HomeMy WebLinkAboutReso 91-2021 (21-344)City of South San Francisco P.O. Box 711 (City Hall,
400 Grand Avenue)
South San Francisco, CA
City Council
Resolution: RES 91-2021
File Number: 21-344 Enactment Number: RES 91-2021
RESOLUTION APPROVING BUDGET AMENDMENT
21.050 TO APPROPRIATE $346,500 IN FUNDS FROM
THE INFRASTRUCTURE RESERVE FUND AND
$103,500 FROM THE PUBLIC SAFETY IMPACT FEE
FUND INTO THE VEHICLE REPLACEMENT FUND
AND AMENDING THE VEHICLE REPLACEMENT
FUND IN THE AMOUNT OF $450,000 FOR
CONSTRUCTION AND PURCHASE OF AN
ADVANCE LIFE SUPPORT AMBULANCE IN THE
AMOUNT OF $394,965 AND THE PURCHASE OF
ASSOCIATED TOOLS AND EQUIPMENT IN THE
AMOUNT OF $55,035; AND APPROVING AND
AUTHORIZING THE CITY MANAGER TO ENTER
INTO A PURCHASE AGREEMENT WITH RED SKY
EMERGENCY VEHICLES FOR THE
CONSTRUCTION AND PURCHASE OF AN
ADVANCED LIFE SUPPORT AMBULANCE.
WHEREAS, The South San Francisco Fire Department (SSFFD) recommends the purchase of a
Braun Super Chief Medium -Duty, International MV607 ambulance, constructed by Red Sky Emergency
Vehicles (Red Sky) that has exceeded its scheduled replacement timeline; and
WHEREAS, SSFFD provides ALS ambulance transport in the City of South San Francisco by
using two ALS ambulances each staffed with two paramedics/ firefighters centrally located in the City at
stations 61 and 63. These two ambulances respond into all five fire station districts. Nearly 70 percent of
all Fire Department emergency responses are medical in nature and the ambulances respond to
approximately 5,000 calls annually; and
WHEREAS, the ambulance fleet consists of two front-line ambulances and one reserve. One
ambulance was purchased in 2016 and the other two were purchased in 2011. The vehicle replacement
schedule calls for a nine-year life cycle with one ambulance purchased every three years; however, the
2019 replacement was deferred leaving only two vehicles to alternate when a frontline vehicle was out of
service; and
WHEREAS, SSFFD staffs exclusively dual -role Paramedic Firefighters on our Advance Life
Support (ALS) ambulances, making it difficult to find appropriate storage capacity for County required
equipment, personal protective gear and firefighting equipment, and other equipment that better serve
the community; and
City of South San Francisco Page 1
File Number: 21-344
Enactment Number., RES 91-2021
WHEREAS, SSFD staff considered the need for additional storage area, associated weight of
materials and equipment, longevity of the apparatus, ambulance chassis and manufacturer build are
wheelbase, turning radius and clearance during the review of specifications of the available vehicles and
ambulance builds; and
WHEREAS, after considering all of the influencing factors, staff selected the International MV607
model drivetrain with the Braun Super Chief ambulance body as the most appropriate ambulance; and
WHEREAS, SSFFD plans on purchasing this ambulance through the HGAC-Buy (HGAC), which
is the Houston -Galveston Area Council. HGAC is a Cooperative Purchasing Program which assists local
governments in reducing costs through government -to -government procurement services. It is a program
that is available to local government entities and qualifying non-profit corporations. As a unit of local
government, it assists other local governments with procurement processes by establishing competitively
priced contracts for goods and services; and
WHEREAS, HGAC follows bid and purchasing guidelines that align with the City of South San
Francisco Municipal Code §4.04.080, Open market procedures for purchases and sales exclusive oj
public pro'e� cts, and all of its contracts have been awarded by public competitive procurement processes
compliant with state statutes; and
WHEREAS, South San Francisco Municipal Code §4.04.040, Agreements with other governmental
a ems, authorizes contracts with any other governmental agency to purchase or contract for specified
supplies, services or equipment as long as their procedures are in conformance with state law;
WHEREAS, the City of South San Francisco has had a contract with HGAC since 2013 to make
purchases for all types of large equipment, and through HGAC it has identified Red Sky with whom it
will contract to purchase the Braun Super Chief Medium -Duty, International MV607 ambulance; and
WHEREAS, Red Sky has a contract with HGAC guaranteeing to honor the awarded bid price of
the Braun Super Chief Medium -Duty, International MV607 ambulance to anyone who purchases
through HGAC, and HGAC has reviewed Red Sky's bid proposal and completed a price verification of
the contracted bid pricing; and
WHEREAS, on June 26, 2019 the City Council adopted of the 2019-21 Biennial Operating
Budget, funding the Equipment Replacement budget to allow for purchase of a new ambulance. A total
of $385,000.00 was approved in the amendment to the FY 2020-2021 Budget for the replacement of
vehicle 516; and
City of South San Francisco Page 2
File Number: 21-344 Enactment Number., RES 91-2021
WHEREAS, budget amendment 21.050 appropriates $346,500 in funds from the Infrastructure
Reserve fund and $103,500 from the Public Safety Impact Fee Fund into the Vehicle Replacement Fund
and amends the Vehicle Replacement Fund in the amount of $450,000 for construction and purchase of
an advance life support ambulance in the amount of $394,965 and the purchase of associated tools and
equipment in the amount of $55,035.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of South San
Francisco does hereby take the following actions:
1. Approves the purchase of an advanced life support ambulance in the amount of $394,965 and related
equipment in the amount of $55,035.
