferelse@ 20.INVOICES AND PAYMENT TERMS. Invoices are to be mailed to the County department specified on the resulting purchase order or contract. All invoices must include the purchase order or contract number. Failure to comply will result in delayed payments. The County will make payment on a Net 30-day basis unless a cash discount is allowed for payment within the time period specified by vendor. The payment term shall begin on the date the merchandise is inspected,delivered and accepted by the County,or on the date a correct invoice is received in the office specified in the order,whichever is later. Prompt payment discounts shall be considered earned if payment is postmarked or personally delivered within the prescribed term. For the purposes of this section,the beginning date described above shall be considered day zero for the purposes of counting days in the prescribed term. For the purposes of bid evaluation,the County will only consider discount periods of ten(10)days or more.LATE FEES:In accordance with Section 926.10 of the California Government Code,Placer County may pay interest at not more than the rate of 6%per annum on invoices which are unpaid 61 or more days beyond the"beginning date"or"day zero"as defined above.In cases where this policy may conflict with other terms provided by the supplier,this provision shall prevail. 21.LEGAL REQUIREMENTS. Federal,State,County and local ordinances,rules and regulations,and policies shall govern development,submittal and evaluation of bids and disputes about bids. Lack of knowledge by any bidder about applicable law is not a defense. 22.ASSIGNMENT. Any contract awarded shall not be assignable by the vendor without the express written approval of the County,and shall not become an asset in any bankruptcy,receivership or guardianship proceedings. 23.OTHER AGENCIES. The successful vendor shall agree to extend Placer County contract prices and terms to other governmental agencies. Any contract resulting from this requirement shall be executed by the successful vendor and the other agency. Placer County will not be a party to"other agency"contracts. 24.PROTEST AND APPEAL PROCESS. Any actual or prospective bidder or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to the Director of Administrative Services in the manner prescribed by Section 10.0 of the Placer County Purchasing Policy. The protest shall be submitted in writing to the Director of Administrative Services within seven(7)County business days after such aggrieved person or company knows or should have known of the facts giving rise thereto. 25.RECYCLED PRODUCT PREFERENCE. A preference of 10%will be given to bids for products meeting the definition of recycled product cited in Public Contract Code Sections 22150-22154.In order to be granted this preference bidder shall provide statements and/or documentation as supporting evidence that the product(s)meets the definition. 26.PATENT INFRINGEMENT. Supplier shall indemnify and hold harmless County,its agents and employees,against and from any and all actions,suits,liabilities, prosecutions,penalties,settlements,losses,damages,costs,charges,attorney's fees,and ail other expenses which may arise directly or indirectly from any claim that any of the products supplied by supplier infringes any patent,copyright,trade secret,or other property right. 27.VENDOR FINANCIAL STABILITY.If a vendor is currently involved in an ongoing bankruptcy as a debtor,or in a reorganization,liquidation,or dissolution proceeding,or if a trustee or receiver has been appointed over all or a substantial portion of the property of the vendor under federal bankruptcy law or any state insolvency law,the vendor must provide the County with that information as part of its bid/proposal. In accordance with Section 3.12(g)of the Placer County Purchasing Policy Manual and paragraph 8.e.of this document,the County may use information regarding a bidder's financial responsibility when making an award determination. The County reserves the right to take any action available if it discovers a failure to provide such information to the County,including but not limited to,a determination that the vendor should be declared non-responsible and/or non-responsive,and suspension or debarment