Loading...
HomeMy WebLinkAbout000618 Original ContractpORT4 City of Port Angeles Public Works Utilities Dept Operations Office 1703 South B Street Port Angeles WA 98362 Tel 360- 417 -4541 Fax: 360-452-4972 SERVICE CONTRACT Request for Quotation Contract Contract Title: Police Car 5107 Ford Crown Rebuild Project Number: CP -13 -013 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON "CITY AND Systems for Public Safety. Inc. "CONTRACTOR 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2. TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): All work under this Contract is to be completed by this date: All work under this Contract is to be completed 30 days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. The performance period under this Contract commences calendar days after contract award and ends calendar days after contract award. 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): Time and material, not to exceed: $19.314.20 Time and actual expenses incurred, not to exceed: Unit prices set forth in the Contractor's bid or quote, not to exceed: Firm Fixed Price set forth in Contractor bid or quote in the amount of: The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A City of Port Angeles Record #000618 The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except as are mentioned in the specifications to be furnished by the City of Port Angeles. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. Project CP -13 -013 Page 1 Rev 03/05/2011 E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and /or materials discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and /or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where Toss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination /Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. 5. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Project CP -13 -013 Page 2 Rev 03/05/2011 Contractor, upon the occurrence of any one or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his /her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. HOLD HARMLESS A. The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the Contractor. The Contractor agrees that its obligations under this subparagraph extend to any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the City obtains any judgment or award, and /or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable form the Contractor. Project CP -13 -013 Page 3 Rev. 03/05/2011 B. The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph extend to any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the Contractor obtains any judgment or award, and /or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the City. 11. INSURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12. PREVAILING WAGE This Contract is NOT subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though fully set forth herein. Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit an "Affidavit of Wages Paid For a contract award or an on -call contract work order under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. Project CP -13 -013 Page 4 Rev. 03/05/2011 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. 18. EXTENT OF CONTRACT /MODIFICATION This Contract, together with the attachments and /or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY A. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; Have a current state unified business identifier number; If applicable, have: Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; An employment security department number as required in Tile 50 RCW; and A state excise tax registration number as required in Tile 82 RCW; An electrical contractor license, if required by Chapter 19.28 RCW; An elevator contract license, if required by Chapter 70.87 RCW. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Project CP -13 -013 Page 5 Rev. 03/05/2011 IN WITNESS WHEREOF, the parties have executed this Contract as of tali_ 17 2013. SYSTEMS FOR PUBLIC SAFETY, INC CITY OF PORT ANGELES By: Printed Name: Title: Ge mil id 1 Address: 10b0 1- d Ile Y\ e Y\) City: L- Mce w 06 a Tax ID 26_ Sle2ylQ3 S Phone Number: 2-G3 -gb3-1 1O3 By: Project CP 13 013 Page 6 Printed Name: QGn ��C1 Y1t C4 rim '410Title: C-; YYIGri Ci G} 0 Purchase Order dc; Co 0 Rev. 03/05/2011 City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 ATTACHMENT "A" WORK BY CONTRACTOR The contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. SCOPE OF BID The purpose of this bid is to rebuild /refurbish one (1) Police Cruisers owned by the City of Port Angeles per the specifications below. ITEMS TO BE INCLUDED WITH BID All parts or components used by the winning bidder must be of premium grade and be installed by skilled and knowledgeable workers. The description, manufacturer, supplier and length of warranty will be supplied for each part or component used and placed on a list that will be supplied to the City upon the return of the vehicle for acceptance. AWARD Contract shall be awarded to lowest responsible and responsive bidder. Contract award determination shall be based on Washington State RCW 43.19.1911 and Port Angeles Municipal Code 3.05.050. CONTRACT PERIOD When awarded, the contract is to be in effect for the length of the quoted period specified by the winning bidder or until all vehicles are accepted by the City, whichever time period is shorter. PRICING A. The City reserves the right to increase or decrease the quantity of vehicles for rebuild under this contract any time during the contract period; or to remove from the bid any item, and to pay according