Loading...
HomeMy WebLinkAboutAgenda Report - October 19, 2022 C-05CITY OF 490 0 zt�CALIFORNIA AGENDA ITEM C005 COUNCIL COMMUNICATION AGENDA TITLE: Adopt Resolution Ratifying the City Managers Approval of Four Patrol Vehicle Replacements from Folsom Lake Ford of Folsom, CA and Emergency Equipment and Installation from Stommel Inc. dba. LEHR of Sacramento, CA ($307,909) MEETING DATE: October 19, 2022 PREPARED BY: Chief of Police RECOMMENDED ACTION: Adopt resolution ratifying the City Manager's approval of four patrol vehicle replacements from Folsom Lake Ford of Folsom, CA, and emergency equipment and installation from Stommel Inc. dba. LEHR of Sacramento, CA in the amount of $307,909. BACKGROUND INFORMATION: The Lodi Police Department was allotted the purchase of four Ford Police Interceptor Utility Vehicles through the normal fiscal year 2022/23 budgeting process. This year the California contract pricing was updated, and Folsom Lake Ford received the contract back on September 7, 2022. The Ford dealership provided the Police Department with a price quote the same day and informed the department that Ford announced they were refusing orders for the rest of the year on September 9, 2022. Vehicles are already taking months to receive; our latest order took seven months, and past vehicles took over a year to get to the dealer. This does not include the months they are positioned at Lehr to get emergency equipment installed. For these reasons, the City Manager approved the purchase of the vehicles before they could be scheduled for council approval. Purchase order numbers 2230082, 2230078, 2230077, and 2230076 were created to secure our order. Staff requests the authorization to replace four Ford Interceptors with 2023 Ford Police Interceptor utility vehicles from Folsom Lake Ford, a State of California contract dealer for government vehicles, in the amount of $58,345.76 each, plus an additional $18,631.34 for purchase and transfer of emergency and electronic equipment through Lehr Auto, for a $307,908.40 total cost. FISCAL IMPACT: There is no impact to the General Fund from this vehicle purchase. FUNDING AVAILABLE: Vehicle Replacement Fund $307,909 (64399100.77040 - Expense) Q X,�pj Andrew Keys Deputy City Manager/Internal Services Director �us�.vuR•� � az... -- - Sierra Brucia Chief of Police APPROVED: OJCVCLb�r Xe -,.4&J Stephen Schwabauer, City Manager �•• Bill To Accounts Payable iO City of Lodi P O Box 3006 ' Lodi, CA 95241-1910 Vendor Folsom Lake Ford 12755 Folsom Blvd Folsom, CA 95630 916-353-2000 09/16/2022 141073 City of Lodi, California Materials Purchase Order Fiscal Year 2023 Purchase Order # Contact Ship To Police Department City of Lodi 215 West Elm Street Lodi, CA 95240 1230102 Purchase Order Page: 1 of 1 2230082 FOB - City of Lodi Dock Police Department Replacement Patrol Vehicle 05-021 The Above Purchase Order Number Must Appear On All Correspondence - Packing Sheets And Bills Of Lading 1 4DR AWD Police Vehicle - 3.0 ECO Boost\par State Contract 1-22-23-14C 1.0 EACH $53,891.00 $53,891.00 Sales Tax: $4446.01 GL Account: 64399100 - 77040 $58,337.01 2 CA Tire Fee 1.0 EACH $8.75 $8.75 GL Account: 64399100 - 77040 $8.75 By Police Not Valid without Terms & Conditions attached. File Copy Total Ext. Price $53,899.75 Total Sales Tax $4,446.01 Total Freight $0.00 Total Discount $0.00 Total Credit $0.00 TERMS AND CONDITIONS 1. ACCEPTANCE AND AMENDMENTS: Seller (the supplier whose name appears on the face of this order) agrees that this order of the City of Lodi (hereinafter referred to as "City") becomes a contract, subject to the terms and conditions set forth below and on the face hereof, when acknowledgment has been signed and returned by Seller (if requested), or upon commencement of performance by Seller. Seller's different or additional terns and conditions are hereby objected to, and no additional or different terms and conditions of Seller, or agreement or understanding to modify contract shall be binding upon the City unless specifically agreed to in writing and signed by City's authorized representative(s). No other action by City shall constitute acceptance of Seller's different or additional terms and conditions. 2. COMPLIANCE WITH LAWS: In the performance of work required under this order, Seller agrees to comply with all applicable federal, state and local laws, rules, regulations and ordinances, and shall hold City harmless from liability resulting from failure of such compliance. 3. FAIR LABOR STANDARDS ACT: Seller certifies that all supplies, materials or equipment provided under this order will be produced in compliance with all applicable requirements of Section 6, 7, and 12 of the Fair Labor Standards Act, as amended, and all regulations and orders issued by the U. S. Department of Labor under said Act. 4. INDEMNIFICATION/HOLD HARMLESS: Seller further agrees to indemnify and hold harmless City from any and all losses, liabilities, damages, claims, demands, suits, actions, proceedings, subrogations and expenses, including court costs and reasonable attorneys' fees, relating in any way to completion of this order, or the goods manufactured and delivered thereunder, except for goods manufactured entirely to City's specifications, and except for actions by City over which Seller has no control, which are claimed or made by any person, firm, or corporation, including employees, workers, servants or agents of Seller and Seller's subcontractors arising from any cause or for any reason whatsoever. Seller further agrees, upon receipt of notification, to promptly assume full responsibility for the defense of any and all such suits, actions, or proceedings which may be brought against Seller or against City. 5. PATENT INDEMNITY: Seller shall hold City, its officers, agents and employees, harmless from liability of any nature or kind, including costs, expenses and attorneys' fees, for infringement or use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance provided or used in connection with performance under this order. Supplier may, at City's discretion, be required to furnish a bond or other indemnification to City against claims or liability for patent infringement. 6. DELIVERY: Time shall be of the essence on this order, and if delivery of supplies, materials or goods is not made in the quantities and at the time(s) specified in the quotation or bid, City reserves the right without liability, and in addition to its other rights and remedies, to take either or both of the following actions: (a) Direct expedited routings of goods ordered (the difference in cost between the expedited routing and the order routing costs shall be borne by the Seller); (b) Terminate the order by notice, effective when received by the Seller, as to ordered goods not yet shipped, and to purchase substitute goods elsewhere and collect from Seller the difference in costs between the substitute goods and goods ordered under the contract. Neither City nor Seller shall be liable for excess costs of deliveries or defaults due to causes beyond its control and without its fault or negligence, provided, however, that when Seller has reason to believe that deliveries will not be made as scheduled, written notice setting forth the cause of the anticipated delay will be given immediately to City. If Sellers delay or default is caused by a delay or default of a subcontractor, such delay or default shall be excusable only if it arose out of causes beyond the control of both Seller and subcontractor and without the fault or negligence of either of them and the goods to be furnished was not obtainable from other sources in sufficient time to permit Seller to meet the required delivery or performance schedule. City reserves the right to refuse or reject all shipments over and above the quantity or quantities stated in the contract. 7. CHANGE ORDERS: City reserves the right at any time to make written changes within the general scope of the contract in any one or more of the following: (a) Specifications, drawings, and data incorporated in the contract where the items to be furnished are to be specially manufactured for City; (b) Methods of shipment or packing; (c) Time of delivery; (d) Place of delivery; (e) Method of delivery; (f) Quantities. If any such changes cause an increase or decrease in the cost of or in the time required for the performance of the contract, an equitable adjustment shall be made in the contract price, or delivery schedule, or both. Any claim by Seller for adjustment in this cause must be approved by City's authorized representative(s) in writing before Seller proceeds with such change. Price increases shall not be binding upon City unless evidenced by a change order, amendment, or revision signed by City's authorized representative(s). 8. CANCELLATION: For Seller's failure to comply with any material terms or conditions hereof, or for failure to perform on all or any part of the undelivered portion of the order or contract, City may cancel the order, in whole or in part, without further liability to the City. Such cancellation, however, shall be without prejudice to claims of either party arising prior to cancellation and without prejudice to any claim City may have against Seller for breach inducing cancellation. Failure of City to insist on strict performance or observance by Seller of the order, these conditions or City's rights in any one or more instances shall not constitute a waiver by City of such performance, conditions or rights either then or in the future. Either party may cancel the order without further cost or liability to the other party in the event that any proceedings are instituted by or against the other party in bankruptcy or insolvency under any provision of the Bankruptcy Code, as amended, or in the event of any assignment for the benefit of creditors. 