of the vendor,in accordance with the processes defined in the Placer County Purchasing Policy Manual. DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 By submitting a bid/proposal in response to this solicitation,the vendor agrees that if,during the term of any contract it has with the County,it becomes involved as a debtor in a bankruptcy proceeding,or becomes involved in a reorganization,liquidation,or dissolution proceeding,or if a trustee or receiver has been appointed over all or a substantial portion of the property of the vendor under federal bankruptcy law or any state insolvency law,the vendor will immediately provide the County with a written notice to that effect and that it will provide the County any relevant information requested in order for the County to determine whether the vendor has the financial ability to meet its obligations to the County. End of General Terms and Conditions -- 07/25/2019 r I acknowledge that I have the authority to bind the Company and submit this bid on behalf of the Company. - Steve Adair,Regional Sales Manager The Applicant declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission,and/or the Applicant foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid.r Yes r. No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column 1 have reviewed this addendum"below to acknowledge each of the addenda. have reviewed the below addendum and Pages File Name attachments(if 9 applicable) There have not been any addenda issued for this bid. DocuSign Envelope ID:60CC9652-9F49-47CB-BCW879D5F90FF37 L.Ai 11Ui1 U " ti,./l 191t ic, vvvv,1 ll l IG!it %av1 iu'aC't County of Placer CL Supplier Contract Procurement Services division r Placer Contract Number SCN105300 2964 Richardson Drive Referencel 97 l Auburn, CA 95603 Contract Start Date 1 010 1/2 0 22 j Phone(530)886-2122 Contract End Date 09/30/2023 Buyer Javier Terrazas j Phone Number +1 (530)889.4252 x4252 Email JTerrazas placer.ca.gov 1 Page 1 of 1 Supplier: STOMMEL INC dba LEHR This Supplier Contract shall be governed by the attached terms and conditions. 631 N MARKET BLVD STE N SACRAMENTO, CA 95834 Please reference the Supplier Contract number above on all invoices and correspondence related to this order. l Summary: Emergency Response Vehicle Supplies/Equipment and Installation Services Vendor Contact: Steve Adair, Ph.#No 916-267-5547, Email:steve(a lehrauto.com County Contacts: Probation Dept,Contact(Orders and Accounting): Chris Artim,Ph.4530-889-7912.Email:cartima la er. v Placer County Sheriff Contact: Matt Burgans,Ph.#530-889-7865 Sheriff Accounting: Lisa Lentz,Ph.#530-889-6919,pttaavab€esi67Eaoer.ca.Mw Placer County Fire:Sarah Poindexter,Ph.#530-889-4037 Placer County Fire Accounting:Glenn Nishimoto, Ph.#530-886-4623,Acc�c unLSPa5t3bI�Cpia cia.agv Renewal of SCN104242 This is the third of four optional one-year renewal terms that were approved by the Board of Supervisors on September 24,2019. Payment Terms _trotaJ Contract Amou_nI JET 30 1275,000 00 Service Lines Line Number Description Start Date End Date Amount 1 Emergency response vehicle equipment and supplies as well as 1010112022 09/30/2023 275,000.00 equipment installation services in accordance with the vendor's agreement to renew SCN 104242-see attached for pricing,terms, and conditions. Brett Wood,Purchas4ng Manager DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 -he-dule of Prices 81C PRICING V10RKSHEET•Category i j PRODUCT f WARRANTY jl{ INFORMAttON F� (slate thiAan r EST,ANNUAL MANUFACTURE MANUFACIVR iTEW DEScicFTk m 110H WAGE R PART NUMBER UNIT PitiCE El[T PRTC! of months COMMENTS ally spe oiA1 terms or Provlstvnrr that } t i—Y aplMY) -•_;a .w"�f`ic 10 w4.: EA 15 Whelen LFL SW2RRBB 51,750,0000 5 26,250.00 1 V:holon Master utcss,17ca,ficatws Acid(2)LR'1 Liberty SW Di-Inbutcr -tasnirig 3,Zjy Lrgrts, LED VVeCan Series 'S1'ALF•io Add(2)St33 Series Super-LED 54" rbaard_ED are red and one blue Ughlbar 4--jR.,Ada qZ SW Series rkoard LED are red and one We I;Sy=R, A.,M(2j T1R ligh oeApat _G rake davwus,fir:•:ig or steady SAT:tEE); and Acd(2y 503 ews n rrhnard LED,arrberfarnber {SLDAA). 