R-2023-026 - 1/26/2023 RESOLUTION NO. R-2023-026
WHEREAS, the City of Round Rock ("City") desires to purchase sewer inspection and
cleaning products, and related goods; and
WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local
governments to participate in cooperative purchasing programs with other local governments; and
WHEREAS, the Buy Board Cooperative Purchasing Program ("Buy Board") is a cooperative
purchasing program administered by the Texas Association of School Boards for the purpose of
procuring goods and services for its members; and
WHEREAS, the City is a member of Buy Board; and
WHEREAS, Kinloch Equipment and Supply, Inc. is an approved vendor of Buy Board; and
WHEREAS, the City desires to purchase said goods and services from Kinloch Equipment and
Supply, Inc. through Buy Board Contract No. 676-22, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of Sewer Inspection and Cleaning Products with Kinloch Equipment and
Supply, Inc., a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
0112.20222:4963-9219-7705
RESOLVED this 26th day of January, 2023.
z - 1A
CRAIG MO GA , Pas
City of Rou d Rock,
ATTEST:
MEAGAN KS, ity Clerk
2
EXHIBIT
A„
CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE OF SEWER INSPECTION
AND CLEANING PRODUCTS
WITH
KINLOCH EQUIPMENT AND SUPPLY, INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for the purchase of sewer inspection and cleaning
products, and for related goods(referred to herein as the"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 municipality, whose offices are located at 221 East Main
Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and KINLOCH
EQUIPMENT AND SUPPLY, INC., whose offices are located at 3320 Pasadena Boulevard,
Pasadena,Texas 77503 (referred to herein as"Vendor").
RECITALS:
WHEREAS, City desires to purchase certain goods, specifically sewer inspection and
cleaning products;and
WHEREAS,City is a member of the Buy Board Cooperative Purchasing Program("Buy
Board") and Vendor is an approved Buy Board vendor through Buy Board Contract # 676-22;
and
WHEREAS, City desires to purchase said goods from Vendor through Buy Board 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;
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 follow:
4868-1267-8464/ss2
1.01 UEFINMONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to buy specified goods and Vendor is obligated to provide said goods.
B. City means the City of Round Rock,Wffii mson 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. Goads mean the specified supplies,materials,commodities,or equipment.
F. Vendor means Kioloch Egoipmeat and Supply,lnc.,its successors or assigns.
2AI 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. This Agreement shall terminate September 30,2025.
C. City reserves the tight to review the relatienship with Vendor at any time,and
may elect to terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXBZBTTS
The goods which are the subject matter of this Agreement are desenbed in Exhibit"A"
and,together with this Agreement,comprise the Contract Documents. Any inconsistencies or
conflicts in the contract documents shall be resolved by giving preference to the terms and
conditions set forth in pages one(1)through nine(9)of this Agreement
4.01 FMW
A. The goods which are the subject matter of this Agreement are d=bed geero
in the attached Exhibit"A."
B. This Agreement shall evidence the entire understanding and agreement between
the parties and fall mpersede any prior proposals,correspondence or discussions.
2
C. Vendor shall satisfactorily provide all deliverables dm''bed in Exhibit "A"
within the mom term specified A change in the Scope of Services or my tam of this
Agreement,must be negotiated acid agreed to in all relml details,and must be embodied in a
valid Supplemental Agreement as descnbed herein.
5.01 COSTS
A. City agrees to pay for supplies during the term of this Agreement at the pricing set
forth at in Exhibit"A." Vendor specifically eclmowledged and agrees that City is not obligated
to use or purchase any estimated annual quantity of goods. Only it and when needed by City,
the costs listed on Exhibit"A"shall be the basis of any charges collected by Vendor.
B. The City shall be authorized to pay the Vendor an smarm not-to-exceed One
Hundred Twenty Thaasaad and No/100 Dollars(S120,000.00)for the term of this Agreement.
6.01 INVOICES
All invoices sball include,at a minimum,the following information:
A. Name and address of Vendor,
B. Purchase Order Number,
C. Description and quantity of items received;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 rat appropriate funds sufficient to purchase the goods as
determined by City's budget for the fiscal year in question City may effect such termination by
giving Vendor a wri tea notice of termination at the end of its then current fiscal year.
