Contract - Capitol Bearing and Hydraulics - 8/10/2023 CITY OF ROUND ROCK
AGREEMENT FOR THE PURCHASE OF
HYDRAULIC PARTS AND REPAIR SERVICES
WITH
CAPITOL BEARING & HYDRAULICS
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for purchase of hydraulic parts and rqpair services (referred
to rein as th "Agreement"), is made and entered into on this the day of the month of
2023 by and between the CITY OF ROUND ROCK, a Texas home-rule
municipa ty, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299
(referred to herein as "City"), and CAPITOL BEARING & HYDRAULICS, whose offices are
located at 3810 Airport Boulevard, Suite C, Austin, Texas 78702 (referred to herein as the
"Vendor").
RECITALS:
WHEREAS, City has determined there is a need to purchase hydraulic parts and repair
services; and
WHEREAS, on January 23, 2014, City entered into a Cooperative Purchasing
Agreement with the City of Austin, Texas ("Austin"), pursuant to Section 271.102 of the Texas
Local Government Code ("Cooperative Purchasing Agreement"); and
WHEREAS, said Cooperative Purchasing Agreement allows City and Austin to
purchase like goods and services and avoid duplicate procurement efforts and obtain the benefits
of volume purchasing; and
WHEREAS, Austin has an active competitively bid contract with Vendor for"Hydraulic
Hose& Cylinder Parts& Repair Services;"and
WHEREAS, City desires to purchase off of Austin's bid from Vendor for the provision
of said goods, as set forth herein; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
4857-6651-9884/ss2
1
1R -2o23 -235
Y
NOW,THEREFORE,WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to buy specified goods and/or services and Vendor is obligated to provide same.
B. City means the City of Round Rock, Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
F. Vendor means Capitol Bearing&Hydraulics, its successor or assigns.
2.01 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. The initial term of this Agreement shall expire on August 19, 2023. In the event
Austin renews its contract with Vendor for the contract's last optional twelve (12) renewal term,
this Agreement shall automatically renew for one (1)additional twelve (12) month term and shall
terminate on August 19, 2024. However, in the event Austin does not renew its contract with
Vendor for the last optional twelve (12) month term, this Agreement shall not be extended past
the initial term.
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
2
3.01 CONTRACT DOCUMENTS AND EXHIBITS
A. The goods and/or services which are the subject matter of this Agreement are
described in Exhibit"A," attached hereto and incorporated herein by reference, and together with
this Agreement, comprise the Contract Documents.
B. This Agreement shall evidence the entire understanding and agreement between
the parties and shall supersede any prior proposals, correspondence or discussions.
4.01 ITEMS
A. The bid items set forth in Exhibit "A" are awarded to Vendor through this
Agreement.
B. Vendor shall satisfactorily provide all items described in Exhibit "A" within the
contract term specified. A change in any term of this Agreement, must be negotiated and agreed
to in all relevant details, and must be embodied in a valid written Supplemental Agreement
approved by both parties.
5.01 COSTS
A. In consideration for the services to be performed by Vendor, City agrees to pay
Vendor the amounts set forth in the attached Exhibit"A."
B. The City shall be authorized to pay the Vendor an amount not-to-exceed One
Hundred Fifty Thousand and No/100 Dollars ($150,000.00) for the term of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum,the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may affect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
3
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
4
12.01 INSURANCE
Vendor shall meet all insurance requirements set forth on the City's website at:
https•//www.roundrocktexas.gov/wp-content/ul2loads/2014/12/corr insurance 07.20112.pdf
13.01 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
Director of General Services
212 Commerce Cove
Round Rock, Texas 78665
512-341-3191
cmcdowe l la,roundrocktexas.gov
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
parry's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
5
16.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30)days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10)days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
18.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws,the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2271, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contact contains
written verification from the company that it: (1)does not boycott Israel; and (2)will not boycott
Israel during the terms of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this
Agreement.
6
C. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate during the term of the contract against a firearm entity or firearm trade association.
The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association, and it will not discriminate during the term of this Agreement against a firearm
entity or firearm trade association.
D. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1)does not boycott energy companies; and(2)will not
boycott energy companies during the term of this Agreement. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will
not boycott energy companies during the term of this Agreement.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Capitol Bearing& Hydraulics
764C Airport Boulevard
Austin, TX 78702
7
Notice to City:
Laurie Hadley, City Manager Stephanie L. Sandre, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14)or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
8
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with-the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Ro d Rock, Tex s Capitol Bearing & Hydraulics
By: By: p
Printed Na Printed Na e:
Title: Title: _
Date Signed: Date Signed:
Attest:
By:
Meagan Sp n s, City lerk
For City,Approved as to Form:
By:
Stephanie L. Sandre, City Attorney
9
Exhibit "A''
BID SHEET
-� CITY OF AUSTIN
HYDRAULIC HOSE & CYLINDER PARTS & REPAIR SERVICES
INCLUDING MOBILE ROADSIDE REPAIRS
SOLICITATION NO 7600-DCM1009
BUYER. Diana McIntosh
Special Instructions: Offerors must use Ihis Bid Show to submit pricing Be advised that alter ng the b4 slleat or taking exceptions to any pomon Of the solicitation may lecipardt2e acceptance Of your
Offer
The quan:llios noted below are estimates and not a guarantee of actual volume The C ty does not guarantee trio purchase of the quantities listed,actual purchases may be more or less Ouantiles are
provided as a guide based on historical or antiUpatod usage.Order quantities will be as needed and Specified by the City for aeon Order.