12 1%: K%fer t.TL LtWerty Sv. !EA 115 Whelen ;STPKT71 $57.0000 $855.00 60 Whelen Master NfeCan Sew Surr_-_ED 54' Engineering Dfalrlbulor 11.40 err. Swap JQ shall be mmrAe.nie vAh Chewdet Tahoe IPa6Q S116ls. n Master 1-3 ,:.snC=m Sapphire Sin oven EA 15 'Iffhelen CCSRN3 V49.0n :$ BO Whale •wnwiier carrel module W&pigtails, Engineering (Distributor . „r m do and 1 -n *erg CCViG%20 included T.4 P2400 FUR Ahamnarm Pint EA �15 Selina IBKO534TAHIS S319.20GO 34,788,00 60 Selina Master i 6unpem Pusts:n:a^; shm be Manufacturing Distributor eaanpalmolle 40 2015 to wrrew Bodygumd lgo"yeatr C'terrU_l Tahoe police PBW00 4SUVs. Farr!Car ti Liza.wah Laguna EA T5 Laguna 3P CT5502 $1.084.0000 S 16,260.00 60 'Laguna SeaBelts am Rear Cargo Cage. Products distributor N�of<r seat shaft be rra-p;:❑r ver-2C 11 to currerr model year i Cr-100w Ta•nae police SUVS. I 'Arv.4 Ccsned?artaim FA 15 Sebna PK+}:r69TAH10SC4 ;599.2500 5 8 988.75 60 twrrect Part I. ;7t, ;QAIV. m2atmaar PA.-W, I (Manufacturing 8- TA tire: pa..t. r srza ba ar.,yatrpla I 'US Series PK0369TAH15S 2:7:s t: -AlrFer.ftv d: year ll CA tJ "5`wg:tP Gus Luck IEA 15 ];Santa Cruz ISCAH $77.0400 $1,155.60 12 #2 Key T.5 Rakhd Lock Gear 2 1 EA 15 18anta Cruz SC *1 9131.64 12 02 Kay T$' tkeuje Ups Pareron/daunt A 30 :Santa Cruz SC-915P S69.9900 �52.099.70 12 Authorized Distributor a!2^e IEA 115 Whelen misp $199.99 24 Authorized Distributor r 1-11 Sw;*.r Bracket K-t fair Whelan EA •15 14P/helen wt $P9.40 $ 150 Authorized IS«31 �ie..er Distributor r.t2 _�tr Fasrer fcr 2r15 EA `15 tSoundOff ETHTAHO-07 $65.7200 $985.80 fi0 Authorized Distributor lane Palace SUVs t-11 Y<fPx Sams-LED t;ghf,Slrgie Self- to 45 j Whelen V'r WSB $84.99 ;S 60 Authorized i:lareee3 l-.m r w,c_ _ Ill Distributor . I la-tom RLLIE '11 .14 j1,rVeftT SI.%dr-EY _:7,•.:- Sr.7.e S4 IF �EA 45 �Whelen Vr:pflk R '584.99 '$ m Aumodzcd t'firra-:pax':_ _•yr.; Distributor RED 1 1s 'V:feF Styx-:E] i Single Seif- Whelen VT#SQ9 'SS84.99 S Mi Authorized z, ,t Aed Homisphe='Light, Distrtbulor 1,18 Ltltii Series Stayer-LED Lighlimad. EA 115 Whelen PSt1=fL R ,$S66.60 ;S 60 Authorized Ff ii¢orea!!tcx rxrl, Cofer: BLUE I I 'Distributor :.17 ".tt••^.-= EA 15 Whelen FSR02ZC;R 566•� '5 60 .Authorized (Distributor . rdorrtu%Huadret for LK3e Sedes tNhOen PJWI SI0.0C 5 60 AugrwUa4 ` '�atra:•.Eb Lr}rr~t-3=: (Hmaerstaf Disinouior I I � DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 1.19 PAR46 LED Flood-Spotlight EA 125 Whelen P46FLC 5'54.99 3 Engineering Gss-:' 'ar I 1.20 PAR46 LED Spot-Spotlight EA 25 Whelen iK486!C $154.99 S Ei� Engineering 1.21 Magnetic Mic Kit EA 25 Whelen MMSU-1 S34.9.50C S 873J5 2 - t Engineenng I L•. ;� 1.22 Blar Rac Weapon Mount FA 120 Blar;Rac 1i $86i.75 $ 1.23 Chargeguard-Select Auto Shut-OH EA 15 Havis Inc. CG-X S71 38CO 5 07n,T3 35 Timer L '' _-• 1.24 LIt81te,12' Gooseneck Lamp with EA f15 Federal Signal LFI2ERS $57.7500 $86625 60 Autr-ful-j Rehoslat Control, Gooseneck Extends From End of Chassis, Lead If Extends From Bottom of Chasms. ,i 1.25 Patrol Vehicle"Placer'Console, EA 12 Lehr Auto PCCGOI $1.142 DOG; $1.',,7C9-00 60 consisting of the following Electric 7.• - componenlsArm Rest w12' Extension-Lehr Auto Electric Model# PARM002Tall,Arm Rest Pad- Lehr Auto Electric Model# PARP, XTL2500 3"Faceplate Troy Products Model#FP-MXTL5000, Cencom 4" Faceplate-Troy Products Model#FP-WC10285909,\ 1" Blank- Tray Products Model# FP- BLNKI. 2" Blank-Tray Products Model#FP-BLNK2,4" Beverage Holder- Troy Products Model# t 1.26 Mount Kit EA 1 Troy Products AC-EXP03 S117ABOD $117.18 :0 riempc�ed�_!etrti 1.27 Speaker EA 1 Code 3 C3100EN07 5178,3800 S'7c:�P, 24 l�-•-:.sec 1.28 12"I-Me Console Light IEA 1 Feederal Signal tfiIZM S66 95 I60 iR:CterV.3A " 1.29 3 Accessory Outlet E4 2 Ab122 Shoe-Me 14.0553 521.95CO $43.90 24 ;•..irk:..l':• 1 30 (Dual Stacked LED X Light EA 12 Code 3 LXEXZF-AR S411-10 $ 60 �C:,1Jacr y D rsr. ;-T 1.31 Wig-Wa9 EA 1 Sound Off IAROOBK S42.0000 $42':G •ED 1.32 Double Beam Halogen Work Lamp FA 2 Flats 006991663 AS 115 S41.6200 5831,54 12 aFa .t7ritad 12V 17f#lo�r 1.33 LED Strip Light FA 11 Whelen PSCOCDCR S 112.20 g I50 1.34 2007-2010 Ford Expedition Base FA i 1 I Gamber Johnson 716GA46- $113A000 S 113AO '60 'Par '!zw•rat'ar I 71-50-47046 i 1.35 Mongoose 9" Locking Slide Arm w/o EA 1 Gamber Johnson 7160-0219 5247.6000 $247.HG 50 Par.s33 A>t3r ! Standard Attachment r~:Krse�we3 DZ20 1.36 711 Swlvol A1laehmCnl EA 1 Gamber Johnson IDSCLEVIS S56.0000 $56.