U1 PROMPT PAYMENT POLICY
b accordance with Chapter 2251, V.T.C.A., Texas Goverment Code, payment to
Vendor will be made within Lay(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 I
of the fiscal year in which the payment becomes overdue,in accordance with V.T.C.A.,Texas
Government Code,Section 225 L025ft however,this Policy does act apply to payments made
3
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 semis of a federal contract,grant.regulation, or statute prevent City from
making a timely payment w ith 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 laic;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 agent's 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.
12.01 CITV'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Marshall Reynolds
Specification Writer—General Services Department
212 Commerce Boulevard
Round Rock,Texas 78664
(512)218-5571
mrevnolds!a roundrocktexas.eov
4
13.01 INSURANCE
Vendor shall meet all City of Round Rock Insurance Requirements as set forth at:
hitpJ«tisu.roundrocktesas.eovlwp-contcnUuploads 201a 12'corr insurance 01.20112.p4t:
14.01 RIGHT TO ASSURANCE
1�hcncver either party to this Agrevrnent,in good faith,has reason to question the other
party'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
chanted.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to fully,timely and faithfully perform any of its material obligations
under this Agreement;
B. Fails to provide adequate assurance of performance under the"Right to
Assurance"section herein:or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 TER111NATION AND SUSPENSION
A. City has the night 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[his Agreement only for cause,that being in the
c%cnl 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,Vender shall
5
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 00)days after such notice of termination,Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily pedormed
under this Apemeat 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 INDEMNIIICATION
Vendor shall defend(at the option of City),iadernnify,and hold City,its anessors,
signs,officers,employees and elected officials harmless hom and against all suits,actions,
legal pm=dmgs,claims,demand,damages,costs,expenses,attomey'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 Veadar's agents,employees or subcontractors,in the performance of Vendor's obGgationa
under this Agreement,an matter how,or to whom,such loss may occur. Nothing herein shall be
deemed to limit the rights of City at Vendor(including, but act limited to the right to seek
contnbutioo)against any third party who may be liable for an indeamM claim.
IN COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. Vendor,its agents,employees and subccatmaors 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 or services unless the contract contains
written verification from the company that it(1)does not boycott Israel;and(2)will not boycott
Israel and will cot boycott Israel during the term 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.
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 NOW Dollars (SIOO,t100.00)unless the contract has
provision in the contract verifying that it (1)does cot have a practice,policy,guidance,or
directive that discriminates against a firearm entity or firearm trade association;and(2)will not
discriminate dwing the term of the contract against a fuearm eatity or firearm trade association.
The signatory executing this Agreement on behalf of Vendor verifies Vendor does not bave 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 goverameatal entity may
not enter into a contract with a company with at least ten(10)full-time employees for a value of
6
at least One Hundred Thousand and No1100 Dollars($100,000.00)unless the contract bas
provision in the contract verifying that it:(1)does not boycott energy commies;and(2)will not
boycott energy companies during the term of this Agreement.The signatory executing this
Agreement on behalf of Veador verifies Veador 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 succors, 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:
I. 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.
Kinloch Equipment and Supply,Inc,
3320 Pasadena Boulevard
Pasadena,Texas 77503
Notice to City:
City Manager Stephanie L.Saadre,City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 79W Round Rock TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications Wvieen representatives of City and Vendor.
21.01 APPLICABLE LAW;ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rode, 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 Cc",Tem This Agreement shall be
governed by and conoW is accordance with the laws and court decisions of the State of Texas.
7
22.01 EXCLUSIVE AGREEMENT
This document,and all appmdcd documents,constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties bereto 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 SEVERABUM
The invalidity,illegality,or uaceforceability of any provision of this Agreement or the
occmrm of any event rendering any portion or provision of this Agreement void sball in no
way affect the validity or enforceability of any other portion or provision of this Agreement.Any
void provision shag 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 posale to the intent of the
shickm 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
that such services, responsibilities and duties shall be performed in a manner according to
generally"led industry practices.
Trine is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for eacr portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be finliy
responsible for its delays or for failures to use best efforts in accordance with the terns of this
Agreement. Where damage is caused to City due to Vendor's failure to perform io these
circumstances,City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeore.Neither City not Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligaticas 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.
