R-2023-214 - 7/27/2023RESOLUTION NO. R-2023-214
WHEREAS, the City of Round Rock ("City") desires to purchase traffic signal systems and
safety barrier products; 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, Paradigm Traffic Systems, Inc. is an approved vendor of Buy Board; and
WHEREAS, the City desires to purchase said goods and services from Paradigm Traffic
Systems, Inc. through Buy Board Contract No. 695-23, 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 Traffic Signal Systems and Safety Barrier Products with Paradigm Traffic
Systems, 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.
0112.20232; 4891-9253-2848
RESOLVED this 27th day of July, 2023.
CRAIG MCGAN,/Mor
City of Ro nd Roc exas
ATTEST:
qj
'PEA-GAON ONKS, Clerk
EXHIBIT
"All
CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF
TRAFFIC SIGNAL SYSTEMS AND
SAFETY BARRIER PRODUCTS
WITH
PARADIGM TRAFFIC SYSTEMS, INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS:
This Agreement is for the purchase of traffic signal systems and safety barrier products,
and is referred to herein as the "Agreement." This Agreement is made and entered into on this
the day of the month of , 2023, by and between the CITY OF ROUND
ROCK, TEXAS, a home -rule municipality whose offices are located at 221 East Main Street,
Round Rock, Texas 78664, referred to herein as the "City," and PARADIGM TRAFFIC
SYSTEMS, INC., whose offices are located at 2201 East Division Street, Arlington, Texas
76011, referred to herein as "Vendor." This Agreement supersedes and replaces any previous
agreement between the named parties, whether oral or written, and whether or not established by
custom and practice.
RECITALS:
WHEREAS, City desires to purchase traffic signal systems and safety barrier products,
and City desires to obtain said goods from Vendor; 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 # 695-23;
and
WHEREAS, City desires to purchase certain goods and services 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 receipt and sufficiency of which are hereby acknowledged, the parties
mutually agree as follows:
4865-1 135-3445/ss2
:a
1.0 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to obtain specified goods and Vendor is obligated to provide specified goods. This
Agreement includes any exhibits, addenda, and/or amendments thereto.
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. Goods mean the specified supplies, materials, commodities, or equipment.
E. Vendor means Casco Industries, Inc., or any successors or assigns.
2.0 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein, or until terminated or extended as provided herein.
B. This Agreement shall expire on March 31, 2026.
3.0 SCOPE OF WORK
A. The goods and related services which are the subject matter of this Agreement are
described generally in the attached Exhibit "A."
B. This Agreement shall evidence the entire understanding and agreement between
the parties and shall supersede any prior proposals, correspondence or discussions.
C. Vendor shall satisfactorily provide all deliverables and services described in
Exhibit "A" within the contract term specified. A change in the Scope of Services or any term of
this Agreement, including bonding requirements, must be negotiated and agreed to in all relevant
details, and must be embodied in a valid Supplemental Agreement as described herein.
4.0 COSTS
A. City agrees to pay for goods and related services during the term of this
Agreement at the pricing set forth in Exhibit "A."
B. The City shall is 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.
a,
5.0 INVOICES
All invoices shall include, at a minimum, the following information:
Name and address of Vendor;
2. Purchase Order Number;
Description and quantity of items received; and
4. Delivery dates.
6.0 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 effect such termination by
giving Vendor a written notice of termination at the end of its then -current fiscal year.
7.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Vendor will be made within thirty (30) days of the date City receives goods
under this Agreement, the date the performance of the services under this Agreement are
completed, or the date City receives a correct invoice for the goods 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). This Prompt Payment Policy does not apply to
payments made by City in the event:
1. 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
2. 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
3. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
4. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
8.0 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.
9.0 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
10.0 INSURANCE
Vendor shall meet all City of Round Rock insurance requirements set forth - at:
littp://vrvN,"roundrocktexas eov/wp-content/uploads/2014/12/corr insurance 07.201 12.pdf.