% 50 fk7aaelelurss f� [lSrplid 9110• 1008 1.37 iRadlo Ray Wireless Spot Light EA 1 GoLlght 7900 $244 1100 $244 11 135 __ar �szrar^� 1.38 18• Console FA 11 Troy Products iWM= 84 48 S 50W Q u iM I oswCrtrr DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F9OFF37 DVS COU W S-Categary c Lnell o tho Porsant. ZEcauAl nil L=ar� Gdnn[ys EctJ/AAlyd fY'Eh[.t(d- iE?FSGRI�t•'_L�.`a price for the Product. COMMENTS Caatpodiss$yaCl!lad Annual Expmdlluf6a sumft- -t wht cf!u:crre tor Ha As lrc,products not epsci;lad above. 30 1100.0000 K-0 Eled..Is.earners systenla,touch screens and I{eyboerds%5 2.[ .tm�n of i�sl:price,for other Tray Froducts not specified above. 28 :3100,0000 10ammarid boxes 20%off M9RP cF-ist pr` fo-other SoundOff products nut 5peclned above. 40 1$100.0000 !Authorized Olalrlbulor {fi_-of&a prra for ocher Fedstal Signal products not 9pocfled above. 35 1$10D.0000 Authorized Distributor c`-list oroe for other Selina products not specified above. 25 l$100.0oo0 Lighted Push bumpers,K-9 Electronic and Blaarac weapons 5%dlsaount a :3-s=wA off W Y.vv fix air Cote Hasse producLs not spac'dted above, 152 $100.0000 Aulhaftkd Distributor '2_7 ot.^a al t_t pries for olmr Whelan Erglneedng products not specified 40 $100.000D Whelan Parts(longnumbers) ialmm 1 30%off 2_3 =.s�,A cf`jsL pr•ca kr other Santa Cruz Gunlocks products not spetlled .33 $100.0000 Autharized Distributor :2 _ia=ms cf;cs:Face for other Lagt.na 3F P/anufactudng products not 11 $100.0000 SAAhorizad DisMhular �. r--'�--- l�•.DEacmd oC is,r:f.e!o-cuavr Rhle 2 oradcca rhos ap9cika4 dha•rE. 35 lrtoD.DDDD lAuthorized 011ddhtdar ��.•P ;,Ls nr cF dy1;ece for of ter.yd;a pfadk;v_s rrot sprPLd above. 15 $100.0000 Aulhorfzed Dlstdbulor t2 Zja=qL-,1 cF Est;r-'cd fo'other Gernbe•Johnson produds not specified 30 $100.00O5 Authorized Dlsldbulor anv". .2-12 r 3::1 itst?rce ro.-o1:-ter Cnde 3 products not spedr!ad above. 38 $100.0000 Authorized Distributor j2'1a• :,vr:c"G_t p ea For al!ier Truok VauL products nor soacirred abova, a $100.OD00 Authorized Distributor 1.293 of ts'Pre"for other G,n Light products not specified above, 121 $100.0000 iAuthorized Distributor LABOR RATE-Category 3 I JEST. TO - IT=M..NO OFSCRiP-•ld'L W1,t UNIT PRICE' -EXTPRIC'E C0MMEf?7S I WSTALl, a r>;.e�:•cr rn.s as!:oL• !r,pasol vehhds Pe^Hots f $505.00G0: 5 1,a9o.00� .All Labor bliled at •;q'y°rtiM.bst?;19:ia :.ar rxc j5105 gar hour: 12 -57]9 tntan:r-;? oar tec_s fn.Ara maidie Oa'::btrsnt Far Hots tp S10$.Oh9.r $1,00"n i ICI?_der hHktl et �$125 par hoot: -� -- Sub'a1d IS 3,780.00 Paytrent Terris-refer to Section 49 of the General Terms and Conditions for the County's payment pofley nt Atey.lr payment withln tint•ft v comp'.Pay Drxcouns.+S +f-ir lntvolsy6 pall w1thin (w1wrt s at days) Commenl. orda NET 30 DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Bid Questions Delivery Time:Bidders shall indicate their delivery time (after an order Is received)for Items specified In this bid Delivery time 2-21 days.(in stock items 1-2 days,Items needed to be ordered up to 3 weeks however we slack ffzny z-fyDIO without installation services in the space provided,Indicate every day items.) your Delivery Time in Days Turnaround Time:Bidders shall Indicate their normal turnaround time for a fully Installed emergency vehicle In 3-5 business days the space provided.Indicate your Tumaround Time In Days "Note:If Installation service is needed on behalf of Placer County Fire Department,the County intends to delver and pick up the vehicles at the successful firm's location.As an option,Placer County Fire may require the successful firm S65 per hour based on Map Quest travel time 35 minutes travel time to pick up and/or deliver a vehicle.Bidder shall provide rates for pick up and delivery service to be charged one- way,from vendor's shop to Placer County Fire facility only."' Travel Rate:Bidders shall provide rates for pick up and delivery service to be charges one-way,from the vendor's shop to the Placer County Fire Department address: $65 per hour based on Map Quest travel time 35 minutes travel time 13760 Lincoln Way Auburn,CA 95603.Indicate your travel rate Travel Time:Bidders shall provide rates for pick up and delivery service to be charges one-way,from the vendor's shop