8
Multiple CouokgwAL This Agreement may be executed in multiple counterparts,any
one of which shall be considered an original of this doamt;and all of which,when taken
together,shall constitute one and the same instrument.
IN WITNESS WHEREOF,City ad Vendor have executed this Agreemcot on the dates
indicated.
City of Round Rock,Teas IGnloc�hf Egoipmeat and Supply,Inc.
By; By:
Printed Name: Printed Name: Todd B.Klnloch
Title: Tide: President
Bate Siga d: Date Signed: 1211122
Attest:
By:
Meagan Spinks,City Clerk
For City,Approved as to Form:
BT.
Stephanie L.Sandre,City Attorney
I Section I:Sewer Cleaning Equipment,Products and Supplies-Discount(%)off cataloglpdcelist for
Combination Sewer Cleaners,Single Engine,Attachments,Accessories,and related products.
Cata'oq?ticelist MUST be,rnduded or proposal will not be mo dered.
Total: -------4 n
Item Notes:Vendors proposing multiple manufacturer product Gres and/or cataloglpricelist per line item must submit
the information as follows or proposal may not be considered:
Select"Add Alternate"for each additional manufacturer product line and/or catalgpricelist
proposed
• Vendors must list one specific percentage discount for each manufacturer andor
cataloglpricelist listed
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
NOTE Lo rot ru:h SKU Re!efvu N.:.rvs N'Csiy"Cr let kta 1+M Extuc'
2022 Vactpr Sever Clearer Pric
2 Section I:Sewer Cleaning Equipment,Products,and Supplies-Discount(°o)off catalog'pricelist for
Combination Sewer Cleaners,Dual Engine,Attachments,Accessories,and related products.
CatabgiPncelist MUST be rduded or proposal will not be cons4ered
Total: dSS
Item Notes:Vendors propos rg multiple manufacturer product lines and.ror cata!ogrpncelist per line item must submit
the information as follows or proposal may not be considered:
• Select"Add Alternate"for each additional manufacturer product line and1or ataloglpricelist
proposed
Vendor's must[st one specific percentage discount for each manufacturer and/or
ata!ogrp:icelist listed
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
NOTE N rC(Wxh k SeU.RelrM NxUfl w't.-VA rtu-Sr_�"�crr:Fnasr:
2022 Vactor See;er Clearer Pric
Exhibit"A"
h2c 19 of 291npi Vadr..lskxh 4wW&4�N.Lx 6'6•:2
3 Section I:Sewer Cleaning Equipment.Products,and Supplies-Discount(°,o)off cataloglpricelist for Jetter
Units,Attachments,Accessories,and related products.Catalog9ricelist MUST be included or proposal will
not be conAered.
Total: 4�0
Item Notes:Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered:
Select"Add Alternate"for each additional manufacturer product line and/or cataloglpricelist
proposed
Vendor's must list one specf,,c percentage d scount for each manufacturer and/or
cataloglpncelisl listed
Item Attributes
1,State Name of Catalog!Pricelist Proposed with Discount Percentage
NpTE Do na r4WeSAU.RelererreNrbea WtWts:•Ca'See AucNeOV&SW
RamJel Trailer and Small Truck
4 Section(:Sewer Cleaning E ui ment,Products,and Supplies•Discount(°o)off ata!oglpricelisl for Trailer
Jetter Units,Attachments,Accessories,and related products.Ca'iloglPricelist MUST be included or
proposal% I not be considered
Total: 4oy
Item Notes:Vendors proposing multiple manufacturer product I nes andlor catalog'pncebst per line item must submit
the information as follows or proposal may not be considered
Select"Add Alternate"fo•each additional manufacturer product Lne andlor cata!40celist
proposed
Vendors must list one specific percentage discount for each manufacturer andlor
catalogrprcelist listed
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
NOTE pond kx"SAU.ReWenu W-be e.Wes--d arka'Set A=ae:EndoseC �l
2022 Vactor Sewer Clearer Pric I
Exhibit"A"
r v or Va►ir.Kmkxhfq*nr1 S s;0 K 67f.22
5 Section I:Sewer Cleaning Equipment,Products,and Supplies-Discount(°b)off calal4pricelist for
Vacuum Excavation Equipment and related products.CataloglPricelist MUST be included or proposal will rat
be considered.