A bid of"Or(zero)will be interpreted by the City as a notharge(free)Item and the City-, not expect to pay for that item.Offerors must bid on all items in a Category to be considered for award of that
Category Be advised.a 'no bid or no response(space left blank)will be considered as non-responsive lot that Category and will result in disqualification for award of that Category
Prices offered on the bid sneet shall be all inclusive of fees not expressly allowed In the scope of work The Offeror shall not charge separately for administrative overhead per diem,and shipping or
Iransporlatfon costs("With the Exception of Code Red") (travel lime,fuel surcharges mileage stop-fee etc.;to deliver services or Items to the Austin,Texas area The Offeror shall provide all loots,
labor.travel.and equipment necessary to pert"the services required under this CorltraCt
The City reserves Ina right to award a single contract based on overall low cost or multiple awards based on md,duet or Cblegones/snoups Of specific line items coal or any criteria or eorribmapon deemed
most advantageous to me city
CATEGORY 1 -REPAIRS MADE AT CONTRACTOR'S FACILITY
1A-LABOR RATES
ITEM NO. ITEM DESCRIPTION UNIT OF ESTIMATED ANNUALMEASURE QUANTITY UNIT PRICE EXTENDED PRICE
tot LABOR RATE PER HOUR HOUR 2.500 S - f _1 -
FOR REPAIR SERVICES(NORMAL BUSINESS HOURS) CCCJJJIII
LABOR RATE PER HOUR
1°'2 HOUR 250 isFOR REPAIR SERVICES(AFTER NORMAL BUSINESS HOURS)
SUBTOTAL FOR CATEGORY 1A= S S f
1B-SPECIFIED SERVICES
ITEM NO. ITEM DESCRIPTION UNIT OF ESTIMATED ANNUAL UNIT PRICE EXTENDED PRICE
MEASURE QUANTITY f /�
1B 1 FLAT FEE FOR ROUND TRIP PICKUP AND DELIVERY OF HOSESIGYLINDERS EA 50 $ J
1 B 2 FLAT FEE FOR EXPEDITED SERVICES EA 25 ��-J�
1 B 3 FLAT FEE FOR EMERGENCY SERVICES EA 5
1 B a CODE RED SHIPPING CHARGES CITY-S ESTIMATED SPEND AMOUNT V J S1,1000 0o
SUBTOTAL FOR CATEGORY 18= $1,000.00
1C-MATERIALS PRICING
SECTION 1C--MATERIALS PRICING
The City estimates an annual spending head of S155,000 for Hydraulic Hose d Cylinder Pans.
The percentage markup to costs listed shall be the minimum amounl offered for the category line throughout the term of the contract Inuuding any subsequent renewal periods and are not subfecl to orange
The invoice prices for these pans shall be based off a markup to costs off a price list as indicated pe'dw The percentage markup to costs given should lake into account all costs teomrostrative,overhead.