to the Placer County Fire Department address: $65 per hour based on Map Quest travel time 35 minutes travel time 13760 Lincoln Way Auburn,CA 95603.Indicate your Travel Time Documents Upload additional information here-optional,unless otherwise denoted as mandatory(with asterisk): • }ntnal Dccerrl f-Additional Discounts.xlsx-Tuesday August 13,201911:36:56 DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F9OFF37 Additional Emergency Equipment Manufatures Discounts Manufacture Discount of List Price Ace K-9 2% AEDEC 2% American Aluminum 25% Airga in 15% BackRack 15% Big Sky 10% Brooking 20% CHEETAH 13.33% Copeland 15% D&R 10% ECCO 40% GORhino 25% Hint 15% I-Key 23% Intermotive 10% Jotto Desk 12% Kussmaul 5% Lind 2% Lund 5% MnStar 10% INewmar 5% Panorama 5% Patrol Power 10% Pico 35% Pro-Gard 20% Ram Mounts 15% Stico 2% 5treamlight 30% TigerTough 5% Tomar 23% Tuffy 20% Unity 38% Xantrex 201YD Panasonic Toughhooks 12% Panasonic ICV 12% Vigilant ALPR 12% CradlePoint 5% Sierra Wirless 5% Ubiquity 2% Fixed PODS 10% DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 Exhibit C - City's Insurance and Indemnity Exhibit C Insurance& Indemnity INDEMNIFICATION To the furthest extent allowed by law,CONTRACTOR shall indemnify,hold harmless and defend CITY and each of its officers, officials, employees, agents and volunteers from any and all loss, liability, fines,penalties, forfeitures,costs and damages(whether in contract,tort or strict liability, including but not limited to personal injury, death at any time and property damage) incurred by CITY, CONTRACTOR or any other person, and from any and all claims, demands and actions in law or equity (including attorney's fees, litigation expenses, and costs to enforce this agreement), arising or alleged to have arisen directly or indirectly out of performance of this Contract. CONTRACTOR'S obligations under the preceding sentence shall apply regardless of whether CITY or any of its officers, officials, employees, agents or volunteers are passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused by the active or sole negligence, or the willful misconduct, of CITY or any of its officers, officials, employees, agents or volunteers. If CONTRACTOR should subcontract all or any portion of the work to be performed under this Contract, CONTRACTOR shall require each subcontractor to indemnify, hold harmless and defend CITY and each of its officers, officials, employees, agents and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Contract. INSURANCE REQUIREMENTS (a) Throughout the life of this Agreement, CONTRACTOR shall pay for and maintain in full force and effect all insurance as required herein with an insurance company(ies) either (i) admitted by the California Insurance Commissioner to do business in the State of California and rated no less than "A-VII" in the Best's Insurance Rating Guide, or(ii) as may be authorized in writing by CITY'S Risk Manager or his/her designee at any time and in his/her sole discretion. The required policies of insurance as stated herein shall maintain limits of liability of not less than those amounts stated therein. However, the insurance limits available to CITY, its officers, officials, employees, agents and volunteers as additional insureds, shall be the greater of the minimum limits specified therein or the full limit of any insurance proceeds to the named insured. (b) If at any time during the life of the Agreement or any extension, CONTRACTOR or any of its subcontractors fail to maintain any required insurance in full force and effect, all services and work under this Agreement shall be discontinued immediately, and all payments due or that become due to CONTRACTOR shall be withheld until notice is received by CITY that the required insurance has been restored to full force and effect and that the premiums therefore have been paid for a period satisfactory to CITY. Any failure to maintain the required insurance shall DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 be sufficient cause for CITY to terminate this Agreement. No action taken by CITY pursuant to this section shall in any way relieve CONTRACTOR of its responsibilities under this Agreement. The phrase "fail to maintain any required insurance" shall include,without