Loading...
Contract - Dobie Supply - 9/28/2023 CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF HIGHWAY TRAFFIC CON'T'ROLS WITH DI BIE SUPPLY, LLC THE STATE A'T'E Off'TEXAS CITY OF ROUND ROCK § KNOW W ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON COUNTY OF TRAVIS This .Agreement is for the purchase of highway tr 'i n r l , and is refer d to herein as the " , r ee errt." This Agreement is made and entered into on this the «r day of the month , 2023, by and between the CITY F ROUND ROCK, TEXAS, h rne- rule municipality whose offices are located at 221 Fast Main Street, Round Rock, Texas 78664, referred to herein as the "City," and DOBIE SUPPLY, LLC, whose offices are located at 601 Commercial mereial give, Buda, Texas 78610,, 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. RECI'T'ALS: WHEREAS, City desires to purchase highway traffic controls; 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 #703-23; 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 ofthe mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency ofwhich are hereby acknowledged, the parties mutually agree as follows: 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 4863-75$9-0 4 'OV,, 1 i 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 Dobie Supply, LLC, 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 May 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" ," B. This Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. C. Vendor skull satisfactorily provide all deliverables and saris described in Exhibit "A" within the contract term specified. A change in the Scope ofServices 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. Citi agrees to pay for goods and related services during the terra of this Agreement at the pricing set forth in Exhibit"A." . 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. .fi INVOICES All invoices shall include, at a minimum, the following information: 1. Name and address of Vendor; 2. Purchase Order Number; . Description and quantity of items received; and . 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 goveming 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 oftermination at the end of its then-current fiscal year. 7.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, Y.T.C. ., Texas Government Code, any payment to be made by City to vendor will be made within thirty days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the slate 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 Y.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the evert: I. There is a bora 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 . The terms of a federal contract, grant, regulation., or statute prevent City from making a timely payment with federal funds; or . 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, caravel 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 trorn Federaltherefore, included in Vendor's charges. 10.0 INSURANCE Vendor shall meet all City of Round Rock insurance requirements at: „ mmwwmxw .�,,,„,oy ,,.„w.wrd^�rmvmyyrrnml!rymmenrm „,,rnrwmwryrrammrrndumgmrnrrrrmnrremvr w,, ,,., a irim» yrmrrmrmwyrrnry,,,,uloads/ 014/12/corr insurance i jj /W"If. 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 75665 (512) 801-9776 ricson '�°'roan roc to ,,,, ,,t n 12.0 DEFAULT If Vendor abandons or defaults under this Agreement and is a cone of City acquiring the specified goods elsewhere. Vendor shill be declared in default ofthis Agreement if it does any of the following and fails to cure the issue within thirty days of receipt of written notice: A. Fails to fully, timely and faithfully perforin any of its material obligations under this Agreement; B. Becomes insolvent or seeks relieft the UnitedStates, and is unable to perform its materialobligations t, 13.0 TERMINATION AND SUSPENSION the event of any uncured default by eitherti the right to terminate the affected portionsthis t for cause, upon t ' writtent1ce to the defaulting party following the cure period. the eventt t r this section, t effectiveUpon the t discontinue raffected provision of goods and/or 1 1 responsible owingt termination. 14,0 COMPLIANCE WITH LAWS, CHARTER, AND ORDINANCES A. Vendor 5, its agents,, employees and subcontractors l se best efforts to comply with all applicable federalstate s, the Charter and Ordinances of the Cityf Round Rock, amended,as ith all applicable rules and regulations r l tc c 1, state and national boards, bureaus and agencies. accordanceit Government Code, a goverrumental entity may t enter into contract with a company for s or services unless the contract ct i written verification from the company that it: t boycott Israel; and (2) will not boycott Israel i t boycott Israel during the term of this contract. signatory executing Agreement on behalfr verifies r does not boycottIsrael ill not boycott Israel during the term of this Agreement. accordancei r 2274, Texas Govenunent Code, a