9. REMEDIES: Remedies of the parties of the contract include, but are not limited to, the following: (a) If City cancels the contract in whole or in part as provided in Section 7, above, City may procure goods similar to those canceled, by such means and under such terms as City deems necessary and appropriate, and Seller shall be liable to City for any excess costs for such similar goods. Seller shall further be responsible for continued performance of any portion of the order not canceled according to the provisions of the contract; (b) The rights and remedies of the City provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law, including consequential damages; (c) The failure of City to insist upon strict performance of any of the terms of the contract, or to exercise any rights thereunder shall not be construed as a waiver of City's rights; (d) Seller may be excused from performance under the contract provided that Seller notifies City within five (5) days of discovery of any of the following events: 1.) Acts of God, acts of public enemy, acts of civil authority with lawful jurisdiction over Seller, acts of war, fire, flood, unusually severe weather, earthquake, epidemic, quarantine restrictions, freight embargoes, or acts of City; 2.) Seller's failure to perform is caused by default of a supplier or subcontractor and if such default arises out of causes beyond the control of both the Seller and the supplier or subcontractor and without the fault or negligence of either party; 3.) Seller has made a good-faith effort to obtain supplies or services from other sources in such time to meet City's required delivery schedules, if such events named above cause supplier default. 10. NOTICE OF LABOR DISPUTES: Whenever an actual or potential labor dispute delays or threatens to delay the timely performance of the order, Seller shall immediately notify City in writing of all relevant information with respect to such dispute. 11. ADDITIONAL CHARGES: No charges for packing, handling, drayage, or special shipping containers or protective materials will be allowed or paid by City unless specified on the face of the purchase order, or specifically listed as an additional and separate charge on Seller's bid. Seller shall be liable for damage to goods caused by improper packing, boxing, or crating. 12. SHIPMENTIRISK OF LOSS: Unless otherwise stated on the face of this purchase order, all goods shall be shipped F.O.B. destination, and Seller shall bear all risk of loss or damage of goods covered by the order, except loss or damage occasioned by negligence of City, until final acceptance by City at delivery destination specified on the face of the order. City reserves the right to reject C.O.D. or collect shipments. 13. TITLE: Title to all goods purchased hereon shall pass directly from Seller to City at the F.O.B. point specified in this bid and on the face of the order, subject to the right of City to reject goods upon inspection. 14. INSPECTION/ACCEPTANCE: Payment for any goods purchased under the contract shall not constitute acceptance thereof. All goods purchased thereunder are subject to inspection at City's discretion, either before or after acceptance, at City's option. City reserves the right to reject and refuse acceptance of goods which is not in conformance with City's specifications, instructions, and drawings, and in conformance with Seller's warranties (express or implied). Goods not accepted will be returned to Seller for full credit or replacement at City's option and at Seller's risk and expense, including demurrage and/or transportation both ways. City shall not be liable for failure to accept any part of the goods ordered, if such failure is the result of any cause beyond the control of the City. Without limitation, among such causes are fires, floods, acts of God, strikes, casualties, delays in transportation, or partial or total closure of City's facilities. Acceptance of all or any part of the goods shall not be deemed to be a waiver of City's right either to cancel or to relum all or any portion of the order because of Sellers failure to conform to the contract, or by reason of defects or other breach of warranty or to make any claim for damages caused by improper boxing, crating, packing or Shipping, Such rights shall be In addition to any other remedies provided by law. 15. LIENS, CLAIMS. AND ENCUMBRANCE& Seller warrants and represents that ail goods delivered under this order will be free and clear of all liens, claims, and encumbrances of any kind. 16. PAYMENTIDISCOUNT: Payment shall be made, upon submisslon of acceptable Invoice(s), for goods delivered and aocepted as specified herein and on the order, Drafts or statements will not be honored. It Is the City's Intent to pay all Invoices within 30 days following receipt of invoice or date of delivery and acceptance, whichever Is later. If Invoice amount Is In variance with contract amount, payment will be made within thirty days of resolution of variance and receipt of corrected Invoice, if appllcabW 17. RETURNS: All goods purchased under this order are subject to City's Inspection and approval as specified In Paragraph 14, above. Goads rejected by City for cause shall be held for pickup, returned, or stored at Settees sole expense. Where return is necessary due to Seller's error, City reserves the right to assess handling charges equal to Sellers standard restocking fee, as a percentage of the valve of the returned goods. Any costs Incurred by City shall be promptly reimbursed to City by Seller. 18. WARRANTIES: Seller hereby warrants with respect to goods furnished under this order that: (1) Seller has good fitle to the goods, (2) the goods conforms to City's speclflcations, instructions, and/or drawings, (3) the goods is fit for the purpose for which It is purchased, (4) the goods is merchantable, (5) the goods has no latent defect, and (6) the goods has been manufactured in a good workmanllke manner using the highest quality matertat in conformity with the beat standard manufacturing practices. This warranty shalt survive any inspection, acoaplance or return of any such goods and shall apply to City and Its customers. 19. DISPUTESIGOVERNING LAW; In any suit or action brought to enforce any term, condition, or covenant herein, or to recover damages arising from any breach of the contract, the losing party shall pay to the prevailing party reasonable attorneys' fees and aft other costs and expenses which may be Incurred by the prevailing party in any such suit ar action and in any Mviews thereof and appeals therefrom. The laws of the Stale of California shall govern any order made pursuant to this bid and subsequent award, and the venue of any actions, disputes, or claims brought thereunder shad be laid in or transferred to the County of San Joaquin In the State of California. ,, : ` MEMORANDUM, City of Lodi To: Fleet Manager Finance Director City Manager From: Lt. Sean Blandford, Police Fleet Coordinator Date: September 8, 2022 Subject: Disposition of Vehicle #05-021 Please continue with the circulation of the attached disposition form as outlined below: Initial/Date / 1. Department Head, please complete the subject memorandum, sign, date and send to the Fleet Manager for approval. / 2. Fleet Manager, please sign, date and send to Finance Director. / 3: Finance Director, please sign and date. / 4 City Manager, please approve by signing and dating where indicated and send to Fleet Manager. / 5. Fleet Manager, attach, sign, and date Title and other DMV documents. l 6. Fleet Coordinator, please have copies made for City Council and Risk Manager. / 7. Fleet Manager, initiate disposition and maintain original on file. Lt. Sean Blandford Police Fleet Coordinator attachment: Memorandum for Disposition of Vehicle 0 MEMORANDUM FOR PURCHASE/DISPOSITION OF VEHICLE To: Fleet Supervisor Deputy City Manager/Internal Services Director City Manager From: Jennelle Baker, Management Analyst Date: September 8, 2022 Subject: Request for Approval to Purchase Replacement of and Disposal of Surplus Vehicle # 05-021 Approval is requested to purchase the replacement for, and complete the disposition of, the following vehicle: Year 2015 Make Ford Model I ntercepior BodyType SUV Current Assignment Dept. Police Division _ Operations City Vehicle No. 05-021 Lic. No. 1502896 VIN 1 FM5K8AR2FGC51884 Current Odometer or Hour Meter Reading MileslHours (circle one) Replacement Guidelines for this Vehicle Service Years 3-8 Mileage/Hours 80.000 Additional Information This vehicle is over the rejolacement limits and was bud eted to be replaced in the 2022123 budget vear. Cost of Repairs Cost of Maintenance Total Cost of Repairs to Date to Date S and Maintenance to Date $ Estimated value (check one) ❑ No value or junk ❑ 41,000 ❑ $1,000-$3,000 ❑ Other: $ Planned method of disposition (check one) ❑ Intra -City Transfer to Department, ❑ Sealed Bid ❑ Off-site Auction ❑ Trade-in ❑ Dismantled, for Parts Fleet (Wrecked vehicles estimated to have only junk value shall be removed from City property by the most economical means.) Fund to be credited. Vehicle Replacement Fund 64300000.54391 Fleet Coordinator Approved: Fleet Supervisor Date: Approved: Date: Deputy City Managedlnternal Services Director Approved: City Manager Date: Attachments for signature: ❑ Title ❑ VehicleNessel Transfer Form ❑ Release of Liability ❑ (Other) Malibu Replacement Memo • Bill To Accounts Payable City of Lodi P O Box 3006 ' Lodi, CA 95241-1910 Vendor Folsom Lake Ford 12755 Folsom Blvd Folsom, CA 95630 916-353-2000 09/15/2022 141073 City of Lodi, California Materials Purchase Order Fiscal Year 2023 Purchase Order # Contact Ship To Police Department City of Lodi 215 West Elm Street Lodi, CA 95240 1230100 Purchase Order Page: 1 of 1 2230078 FOB - City of Lodi Dock Police Department Replacement Patrol Vehicle 05-029 The Above Purchase Order Number Must Appear On All Correspondence - Packing Sheets And Bills Of Lading ITEM # DESCRIPTION / PART# QTY UOMEXTENDED PRICE 4DR AWD Police Vehicle - 3.0 ECO Boost\par State Contract 1-22-23-14C 1.0 EACH $53,891.00 $53,891.00 Sales Tax: $4446.01 GL Account: 64399100 - 77040 $58,337.01 2 CA Tire Fee 1.0 EACH $8.75 $8.75 GL Account: 64399100 - 77040 $8.75 0 Total Ext. Price $53,899.75 Total Sales Tax $4,446.01 Total Freight $0.00 Total Discount $0.00 Total Credit S. �I $0.00 llz Police Not Valid without Terms & Conditions attached. File Copy TERMS AND CONDITIONS 1. ACCEPTANCE AND AMENDMENTS: Seller (the supplier whose name appears on the face of this order) agrees that this order of the City of Lodi (hereinafter referred to as "City") becomes a contract, subject to the terms and conditions set forth below and on the face hereof, when acknowledgment has been signed and returned by Seller (if requested), or upon commencement of performance by Seller. Seller's different or additional terms and conditions are hereby objected to, and no additional or different terms and conditions of Seller, or agreement or understanding to modify contract shall be binding upon the City unless specifically agreed to in writing and signed by City's authorized representative(s). No other action by City shall constitute acceptance of Seller's different or additional terms and conditions. 