2. Approves a purchase agreement with Red Sky Emergency Vehicles for the construction and purchase
of an advanced life support ambulance, attached hereto and incorporated herein as Exhibit A.
3. Authorizes the City Manager to execute the purchase agreement in substantially the same form as
Exhibit A, subject to approval as to form by the City Attorney.
4. Approves budget amendment budget amendment 21.050 to appropriate $346,500 in funds from the
Infrastructure Reserve fund and $103,500 from the Public Safety Impact Fee Fund into the Vehicle
Replacement Fund and amending the Vehicle Replacement Fund in the amount of $450,000 for
construction and purchase of an ambulance.
5. Authorizes the City Manager to take any other action consistent with carrying out the intent of this
resolution.
At a meeting of the City Council on 5/12/2021, a motion was made by Councilmember Nicolas,
seconded by Councilmember Coleman, that this Resolution be approved. The motion passed.
Yes: 5 Mayor Addiego, Vice Mayor Nagales, Councilmember Nicolas, Councilmember
Coleman, and Councilmember Flores
r
Attest by ,
Rosao ea Acosta, City Clerk
City of South San Francisco Page 3
Page 1 of 4
[Rev:11/14/2016]
PURCHASE AGREEMENT BETWEEN THE
CITY OF SOUTH SAN FRANCISCO AND [RED SKY EMERGENCY VEHICLES]
These terms and conditions govern the purchase of materials, supplies, and/or equipment, including any related installation,
training, and/or minor services and repairs described in this Purchase Agreement (“Purchase Agreement”) by RED SKY
EMERGENCY VEHICLES (“Vendor”) for the City of South San Francisco (“City”). Vendor and City are collectively
referred to in this Purchase Agreement as “the Parties.” If the Vendor selects subcontractors to execute a portion the terms
of this Purchase Agreement, that subcontractor is an agent of the Vendor, and is hereby included by reference as “the
Vendor.”
1.Time of Performance. This Purchase Agreement shall commence effective _______ 2021 and shall end when Vendor
has provided to the City the Products and Services described in this Purchase Agreement, and in Exhibit A (“Products”
and/or “Services”). The equipment and products listed in Exhibit A must be delivered by MAY 5, 2022. The
installation and other services set forth in Exhibit A must be completed by JUNE 5, 2022. In the event that any of the
terms of Exhibit A conflict with this Purchase Agreement, the terms of the Purchase Agreement shall prevail.
2.Description of Goods. Vendor shall perform everything required to be performed and shall provide and furnish to City
with 2021 BRAUN AMBULANCE MV607 WITH INTERNATIONAL CHASSIS and shall complete delivery F.O.B.
to the City of South San Francisco on or before 210 days from the receipt of chassis from International in strict
accordance with the specifications as established by this Purchase Agreement and Exhibit(s), which specifications are
incorporated herein and made part of this Purchase Agreement. A fee of $100.00 per day past this delivery timeline
shall be paid by the vendor to the City if the vehicles are not delivered, in acceptable condition, to the City of South San
Francisco.