11.0 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Clay Ericson, Assistant Superintendent
Transportation Department
3400 Sunrise Road
Round Rock, TX 78665
(512) 801-9776
cericson�roundrocktexas._uov
12.0 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City acquiring the
specified goods elsewhere.
Vendor shall be declared in default of this Agreement if it does any of the following and
fails to cure the issue within thirty (30) days of receipt of written notice:
A. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
B. Becomes insolvent or seeks relief under the bankruptcy laws of the United States,
and is unable to perform its material obligations under the Agreement.
4
13.0 TERMINATION AND SUSPENSION
A. In the event of any uncured default by either party, the non -defaulting party has
the right to terminate the affected portions of this Agreement for cause, upon ten (10) days'
written notice to the defaulting party following the cure period.
B. In the event the City terminates under this section, the following shall apply:
Upon the effective date of the termination, Vendor shall discontinue performance of the affected
provision of goods and/or services. The City shall be responsible only for amounts due and
owing up to the date of termination.
14.0 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 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 not 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 No/100 Dollars ($100,000.00) unless the contract has a
provision 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 a
provision 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.
15.0 ASSIGNMENT AND DELEGATION
The parties 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.
16.0 NOTICES
A. 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 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:
Paradigm Traffic Systems, Inc.
2201 East Division Street,
Arlington, Texas 76011
Notice to City:
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
B. Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
17.0 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.
18.0 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.
19.0 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.
20.0 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.
21.0 MISCELLANEOUS PROVISIONS
A. 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 accepted industry practices.
B. Time is of the Essence. The parties agree that, from time to time, certain unique
transactions may have special requirements relative to timing and, accordingly, the parties will
identify those transactions and exercise best efforts to accomplish those transactions within the
stated timeframe. Other timing requirements will be met in a commercially reasonable manner.
Where damage is caused to City due to Vendor's failure to perform in the special timing
requirement circumstances, City may pursue any remedy available without waiver of any of
City's additional legal rights or remedies.
C. Binding Agreement. This Agreement shall extend to and be binding upon and
inure to the benefit of the parties' respective heirs, executors, administrators, successors and
assigns.
D. 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.
[Signatures on the following page.]
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
Paradigm Traffic Systems, Inc.
By:
Printed
Je iester
Title:
CEO
Date Signed:
6-15-2023
City of Round Rock, Texas
By:
Printed Name: _
Title:
Date Signed: _
For City, Attest:
By:
Meagan Spinks, City Clerk
For City, Approved as to Form:
Stephanie L. Sandre, City Attorney
Fxhihit "A"
1
Section I: Equipment, Products, and Supplies
Discount (%) off catalog/pricelist for Traffic Light and Signal Systems, Supplies, and Equipment.
Catalog/Pricelist MUST be included or proposal will not be considered
Total: 0%
Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vendor websites will be accepted.
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 catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU. Reference Numbers. Websites, andlor "See AttachediEf ,-,;;sed'
Paradigm Traffic Systems
Alternate 1
Section I: Equipment. Products, and Supplies
Discount (%) off catalog/pricelist for Traffic Light and Signal Systems. Supplies. and Equipment. Catalog/Pricelist
MUST be included or proposal will not be considered,
Total: 0%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU. Reference Numbers, Websites, and/or "See AttachediFndosed'
Paradigm Traffic Pelco
Page 18 of 25 pages Vendor. Paradigm Traffic Systems, Inc 695-23
2 1 Section 1• Eguipment. Products and Supplies
Discount (%) off catalog/pricelist for Traffic Safety Barrier, Barricade, and Guardrail Products (Cable,
Concrete, Plastic, Steel, Wood, W Beam, Tri-Beam, End Treatments, Posts, and other related
products). Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE: Vendors shall submit catalogs)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vendor websites will be accepted.
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 catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU Reference Numbers Websites and/or "See Attached/Enclosed'
No response
Page 19 of 25 pages Vendor. Paradigm Traffic Systems, Inc 695-23
YAvl
3 1 Section I: Equipment. Products. and Supplies
Discount (%) off catalog/pricelist for Traffic Intersection Safety (Parking Lot, Pedestrian, Railroad, School
Zone) Equipment and Products. Catalog/Pricelist MUST be included or proposal will not be considered.
