Loading...
HomeMy WebLinkAboutC2018-402 - 8/21/2018 - Approved 603;S: O US ett 04, :;: Il ;11 III SUPPLY AGREEMENT NO. 1808 v Ambulance Parts for CCFD 1852 THIS Ambulance Parts for CCFD Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Frazer LTD ("Supplier"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Supplier has bid to provide Ambulance Parts for CCFD in response to Request for Bid No. N/A ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Supplier's bid response are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Supplier agree as follows: 1. Scope. Supplier will provide Ambulance Parts for CCFD in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. This Agreement is for 12 months. The parties may mutually extend the term of this Agreement for up to three additional 12-month periods ("Option Period(s)"), provided, the parties do so in writing and prior to the expiration of the original term or the then-current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. The total value of this Agreement is not to exceed $50,000.00, subject to approved extensions and changes. Payment will be made for goods delivered and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: C2018-402 8/21/18 m Page 1 of 7 Res. 031509 5/17 Frazer LTD SCANNED Kevin Sullivan Fire Department 361.826.3923 KevinSu@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Supplier must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Supplier over a period of time, the City will exercise its right to specify time, place and quantity of products to be delivered in the following manner: any City department or division may send to Supplier a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and products will remain with the Supplier until such time as the products are delivered and accepted by the City. 7. Inspection and Acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Supplier, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid price, must be paid by the Supplier within 30 days of receipt of City's invoice. 8. Warranty. (A) The Supplier warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Supplier warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Supplier or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. Supply Agreement Standard Form Page 2 of 7 Approved as to Legal Form 12/15/17 9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Supplier will perform the work required by this Agreement as an independent contractor and will furnish such products in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Supplier be considered an employee of the City. 12. Subcontractors. Supplier may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Supplier must obtain prior written approval from the Contract Administrator if the subcontractors were not named at the time of bid. In using subcontractors, the Supplier is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Supplier. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Supplier and its employees had performed the work. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Supplier covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day Supply Agreement Standard Form Page 3 of 7 Approved as to Legal Form 12/15/17 faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Kevin Sullivan Equipment Maintenance Superintendent 1501 Holly Road, Corpus Christi, Texas 78417 361.826.3923 Fax: 361 .826.4325 IF TO SUPPLIER: Frazer LTD Attn: Bert Jones VP of Quality and Service 7219 Rampart, Houston, Texas 77081 713.772.5511 Fax: 888.372.9371 17. SUPPLIER SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES'9 FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE SUPPLIER OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE SUPPLIER OR ITS EMPLOYEES OR AGENTS. SUPPLIER MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF SUPPLIER UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. Supply Agreement Standard Form Page 4 of 7 Approved as to Legal Form 12/15/17 18. Termination. (A) The City Manager may terminate this Agreement for Supplier's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator must give the Supplier written notice of the breach and set out a reasonable opportunity to cure. If the Supplier has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Supplier. The City Manager may also terminate this Agreement upon 24 hours written notice to the Supplier for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Assignment. No assignment of this Agreement by the Supplier, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Supplier is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 20. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 21. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Supplier's bid response (Exhibit 2). 22. Certificate of Interested Parties. Supplier agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement. 23. Verification Regarding Israel. In accordance with Chapter 2270, Texas Government Code, the City may not enter into a contract with a company for Supply Agreement Standard Form Page 5 of 7 Approved as to Legal Form 12/15/17 goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of the Supplier verifies that the company does not boycott Israel and will not boycott Israel during the term of this Agreement. 24. Governing Law.This Agreement is subject to all federal, State, and local laws, rules, and regulations. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 25. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. (SIGNATURE PAGE FOLLOWS) Supply Agreement Standard Form Page 6 of 7 Approved as to Legal Form 12/15/17 SUPPLIER Signature: nature: Printed Name: Bert Jones Title: VP of Service and Quality Control Date: 08-01-2018 CITY OF CORPUS CHRISTI Signature: ,w, 2._ (1.16,.x_ Printed Name: 9,44,1C RP Title: Przf-4r, 'hCc}-ter c Fe bnctrt c i Sery(tfS Date: 8. 23. 1$ ATTEST: Attached and Incorporated by Reference: RE ECCA HUERTA Attachment A: Scope of Work CITY SECRETARY Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB No. N/A Exhibit 2: Supplier's Bid Response (4.S 603 Ia59"1"Un�t� iY COUNCIL.8.4242. SECRETARv Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form 12/15/17 41 311--;* ist, 44---)-H,--L I)a,i Attachment A: Scope of Work SCOPE OF WORK: 1 . Contractor will provide the ambulance parts. 2. Parts will be ordered from the contractor on as needed basis. 3. Contractor shall ship needed parts within seven days. 4. Provide updated pricing sheet/catalogue whenever updates are available. 5. Contractor will contact the contract administrator for any delays on shipment and invoice concerns. 6. Invoices to be e-mailed to the contract administrator. 7. Catalog pricing to include freight. Page 1 of 1 71,%1-t-tN (c Attachment B: Quote/Pricing Schedule \ I CITY OF CORPUS CHRISTI 4' � QUOTE FORM a 1852 1. Refer to Contract Terms and Conditions before completing quote. 2. Quote your best price, including freight, for each item. 3. In submitting this quote, Contractor certifies that the prices in this quote have been arrived at independently, without consultation, communication, or agreement with any other contractor or competitor, for the purpose of restricting competition with regard to prices. Invitation to quote, FOB Destination, Freight Included, on the following: DESCRIPTION QTY UNIT UNIT PRICE PRICE TOTAL Base on Base on catalogue Parts 1 EA catalogue pricing pricing Exhibit A - Corpus Christi Pricing Schedule TOTAL $50,000.00 COMPANY: Frazer LTD NAME OF PERSON AUTHORIZED TO SIGN: Bert Jones ADDRESS: 7219 Rampart CITY / STATE/ZIP Houston,Tx 77081 PHONE: 713-772-5511 EMAIL: bjones@frazerbilt.com FAX: 888-372-9371 DATE: 