3.Description of Purchase. The City hereby agrees to pay Vendor for the Products and/or Services with a not to exceed
amount. The total compensation for Products and/or Services performed under this Purchase Agreement is not to
exceed THREE HUNDRED NINETY FOUR THOUSAND, NINE HUNDRED AND SIXTY FIVE DOLLARS
($394,965.00).
The City shall pay Vendor invoices for Products and/or Services actually delivered in accordance with this Purchase
Agreement. To be eligible for payment, Vendor invoices must itemize the Products and/or Services delivered and the
corresponding prices in accordance with this Purchase Agreement. Payment of Vendor invoices does not constitute
acceptance of Products and/or Services delivered. Prices of Products and/or Services delivered that are not in
accordance with this Purchase Agreement are subject to adjustment. In no event will the prices of Products and/or
Services delivered exceed that specified on this Purchase Agreement. Payments shall be subject to adjustment for
defects in quality or failure of Vendor to meet terms and conditions herein and in Exhibit A. Such adjustments shall be
equal to one hundred percent (100%) of City’s costs to correct such defects or Vendor’s failure to meet Purchase
Agreement requirements.
4.Taxes. Vendor shall pay all applicable federal, state and local taxes, which may be chargeable against the delivery of
the Products and/or Services listed herein.
5.General Warranties and Product Compliance. Vendor warrants that: (A) All Products and/or Services are as described
on this Purchase Agreement conform to all drawings, samples, descriptions and specifications contained in Exhibit
A;
(B)All Products and/or Services delivered are new and of good merchantable quality, free from material defects of
workmanship and fit for the purpose for which sold or provided; (C) Vendor has good title to all Products delivered and
all Products delivered are free from liens and other encumbrances; and (D) Vendor's delivery and installation of the
Products and/or Services will be in strict conformity with all applicable local, state, and federal laws. For purposes of
this warranty, any Products or components not meeting the foregoing quality shall be deemed defective. The foregoing
warranty provisions shall also be applicable to equipment or materials provided by a third party entity to Vendor via
this Purchase Agreement.
Vendor also expressly warrants and guarantees, for [3 YEARS, 36,000 MILES] that the Products and/or Services
furnished by it to City shall be free from breakage or defects of material and workmanship under normal use, service
and maintenance from the date of acceptance of the City, and expressly agrees to repair or replace Products and/or
Services or any part thereof which proves defective as a result of inferior or defective materials, equipment or
workmanship. If within the period stated above, any repairs or replacements in connection with the Products and/or
Services are, in the opinion of the City, rendered necessary as a result of the use of inferior or defective materials,
equipment or workmanship, Vendor agrees on receipt of notice from City and without expense to the City, for freight,
parts or labor, to properly repair, replace or correct any and all such defects therein. If Vendor, after such notice, fails to
proceed promptly with the terms of this warranty and guarantee, the City may perform the work necessary to effectuate
such corrections, repairs and replacements, and recover the cost thereof from Vendor.
Page 2 of 4
[Rev:11/14/2016]
6. Damage to City Facilities. Damage to City or public facilities or private property caused by the Vendor or by its
subcontractors during delivery or installation shall be repaired and/or replaced in kind at no cost to the City.
7. Site Safety and Cleanup. The delivery and installation site shall be kept clean and free of hazards at all times during
installation. After installation is completed at the site, Vendor shall clean the surrounding area to the condition prior to
installation.
8. Final Inspection and Work Acceptance. Finished installation work and/or equipment shall be subject to final inspection
and acceptance or rejection by the City.
9. Indemnity. To the fullest extent permitted by law, Vendor shall indemnify, defend (with counsel acceptable to the
City), and hold harmless the City and its elected and appointed officers, officials, employees, agents, contractors and
consultants (collectively, the “City Indemnitees”) from and against any and all liability, loss, damage, claims, expenses
and costs (including, without limitation, attorneys’ fees and costs of litigation) (collectively, “Liability”) of every nature
arising out of or in connection with the delivery and installation of the Products and/or Services described on this
Purchase Agreement or Vendor’s failure to comply with this Purchase Agreement, except such Liability caused by the
gross negligence or willful misconduct of the City Indemnitees.