limitation, notification received by CITY that an insurer has commenced proceedings,or has had proceedings commenced against it, indicating that the insurer is insolvent. (c) The fact that insurance is obtained by CONTRACTOR shall not be deemed to release or diminish the liability of CONTRACTOR, including, without limitation, liability under the indemnity provisions of this Agreement. The duty to indemnify CITY shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of CONTRACTOR, vendors, suppliers, invitees, contractors, sub- contractors, subcontractors, or anyone employed directly or indirectly by any of them. Coverage shall be at least as broad as: 1. The most current version of Insurance Services Office (ISO) Commercial General Liability Coverage Form CG 00 01,providing liability coverage arising out of your business operations. The Commercial General Liability policy shall be written on an occurrence form and shall provide coverage for "bodily injury," "property damage" and "personal and advertising injury" with coverage for premises and operations (including the use of owned and non-owned equipment), products and completed operations, and contractual liability (including, without limitation, indemnity obligations under the Agreement) with limits of liability not less than those set forth under"Minimum Limits of Insurance." 2. The most current version of ISO *Commercial Auto Coverage Form CA 00 01, providing liability coverage arising out of the ownership, maintenance or use of automobiles in the course of your business operations. The Automobile Policy shall be written on an occurrence form and shall provide coverage for all owned, hired, and non-owned automobiles or other licensed vehicles (Code 1- Any Auto). If personal automobile coverage is used, the CITY, its officers, officials, employees, agents and volunteers are to be listed as additional insureds. 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. MINIMUM LIMITS OF INSURANCE CONTRACTOR shall procure and maintain for the duration of the contract, insurance with limits of liability not less than those set forth below. However, insurance limits available to CITY, its DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 officers, officials, employees, agents and volunteers as additional insureds, shall be the greater of the minimum limits specified herein or the full limit of any insurance proceeds available to the named insured: (i) COMMERCIAL GENERAL LIABILITY insurance which shall be at least as broad as the most current version of Insurance Services Office (ISO) Commercial General Liability Coverage Form CG 00 01 and include insurance for bodily injury, property damage and personal and advertising injury with coverage for premises and operations, products and completed operations, and contractual liability(including, without limitation, indemnity obligations under this Contract)with limits of liability of not less than $1,000,000 per occurrence for bodily injury and property damage, $1,000,000 per occurrence/aggregate for personal and advertising injury, $2,000,000 products and completed operations aggregate and $2,000,000 general aggregate. COMMERCIAL AUTOMOBILE LIABILITY insurance which shall be at least as broad as the most current version of Insurance Service Office (ISO) Business Auto Coverage Form CA 00 01, and include coverage for all owned,hired, and non owned automobiles or other licensed vehicles (Code 1 Any Auto)with limits of liability of not less than $1,000,000 per accident for bodily injury and property damage. WORKERS' COMPENSATION insurance as required under the California Labor Code. EMPLOYERS' LIABILITY insurance with limits of liability of not less than $1,000,000 each accident, $1,000,000 disease policy limit and $1,000,000 disease each employee. GARAGEKEEPERS LIABILITY insurance with limits not less than one million dollars $1,000,000 per occurrence. UMBRELLA OR EXCESS INSURANCE In the event CONTRACTOR purchases an Umbrella or Excess insurance policy(ies)to meet the "Minimum Limits of Insurance,"this insurance policy(ies) shall "follow form" and afford no less coverage than the primary insurance policy(ies). In addition, such Umbrella or Excess insurance policy(ies) shall also apply on a primary and