2. COMPLIANCE WITH LAWS: In the performance of work required under this order, Seller agrees to comply with all applicable federal, state and local laws, rules, regulations and ordinances, and shall hold City harrnless from liability resulting from failure of such compliance. 3. FAIR LABOR STANDARDS ACT: Seller certifies that all supplies, materials or equipment provided under this order will be produced in compliance with all applicable requirements of Section 6, 7, and 12 of the Fair Labor Standards Act, as amended, and all regulations and orders issued by the U. S. Department of Labor under said Act. 4. INDEMNIFICATION/HOLD HARMLESS: Seller further agrees to indemnify and hold harmless City from any and all losses, liabilities, damages, claims, demands, suits, actions, proceedings, subrogations and expenses, including court costs and reasonable attorneys' fees, relating in any way to completion of this order, or the goods manufactured and delivered thereunder, except for goods manufactured entirely to City's specifications, and except for actions by City over which Seller has no control, which are claimed or made by any person, firm, or corporation, including employees, workers, servants or agents of Seller and Seller's subcontractors arising from any cause or for any reason whatsoever. Seller further agrees, upon receipt of notification, to promptly assume full responsibility for the defense of any and all such suits, actions, or proceedings which may be brought against Seller or against City. 5. PATENT INDEMNITY: Seller shall hold City, its officers, agents and employees, harmless from liability of any nature or kind, including costs, expenses and attorneys' fees, for infringement or use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance provided or used in connection with performance under this order. Supplier may, at City's discretion, be required to furnish a bond or other indemnification to City against claims or liability for patent infringement. 6. DELIVERY: Time shall be of the essence on this order, and if delivery of supplies, materials or goods is not made in the quantities and at the time(s) specified in the quotation or bid, City reserves the right without liability, and in addition to its other rights and remedies, to take either or both of the following actions: (a) Direct expedited routings of goods ordered (the difference in cost between the expedited routing and the order routing costs shall be borne by the Seller); (b) Terminate the order by notice, effective when received by the Seller, as to ordered goods not yet shipped, and to purchase substitute goods elsewhere and collect from Seller the difference in costs between the substitute goods and goods ordered under the contract. Neither City nor Seller shall be liable for excess costs of deliveries or defaults due to causes beyond its control and without its fault or negligence, provided, however, that when Seller has reason to believe that deliveries will not be made as scheduled, written notice setting forth the cause of the anticipated delay will be given immediately to City. If Seller's delay or default is caused by a delay or default of a subcontractor, such delay or default shall be excusable only if it arose out of causes beyond the control of both Seller and subcontractor and without the fault or negligence of either of them and the goods to be furnished was not obtainable from other sources in sufficient time to permit Seller to meet the required delivery or performance schedule. City reserves the right to refuse or reject all shipments over and above the quantity or quantities stated in the contract. 7. CHANGE ORDERS: City reserves the right at anytime to make written changes within the general scope of the contract in anyone or more of the following: (a) Specifications, drawings, and data incorporated in the contract where the items to be furnished are to be specially manufactured for City; (b) Methods of shipment or packing; (c) Time of delivery; (d) Place of delivery; (e) Method of delivery; (f) Quantities. If any such changes cause an increase or decrease in the cost of or in the time required for the performance of the contract, an equitable adjustment shall be made in the contract price, or delivery schedule, or both. Any claim by Seller for adjustment in this cause must be approved by City's authorized representative(s) in writing before Seller proceeds with such change. Price increases shall not be binding upon City unless evidenced by a change order, amendment, or revision signed by City's authorized representative(s). 8. CANCELLATION: For Sellers failure to comply with any material terms or conditions hereof, or for failure to perform on all or any part of the undelivered portion of the order or contract, City may cancel the order, in whole or in part, without further liability to the City. Such cancellation, however, shall be without prejudice to claims of either party arising prior to cancellation and without prejudice to any claim City may have against Seller for breach inducing cancellation. Failure of City to insist on strict performance or observance by Seller of the order, these conditions or City's rights in any one or more instances shall not constitute a waiver by City of such performance, conditions or rights either then or in the future. Either party may cancel the order without further cost or liability to the other party in the event that any proceedings are instituted by or against the other party in bankruptcy or insolvency under any provision of the Bankruptcy Code, as amended, or in the event of any assignment for the benefit of creditors. 9. REMEDIES: Remedies of the parties of the contract include, but are not limited to, the following: (a) If City cancels the contract in whole or in part as provided in Section 7, above, City may procure goods similar to those canceled, by such means and under such terms as City deems necessary and appropriate, and Seller shall be liable to City for any excess costs for such similar goods. Seller shall further be responsible for continued performance of any portion of the order not canceled according to the provisions of the contract; (b) The rights and remedies of the City provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law, including consequential damages; (c) The failure of City to insist upon strict performance of any of the terms of the contract, or to exercise any rights thereunder shall not be construed as a waiver of City's rights; (d) Seller may be excused from performance under the contract provided that Seller notifies City within five (5) days of discovery of any of the following events: 1.) Acts of God, acts of public enemy, acts of civil authority with lawful jurisdiction over Seller, acts of war, fire, flood, unusually severe weather, earthquake, epidemic, quarantine restrictions, freight embargoes, or acts of City; 2.) Seller's failure to perform is caused by default of a supplier or subcontractor and if such default arises out of causes beyond the control of both the Seller and the supplier or subcontractor and without the fault or negligence of either party; 3.) Seiler has made a good -faith effort to obtain supplies or services from other sources in such time to meet City's required delivery schedules, if such events named above cause supplier default. 10. NOTICE OF LABOR DISPUTES: Whenever an actual or potential labor dispute delays or threatens to delay the timely performance of the order, Seller shall immediately notify City in writing of all relevant information with respect to such dispute. 11. ADDITIONAL CHARGES: No charges for packing, handling, drayage, or special shipping containers or protective materials will be allowed or paid by City unless specified on the face of the purchase order, or specifically listed as an additional and separate charge on Sellers bid. Seller shall be liable for damage to goods caused by improper packing, boxing, or crating. 12. SHIPMENT/RISK OF LOSS: Unless otherwise stated on the face of this purchase order, all goods shall be shipped F.O.B. destination, and Seller shall bear all risk of loss or damage of goods covered by the order, except loss or damage occasioned by negligence of City, until final acceptance by City at delivery destination specified on the face of the order. City reserves the right to reject C.O.D. or collect shipments. 13. TITLE: Title to all goods purchased hereon shall pass directly from Seller to City at the F.O.B. point specified in this bid and on the face of the order, subject to the right of City to reject goods upon inspection. 