to the agreed upon work done and item prices quoted in the proposal. B. The City is entitled to any promotional pricing during the contract period which is lower than pricing as provided in the bid. BID EVALUATION VARIATIONS The award of this contract will not be based on cost alone, as other factors and features are equally important. The City's evaluation will be made on the information supplied by the bidder. Bidders may list variations to these specifications on a separate sheet, referencing the bid item number. This sheet will become part of the bid document. Bidders may also suggest alternatives, in the format sited above, to name brand products specified. In all cases, to be accepted, the variations or alternatives must meet the City of Port Angeles status of "Approved Equal Project CP -13 -013 Page 7 Rev. 03/05/2011 To be considered for an "Approved Equal" status, the specifications of the suggested alternative must be attached for our review as detailed above. If no variations are called out, the bidder will be required to meet or exceed each item in the specifications as written. APPROVED EQUAL The term "Approved Equal' shall mean that the quality of equipment must meet the quality of the named reference and receive City approval. The City shall be the sole arbiter in the determination of equality. The City reserves the right to reject any and all bids and accept the bid or bids that, in the sole and absolute judgment of the City, will best serve the interests of the City. WARRANTY Whenever possible, lifetime warranty parts and components will be used. If a warranty issue arises, the winning bidder will be responsible for resolving the issue as well as all parts, labor and vehicle transportation costs arising from it. AVAILABILITY In the event items become unavailable and cannot be supplied out of current stock, or ordered and received in a timely manner, a unit deemed by the City to be equal must be supplied. If a substitute is not available or acceptable, then a similar unit from the next higher component must be supplied at the same price. If time does not permit this, the order may be canceled, and the requested work purchased from other sources. If the order is canceled, the vendor will reimburse the City for all incurred costs over the contract bid price. If work similar to that specified in the contract is obtained for the bid price, the vendor will not be assessed the liquidated damages cited above. PICK UP /DELIVERY All vehicles will be picked up and delivered by the winning bidder at: City Corporation Yard 1703 So. B St. Building L Port Angeles WA. 98363 The bidder must state on the bid proposal sheet the number of days after the date the purchase order is issued that delivery of all contract specified units are guaranteed. All delays stemming from actions by the City will not be calculated as part of this time limit. LATE DELIVERY All vehicles must be completed, delivered and ready for inspection, with appropriate documents, no later than the agreed delivery date. For vehicles delivered to the City by the vendor, date of delivery will be the date of receipt and /or acceptance of the vehicle, whichever is later. ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT Vehicle in operational condition ready for return to service Signed invoice Project CP -13 -013 Page 8 Rev 03/05/2011 Any manuals supplied for installed parts or components Parts, service and labor warranty documents Parts component list All items called for in these specifications, including, but not limited to, the specified manuals and documents, must be supplied to the City before the final invoice will be processed. CITY VEHICLE TO BE REBUILD /REFURBISH Police Car 5107 2005 Ford Crown Victoria; 4.6L; P71 Interceptor WORK REQUESTED: 1. Install remanufactured long block engine with three (3) year 100,000 mile warranty (must be 2004 or newer year model 250 hp rated engine) if indicated. 2. Install new radiator and heater core. 3. Install new belts, silicone hoses, fuel injectors, fuel pump, coils and sparkplugs. 4. Install cold air intake kit. 5. Rebuild transmission with performance shift kit. 6. Complete rebuild and recover of driver's seat. 7. Complete front end rebuild including: tie rods, idler arm, ball joints, front wheel bearings and performance rated shock absorbers. Note: The swaybar and coil springs shall be replaced with customer supplied upgraded performance rated units. 8. Install rear end differential new gears with a 3.73 ratio, axles, wheel bearings and performance rated shock absorbers. (Customer shall provide) 9. Brake system rebuild: Install new master cylinder, front and rear brake pads, rotors and calipers. (Rotors, calipers pads shall be Raybestos AT police duty series) 10. Install new power steering pump, flush and service remaining power steering system. The steering box shall not be changed. 11. Install new alternator and starter. 12. Remount siren speaker to push bars 13. Remount Opticom to push bars using supplied housing. 14. Install new passenger side pillar mounted spot light. Project CP -13 -013 Page 9 Rev. 03/05/2011 Project CP -13 -013 Page 10 15. Install new driver's side driver's window switch. 16. Install new headlight assemblies. 17. Mount and wire Whelan Liberty light bar, LED rear deck lights, mirror lights, grille lights and controller. 18. Cleanup and organize wiring using modular components (IE; gang fuse box, relay panel, etc) 19. Other miscellaneous parts and supplies required for scope of work. Rev 03/05/2011 City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 Insurance Requirements: The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. 1. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: 2. Minimum Amounts of Insurance ATTACHMENT B INSURANCE a. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. c. Workers' Comoensation coverage as required by the Industrial Insurance laws of the State of Washington. The Contractor shall maintain the following insurance limits: a. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. b. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations aggregate limit. 3. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. a. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any insurance, self- insurance, or insurance pool coverage maintained by the City shall be in excess of the Project CP -13 -013 Page 11 Rev. 03/05/2011 Contractor's insurance and shall not contribute with it. b. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. 4. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI. 5. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. 6. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. 7. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Project CP -13 -013 Page 12 Rev. 03/05/2011 City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 1. Prevailing Wage Rates are not applicable to this service contract since work will not be on City's premises. Project CP -13 -013 Page 13 ATTACHMENT "C" PREVAILING WAGE RATES Rev. 03 /05/2011 City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 Systems for Public Safety, Inc's quote form attached: Project CP -13 -013 Page 14 ATTACHMENT "D" QUOTE FORM Rev 03/05/2011 1. The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to perform the work in the Statement of Work and this package. Any deviation from the minimum specifications shall be provided in an attachment along with the quotation form. DESCRIPTION FOR WORKIEQUIPMENT FOR UPLIFTING OF CITY POLICE VEHICLE: Work Requested 1 QUOTATION FORM Police Car-5107 Ford Crown Rebuild CP -13 -013 Car 5107 2005 Ford Crown Victoria 4.6L P71 Interceptor �a�a' -,�,r� f�'f.::rs�`�� ":S• .„r„ .s� j x :rte °r •,s... Ki j s., .YE`r NYYJP, V A,. CIF1 AZI,` i.,a3.°,'°= ,,,o�;, �+,x,. Install remanufactured long block engine with 3 year 100,000 mile warranty (must be 2004 or newer year model 250 hp rated engine) if indicated. 2 1 Install new: radiator heater core 2 52- 714 ta32. ,o0 6841 Install new: belts, silicone hoses, fuel injectors, fuel pump, coils sparkplugs. smgs 3 %395 600 tg35.'11 4 Install:: cold air intake kit 1 29ii oo 4 6c6 3A r 5 Rebuild: transmission with performance shift kit. 2'0 lLI 2 (ocr,Li poC 6 Driver's seat: Complete rebuild recover 7 Complete front end rebuild including: Tie rods, idler arm, ball joints, front wheel bearings and performance rated shock absorbers. The swaybar and coil springs will be replaced with customer supplied upgraded performance rated units. 8 Install customer supplied rear end differential new gears with a 3.73 ratio will be used), axles, wheel bearings and performance rated shock absorbers Lie0, 48 e 4 Project: CP -13 -013 Page 2 13112 A toga Gael to Rev. 3/05/2011 Project: CP -13 -013 9 Brake system rebuild: Install new master cylinder, front rear brake pads, rotors and calipers. (Rotors, calipers pads will be Raybestos AT police duty series) 141-1 10 ,Install new power steering pump, flush service remaining power steering system (the steering box SHOULD NOT be changed) 101.613 11 Install: new alternator starter 1 31,92... 5°11 12 Remount siren speaker to push bars I I 13 Remount Opticom to push bars using supplied housing 14 Install new passenger side pillar mounted spot light 2(o6 15 Install new driver's side driver's window switch 16 Install new headlight assemblies 17 Mount and wire Whelan Liberty light bar, LED rear deck lights, mirror lights, grille lights and controller. 18 Cleanup organize wiring using modular components (IE; gang fuse box, relay panel, Etc.) 19 Other misc. parts supplies required for scope of work Sub -Total for parts labor 20 Prices quoted in this document are good until: 22 Number of days after the purchase order is issued the contract will be fulfilled: 21 Labor /Workmanship warranty is: l_Length of Warranty BID SUB TOTAL: SALES TAX: TOTAL: I32� LiI-1 Q UO 181. 1 112. 2_0 ,C 20 (9 2 0,00 2•o,Lht) go 0 3 0090 122 .co P■0 cx) 2c0 ©U (40-0.° ukio. .2a 340 a° 5 50, 0° 61- l Date Days I i U IaI3 Page 3 Rev. 3/05/2011 2. The bidder hereby acknowledges that it has received Addenda No(s). /u (Enter "NIA" if none were issued) to this Request for Quotation package. 3. The name of the bidder submitting this bid and its business phone number and address, to which address ail communications concerned with this bid and with the contract shall be sent, are listed below. Any written notices required by the terms of an awarded contract shall be served or mailed to the following address: (Fill all applicable fields) Contractor Information: 1. Company Name: 2. Address: 3. City, State, Zip Code: 4. Phone Number: 5. Contractor Registration Number: 6. UBI Number: 7. WA State Industrial Insurance Account Number: WA State Employment Security Dept Number: 9. State Excise Tax Registration Number: StAS tom. m-S ceAt Pdbil'Y S4. 1 woos Pr\ve Ey\J La�F -e�N c ,94C{ cl, (25 110 t.k(- (5 L b) 1 865 0 S f, `1 ©O 102- Ce5 L1- t. W t7 The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the s ervices set fors, in this Contract. Signed by 0 i Title OEf1`C -e Ad a a' A Coot ctl n 0 Printed Name: 1'-1' 1 Date Z 2 2 Project: CP -13 -013 Page 4 ye( 11 Re%. 3/05/2011