10. Insurance. Before beginning any installation work and continuing throughout the term of this Purchase Agreement,
Vendor, at its sole cost and expense, furnish the City with certificates of insurance evidencing that Contractor has
obtained and maintains insurance in the following amounts:
A. Workers’ Compensation that satisfies the minimum statutory limits.
B. Commercial General Liability and Property Damage Insurance in an amount not less than ONE MILLION
DOLLARS ($1,000,000) combined single limit per occurrence, TWO MILLION DOLLARS ($2,000,000) annual
aggregate, for bodily injury, property damage, products, completed operations and contractual liability coverage. The
policy shall also include coverage for liability arising out of the use and operation of any City-owned or City-furnished
equipment used or operated by the Vendor, its personnel, agents or subcontractors.
C. Comprehensive automobile insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000) per
occurrence for bodily injury and property damage including coverage for owned and non-owned vehicles.
All insurance policies shall be written on an occurrence basis and shall name the City Indemnitees as additional
insureds with any City insurance shall be secondary and in excess to Vendor’s insurance. If the Vendor’s insurance
policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer’s liability,
or which has the effect of providing that payments of the self-insured retention by others, including additional insureds
or insurers do not serve to satisfy the self-insured retention, such provisions must be modified by special endorsement
so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to
this agreement from satisfying or paying the self-insured retention required to be paid as a precondition to the insurer’s
liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-
insured retention and also must disclose the deductible.
The City Risk Manager, in writing, may approve a variation in the foregoing insurance requirements. A valid and
executed approval by Risk Manager must accompany this Purchase Agreement for a variation to be binding.
11. Prevailing Wage. Where applicable, the wages to be paid for a day's work to all classes of laborers, workmen, or
mechanics on the work contemplated by this Purchase Agreement, shall be not less than the prevailing rate for a day’s
work in the same trade or occupation in the locality within the state where the work hereby contemplates to be
performed as determined by the Director of Industrial Relations pursuant to the Director’s authority under Labor Code
Section 1770, et seq. Each laborer, worker or mechanic employed by Vendor or by any subcontractor shall receive the
wages herein provided for. The Vendor shall pay two hundred dollars ($200), or whatever amount may be set by Labor
Code Section 1775, as may be amended, per day penalty for each worker paid less than prevailing rate of per diem
wages. The difference between the prevailing rate of per diem wages and the wage paid to each worker shall be paid
by the Vendor to each worker.
An error on the part of an awarding body does not relieve the Vendor from responsibility for payment of the prevailing
rate of per diem wages and penalties pursuant to Labor Code Sections 1770-1775. The City will not recognize any
Page 3 of 4
[Rev:11/14/2016]
claim for additional compensation because of the payment by the Vendor for any wage rate in excess of prevailing
wage rate set forth. The possibility of wage increases is one of the elements to be considered by the Vendor.
A. Posting of Schedule of Prevailing Wage Rates and Deductions. If the schedule of prevailing wage rates is not
attached hereto pursuant to Labor Code Section 1773.2, the Vendor shall post at appropriate conspicuous points at the
site of the project a schedule showing all determined prevailing wage rates for the various classes of laborers and
mechanics to be engaged in work on the project under this contract and all deductions, if any, required by law to be
made from unpaid wages actually earned by the laborers and mechanics so engaged.
B. Payroll Records. Each Vendor and subcontractor shall keep an accurate payroll record, showing the name, address,
social security number, work week, and the actual per diem wages paid to each journeyman, apprentice, worker, or
other employee employed by the Vendor in connection with the public work. Such records shall be certified and
submitted weekly as required by Labor Code Section 1776.
12. Payment of Employment Taxes; Tax Withholding. Vendor is solely responsible for the payment of employment
taxes incurred under this Agreement and any similar federal or state taxes. To be exempt from tax
withholding, Vendor must provide City with a valid California Franchise Tax Board form 590 (“Form 590”),
as may be amended and such Form 590 shall be attached hereto and incorporated herein as Exhibit ____.
Unless Vendor provides City with a valid Form 590 or other valid, written evidence of an exemption or
waiver from withholding, City may withhold California taxes from payments to Vednor as required by law.
Vendor shall obtain, and maintain on file for three (3) years after the termination of this Agreement, Form
590s (or other written evidence of exemptions or waivers) from all subcontractors. Vendor accepts sole
responsibility for withholding taxes from any non-California resident subcontractor and shall submit written
documentation of compliance with Vendor’s withholding duty to City upon request.
13. Termination. In addition to all other legal and equitable rights of the City, the City may terminate this Purchase
Agreement upon notice to the Vendor. If the City terminates this Purchase Agreement, the City will pay the Vendor for
Products and/or Services accepted in accordance with this Purchase Agreement prior to the date of termination.