14. INSPECTION/ACCEPTANCE: Payment for any goods purchased under the contract shall not constitute acceptance thereof. All goods purchased thereunder are subject to inspection at City's discretion, either before or after acceptance, at City's option. City reserves the right to reject and refuse acceptance of goods which is not in conformance with City's specifications, instructions, and drawings, and in conformance with Seller's warranties (express or implied). Goods not accepted will be returned to Seller for full credit or replacement at City's option and at Seller's risk and expense, including demurrage and/or transportation both ways. City shall not be liable for failure to accept any part of the goods ordered, if such failure is the result of any cause beyond the control of the City. Without limitation, among such causes are fires, floods, acts of God, strikes, casualties, delays in transportation, or partial or total closure of City's facilities. Acceptance of all or any part of the goods shall not be deem ad to be a waiver of City's right either to cancel or to return all or any portion of the order because of Seller's failure to conform to the contract, or by reason of defects or other breach of warranty or to make any claim for damages caused by improper boxing, crating, packing or shipping. Such rights shall be in addition to any other remedies provided bylaw. 15. LIENS, CLAIMS, AND ENCUMBRANCES*. Seller warrants and represents chat all goods delivered under this order will be free and clear of all liens, claims, and encumbrances of any kind. 16. PAYMENTIDISCOUNT: Payment shall be made, upon submission of acceptable invoice(s), for goods delivered and accepted as specified herein and on the order. Drafts or statemenis will not be honored. It is the City's intent to pay all invoices within 30 days following receipt of invoice or date of delivery and acceptance, whichever is later. If invoice amount Is in variance with contract amount, payment will be made within thirty days of resolution of variance and receipt of corrected invoice, if applicable. 17. RETURNS: Ail goods purchased under this order are subject to Clly's Inspection and approval as specified in Paragraph 14, above. Goods rejected by City for cause shalt be held for pickup, returned, or stored at Seller's sole expense. Where return Is necessary due to Seller's error, City reserves the right to assess handling charges equal to Sellers Standard restocking fee, as a percentage of the value of the returned goods. Any costs incurred by City shall be promptly reimbursed to City by Seller. 18. WARRANTIES: Seller hereby warrants with respect to goods furnished under this order that: (1) Seiler has good title to the goods, (2) [he goads conforms to City's specifications, instructions, andlor drawings. (3) the goods is fit for the purpose for which It is purchased, (4) the goods is merchantable, (5) the goods has no latent defect, and (6) the goods hes been manufactured in a good workmanlike manner using the highest quality material In conformity with the best standard manufacturing practices. This warranty shall survive any inspection, acceptance or return of any such goods and shall apply to City and its customers. 19. DISPUTESIGOVERNING LAW. In any suit or action brought to enforce any term, condition. or covenant herein, or to recover damages arising from any breach of the contract, the losing party shall pay to the prevailing party reasonable aKomeys' fees and all other costs and expenses which may be Incurred by the prevailing party In any such suit or action and In any reviews thereof and appeals therefrom. The laws of the State of California shall govern any order made pursuant to this bid and subsequent award, and the vanue of any actions, disputes, or claims brought thereunder shall be laid in or transferred to the County of San Joaquin In the State of California. 12755 FOLSOM BOULEVARD FOLSOM, CA 95630 a (916) 353-2000 2023 ORDER FINAL ORDERS DUE 9/9/2022 STATE CONTRACT 1-22-23-14C K8A 4DR AWD POLICE .119" WHEELBASE UM AGATE BLACK 9 CLTH BKTS/VNL R 6 EBONY 500A EQUIP GRP .AM/FM STEREO 99C 3.OL ECOBOOST 44U 10SPD AUTO TRAN CA BOARD FEES FLEET SPCL ADJ 16D BADGE DELETE 17T CARGO DOME LAMP 425 50 STATE EMISS 43D COURTESY DISABL 51S DUAL LED LAMPS 60R NOISE SUPPRESS 66A FRONT HDLMP PKG .GRILL WIRING 66C REAR LIGHT PKG 68G RR DR/LK INOP 76R REVERSE SENSING 87R RR VIEW MIR/CAM 90E LH/RH PNLS III 153 FRT LICENSE BKT DANIEL A. RAWX>NDI Fleet Director PATROL (916) 353.2000, Ext.376 Toll Free 1-800-655-0555 Cell (916) 825-1622 Fox (916) 353-2078 donr@tolsomlakeilord.com 9/7/2022 $53,891.00 PLUS TAX $8.75 CA TIRE FEE 5b 3 " a LES $500.00 DISCOUNT 20 DAY PAYMENT INCLUDES PAINTED WHITE ROOF AND 4 DOORS MEMORANDUM, City of Lodi From: Date: Subject: Fleet Manager Finance Director City Manager Lt. Sean Blandford, Police Fleet Coordinator September 8, 2022 Disposition of Vehicle #05-029 Please continue with the circulation of the attached disposition form as outlined below: Initial/Date / 1. Department Head, please complete the subject memorandum, sign, date and send to the Fleet Manager for approval. / 2. Fleet Manager, please sign, date and send to Finance Director. / 3. Finance Director, please sign and date. / 4 City Manager, please approve by signing and dating where indicated and send to Fleet Manager. / 5. Fleet Manager, attach, sign, and date Title and other DMV documents. 1 6. Fleet Coordinator, please have copies made for City Council and Risk Manager. / 7. Fleet Manager, initiate disposition and maintain original on file. Lt. Sean Blandford Police Fleet Coordinator attachment: Memorandum for Disposition of Vehicle ``�� MEMORANDUM FOR PURCHASE/DISPOSITION OF VEHICLE To: Fleet Supervisor Deputy City Manager/Internal Services Director City Manager From: Jennelle Baker, Management Analyst Date: September 8, 2022 Subject: Request for Approval to Purchase Replacement of and Disposal of Surplus Vehicle # 05-029 Approval is requested to purchase the replacement for, and complete the disposition of, the following vehicle: Year 2016 Make Ford Model _ Interceptor BodyType SUV Current Assignment Dept. Police Division Operations City Vehicle No. 05-029_Lic. No. 1485254 VIN 1 FM5K8AR5GGA48473 Current Odometer or Hour Meter Reading Miles/Hours (circle one) Replacement Guidelines for this Vehicle Service Years 3-8 Mileage/Hours 80.000 Additional Information This vehicle is over the replacement limits and was buorcleted to be replaced in the 2022/23 bud et year. Cost of Repairs Cost of Maintenance Total Cost of Repairs to Date to Date $ and Maintenance to Date $ Estimated value (check one) ❑ No value or junk ❑ <$1,000 ❑ $1,000-$3,000 ❑ Other: $ Planned method of disposition (check one) ❑ Intra -City Transfer to Department, ❑ Sealed Bid ❑ Off-site Auction ❑ Trade-in ❑ Dismantled, for Parts Fleet (Wrecked vehicles estimated to have only junk value shall be removed from City property by the most economical means.) Fund to be credited. Vehicle Replacement Fund 64300000.54391 Fleet Coordinator Approved: Fleet Supervisor Date: Approved: Date: Deputy City Managedlntemal Services Director Approved: City Manager Date: Attachments for signature: ❑ Title ❑ VehicleNessel Transfer Form ❑ Release of Liability ❑ (Other) Malibu Replacement Memo • Bill To Accounts Payable City of Lodi P O Box 3006 ' Lodi, CA 95241-1910 Vendor Folsom Lake Ford 12755 Folsom Blvd Folsom, CA 95630 916-353-2000 09/15/2022 141073 City of Lodi, California Materials Purchase Order Fiscal Year 2023 Purchase Order # Contact Ship To Police Department City of Lodi 215 West Elm Street Lodi, CA 95240 1230099 Purchase Order Page: 1 of 1 2230077 FOB - City of Lodi Dock Police Department Replacement Patrol Vehicle 05-024 The Above Purchase Order Number Must Appear On All Correspondence - Packing Sheets And Bills Of Lading 1 4DR AWD Police Vehicle - 3.0 ECO Boost\par State Contract 1-22-23-14C 1.0 EACH $53,891.00 $53,891.00 Sales Tax: $4446.01 GL Account: 64399100 - 77040 $58,337.01 2 CA Tire Fee 1.0 EACH $8.75 $8.75 GL Account: 64399100 - 77040 $8.75 By Police Not Valid without Terms & Conditions attached. File Copy Total Ext. Price $53,899.75 Total Sales Tax $4,446.01 Total Freight $0.00 Total Discount $0.00 Total Credit $0.00 TERMS AND CONDITIONS 1. ACCEPTANCE AND AMENDMENTS: Seller (the supplier whose name appears on the face of this order) agrees that this order of the City of Lodi (hereinafter referred to as "City") becomes a contract, subject to the terms and conditions set forth below and on the face hereof, when acknowledgment has been signed and returned by Seller (if requested), or upon commencement of performance by Seller. Seller's different or additional terms and conditions are hereby objected to, and no additional or different terms and conditions of Seller, or agreement or understanding to modify contract shall be binding upon the City unless specifically agreed to in writing and signed by City's authorized representative(s). No other action by City shall constitute acceptance of Seller's different or additional terms and conditions. 2. COMPLIANCE WITH LAWS: In the performance of work required under this order, Seller agrees to comply with all applicable federal, state and local laws, rules, regulations and ordinances, and shall hold City harmless from liability resulting from failure of such compliance. 