Total: 4Sb
Item Notes:Vendors proposing multiple manufacturer product lines and/or cata!oglpricelist per line item must submit
the information as follows or proposal may not be considered:
Select"Add Alternate"for each additional manufacturer product line and/or calaloglpricelist
proposed
e Vendor's must list one specific percentage discount for each manufacturer and/or
cataloglpricelist listed
Item Attributes
1.State Name of CatalogiPricelist Proposed with Discount Percentage
ROTE Do Actkk.*SKU."ne'efewe llurters,wets.bts s-.ix'Set�sac^eeEcracse:'
2022 TRUVAC HXX Price Referenc
Alternate 1
Section I:Sewer Cleaning Equipment,Products,and Supplies - Discount(o)off cataloglpricelist for
Vacuum Excavation E ui ment and related products.Calalog2jgghst MUST be included or proposal wiil rot
to considered.
Tcial:
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
L T Do rotmdroeSKU.Re're"NLrSen.W'WAi rda—bee Arazte.E's't:seE-
Padfic Tek Catalogue 2022
6 Section I:Sewer Cleaning Equipment,Products,and Supplies•Discount(%)off cata!ogtpricelisi for AA
Other Sewer Cleaning Equipment,Attachments,Accessories,and related products.Catal g9ncelist
MUST be included or pTopcsal wall not be considered.
Total. 4`5
Item Notes:Vendors propos ng multiple manufacturer product lines and/or calaloglpricehsl per line item must submit
the information as follows or proposal may not be considered:
e Select"Add Alternate"for each additional manufacturer product line and/or cataloglpricelist
proposed
Vendor's must list one spedfic percentage dscounl for each manufacturer andlcr
cataloglpricelist listed
Exhibit"A"
Pat:21 of 29 FOP Vadr.KrJxh 5qqvx-i&&Trly.Ix 676-22
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
NOTE Dor-0in-';GeSKU.Re'ee,eN.r;eis N"'es aa.ar'Ste Atict
2022 Vacter Sewer Cleaner Pric
7 Section II:Sewer Inspection Equipment,Products and Supplies-Discount(%)off ataloglpricelist for
Portable Mini Sewer Inspection Systems,Attachments,Accessories and related
products.CatalogiP eld MUST be included or proposal 4 not be considered
Total: 4`0
Item Notes.Vendors proposing multiple manufacturer product lines and/or cataloglpricelist per line item must submit
the information as follows or proposal may not be considered:
• Select"Add Alternate"for each additional manufacturer product line and/or cataloglpricelisl
proposed
• Vendor's must list one speck percentage dscount for each manufacturer and'or
calalogrpncelist listed
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
NOTE Do no nX*SKU,RelereneeNrbm Wentts ez:o'Ste A=ftEraose
Rausch Mini Camera Prcing 202
Alternate 1
Section II:Sewer Inspection Equipment Products and Supplies -Discount(o)off cataloglpricelist for
Portable Mini Sewer Inspection Systems Attachments Accessories and related
products.CatalogiPricelist MUST be inducted or RoQosal wig not be considered.
Total:
Item Attributes
1.State Name of CatalogfPricelist Proposed with Discount Percentage
NOTE Do rst indu-k SKU Re!erext Numbers,WeOs:tts and'a'Ste AtlaeWindoseT
Hathorn Camera Price List
Exhibit"A"
Puc L'of 29 raign Vadr.KnkO Eq ep nm k .Ia 676-"
8 Section II:Sewer Inspection Equipment.Products and Supplies•Discount I%)off cataloglpricelisl for
Mainline Portable Mini Sewer Inspection Systems,Attachments,Accessories,and related
products.Catalog9ricelist MUST be included or proposal will not be considered.
Total: 4%
Item Notes:Vendors proposing multiple manufacturer product lines and/or cataloglpricelist per line item must submit
the information as follows or proposal may not be considered.