14. Prevailing Party. In the event that either party to this Purchase Agreement commences any legal action or proceeding
(including but not limited to arbitration) to interpret the terms of this Purchase Agreement, the prevailing party in such a
proceeding shall be entitled to recover its reasonable attorney’s fees associated with that legal action or proceeding.
15. Notice. All notices and other communications which are required or may be given under this Agreement shall be in
writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if
transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after
delivery) provided that such facsimile is legible and that at the time such facsimile is sent the sending Party receives
written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery
service (e.g., Federal Express); and (iv) upon receipt, if sent by certified or registered mail, return receipt requested. In
each case notice shall be sent to the respective Parties as follows:
Vendor:
RED SKY EMERGENCY VEHICLES
11366 AMALGAM WAY, STE G
RANCHO CORDOVA, CA 95760
City:
City Clerk
City of South San Francisco
400 Grand Avenue
South San Francisco, CA 94080
16. Assignment, Governing Law. The Vendor may not assign any of Vendor's obligations under this Purchase Agreement
without the City’s prior written approval. This Purchase Agreement is governed by California law. The jurisdiction for
any litigation arising from this Purchase Agreement shall be in the state of California, and shall be venued in the County
of San Mateo.
17. Severability. If any portion of this Purchase Agreement is held invalid, the Parties agree that such invalidity shall not
affect the validity of the remaining portions of this Purchase Agreement.
Page 4 of 4
[Rev:11/14/2016]
18. Entire Agreement. This Agreement represents the entire and integrated agreement between the Parties. This Purchase
Agreement may be modified or amended only by a subsequent written agreement signed by both Parties.
19. Execution in Counterpart. This Agreement may be executed in counterparts and/or by facsimile or other electronic
means, and when each Party has signed and delivered at least one such counterpart, each counterpart shall be deemed an
original, and, when taken together with other signed counterpart, shall constitute one Agreement, which shall be binding
upon and effective as to all Parties.
CITY OF SOUTH SAN FRANCISCO VENDOR
A Municipal Corporation
By:___________________________ By:___________________________
City Manager [KIRSTEN SKYBA], Authorized Rep
Approved as to Form:
__________________________
City Attorney
2729963.1
11366 Amalgam Way, Suite G, Rancho Cordova, CA 95670
RedSky Emergency Vehicles 916.382.4497 O / 916.244.7088 F redskyemergency.com
BRAUN SUPER CHIEF MEDIUM-DUTY AMBULANCE April 19, 2021
INTERNATIONAL MV607 175" WB 4X2 CHASSIS
Richard Walls, EMS Chief
City of South San Francisco Fire Department
480 North Canal Street
South San Francisco, CA 94080
Chief Walls:
Thank you for giving us the opportunity to update our proposal for a Braun Super Chief Medium Duty Type I
ambulance. We understand that you are striving for consistency in how your firefighter/paramedics operate on
each ambulance in your fleet. As a result, we have worked diligently to configure the proposed ambulance to
closely match your current configuration, with a few minor differences related to Braun’s methods of construction
and design. This proposal includes the addition of a Ward No Smoke exhaust protection system and a Clorox
Total 360 electrostatic disinfection system. All other specifications remain the same.
Attached please find the spec summary and custom drawings reflecting the proposed unit. I believe the drawings
and specs reflect your generally desired configuration, but we would refine them during the preconstruction
meeting with Braun’s application engineer(s).
A few highlights of the proposed configuration:
• All aluminum SolidBody™ brake-formed construction for exceptional durability and a lifetime structural
warranty
• Roof and side load testing that exceeds the required load capacity by 300%
• Industry first rollover and side-impact crash testing for the Braun module design for added assurance of
occupant safety. See videos. Given your department’s busy traffic profile, we tend to think this is an
important safety benefit that only Braun can provide.
• Arched roof design allows for more internal headroom, gives added strength across the top, and eliminates
water pooling.
• Sprayed foam insulation on the ceiling, walls, doors, and entire underside of body provides acoustical and
thermal insulation
• EZ Glide™ sliding door for added safety. Braun was the innovator that developed, perfected and introduced
the sliding door to the ambulance market.
• VitaMax™ interior lighting system, with overhead LED dome lights and angled fluorescent lights on each side
provide a bright and shadowless workspace for patient care.