7/17/2018 SIGNATURE: g6/ TITLE: VP of Service and Quality Control THE CITY RESERVES THE RIGHT TO REJECT OR CANCEL ANY OR ALL QUOTES. TO WAIVE ANY INFORMALITIES OR IRREGULARITIES IN THE QUOTES RECEIVED AND TO CANCEL OR POSTPONE THIS PROJECT UNTIL A LATER DATE. RFQ Revised 7.13.2017 Pafe 1 of 1 Exhibit A: Corpus Christi Pricing Schedule Item Description Price 1058 Washer-Flat,19.5 x 30 mm 0.74 1112 Gasket-Intake Manifold,Generator 5.32 1169 Gasket-Throttle Body,Generator 5.08 1315 Isolator-Spring,Small,Generator 5.09 1366 Gasket-Carburetor to Air Box,Generator 5.06 1367 Isolator-Spring,Large,Generator 5.09 1611 Gasket-Manifold/Muffler,Generator 9.19 1665 0-Ring-Oil Pump,Generator 5.06 1666 Gasket-Breather Plate,Generator 6.69 1687 Breather Tube-90 deg,Generator 4.92 1918 Connector-Straight,QD,Male,Brass 11.57 2015 Gasket-Exhaust Manifold,Generator 3.26 2060 Plug-Spark,5.5 Generator 7.60 2061 Gasket-Crank Case,Generator 40.36 2269 Gasket-Exhaust Manifold,Generator 6.26 2367 Clearance Light 1 wire red 8.09 2368 Clearance Light 1 wire amber 8.09 2429 Plate-Breather,Generator 9.22 2443 Harness-ISO Relay/Socket,12V,40/60A 13.10 2799 Kit-Filter,Fuel,Generator 14.97 2820 Gasket-Cylinder Head 1,Generator 12.81 2821 Gasket-Cylinder Head 2,Generator 12.55 2840 Filter-Oil,5.5/7.0 Generator 11.29 3098 Filter-Air,5.5 Generator 14.32 3549 Belt-Poly,Ribbed,Generator 23.42 3625 Alarm:Back Up 48.97 4091 Coil-Ignition,Generator,30 in Lead 38.36 4092 Coil-Ignition,Generator,21 in Lead 35.79 Page 1 of 6 Item Description Price 4285 Assembly-Brush Block,Generator 40.92 4294 Switch-Rocker,Start/Stop,5.5 Generator 40.59 4450 Switch-Oil Pressure,Generator 76.74 4668 Switch-High Pressure, 100 PSI,Air Ride 54.70 4713 Assembly-Tensioner Arm/Pulley,Generator 58.85 5217 Meter-Hour,Generator 94.03 5655 Light-Back-Up,LED,Round,Clear Lens 149.14 5927 Battery Charger:30 Amp Inteli-Power 9100 165.38 5948 Starter-Electric,Generator 202.13 6085 Throttle Body-EFI,Generator 305.64 6376 Muffler-Exhaust,Generator 448.42 6583 Assembly-Rotor,Green Generator 492.50 6617 Stator-5.5 Generator(Green) 1,118.30 6885 Control Board-Circuit,Generator 795.28 7503 Latch-Rotary,Left Hand 14.20 7504 Latch-Rotary,Right Hand 13.93 7540 Door Grabber-Chrome,w/Gaskets 29.14 7654 Horn-Air,Chrome,10 in 246.40 7655 Horn-Air,Chrome,12 in 250.89 7678 Compressor-12V,1.5 CFM,Air Horn 548.80 7678 Compressor 12 VDC 1.15 CFM 548.80 8013 Nut-Lock,Nylon Insert,SS,1/4-20 0.13 8066 Screw-Pan Phil.,SS,1/4-20 x 5/8 in 0.21 8573 Switch-Rocker,SPST,On-None-Off,Lit x1 8.47 8580 Fuse-MEGA,Bolt-On,125A 8.30 8581 Fuse-MEGA,Bolt-On,150A 9.74 8607 Switch-Rocker,DPDT,On-Off-On,WHT 17.60 8643 Switch-Rocker,DPDT,(On)-Off-(On),WHT 12.94 Page 2 of 6 Item Description Price 8857 Solenoid-SPST-NO,Cont.Duty,12V,85A 39.31 8865 Relay-SPST,High Current,12V,75A 39.29 8938 Gauge-Fuel,90 Ohm 53.97 9040 Medical Isolator 56.36 9122 Solenoid-SPDT,Cont.Duty,12V,100A 109.77 9153 Strap-Rebound,1 x 8.25 in 73.78 9313 Valve-Height Control,Granning 121.36 9566 Air Spring-1T14C6,Air-Ride Chevy 292.13 9677 Compressor-12V,1/3 HP,Air Ride 884.05 9936 Dump Valve-Air Suspension 113.45 10045 Valve-Drain,Heated, 12V 5A 178.45 10349 Contact Kit:Electric Locks 41.27 10351 Relay:Keyless Entry 92.23 10541 Stud-Ball,10mm,Zinc Finish 0.95 10776 Cam Lock-5/8 in,LS300,w/2 Keys 12.77 11106 Pulley-5 in,Generator 79.31 11107 5.5 Door Latch 19.90 11167 Fitting-5/16 Female x 5/16 Fuel Straight 3.68 11168 Fitting-5/16 Male x 5/16 Fuel Straight 1.79 11316 Latch-Paddle,545 Key,Slotted Holes 30.26 11586 Harness-Engine,Green Generator 230.15 11692 Clamp-Hose/Ear,SS,13.2 to 15.7mm 0.84 11725 Bulb-Halogen Light,Screw Base,250W 10.29 11841 Belt-Seat,Floppy Buckle,Black,8 in 9.77 11846 Speaker:AS 124 244.86 11849 Siren:200 watt self contained 327.83 11999 Switch SP/ST Momentary on/off/on 9.35 12188 Shock-Gas,Metal