non-contributory basis for the benefit of the CITY, its officers, officials, employees, agents and volunteers. DEDUCTIBLES AND SELF-INSURED RETENTIONS CONTRACTOR shall be responsible for payment of any deductibles contained in any insurance policy(ies)required herein and CONTRACTOR shall also be responsible for payment of any self- insured retentions. Any self-insured retentions must be declared on the Certificate of Insurance, and approved by,the CITY'S Risk Manager or his/her designee. At the option of the CITY'S Risk Manager or his/her designee, either: DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 (i) The insurer shall reduce or eliminate such self-insured retentions as respects CITY, its officers, officials, employees, agents and volunteers; or (ii) CONTRACTOR shall provide a financial guarantee, satisfactory to CITY'S Risk Manager or his/her designee, guaranteeing payment of losses and related investigations, claim administration and defense expenses. At no time shall CITY be responsible for the payment of any deductibles or self-insured retentions. OTHER INSURANCE PROVISIONS/ENDORSEMENTS (i) All policies of in.yurance required herein shall be endorsed to provide that the coverage shall not be cancelled, non-renewed, reduced in coverage or in limits except after thirty(30)calendar days written notice has been given to CITY, except ten(10)days for nonpayment of premium. CONTRACTOR is also responsible for providing written notice to the CITY under the same terms and conditions. Upon issuance by the insurer, broker, or agent of a notice of cancellation, non-renewal, or reduction in coverage or in limits, CONTRACTOR shall furnish CITY with a new certificate and applicable endorsements for such policy(ies). In the event any policy is due to expire during the work to be performed for CITY, CONTRACTOR shall provide a new certificate, and applicable endorsements, evidencing renewal of such policy not less than fifteen (15) calendar days prior to the expiration date of the expiring policy. (ii) The Commercial General, Garagekeepers and Automobile Liability insurance policies shall be written on an occurrence form. (iii) The Commercial General, Garagekeepers and Automobile Liability insurance policies shall be endorsed to name City, its officers, officials, agents, employees and volunteers as an additional insured. CONTRACTOR shall establish additional insured status for the City and for all ongoing and completed operations under both Commercial General and Garagekeepers Liability policies by use of ISO Forms or an executed manuscript insurance company endorsement providing additional insured status. The Commercial General endorsements must be as broad as that contained in ISO Forms: GC 20 10 11 85 or both CG 20 10 & CG 20 37. (iv) The Commercial General, Garagekeepers and Automobile Liability insurance shall contain, or be endorsed to contain, that the CONTRACTORS' insurance shall be primary to and require no contribution from the City. The Commercial General and Garagekeepers Liability policies are required to include primary and non contributory coverage in favor of the City for both the ongoing and completed operations coverage. These coverages shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees, agents and DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 volunteers. If CONTRACTOR maintains higher limits of liability than the minimums shown above, City requires and shall be entitled to coverage for the higher limits of liability maintained by CONTRACTOR. (v) Should any of these policies provide that the defense costs are paid within the Limits of Liability,thereby reducing the available limits by defense costs, then the requirement for the Limits of Liability of these polices will be twice the above stated limits. (vi) For any claims related to this Agreement, CONTRACTOR'S insurance coverage shall be primary insurance with respect to the CITY, its officers, officials, agents, employees and volunteers. Any insurance or self-insurance maintained by the CITY, its officers, officials, agents, employees and volunteers shall be excess of the CONTRACTOR'S insurance and shall not contribute with it. (vii) The Workers' Compensation insurance policy shall contain, or be endorsed to contain, a