3. FAIR LABOR STANDARDS ACT: Seller certifies that all supplies, materials or equipment provided under this order will be produced in compliance with all applicable requirements of Section 6, 7, and 12 of the Fair Labor Standards Act, as amended, and all regulations and orders issued by the U. S. Department of Labor under said Act. 4. INDEMNIFICATION/HOLD HARMLESS: Seller further agrees to indemnify and hold harmless City from any and all losses, liabilities, damages, claims, demands, suits, actions, proceedings, subrogations and expenses, including court costs and reasonable attorneys' fees, relating in any way to completion of this order, or the goods manufactured and delivered thereunder, except for goods manufactured entirely to City's specifications, and except for actions by City over which Seller has no control, which are claimed or made by any person, firm, or corporation, including employees, workers, servants or agents of Seller and Sellers subcontractors arising from any cause or for any reason whatsoever. Seller further agrees, upon receipt of notification, to promptly assume full responsibility for the defense of any and all such suits, actions, or proceedings which may be brought against Seller or against City. 5. PATENT INDEMNITY: Seller shall hold City, its officers, agents and employees, harmless from liability of any nature or kind, including costs, expenses and attorneys' fees, for infringement or use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance provided or used in connection with performance under this order. Supplier may, at City's discretion, be required to furnish a bond or other indemnification to City against claims or liability for patent infringement. 6. DELIVERY: Time shall be of the essence on this order, and if delivery of supplies, materials or goods is not made in the quantities and at the time(s) specified in the quotation or bid, City reserves the right without liability, and in addition to its other rights and remedies, to take either or both of the following actions: (a) Direct expedited routings of goods ordered (the difference in cost between the expedited routing and the order routing costs shall be borne by the Seller); (b) Terminate the order by notice, effective when received by the Seller, as to ordered goods not yet shipped, and to purchase substitute goods elsewhere and collect from Seller the difference in costs between the substitute goods and goods ordered under the contract. Neither City nor Seller shall be liable for excess costs of deliveries or defaults due to causes beyond its control and without its fault or negligence, provided, however, that when Seller has reason to believe that deliveries will not be made as scheduled, written notice setting forth the cause of the anticipated delay will be given immediately to City. If Seller's delay or default is caused by a delay or default of a subcontractor, such delay or default shall be excusable only if it arose out of causes beyond the control of both Seller and subcontractor and without the fault or negligence of either of them and the goods to be furnished was not obtainable from other sources in sufficient time to permit Seller to meet the required delivery or performance schedule. City reserves the right to refuse or reject all shipments over and above the quantity or quantities stated in the contract. 7. CHANGE ORDERS: City reserves the right at anytime to make written changes within the general scope of the contract in anyone or more of the following: (a) Specifications, drawings, and data incorporated in the contract where the items to be furnished are to be specially manufactured for City; (b) Methods of shipment or packing; (c) Time of delivery; (d) Place of delivery; (e) Method of delivery; (f) Quantities. If any such changes cause an increase or decrease in the cost of or in the time required for the performance of the contract, an equitable adjustment shall be made in the contract price, or delivery schedule, or both. Any claim by Seller for adjustment in this cause must be approved by City's authorized representative(s) in writing before Seller proceeds with such change. Price increases shall not be binding upon City unless evidenced by a change order, amendment, or revision signed by City's authorized representative(s). 8. CANCELLATION: For Seller's failure to comply with any material terms or conditions hereof, or for failure to perform on all or any part of the undelivered portion of the order or contract, City may cancel the order, in whole or in part, without further liability to the City. Such cancellation, however, shall be without prejudice to claims of either party arising prior to cancellation and without prejudice to any claim City may have against Seller for breach inducing cancellation. Failure of City to insist on strict performance or observance by Seller of the order, these conditions or City's rights in any one or more instances shall not constitute a waiver by City of such performance, conditions or rights either then or in the future. Either party may cancel the order without further cost or liability to the other party in the event that any proceedings are instituted by or against the other party in bankruptcy or insolvency under any provision of the Bankruptcy Code, as amended, or in the event of any assignment for the benefit of creditors. 9. REMEDIES: Remedies of the parties of the contract include, but are not limited to, the following: (a) If City cancels the contract in whole or in part as provided in Section 7, above, City may procure goods similar to those canceled, by such means and under such terms as City deems necessary and appropriate, and Seller shall be liable to City for any excess costs for such similar goods. Seller shall further be responsible for continued performance of any portion of the order not canceled according to the provisions of the contract; (b) The rights and remedies of the City provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law, including consequential damages; (c) The failure of City to insist upon strict performance of any of the terms of the contract, or to exercise any rights thereunder shall not be construed as a waiver of City's rights; (d) Seller may be excused from performance under the contract provided that Seller notifies City within five (5) days of discovery of any of the following events: 1.) Acts of God, acts of public enemy, acts of civil authority with lawful jurisdiction over Seller, acts of war, fire, flood, unusually severe weather, earthquake, epidemic, quarantine restrictions, freight embargoes, or acts of City; 2.) Seller's failure to perform is caused by default of a supplier or subcontractor and if such default arises out of causes beyond the control of both the Seller and the supplier or subcontractor and without the fault or negligence of either party; 3.) Seller has made a good -faith effort to obtain supplies or services from other sources in such time to meet City's required delivery schedules, if such events named above cause supplier default. 10. NOTICE OF LABOR DISPUTES: Whenever an actual or potential labor dispute delays or threatens to delay the timely performance of the order, Seller shall immediately notify City in writing of all relevant information with respect to such dispute. 11. ADDITIONAL CHARGES: No charges for packing, handling, drayage, or special shipping containers or protective materials will be allowed or paid by City unless specified on the face of the purchase order, or specifically listed as an additional and separate charge on Seller's bid. Seller shall be liable for damage to goods caused by improper packing, boxing, or crating. 12. SHIPMENT/RISK OF LOSS: Unless otherwise stated on the face of this purchase order, all goods shall be shipped F.O.B. destination, and Seller shall bear all risk of loss or damage of goods covered by the order, except loss or damage occasioned by negligence of City, until final acceptance by City at delivery destination specified on the face of the order. City reserves the right to reject C.O.D. or collect shipments. 13. TITLE: Title to all goods purchased hereon shall pass directly from Seller to City at the F.O.B. point specified in this bid and on the face of the order, subject to the right of City to reject goods upon inspection. 14. INSPECTION/ACCEPTANCE: Payment for any goods purchased under the contract shall not constitute acceptance thereof. All goods purchased thereunder are subject to inspection at City's discretion, either before or after acceptance, at City's option. City reserves the right to reject and refuse acceptance of goods which is not in conformance with City's specifications, instructions, and drawings, and in conformance with Seller's warranties (express or implied). Goods not accepted will be returned to Seller for full credit or replacement at City's option and at Seller's risk and expense, including demurrage and/or transportation both ways. City shall not be liable for failure to accept any part of the goods ordered, if such failure is the result of any cause beyond the control of the City. Without limitation, among such causes are fires, floods, acts of God, strikes, casualties, delays in transportation, or partial or total closure of City's facilities. Acceptance of all or any part of the goods shall not be deemed to be a waiver of City's right either to cancel or to retum all or any portion of the order because of Seller's fallure to conform to the contract, or by reason of defects or other breach of warranty or to make any daim for damages caused by improper boxing, crating, packing or shipping. Such rights shall be in addition to any other remedies provided bylaw. 15. LIENS, CLAIMS, AND ENCUMBRANCES; Seller warrants and represents that all goods delivered under this order wlII be free and clear of all Ilens , claims, and encumbrances of any kind. 16. PAYMENTIOISCOVNT: Payment shall be made, upon submission of acceptable invoice($), for goods delivered and accepted as specified herein and on the order. Drafts or statements will not be honored. It is the City's Intent to pay all invoices within 30 days following racalpt of invoice or data of delivery and acceptance, whichever I$ later. If involce amount is in variance with contract amount, payment will be made within thirty days of resolu ton of variance and receipt of Corrected Invoice, if applicable. 