End,11.3 in 37.70 Page 3 of 6 Item Description Price 12234 Flap Seal-Black Rubber.65 in x 1.25 in 1.62 12701 Coupling-Fly Wheel Pulley,Generator 43.50 13207 Cladding-Bumper Strip,Tread Brite 9.45 13208 Bumper-Rear,Center Step 271.95 13263 Bumper Endcap-Driver,Bengal Silver 200.19 13264 Bumper Endcap-Passenger,Bengal Silver 206.20 13767 Thermostat-SMXIII,Digital Display,BLK 93.92 14949 M6 LED Amber with clear lens 202.84 14951 M6 LED Clear with clear lens 203.01 14952 M6 LED Red with clear lens 203.01 14954 M6 LED Blue with clear lens 203.01 14956 M6 light flange 16.19 14965 Rear Camera 287.70 15465 M9 Flange 26.02 15674 Shore Power-Locking,NEMA 5/30A,WHT 147.02 17194 0-Ring-Oil Fill Cap,Generator 4.92 17306 M6 Super LED load light 358.74 17556 Light-Indicator,w/Resistor,LED,Red 10.40 17969 Organizer:Acrylic,Small 241.50 18140 Housing-Dual Pioneer Floodlight,Chrome 421.91 18906 Braided Hose with Check Valve 23.02 18994 Bracket-Hat,10mm Ball Stud 5.63 19300 Power Adapter DC power 167.92 19434 Control Board-Truck Power,AC 136.58 19524 Manifold-Exhaust,Generator 254.87 19964 M6 Brake/Tail/Tum 155.11 20245 Air gauge 200 psi 19.72 20400 License Plate Holder 25.41 Page 4 of 6 Item Description Price 20496 Fan-Condenser,12 in,AC 220.95 20674 Boot Rubber-Dodge,Prepped and Glued 47.25 20778 Outlet 02 single 111.25 21052 Light-Indicator,w/Resistor,LED,Green 9.14 21656 Power Supply-Industrial,AC/DC 12V 500W 1,587.60 22206 M9 Red/Blue with clear lens 349.29 22607 M4 Blue with clear lens 175.92 22791 Meter-Hour,Digital 42.04 23071 Buzzer with Whoop Tone 28.35 23141 Trim-Corner Cap,Roof 48.30 23407 Helashrink-Heat Shrink for Power Supply 16.80 23435 Screw-Tek,Pan Phil.,SS,10-16 x 1 in 0.25 24422 Generator-Commercial QG EFI 5.5,Prepped 4,725.00 24440 Harness-Engine,White Generator 235.11 20875 Air Conditioner Self Contained 3,570.00 24597 Window-Vertical,Dark Gray,Black Frame 196.52 24893 Control Board-Generator,EFI 637.04 24976 Latch-Paddle,Back to Back,J236 Lock 132.15 25106 Relay-SPDT Bracket,12V,20/40A 6.20 25147 Light-Stop/Tail/Turn,12V,Round,Red 40.07 25428 Assembly-Door,White,Generator 197.98 25458 Supernova brake/tail/turn red 3" 13.92 25459 Supernova back up clear 3" 36.12 26069 Screw-Pan Phil.,SS,M4 x 10mm 0.08 26222 Realy 5 pin 31.44 26444 Pump-Fuel,Inline,External,155 LPH 159.60 26494 Harness-Remote Pump,15 ft,Generator 91.33 26666 Fitting-Branch Y,1/4 in OD x 1/4 in NPT 16.76 Page 5 of 6 Item Description Price 26805 Harness-Lambda Power Supply 90.52 26886 Connector-TL,30A 125V 2P,BLK/WHT 48.22 26886 Connector 30 amp Female 48.22 26991 Filter-Fuel,In-Line,5/16 in 33.58 26999 Plug 30 amp male 19.61 27023 Actuator compartment doors 50.30 27171 Actuator Kit,Cleveland Latches 50.55 27286 Fitting-Inline Fuel Pump,Bundy,5/16 in 12.45 27426 Light:compartment 28.35 28121 Swich postive lead magnetic 30 amp 88.20 28394 Light flex light pure white 24"leads 12"sec 21.00 28395 Light flex light pure white 24"leads 36"sec 51.09 28396 Light flex light pure white 24"leads 43"sec 62.14 28397 Light flex light pure white 24"leads 55"sec 78.27 29232 Cushion-Seat,Squad Bench Short,Magnets 173.25 30481 Inlet-DSN Shore Power,30A,125V,Poly 153.68 30481 Shore Power inlet Meltric 153.68 30488 Handle-DSN Shore Power Inlet,Nylon 39.90 30507 Receptacle-DSN Shore Power 30A 125V Poly 319.58 30512 Cap-DSN Shore Power Inlet,Spring-Loaded 268.80 30513 Plate-Adapter,DSN Shore Power Retro-Fit 71.90 30777 Bracket-Door Shock Mount 14.70 31325 Vacuum Pump 12 VDC 355.09 31943 Rod-Connector,EMC Actuator 11.80 31944 Rod-Connector w/Eye,.188 in 3.51 EXT-Warr AC Warranty 500.00 Page 6 of 6 Attachment C -Insurance and Bond Requirements Section 5. (A) and (B) are null for this Service Agreement. Page 1 of 1 Attachment D: Warranty Requirements Standard new part warranty shall apply. Page 1 of 1 RFQ Revised 7.13.2017