waiver of subrogation as to CITY, its officers, officials, agents, employees and volunteers. (viii) The Commercial General, Garagekeepers and Automobile Liability insurance policies shall contain, or be endorsed to contain, a waiver of subrogation as to CITY, its officers, officials, agents, employees and volunteers. PROVIDING OF DOCUMENTS - CONTRACTOR shall furnish CITY with all certificate(s) and applicable endorsements effecting coverage required herein All certificates and applicable endorsements are to be received and approved by the CITY'S Risk Manager or his/her designee prior to CITY'S execution of the Agreement and before work commences. All non-ISO endorsements amending policy coverage shall be executed by a licensed and authorized agent or broker. Upon request of CITY, CONTRACTOR shall immediately furnish CITY with a complete copy of any insurance policy required under this Agreement,including all endorsements,with said copy certified by the underwriter to be a true and correct copy of the original policy. This requirement shall survive expiration or termination of this Agreement. All subcontractors working under the direction of CONTRACTOR shall also be required to provide all documents noted herein. SUBCONTRACTORS - -If CONTRACTOR subcontracts any or all of the services to be performed under this Agreement, CONTRACTOR shall require, at the discretion of the CITY Risk Manager or designee, subcontractor(s)to enter into a separate Side Agreement with the City to provide required indemnification and insurance protection. Any required Side Agreement(s)and associated insurance documents for the subcontractor must be reviewed and preapproved by CITY Risk Manager or designee. If no Side Agreement is required, CONTRACTOR will be solely responsible for ensuring DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 that it's subcontractors maintain insurance coverage at levels no less than those required by applicable law and is customary in the relevant industry. DocuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 IN WITNESS WHEREOF, the parties have executed this Agreement at Fresno, California, the day and year first above written. CITY OF FRESNO, Stommel Inc., dba Lehr Automotive, a Cal fqg i,, fldynicipal corporation ocu� Yz �-t.�.issa. Pt,lr'abus 2/27/2023 By. -� _a" . �..v a Meicssa sera es By:.\ .� Purchasing Manager . . General Services Department Name; APPROVED AS TO FORM: Title: ANDREW JANZ (If corporation or LLC,, Board Chair, City Aorney Pres, or Vice Pres.) �Do Sign dby: • J B i 2/3/2023 By: _ r' yu Date - `----� r ll Stipv.iSr. Deputy City Attorney Name: ATTEST: Title:- �1)01 { TODD STERIVIER, CMC (if corporation or LLC., FO,Treasurer, Secretary or Assistant Secretaryy City Clerk VENDOR: By,_ '.2 —0 Stommel Inc,, dba Lehr Automotive v�p/t v i SrL Attention: Steve Adair 631 North Market Blvd Suite N Sacramento, CA 95834 Phone: (916) 646-6626 FAX: (916) 646-6666 E-mail: stave@lehrauto.com Attachments: Exhibit A- Original Solicitation Exhibit B - Original Government Contract Exhibit C- City's Insurance and Indemnity r--35-B Fanpas Pradua CPA-DPW(12-20221 -3- DacuSign Envelope ID:60CC9652-9F49-47CB-BC99-879D5F90FF37 txnlblt A - unglnal Solicitation 631 North Market Street Suite N Sacramento Ca 95834 Labor Price Increase Notice Due to wage pressure for technicians our labor rate has increased to $105 per hour Effective: July 1, 2021 July 1, 2021 To Our Valued Customers, Due to the State of California increasing wage pressure and industry changes our new Labor Rate will need to increase from $95.00 per hour to $105.00 per hour. We understand that this is almost a 10% increase from the previous year. ,Lehr provides specialized labor for the fabricatioln'-of first responder vehicles. Historically we have only taken two labor increases in;15 years: Wages-have, 6 ` increased annually to allow Lehr to continue to employ certified and qualified technicians. To ensure that Lehr provides the best emergency equipment installations in the industry this increase was implemented. If you have any questions regarding the labor increase, please reach out to: Steve Adair Lehr Regional Sales Manager 631 North Market St. Suite N Ce11 916,267.`1.;1 47 Fax: 916.6elF,,GGS6 L-Ve a+l,•IrraII10-co;11