17. RETURNS: All goods purchased under this order are subject to City's inspection and approval as specified in Paragraph 14, above. Goods rejected by City for cause shall be held for pickup, returned, or stored at Seller's sole expense. Where return is necessary due to Seller's error, City reserves the right to assess handling charges equal to Sellers standard restocking fee, as a percentage of the value of the returned goads. Any casts incurred by City shall be promptly reimbursed to City by Seller. 18. WARRANTIES: Seller hereby warrants with respect to goods furnished under this order that: (1) Setter has good Ufle to the goods, (2) the goods conforms to City's specifications, lnstructJons, andlor drawings, (3) the goods Is fit for the purpose for which It Is purchased, (4) the goods is merchantable, (5) the goads has no latent defect, and (6) the goods has been manufactured in a good workmanlike manner using the highest quality material in Conformity with the bast standard manufacturing practices. This warranty shall survive any inspection, acceptance or return of any such goods and shall apply to City and its customers. 19. DISPUTESIGOVERNING LAW: In any suit or action brought to enforce any term, condition, or covenant herein, at to recover damages arising from any breach of the contracl, the fosing party shall pay to the prevailing party reasonable attorneys' fees and all other costs and expenses which may be incurred by the prevailing party in any such suit or action and in any reviews thereof and appeals therefrom. The laws of the State of California shall govern any order made pursuant to this bid and subsequent award, and the venue of any actions, disputes, or claims brought thereunder shall be laid In or transferred to the County of San Joaquin in the State of California. 12755 FOLSOM BOULEVARD FOLSOM, CA 95630 - (916) 353-2000 2023 ORDER FINAL ORDERS DUE 9/9/2022 STATE CONTRACT 1-22-23-14C K8A 4DR AWD POLICE .119" WHEELBASE UM AGATE BLACK 9 CLTH BKTS/VNL R 6 EBONY 500A EQUIP GRP .AM/FM STEREO 99C 3.OL ECOBOOST 44U 10SPD AUTO TRAN CA BOARD FEES FLEET SPCL ADJ 16D BADGE DELETE 17T CARGO DOME LAMP 425 50 STATE EMISS 43D COURTESY DISABL 51S DUAL LED LAMPS 60R NOISE SUPPRESS 66A FRONT HDLMP PKG .GRILL WIRING 66C REAR LIGHT PKG 68G RR DR/LK INOP 76R REVERSE SENSING 87R RR VIEW MIR/CAM 90E LH/RH PNLS III 153 FRT LICENSE BKT VANIL A. PAPh 4 Fleet Director PATROL (916) 353-2000, F)d.376 Toll Free 1-800-655-0555 Cell (916) 825-1622 For (916) 353-2078 danrQfolsomlakeford.com 9/7/2022 $53,891.00 PLUS TAX q,44 -G -N -TWc $8.75 CA TIRE FEE LES $500.00 DISCOUNT 20 DAY PAYMENT INCLUDES PAINTED WHITE ROOF AND 4 DOORS ., MEMORANDUM, City of Lodi To: Fleet Manager Finance Director City Manager From: Lt. Sean Blandford, Police Fleet Coordinator Date: September 8, 2022 Subject: Disposition of Vehicle #05-024 Please continue with the circulation of the attached disposition form as outlined below: Initial/Date / 1. Department Head, please complete the subject memorandum, sign, date and send to the Fleet Manager for approval. 1 2. Fleet Manager, please sign, date and send to Finance Director.' 1 3. Finance Director, please sign and date. / 4 City Manager, please approve by signing and dating where indicated and send to Fleet Manager. / 5. Fleet Manager, attach, sign, and date Title and other DMV documents. / 6. Fleet Coordinator, please have copies made for City Council and Risk Manager. / 7. Fleet Manager, initiate disposition and maintain original on tile. Lt. Sean Blandford Police Fleet Coordinator attachment: Memorandum for Disposition of Vehicle 0 MEMORANDUM FOR PURCHASE/DISPOSITION OF VEHICLE To: Fleet Supervisor Deputy City Manager/Internal Services Director City Manager From: Jennelle Baker, Management Analyst Date: September 8, 2022 Subject: Request for Approval to Purchase Replacement of and Disposal of Surplus Vehicle # 05-024 Approval is requested to purchase the replacement for, and complete the disposition of, the following vehicle: Year 2016 Make Ford Model Interceptor BodyType SUV Current Assignment Dept. Police Division Operations City Vehicle No. 05-024�Lic. No. 1485253 VIN 1 FM5K8AR3GGA48472 Current Odometer or Hour Meter Reading Miles/Hours (circle one) Replacement Guidelines for this Vehicle Service Years 3-8 Mileage/Hours 80.000 Additional Information This vehicle is over the replacement limits and was bodgeted to be replaced in the 2022/23 budget year. Cost of Repairs Cost of Maintenance Total Cost of Repairs to Date to Date $ and Maintenance to Date $ Estimated value (check one) ❑ No value or junk ❑ <$1,000 ❑ $1,000-$3,000 ❑ Other: $ Planned method of disposition (check one) ❑ Intra -City Transfer to Department, ❑ Sealed Bid ❑ Off-site Auction ❑ Trade-in ❑ Dismantled, for Parts Fleet (Wrecked vehicles estimated to have only junk value shall be removed from City property by the most economical means.) Fund to be credited. Vehicle Replacement Fund 64300000.54391 Fleet Coordinator Approved: Fleet Supervisor Date: Approved: Date: Deputy City Managedlntemal Services Director Approved: City Manager Date: Attachments for signature: ❑ Title ❑ Vehicle/Vessel Transfer Form ❑ Release of Liability ❑ (Other) Malibu Replacement Memo • Bill To • Accounts Payable City of Lodi P O Box 3006 ' Lodi, CA 95241-1910 Vendor Folsom Lake Ford 12755 Folsom Blvd Folsom, CA 95630 916-353-2000 09/15/2022 141073 City of Lodi, California Materials Purchase Order Fiscal Year 2023 Purchase Order # Contact Ship To Police Department City of Lodi 215 West Elm Street Lodi, CA 95240 1230098 FOB - City of Lodi Dock Replacement Patrol Vehicle 05-010 The Above Purchase Order Number Must Appear On All Correspondence - Packing Sheets And Bills Of Lading ITEM # DESCRIPTION / PART # CITY UOM 1 4DR AWD Police Vehicle - 3.0 ECO Boost\par State Contract 1-22-23-14C 1.0 EACH Sales Tax: $4446.01 GL Account: 64399100 - 77040 $58,337.01 2 CA Tire Fee 1.0 EACH GL Account: 64399100 - 77040 $8.75 By Police Not Valid without Terms & Conditions attached. File Copy Total Ext. Price Total Discount Total Credit Purchase Order Page: 1 of 1 2230076 Police Department $53,891.00 $53,891.00 $8.75 $8.75 $53,899.75 $4,446.01 $0.00 $0.00 $0.00 TERMS AND CONDITIONS 1. ACCEPTANCE AND AMENDMENTS: Seller (the supplier whose name appears on the face of this order) agrees that this order of the City of Lodi (hereinafter referred to as "City") becomes a contract, subject to the terms and conditions set forth below and on the face hereof, when acknowledgment has been signed and returned by Seller (if requested), or upon commencement of performance by Seller. Seller's different or additional terms and conditions are hereby objected to, and no additional or different terms and conditions of Seller, or agreement or understanding to modify contract shall be binding upon the City unless specifically agreed to in writing and signed by City's authorized representative(s). No other action by City shall constitute acceptance of Seller's different or additional terms and conditions. 2. COMPLIANCE WITH LAWS: In the performance of work required under this order, Seller agrees to comply with all applicable federal, state and local laws, rules, regulations and ordinances, and shall hold City harmless from liability resulting from failure of such compliance. 3. FAIR LABOR STANDARDS ACT: Seller certifies that all supplies, materials or equipment provided under this order will be produced in compliance with all applicable requirements of Section 6, 7, and 12 of the Fair Labor Standards Act, as amended, and all regulations and orders issued by the U. S. Department of Labor under said Act. 4. INDEMNIFICATION/HOLD HARMLESS: Seller further agrees to indemnify and hold harmless City from any and all losses, liabilities, damages, claims, demands, suits, actions, proceedings, subrogations and expenses, including court costs and reasonable attorneys' fees, relating in any way to completion of this order, or the goods manufactured and delivered thereunder, except for goods manufactured entirely to City's specifications, and except for actions by City over which Seller has no control, which are claimed or made by any person, firm, or corporation, including employees, workers, servants or agents of Seller and Sellers subcontractors arising from any cause or for any reason whatsoever. Seller further agrees, upon receipt of notification, to promptly assume full responsibility for the defense of any and all such suits, actions, or proceedings which may be brought against Seller or against City. 5. PATENT INDEMNITY: Seller shall hold City, its officers, agents and employees, harmless from liability of any nature or kind, including costs, expenses and attorneys' fees, for infringement or use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance provided or used in connection with performance under this order. Supplier may, at City's discretion, be required to furnish a bond or other indemnification to City against claims or liability for patent infringement. 6. DELIVERY: Time shall be of the essence an this order, and if delivery of supplies, materials or goods is not made in the quantities and at the time(s) specified in the quotation or bid, City reserves the right without liability, and in addition to its other rights and remedies, to take either or both of the following actions: (a) Direct expedited routings of goods ordered (the difference in cost between the expedited routing and the order routing costs shall be borne by the Seller); (b) Terminate the order by notice, effective when received by the Seller, as to ordered goods not yet shipped, and to purchase substitute goods elsewhere and collect from Seller the difference in costs between the substitute goods and goods ordered under the contract. Neither City nor Seller shall be liable for excess costs of deliveries or defaults due to causes beyond its control and without its fault or negligence, provided, however, that when Seller has reason to believe that deliveries will not be made as scheduled, written notice setting forth the cause of the anticipated delay will be given immediately to City. If Sellers delay or default is caused by a delay or default of a _subcontractor, such delay or default shall be excusable only if it arose out of causes beyond the control of both Seller and subcontractor and without the fault or negligence of either of them and the goods to be furnished was not obtainable from other sources in sufficient time to permit Seller to meet the required delivery or performance schedule. City reserves the right to refuse or reject all shipments over and above the quantity or quantities stated in the contract. 