Item Notes: PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturerivendor websites will be accepted.
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 catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
I NOTEDo not include SKU Reference Numbers Wehsites ardor "See Attached/Enclosed"
No response
Page 20 of 25 pages Vendor: Paradigm Traffic Systems, Inc 695-23
• r_.V:t_:a nnn
4 1 Section I: Equipment. Products. and Supplies
Discount (%) off catalog/pricelist for Traffic Marker and Sign Products. Catalog/Pricelist MUST be included or
proposal will not be considered.
No Bid
Item Notes: PROPOSAL. NOTE: Vendors shall submit catalogs)/pdcelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalogs)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No raper
catalogs or manufacturer/vendor websites will be accepted.
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 catalog/pricelist
proposed
I Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE. Do not include SKU, Reference Numbeis VVE!bsites and/or 'See Attached Enclosed".
No response
Page 21 of 25 pages Vendor. Paradigm Traffic Systems, Inc 695-23
WA.
5 1 Section I: Equipment. Products, and Supplies
Discount (%) off catalog/pricelist for Computerized Traffic Design Plans, Traffic Flagging, and Special
Event Services. Catalog/Pricelist MUST be included or proposal will not be considered.
.s.
Item Notes: PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vendor websites will be accepted.
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:
o 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
catalog/pricelist listed
Item Attributes
-] 1. State Name of Catalog/Pricelist Proposed with Discount Percentage
JiNOTE Do net include SKU Reference NumGe;s wehsites and/or "See Altached;Enclosed"
1 No response
Page 22 of 25 pages Vendor: Paradigm Traffic Systems, Inc 695-23
" FYhihit "A"
6 1 Section 1• Equipment, Products, and Supplies
Discount (%) off catalog/pricelist for All Other Traffic Light and Signal System Products. Catalog/Pricelist
MUST be included or proposal will not be considered
No Bid
Item Notes: PROPOSAL NOTE: Vendors shall submit catalog s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No 12aRer
catalogs or manufacturer/vendor websites will be accepted.
I 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 catalog/pricelist
proposed
Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
N01 E Do not include SKU, Reference Numbers Websites. and/or "See Attached/Enclosed".
No response
Page 23 of 25 pages Vendor. Paradigm Traffic Systems, Inc 695-23
7 1 Section I: Equipment, Products. and Supplies
Discount (%) off catalog/pricelist for Traffic Light and Signal Systems Repair Parts. Catalog/Pricelist MUST
be included or proposal will not be considered
r1k..:.
Item Notes: PROPOSAL NOTE: Vendors shall submit catalogs)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vendor websites will be accepted.
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 catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NO[ Dc not include SKU, Reference Numbers. Websiles. and/or "See Attached/ Enclosed'.
No response
Page 24 of 25 pages Vendor. Paradigm Traffic Systems, Inc 695-23
FYhihit "A"
8
Section 1• Equipment, Products. and Supplies
Discount (%) off catalog/pricelist for Traffic Light and Signal Equipment and Products
Maintenance/Warranty Agreements. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vendor websites will be accepted.
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 catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU Reference Numbers. Websites and/or "See Attached/Frciosed'
No response
9
Section II• Installation and Repair Service
Hourly Labor Rate for Installation/Repair Service of Traffic Signal Systems, Products, and Related
Items - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products.
Quantity: 1 UOM: Hourly Labor Rate No Bid
1
Section II• Installation and Repair Service
0
Hourly Labor Rate for Installation/Repair Service of Traffic Safety Barrier, Barricade, and Guardrail
Products, and Related Items -Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and
Products.
Quantity: 1 UOM: Hourly Labor Rate No Bid
Response Total: $0.00
Page 25 of 25 pages Vendor. Paradigm Traffic Systems, Inc 695-23