shipping charges etc I to deliver the pens to the Austin TX area These costs snail be factored into the markup rates and shall not be pa.d separate y
A bid of'a(zero)will be interpreted by the Gay as a zero percent(0%)markup or discount
The funding amount is an estimate and not a guarantee of actual volume The City reserves the right to purchase more or less of these quanta es as may be reQu red during the Contract Term Ouanif es will
be as-needeo and specified by the City fa each order
ITEM NO. ITEM DESCRIPTION MARKUP TO COSTS EXTENDED PRICE
(PERCENTAGE)
PERCENT MARKUP TO DEALER COST S a e G'1 L, C,(�,v �J 0
1C I (The City estimates an annual spending need of S155,000 for Hydraulic Hose& 0. 0/. $155,000.00
Cylinder Pans)
SUBTOTAL FOR CATEGORY 1C= $155,000.00
TOTAL EXTENDED PRICE FOR CATEGORY 1= $156,000.00
CATEGORY 2-MOBILE ROADSIDE REPAIRS
2A-LABOR RATES
MA 7800 NA190000184 Page 70 of 85
xhibit ' Qe 6 e �} /� �/'�t 0111-e
ITEM NO. ITEM DESCRIPTION UNIT OF I ESTIMATED ANNUAL UNIT PRICE EXTENDED PRICE
MEASURE QUANTITY
2A I LABOR RATE PER HOUR HOUR 250 SI -
FOR MOBILE REPAIR SERVICES(NORMAL BUSINESS HOURS) 1
2
LABOR RATE PER HOUR HOUR 30 S J /
FOR MOBILE REPAIR SERVICES(AFTER BUSINESS HOURS) )
SUBTOTAL FOR CATEGORY 2A= $
2B-SPECIFIED SERVICES
ITEM NO. ITEM DESCRIPTION UNIT OF ESTIMATED ANNUAL UNIT PRICE EXTENDED PRICE
MEASURE QUANTITY n
281 SERVICE CALL FEE FOR MOBILE ROADSIDE REPAIRS EA 250 S !UI l( s
282 FLAT FEE FOR EXPEDITED SERVICES EA 25 s U //S ) $
SUBTOTAL FOR CATEGORY 2B a $
2C-MATERIALS PRICING
SECTION 2C-•MATERIALS PRICING
The City estimates an annual spending need of s15.000 for Hydraulic Hose is Cylinder Pans
The percentage markup to costs listed shall be the mirvmum amount offered for the category line throughout the term of the contract including any subsequent renewal periods.and are not subject to change
The invoice prices for these parts shall be based off a markup to costs off a price list as indicated below The percentage markup to costs given should take into account all costs(administrative.overhead,
shipping charges,sic)to deliver the pans to the Austin TX area These costs shell be factored into the markup rates and shell not be pad separately
A bid of'0'(zero)will be interpreted by the City as a zero percent(0%)markup or discount
The funding amount is an estimate and not a guarani"or actual volume The City reserves the right to purchase more or less of these quantities as may be row-red during the Contract Term. Quantifies will
be es-needed and specified by the City for each order
ITEM NO. ITEM DESCRIPTION MARKUP TO COSTS EXTENDED PRICE
(PERCENTAGE)
PERCENT MARKUP TO DEALER COST
2C 1 (The Cily sstimotes on annua.spending need of$15 000 for Hydreu is Hose 6 Cylinder 0.00% $15,000.00
Paris)
TOTAL EXTENDED PRICE FOR CATEGORY 2C= $ 15,000.00
TOTAL EXTENDED PRICE FOR CATEGORIES 1 THRU 2= $171,000.00
CATEGORY 3-CONFIRMATION OF REQUIREMENTS
Respondent has a minimum of two(2)service technicians fully qualified to Worm repair services for Hydraulic Hoses and/or ❑
31 Cylinders? (Section 3 2) Yes No
32 Respondents repair faality is able to provide expedited repairs?(Section 8 0) ✓` Yes ❑ No
Respondent is a manufacturer authorized pans distributor,dealer,or retailer for the Eaton brand of pens or a buyer-approved ❑
3 3 equal brand?(Section 3 3) Yes No
Respondent has a minimum of ttvee(3)consecutive years of experience providing hydraulic hose and cylinder pans and repair
3 4 services in the automotive application within the last five(5)years Hydraulic Hose and Cylinder Pans and Repairs at Contractors Yes ❑ No
Faolity? (Section 4 1 1)
Respondent operates a full-lime repair faaldy that is equipped with all tools diagnostic equipment.and supplies necessary to repair
35 and provide services for the specified hydraulic pans.Hydraulic Hose and Cylinder Pans and Repairs at Coraraaoes Facility? Yes O No
Section 4 1 2
36 Slate the distance your Repair Fil is to the Texas State Capitol Miles
Respondent maintains a storage area that Is reasonably secure from vandalism or Iheh for all City veh clesrequipment in the
3 Contractors possession Hydraulic Hose and Cylinder Pans and Repairs at Contractors Fsality7 (Section 4 1.3? Yes ❑ No
ct
Respondent has a minimum of three(3)consecutive years of experience providing mobile roadside service for hydraulic hose and
3.8 cylinders repair services in the automotive application within the last five(5)years.Mobile Roadside Service for Hydraulic Hose 8 ❑ Yes I No
Cylinders?(Section 5,1.1)
Respondent operates a full-time mobile repair facility that is equipped with all tools,diagnostic equipment,and supplies necessary
39 to repair and provide services for the specilied hydraulic pans.The repair facility shall be located within fifty(50)miles of the Texas ❑ Yes No
Stale Capitol with the ability to be reached by small and telephone?(Section 5.1.2) 14
3 10 State the distance your Mobile Repair Facility is to the Texas State Capitol, Mites
DELIVERY TERMS DELIVERY IS TO BE FOB DESTINATION,PREPAID AND ALLOWED 7-71
MA 7800 NA190000184 Page 71 of 85
Exhibit "A"
NUMBER OF DAYS AFTER RECEIPT OF ORDER THE OFFERQ.R SJALL DEUVERY THg ITE 5 TO THE CITY
DELIVERY METHOD /DCOMMON CARRIER(FedEx.UPS) VDNDOR DELIVERY
COMPANY NAME / (� / y� /. �'v /�•�
EMAIL ADDRESS f c�J f 6
MA 7800 NA190000184 Page 72 of 85