7. CHANGE ORDERS: City reserves the right at anytime to make written changes within the general scope of the contract in anyone or more of the following: (a) Specifications, drawings, and data incorporated in the contract where the items to be furnished are to be specially manufactured for City; (b) Methods of shipment or packing; (c) Time of delivery; (d) Place of delivery; (e) Method of delivery; (f) Quantities. If any such changes cause an increase or decrease in the cost of or in the time required for the performance of the contract, an equitable adjustment shall be made in the contract price, or delivery schedule, or both. Any claim by Seller for adjustment in this cause must be approved by City's authorized representative(s) in writing before Seller proceeds with such change. Price increases shall not be binding upon City unless evidenced by a change order, amendment, or revision signed by City's authorized representative(s). 6. CANCELLATION: For Sellers failure to comply with any material terms or conditions hereof, or for failure to perform on all or any part of the undelivered portion of the order or contract, City may cancel the order, in whole or in part, without further liability to the City. Such cancellation, however, shall be without prejudice to claims of either party arising prior to cancellation and without prejudice to any claim City may have against Seller for breach inducing cancellation. Failure of City to insist on strict performance or observance by Seller of the order, these conditions or City's rights in any one or more instances shall not constitute a waiver by City of such performance, conditions or rights either then or in the future. Either party may cancel the order without further cost or liability to the other party in the event that any proceedings are instituted by or against the other party in bankruptcy or insolvency under any provision of the Bankruptcy Code, as amended, or in the event of any assignment for the benefit of creditors. 9. REMEDIES: Remedies of the parties of the contract include, but are not limited to, the following. (a) If City cancels the contract in whole or in part as provided in Section 7, above, City may procure goods similar to those canceled, by such means and under such terms as City deems necessary and appropriate, and Seller shall be liable to City for any excess costs for such similar goods. Seller shall further be responsible for continued performance of any portion of the order not canceled according to the provisions of the contract; (b) The rights and remedies of the City provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law, including consequential damages; (c) The failure of City to insist upon strict performance of any of the terms of the contract, or to exercise any rights thereunder shall not be construed as a waiver of City's rights; (d) Seller may be excused from performance under the contract provided that Seller notifies- City within five (5) days of discovery of any of the following events: 1.) Acts of God, acts of public enemy, acts of civil authority with lawful jurisdiction over Seller, acts of war, fire, flood, unusually severe weather, earthquake, epidemic, quarantine restrictions, freight embargoes, or acts of City; 2.) Seller's failure to perform is caused by default of a supplier or subcontractor and if such default arises out of causes beyond the control of both the Seller and the supplier or subcontractor and without the fault or negligence of either party; 3.) Seller has made a good -faith effort to obtain supplies or services from other sources in such time to meet City's required delivery schedules, if such events named above cause supplier default. 10. NOTICE OF LABOR DISPUTES: Whenever an actual or potential labor dispute delays or threatens to delay the timely performance of the order, Seller shall immediately notify City in writing of all relevant information with respect to such dispute. 11. ADDITIONAL CHARGES: No charges for packing, handling, drayage, or special shipping containers or protective materials will be allowed or paid by City unless specified on the face of the purchase order, or specifically listed as an additional and separate charge on Seller's bid. Seller shall be liable for damage to goods caused by improper packing, boxing, or crating. 12. SHIPMENT/RISK OF LOSS: Unless otherwise stated on the face of this purchase order, all goods shall be shipped F.O.B. destination, and Seller shall bear all risk of loss or damage of goods covered by the order, except loss or damage occasioned by negligence of City, until final acceptance by City at delivery destination specified on the face of the order. City reserves the right to reject C.O.D. or collect shipments. 13. TITLE: Title to all goods purchased hereon shall pass directly from Seller to City at the F.O.B. point specified in this bid and on the face of the order, subject to the right of City to reject goods upon inspection. 14. INSPECTION/ACCEPTANCE: Payment for any goods purchased under the contract shall not constitute acceptance thereof. All goods purchased thereunder are subject to inspection at City's discretion, either before or after acceptance, at City's option. City reserves the right to reject and refuse acceptance of goods which is not in conformance with City's specifications, instructions, and drawings, and in conformance with Sellers warranties (express or implied). Goods not accepted will be returned to Seller for full credit or replacement at City's option and at Sellers risk and expense, including demurrage and/or transportation both ways. City shall not be liable for failure to accept any part of the goods ordered, if such failure is the result of any cause beyond the control of the City. Without limitation, among such causes are fires, floods, acts of God, strikes, casualties, delays in transportation, or partial or total closure of City's facilities. Acceptance of all or any part of the goods shall not be deemed to be a waiver of City's right either to cancel or to return all or any portion of the order because of Sellers failure to conform to the contract, or by reason of defects or other breach of warranty or to make any claim for damages caused by improper boxing, crating, packing or shipping. Such rights shall be in addition to any other remedies provided by law, 15. LIENS, CLAIMS, AND ENCUMBRANCES. Seller warrants and represents that all goods delivered under this order will be free and clear of all liens, claims, and encumbrances of any kind. 16. PAYMENTIDI$COUNT: Payment shall be made, upon submission of acceptable Invotce(s), for goods dellve red and accepled as specified herein and on the order. Drafts or statements will not be honored. It is the City's Intent to pay all invoices within 30 days following receipt of Invoice or date of delivery and acceptance, whichever Is later, If invoice amount Is in variance with contract amount, payment will be made withln thirty days of resolution of variance and receipt of corrected invoice, if applicable. 17. RETURNS., All goods purchased under this order are subjecl to City's inspection and approval as specified in Paragraph 14, above. Goods rejected by City for cause shall be held for pickup, retu mod, or stored at Salters sale expanse. Where return Is necessary due to Sellers error, City reserves She right to assess handling chargas equal to Sellers standard restocking fee, as a percentage of the value of the returned goods. Any costs incurred by City shall be promptly reimbursed to City by Seller. I& WARRANTIES: Seller hereby warrants with respect to goods furnished under this order that: (1) Seller has good title to the goods, (2) the goads conforms to City's specifics dons, instructions, andior drawings, (3) the goods is fit for the purpose for which it is purchased, (4) the goods is merchanlable. (5) the goods has no latent defect, and (6) tha goods has been manufactured In a good workmanlike manner using the highest quality material in conformity with the best standard manufacturing practices. This warranty shall survive any inspection, acceptance or return of any such goods and stroll apply to City and its customers. 19. DISPUTESIGOVERNING LAW: In any suit or action brought to enforce any term, condition, or covenant herein, or to recover damages arising from any breach of the contract, the losing parry shah pay to the prevailing party reasonable allorneye fees and all other costs and expenses which may be Incurred by the prevailing parry in any such suit or action and in any reviews thereof and appeals therefrom. The laws of the State of California shall govern any order made pursuant to lhis bid and subsequent award, and the venue of any actions, disputes, or claims brought thereunder shall be lald In or transferred to the County of San Joaquin in the Slate of California. 