Select"Add Alternate"for each additional manufacturer product line and/or cataloglpricelist
proposed
Vendor's must list one specific percentage discount for each manufacturer and/or
catalogipricelist listed
Item Attributes
1.State Name of Catalog'Pricelist Proposed with Discount Percentage
hOTE W rat wxk.de SAU Rr'amct kjnDv%.W"ts r4 a•see JlW"Er4cseC'
Roush Omicfcn Push System 202c
Alternate 1
Section II:Sewer Inspection E ui ment Products and Supplies • Discount(°'o)off cataloglpricelist for
Mainline Portable Mini Sewer Inspection Systems, Attachments. Accessories,and related
products.Cata'oc.Price'ist MUST be included or proposal wN not be considered
Tota'
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
hOrE Oc ry moat SKU Rt'e-c u., n wtts.:m"or*Set kU:rt.Eaao eJ'
Rausch Omicron Drive System 20 771
9 Section II:Sewer Inspection Equipment.Products and Supplies•Discount(`;S)off cata!oglpricelist for
Lateral and Mainline Sewer Inspection Systems,Attachments,Accessories,and related
products.Catalc,:Rioet t MUST b.indud?d or proposal wil not be conside.ed
Total:
Item Notes:Vendors proposing multiple manufacturer product I nes and/or cataloglpricelist per line item must submit
the information as follows or proposal may not be considered:
e Select"Add Alternate"for each additional manufacturer product line and-or cata!oglpricelist
proposed
• Vendor's must list one specific percentage 6scount for each manufacturer andror
cata!4pe.celist listed
Exhibit"A"
Pk-C 23 of 21)pis va IT L-30zh Ega:r.W S W..L-K 67(?,
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
!!OH Do nt rc Xe SKU ae'e+erue Namtcs.'he4les and a'Set Abl-W Ertiosed'
Rausch Trailer and Truck Mount
1 Section II:Sewer Inspection Equipment,Products and Sup Igies_-Discount(4'3)off catal4pricelist for
0 Vehicle/Trailer Mounted TV Sewer Inspection and Rehabilitation Systems,Attachments,Accessories,
and related products.CatalogtPricelist MUST be included or proposal will not be considered.
Total: 4°tc
Item Notes:Vendors proposng multiple manufacturer product lines and/or catalogipricelist per line item must submit
the information as follows or proposal may not be considered:
• Select"Add Alternate"for each additional manufacturer product line and/or calalogfpncelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
cataloglpricelist listed
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
nor_DOr4 Xa-SKU.R-MNemNxZM WeWn 1XOr*.teA."JOMf=ef
Rausch Trailer and Truck Mount
1 Section II'Sewer Inspection Equipment Products and Supplies-Discount(1,')off ataloglpricefist for
Sewer Inspection Cameras,Attachments,Accessories,and related products.Cataloa'Pricehst MUST bee
irduded cn proposal will not be considered
Total:
Item Notes:Vendors proposTrg multiple manufacturer product I ies and/or ataloglpricelist per line item must submit
the information as follows or proposal may not be considered:
Select"Add Alternate"tar each additional manufacturer product line andror catalogrpricelist
proposed
Vendor's must list one specific percentage d scount for each manufacturer and/or
atalogfpri_elist listed
Item Attributes
1.State Name of CatalogtPricelist Proposed with Discount Percentage
NOTE oo r.:r rtt*SKU Rewew Nun tm WftTes xk'n-See ACxheC EayOse:'
Rausch Cameras.Attachments an
Exhibit"A"
P ZZ 241 cr-'9 paps \'emir Kadxh Egc�p=S W.In 676-22
1 Section II:Sewer Inspection Equipment.Products and Supplies-Discount(;'0)off catalogfpricelist for
2 Sewer Inspection Camera Transporters,Attachments,Accessories,and related
products.Catal4Pricelist MUST be included or proposal will not be considered.
Total: 4°0
Item Notes:Vendors proposing multiple manufacturer product lines andlor cataloglpncelist per line Aem must submit
the information as follows or proposal may not be considered:
Select"Add Alternate"for each additional manufacturer product line andlor cataloglpricelist
proposed
Vendor's must list one specific percentage discount for each manufacturer andlor
cata!oglpdcelist listed
Item Attributes
1.State Name of CatalVPdcelist Proposed with Discount Percentage
Do rot rauOe SI(U Retvr"N=.tes.Webstes.w6a'Set A-WftEraosee-
Rausch Crawlers,Attachments a
1 Section It:Sewer Inspection Equipment.Products and Supplies-Discount(SS)off cataloglpdcelist for
3 Portable Video Inspection Cameras,Attachments,Accessories and related products.Cata"oglPricelist
MUST be included or proposal will not be corsidered.