• Gatorhyde protective exterior compartment coating
• All Eberhard handles on module entry and compartment doors. The Braun design disengages the tie rod from
the handle when the door is locked, allowing the mechanism to “free float” to reduce the chance of bending
or breaking the handle or tie rods, especially when pulling on a locked handle. The deep pocket and beefy
handle make it easier to grip when wearing gloves. See video.
• Final inspection trip for three (3) department representatives to Braun factory
• Stryker PowerPro XT Cot, Model 6506, per attached configuration – supplied by dealer
• Stryker PowerLoad cot retention system
• David Clark intercom headset system
• Upgrade air conditioning package including temp-coat coating for added insulation, auxiliary AC
condenser (frame mounted) and auxiliary AC compressor
• Battery jump start system
• Vanner inverter
• Federal EQ2B electronic siren in addition to standard
11366 Amalgam Way, Suite G, Rancho Cordova, CA 95670
RedSky Emergency Vehicles 916.382.4497 O / 916.244.7088 F redskyemergency.com
• Opticom
• Rear view camera
• GoLight remote-controlled spotlight
• Customized streetside compartment configurations including O2 compartment ahead of rear wheels
• Customized curbside compartment configurations including extra-wide front compartment and custom sliding
entry door location
• Customized interior cabinet configurations including restocking cabinets in upper streetside and custom front
bulkhead layout
• Ward No Smoke Exhaust Protection System
• Clorox Total 360 Electrostatic Disinfection System, Portable Cart
We understand that keeping your ambulances on the street and productive is vital. For that reason, our focus is
ensuring fast, convenient service. In your area, our service partner is Derotic Emergency Equipment in Rancho
Cordova. They have a great deal of experience in emergency vehicle repairs and have EVT certified mechanics on
staff. We are also happy to work with any internal resources or other, local service locations that you find work
really well for you.
It’s also worth noting that Braun offers excellent warranty coverage. Details are below. To arrange warranty
service, you just call us and we’ll handle it.
Braun Standard Warranties:
• Structural: Lifetime, transferable module structural warranty
• Conversion: 3 years/36,000 miles
• Multiplex Electrical: 7 years/84, 000 miles
We are pleased to extended the following pricing for your consideration. Please note that a -$3,800 price
discount is available if purchase order is placed prior to May 10, 2021.
Pricing:
Description Price*
One (1) Braun Super Chief Medium-Duty Ambulance, 2022 International MV607
4x2 diesel chassis, per attached spec summary. A trip for three (3) department
representatives for final inspection are included in the proposed price.
Sales Tax, 9.75%, San Mateo County, City of South San Francisco
C alifornia Tire Fee, $1.75 / tire
$359,877.00
$35,088.00
included
Total $394,965.00
*Assumes that City of South San Francisco Fire Department is exempt from California DMV license and
registration fees.
Payment Terms: Payment shall be made directly to RedSky Emergency Vehicles or as directed by RedSky
Emergency Vehicles. Payment is due at time of delivery.
Delivery: 180 - 210 days after receipt of chassis
The Seller shall not be liable for failure to deliver or for any delay in delivering the motor vehicles
covered by this agreement where such failure or delay is due, in whole or in part, to any cause
beyond the control or without the fault or negligence of the Seller. Delays from the chassis
manufacturer will result in extended delivery time, as will changes to this contract once the order
has been placed with Demers Ambulance. Additions or deletions may be made if the vehicle has
11366 Amalgam Way, Suite G, Rancho Cordova, CA 95670
RedSky Emergency Vehicles 916.382.4497 O / 916.244.7088 F redskyemergency.com
not passed that point in production at the time of change.
Delivery Terms: FOB City of South San Francisco Fire Department
Sales & Use Taxes: The price for the motor vehicle specified in this agreement does not include Use Taxes (Federal,
State, or Local) unless expressly stated. Purchaser assumes and agrees to pay, unless prohibited
by law, and such Use, or Occupational Taxes imposed on or applicable to the transaction covered
by this agreement, regardless of which party may have primary tax liability.
Validity: 60 days
Thank you for this opportunity, and we look forward to future discussions about your ambulance needs. Please do
not hesitate to contact me with any questions. I can be reached at 304.839.4051 anytime.
Respectfully,
Kirsten Skyba
VP – Operations & Customer Service