12755 FOLSOM BOULEVARD FOLSOM, CA 95630 • (916) 353-2000 - 2023 ORDER FINAL ORDERS DUE 9/9/2022 STATE CONTRACT 1-22-23-14C K8A 4DR AWD POLICE .119" WHEELBASE UM AGATE BLACK 9 CLTH BKTS/VNL R 6 EBONY 500A EQUIP GRP .AM/FM STEREO 99C 3.OL ECOBOOST 44U 10SPD AUTO TRAN CA BOARD FEES FLEET SPCL AN 16D BADGE DELETE 17T CARGO DOME LAMP 425 50 STATE EMISS 43D COURTESY DISABL 51S DUAL LED LAMPS 60R NOISE SUPPRESS 66A FRONT HDLMP PKG .GRILL WIRING 66C REAR LIGHT PKG 68G RR DR/LK INOP 76R REVERSE SENSING 87R RR VIEW MIR/CAM 90E LH/RH PNLS III 153 FRT LICENSE BKT DANJL A. RA Nota Fleet Director PATROL (9181 353-2000, 133d.376 Toll Free 1.800-655-0555 Cell (916) 825-1622 Fax (916) 353-2078 donr@folsomlakeford.com 9/7/2022 $53,891.00 PLUS TAX q,4+(,,N Tax $8.75 CA TIRE FEE LESSS $500 00 COUNT 20 DAY PAYMENT INCLUDES PAINTED WHITE ROOF AND 4 DOORS From: MEMORANDUM, City of Lodi Date: Subject: Fleet Manager Finance Director City Manager Lt. Sean Blandford, Police Fleet Coordinator September 8, 2022 Disposition of Vehicle #05-010 Please continue with the circulation of the attached disposition form as outlined below: Initial/Date / 1. Department Head, please complete the subject memorandum, sign, date and send to the Fleet Manager for approval. / 2. Fleet Manager, please sign, date and send to Finance Director. / 3. Finance Director, please sign and date. / 4 City Manager, please approve by signing and dating where indicated and send to Fleet Manager. / 5. Fleet Manager, attach, sign, and date Title and other DMV documents. 1 6. Fleet Coordinator, please have copies made for City Council and Risk Manager. / 7. Fleet Manager, initiate disposition and maintain original on file. Lt. Sean Blandford Police Fleet Coordinator attachment: Memorandum for Disposition of Vehicle (D MEMORANDUM FOR PURCHASE/DISPOSITION OF VEHICLE To: Fleet Supervisor Deputy City Manager/Internal Services Director City Manager From: Jennelle Baker, Management Analyst Date: September 8, 2022 Subject: Request for Approval to Purchase Replacement of and Disposal of Surplus Vehicle # 05-010 Approval is requested to purchase the replacement for, and complete the disposition of, the following vehicle: Year 2016 Make Ford Model Interceptor BodyType Current Assignment Dept. Police Division Operations City Vehicle No. 05-010_Lic. No. 1485256 VIN 1 FM5K8AR9GGA48475 Current Odometer or Hour Meter Reading SUV Miles/Hours (circle one) Replacement Guidelines for this Vehicle Service Years 3-8 Mileage/Hours 80.000 Additional Information This vehicle is over the replacement limits and was budgeted to be reo/aced in the 2022123 budget vear. Cost of Repairs Cost of Maintenance Total Cost of Repairs to Date to Date $ and Maintenance to Date $ Estimated value (check one) ❑ No value or junk ❑ <$1,000 ❑ $1,000-$3,000 []Other: $ Planned method of disposition (check one) ❑ Intra -City Transfer to Department, ❑ Sealed Bid ❑ Off-site Auction ❑ Trade-in ❑ Dismantled, for Parts Fleet (Wrecked vehicles estimated to have only junk value shall be removed from City property by the most economical means.) Fund to be credited. Vehicle Replacement Fund 64300000.54391 Fleet Coordinator Approved: Fleet Supervisor Date: Approved: Date: Deputy City Managedlnternal Services Director Approved: City Manager Date: Attachments for signature: ❑ Title ❑ VehicleNessel Transfer Form ❑ Release of Liability ❑ (Other) Malibu Replacement Memo Sales Quote Page: 1 631 North Market Blvd, Suite N Sacramento, CA 95834 Quote Number: 37371 Phone: 916-407-1888 Fax: 916-646-6656 Document Date: 8/19/2022 Terms: Net 30 Payment Method: Sell Lodi Police Department Ship Lodi Police Department To: Jannelle Baker To: Lt. Blandford 215 W Elm Street 215 W. Elm St Lodi, CA 95241 Lodi, CA 95240 Phone: 209-333-6722 Phone: 209-333-6722 Ship Via Customer ID 50888 Tax Ident. Type Legal Entity Salesperson Steve Adair Vehicle Information: 2022 FORD PIU PRICES ARE VALID FOR 30 DAYS FROM DATE OF QUOTE UNLESS OTHERWISE SPECIFIED Manufacturer Item No. Description Name Quantity Unit Price Total Price Utility 2022/2023 Patrol Front End Equipment SA315P SIREN SPEAKER 10OW Whelen 1 199.99 199.99 SAK66P SPEAKER BRACKET-P/S UTILITY 2020 Whelen 1 34.30 34.30 BK20191TU20 PB450L4 LIGHTED PUSH BUMPER ION TRIO R/B/W 20+ Setina 1 951.15 951.15 UTI LITY EX0011 PATROL POWER HARNESS FRT MNT PI UTIL 2020 Patrol Power 1 725.60 725.60 Line notes OEM Wig Wag and Corner Lights INSTALLATION CHARGES Labor Items 7 105.00 735.00 Roof Equipment BJ2DEDE-LEHR LIBERTY 11 WCX LIGHT BAR 54" Whelen 1 2,199.00 2,199.00 PROMO STPKT105 STRAP KIT UTILITY 2020- Whelen 1 NMO-K-DS COAX CABLE Misc Radio Parts 1 29.64 29.64 1 INSTALLATION CHARGES Labor Items 3 105.00 315.00 Customer Supplied Materials RADIO HARRIS M7300, ANTENNA AND CABLE Drivers Compartment C-VS-1210-INUT 2020-21 FORD INTERCEPTOR UTILITY MID -HEIGHT Havis 298.49 298.49 C -MD -119 11" SLIDE ARM Havis 1 244.35 244.35 C-EB40-CCS-1 P FACE PLATE 1 PC 4" Havis 1 C-EB30-CH7-1P FACE PLATE 1 P 3" Havis 1 C-CUP2-1 CON,ACSY,CUP HOLDER 4" Havis 1 31.79 31.79 C -FP -1 FACE PLATE 1" Havis 1 C -FP -2 FACE PLATE 2" Havis 2 631 North Market Blvd, Suite N Sacramento, CA 95834 Phone: 916-407-1888 Fax: 916-646-6656 Sell Lodi Police Department To: Jannelle Baker 215 W Elm Street Lodi, CA 95241 Phone: 209-333-6722 Ship Via Tax Ident. Type Legal Entity Sales Quote Page: 2 Quote Number: 37371 Document Date: 8/19/2022 Terms: Net 30 Payment Method: Ship Lodi Police Department To: Lt. Blandford 215 W. Elm St Lodi, CA 95240 Phone: 209-333-6722 Customer ID 50888 Salesperson Steve Adair Vehicle Information: 2022 FORD PIU PRICES ARE VALID FOR 30 DAYS FROM DATE OF QUOTE UNLESS OTHERWISE SPECIFIED Manufacturer Item No. Description Name Quantity Unit Price Total Price C -AP -0645-L ACCY POCKET 6" W/HINGED LID/LOCK Havis 1 93.49 93.49 MMSU-1 MAGNETIC MIC KIT Magnetic Mic 2 34.95 69.90 GK10301S1 U DUAL WEAPON MNT SM LOCK/UNIV XL W/#2 KEY Setina 1 407.20 407.20 I INSTALLATION CHARGES Labor Items 12.5 105.00 1,312.50 Customer Supplied Materials Computer,dock and power supply RADIO HARRIS, CABLE AND ANTENNA Prisoner Compartment PK04191TU20TM *10VSC RP COATED POLY PARTITION W/WINDOW SCREEN Setina 1 839.20 839.20 WK05141TU20 WINDOW BARRIERS VS STEEL VERTICAL UTILITY 2020 Setina 1 255.20 255.20 DKO1001TU20 TPO DOOR PANELS BILK, UTIL 2020 Setina 1 247.20 247.20 QK06351TU20 REPL SEAT W/CENTER PULL BELTS & 12VS REAR PARTITON Setina 1 1,214.40 1,214.40 3 INSTALLATION CHARGES Labor Items 7.5 105.00 787.50 Back End Equipment TK23071TU20 EZ LIFT CARGO DECK W/RADIO TRAY 2020 UTIL Setina 1 1,183.20 1,183.20 TKO241ITU20EZ CARGO BOX DSC BSN Setina 1 1,367.20 1,367.20 MDPE-MODULE PRE EMPTION MOD Ecco 1 193.51 193.51 VTX609R VERTEX SUPER -LED LIGHT RED Whelen 1 84.99 84.99 VTX609B VERTEX SUPER -LED LIGHT BLUE Whelen 1 84.99 84.99 C399 CENCOM CORE WCX CONTROL CENTER Whelen 1 1,049.00 1,049.00 C3991(4 OBDII CANPORT CABLE KIT FORD W/O OEM OPTION 61 B Whelen 1 CCTL7 WECAN-X 21 BUTTON/SLIDE CONTROL HEAD Whelen 1 1 INSTALLATION CHARGES Labor Items 14 105.00 1,470.00 INSTALL INSTALL MATERIALS Service Items 1 395.00 395.00 631 North Market Blvd, Suite N Sacramento, CA 95834 Phone: 916-407-1888 Fax: 916-646-6656 Sell Lodi Police Department To: Jannelle Baker 215 W Elm Street Lodi, CA 95241 Phone: 209-333-6722 Ship Via Tax Ident. Type Vehicle Information: 2022 FORD PIU Legal Entity Sales Quote Page: 3 Quote Number: 37371 Document Date: 8/19/2022 Terms: Net 30 Payment Method: Ship Lodi Police Department To: Lt. Blandford 215 W. Elm St Lodi, CA 95240 Phone: 209-333-6722 Customer ID 50888 Salesperson Steve Adair PRICES ARE VALID FOR 30 DAYS FROM DATE OF QUOTE UNLESS OTHERWISE SPECIFIED Manufacturer Item No. Description Name Quantity Unit Price Total Price F Shipping Charges Service Items Agency Approval Amount Subject to Sales Tax Name: 16818.79 Amount Exempt from Sales Tax Auth. Signature: 425.00 Subtotal: Total Sales Tax: 425.00 425.00 17,243.79 1387.55 Total: 18,631.34 PLEASE READ: No returns without approval and an RMA# will be accepted. All shortages, damage, or return claims must be made within 10 days of invoice date. NO EXCEPTIONS. A copy of the invoice and RMA paperwork must be shipped with returns. All return orders or cancellations are subject to a 25% restocking fee plus freight. Any change orders made 60 days prior to the installation date may be subject to a production delay and pricing changes. PRICES ARE SUBJECT TO CHANGE WITHOUT NOTICE. RESOLUTION NO. 2022-246 A RESOLUTION OF THE LODI CITY COUNCIL RATIFYING THE CITY MANAGER'S APPROVAL OF FOUR PATROL VEHICLE REPLACEMENTS FROM FOLSOM LAKE FORD, OF FOLSOM, AND EMERGENCY EQUIPMENT AND INSTALLATION FROM STOMMEL, INC., DBA LEHR, OF SACRAMENTO WHEREAS, the Lodi Police Department was allotted the purchase of four Ford Police Interceptor Utility Vehicles through the normal Fiscal Year 2022/23 budgeting process; and WHEREAS, the Ford dealership provided the Police Department with a price quote the same day and informed the department that Ford announced they were refusing orders for the rest of the year on September 9, 2022; and WHEREAS, the City Manager approved the purchase of the vehicles before they could be scheduled for Council approval; and WHEREAS, staff requests the authorization to replace four Ford Interceptors with 2023 Ford Police Interceptor utility vehicles from Folsom Lake Ford, a State of California contract dealer for government vehicles, in the amount of $58,345.76 each, plus an additional $18,631.34 for purchase and transfer of emergency and electronic equipment through Lehr, for a $307,908.40 total cost. NOW, THEREFORE, BE IT RESOLVED that the City Council does hereby ratify the City Manager's approval of the purchase of four 2023 Ford Police Interceptor utility vehicles from Folsom Lake Ford, of Folsom Lake, California, a State of California contract dealer for government vehicles, in the amount of $58,345.76 each, plus an additional $18,631.34 for purchase and transfer of emergency and electronic equipment through Lehr, of Sacramento, California, for a $307,908.40 total cost. Date: October 19, 2022 I hereby certify that Resolution No. 2022-246 was passed and adopted by the Lodi City Council in a regular meeting held October 19, 2022, by the following vote: AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None OLIVIA NASHED City Clerk 2022-246