Total. 495
Item Notes:Vendors proposing multiple manufacturer product lines andlor cataloglpricelist per line item must submit
the information as f0ows or proposal may not be considered:
Select'Add Alternate"for each additional manufacturer product line andlor cata!oglpricelisl
proposed
Vendor's must list one specfc percentage discount for each manufacturer andlor
cata!oglpocellst listed
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
hoTE DordrakteS)41 Re'"rceNrbm At!stes an6Y SetA iUtl?,aye;
Rausch Portable Cameras,Attac
Exhibit"A"
Pue'_5;or I9 PM. VaOT Ukd Fq-T=i S s t.to 676-"
I Section II:Sewer Inspection Equipment,Products and Supplies-Discount(%)off catalog(pricelist for
4 Lateral Cleaning Systems,Attachments,Accessories,and related products.Cata!4Pkelist MUST be
included or proposal will W be considered
No Bid
Item Notes Vendors proposing multiple manufacturer product lines and/or cataloglpricelist per line item must submit
the information as follows or proposal may not be considered:
• Select"Add Alternate"for each additional manufacturer product line and/or ca!aloglpricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer andror
cataloglprcelist listed
Item Attributes
1.State Name of CatalogiPricelist Proposed with Discount Percentage
NOTE Do rd ira4e SKU Relvtw Nrt.s webs 3-40,'See f7�7lC[•'�see'
No response
1 Section II:Sewer Inspection Equipment,Products and Supplies-Discount(`;5)off cata!oglpricelist for
5 Lateral Reinstatement Cutters,Attachments,Accessories,and related products.Catalog?rioeliist MUST
be inducted or proposal will not be considered
No Bid
Item Notes:Vendors proposing multiple manufacturer product lines and/or cataloglpricelist per line item must submit
the information as follows or proposal may not be considered:
Select"Add Alternate"for each additional manufacturer product line and/or cataloglpricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalDglpricelist listed
Item Attributes
1.State Name of Catalog!Pdcelist Proposed with Discount Percentage
N T Do nU uiWee SKU Refererce NxtLvs we"tn V4ct*See ACJUudEf,"sM'
No response
Exhibit"A"
P4?C 26 or'.9 rap fair.f;rk�EqTnre&5{;tr.rn: 676•2_'
I Section II:Sewer Inspection Equipment,Products and Supplies-Discount(%)off cataloglpd list for
6 Profiling Systems,Attachments,Accessories,and related products,CataloglPriceld MUST be induded or
proposal w'I not be consdered
Total: 44�
Item Notes:Vendors proposing multiple manufacturer product lines andlor catal4pricelisl per line item must submit
the information as follows or proposal may not be considered:
e Select"Add Alternate"for each additional manufacturer product line andror catal4pricelist
proposed
o Vendor's must list one specfc percentage dscount for each manufacturer andror
catalog/pncelist listed
Item Attributes
1.State Name of Catalog.'Pricelist Proposed with Discount Percentage
h2K Ocrg rd*SKV.Rek-,C=Mrxn Ymts.:es a-4vIetknedErow-.
Rausch laser Profiler
1 Section II:Sewer Inspection Equipment,Products and Supplies-Discount("))off ata'ogrpricelist for
7 Gravity Pipeline Inspection Systems,Attachments,Accessories,and related products.Catalog9ricefrst
MUST be included or proposal will not be considered
No Bid
Item Notes:Vendors proposing multiple manufacturer product fines and/or catalog/pncelist per line item must submit
the information as follows or proposal may not be considered:
• Select"Add Alternate"for each additional manufacturer product line and/or catalog/pricelist
proposed
s Vendor's must list one specific percentage discount for each manufacturer and/or
cataloglpricelist listed
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
NOTE Do nol avt&SKU,Refetru WnbmWeis"=s r4cr*Set Alid"Fndc;e*
No response
Exhibit"A"
P�M 77 or?�{us s Vmlr.WO O 14LP=&S*�,N 676-s'
1 Section II:Sewer Inspection Equipment,Products and Supplies•Discount(%)off alaloglpricelist for
8 Pipeline Condition Assessment Software and related products.CatalogfPricelist MUST be included or
proposal will not be considered
Total. 4°A
Item Notes:Vendors proposing multiple manufaclurer product lines and/or calaloglpricelist per line item must submit
the information as follows or proposal may not be considered:
Select"Add Alternate"for each additional manufacturer product line and/or cataloglpricelist
propose l
e Vendor's must list one speufic percentage discount for each manufacturer and/or
cataloglpncelist listed
Item Attributes
1.State Name of CatalogiPricelist Proposed with Discount Percentage
NOTE:Oo aol rcWe SKU Rtle vu hwom.Weis:es."Cir'st•.Atts�+eSE;dcsr]'
POSM Software
Alternate 1
Section It:Sewer Inspection Equipment Products and Supplies • Discount(°o)off alaloglpricelist for
Pipeline Condition Assessment Software and related products.CataloylPricelist MUST be included or
rho gsal W 1 not be considered.
To•.al 4:S
Item Attributes
1.State Name of Catalopricelist Proposed with Discount Percentage
NOTE Do ;t a c ide SO Re4rexe IN14run,Wtts.!es t 4 a'Sea A=I%W Erowe
2022 Y_i Can Price List
1 Section It:Sewer Inspection Equipment.Products and Supplies•Discount(%)off ataloglpricelist for All
9 Other Sewer Inspection Systems,Attachments,Accessories,and related products.CatalogRcefist
hIUST be included or proposal will not be corsidered
No Bid
Item Notes:Vendors propos rig multiple manufacturer product lines and/or cataloglpncelisl per line item must submt
the information as follows or proposal may not be considered:
• Select"Add Alternate"for each adMonal manufacturer product line and/or cataloglpricelist
proposed
• Vendors must list one speafic percentage dscount for each manufacturer and/or
cata!oglpncelist listed
Exhibit"A"
Pine 23 of'9 raga Vm!r Kmk-d,4#1&5vv+h.In
Item Attributes
1.State Name of CataloglPricelist Proposed with Discount Percentage
NOTE Do not mWe SKU,Rehrmce Numbers,webstes jw.V'See Attxl KEndosed'
No response
2 Section III:Repair and Replacement Parts-Discount('Y;)off atalogrpncelisl for RepairlReplacement Parts
0 for Sewer Cleaning and Inspection Equipment.Calalog/Priceiist MUST be included or proposal will not be
considered.
Total: 40
Item Notes:Vendors proposing muftip!e manufacturer product lines and/or catalogrpricelist per line item must submit
the information as follows or proposal may not be considered:
Select"Add Alternate"for each additional manufacturer product line and/or catalog/pricelist
proposed
Vendor's must list one specific percentage discount for each manufacturer and/or
cats logfpricelisl listed
Item Attributes
1.State Name of Catalog►Pricelist Proposed with Discount Percentage
L2U Do rX rajCe SKU Re'cew N,urbas,weWrs sda'.Set A _Vv- �EZmksc:
Kinloch Paris Prce List 2022
2 Section IV:Installation and Repair Service-Hourly Labor Rate for Instal lationlRepair Service of Sewer
1 Cleaning,Inspection Products,Equipment and Related Items—Not to Exceed hourly labor rate for
InstaHation1Repair SeRice of Equipment and Products.
Quantity: 1 UQht: Hourly Labor Rate P,:ea S120.00 Total: S 120.00
2 Section IV:Installation and Repair Service-Hourly Labor Rate for Service of Pipeline ConditiDn
2 Assessments,Products,Equipment and Related Items—Not to Exceed hourly labor rate for
Insta'!atiaNRepair Service of Equipment and Products.
Quantity: 1 IJQSt Hourly labor Rate Pnce.', $135.00 Total S135.00
Response Total: $255.00
Exhibit"A"
Pur?9 of 29 fsuo Vckk f lds E4a-1 S S;O.Im 676-12