governmentalti may t enter into contract with a company witht least t 1full-time s for value at least One HundredsDollars unless the contract s a provisionverifying t it; does not have a practice, policy, i r directive that discriminates 1 st a firearmt r fireann trade association; discriminate during the term of the contract against a firearmt r association. signatory executing1s Agreement on behalf of Vendor verifies r does not have a practice, guidance, or directive that discriminates against a firearmt r firearm trade cr t , and it willt f this Agreement against a firearmt r firearm trade association. accordance it ter 2274,, Texas Governmentgovernmental entity may t enter into contract with a company with at least t 1fall-time employees for value of at least One Hundred ThousandDollars ($100,000.00) ss the contract has a provision verifying that it: 1) does not boycott energycompanies; will not boycott enerev companies ri the term oft is Agreement. The signatory o ti this Agreement behalfr verifies Vendor does not boycott energycompanies, and it will not boycott enerev companies during the term of this Agreement. 15-.0 ASSIGNMENT AND DELEGATION The les hereby bind themselves, t it successors, s and legal representatives t each other with respect to the termsthis Agreement. Neither party shallss I t or transfer any interest in this Agreement without prior written authon*zationf the other party. 16.0 NOTICES A. All tic s and other communications in connection it this Agreement shall be in writingshall be considerediv l When e Ivered personally to recipient's ess as stated in this t; or recipient's2. Three (3) days after being deposited in the United States mail, with postage prepaid to the in Agreement. Vendor:Notice to Doble Supply, LLCi Commercial601 Buda, TX 78610 Notice to City: City Manager Stephanie i i City Attorney 221 East Main Street AND TO: 309 East Main Street NothingRound Rock, TX 78664 Round Rock, TX 78664 B. t `ned herein shall be construed to restrictroutine communications . 17,0 APPLICABLE LAW., ENFORCEMENT, AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action i eithernecessary by r terms or conditions herein, exclusive venue for same shall liein Williamsoni t shall be accordancegoverned by and construed in ith the laws and court decisions of the State of Texas. document)18,0 EXCLUSIVE AGREEMENT This and all appended documents, constitutesthe entire City.Vendor and t of the parties hereto 1 . 19.0 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputesthe parties; arising1 t or a breach thereof shall be decided by any arbitration proceeding, including without limitation, Arbitration' t (9 USC Section 1- r any applicable state arbitration . invalidity,20.0 SEVERABILITY The illegality, r t or the portionoccurrence of any event rendering any . . this Agreement i n no way affect the validity or enforceabilityother void ` ion shall be deemed severed from this Agreement, and the balance of thist shall be construed and enforced as if this Agreement didr portion or provision1 this replace stncken provision 1 n 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 AgTeernent be determined void. 21.0 MISCELLANEOUS PROVISIONS trained,A, Standard of Care. Vendor represents that it employs , responsibilitiescompetent persons to perform all of the services, responsibilities and duties specified herein and that such services, , generally accepted 'industry practices. B, Time i's of the Essence. The parties agree that, from time to time, certain unique timingtransactions may have special requirements relative to transactionsidentify those transactions and exercise best efforts to accomplish those stated timefrarne. Other timing requirements will be met in a commercially reasonable manner. Where damage is caused to City ,in the special timing withoutrequirement circumstances, City may pursue any remedy available 1 assigns.City's additional legal rights or remedies. C, Binding Agreement. This Agreement shall extend to and be bindm' g upon and inure to the benefit of the paftles" respective heirs., executors, administrators, successors and whichD, Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of 1 which, 1 . IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. Dobie Supply, LLC 01111, By: vaQ/A:B1/4t, Printed Name: 1,0, ae, Title: Date Signed: City of R lid Rock,T. as Printed Nat e: 1 itle: Date Signed: For City, Attest: 4, eagan einks, Ity Clerk For City, Approved as to Form: By: Stephanie L. Sandre City Attorney ■ Washingtonngton El Washington (WA)s 4 West Virginia w + W�esto a ■ ta (�WV�) 7- 1 I Wisconsin■ i Wisconsin + s a (W) isc sconsi�n (W�1). I I ftomlng Wyoming r L_[P wyoming RY) Bid Lines 1 I Section + ■ ■ Discount off catalog/pricelist for Highway Supplies, I IIS µ Equipment. st I Total: 15 Item Notes: PROPOSAL Vendors shall submit catalog(s)tpricellst(s) with their Proposal or the ■ response, considered.Proposal will not be Vendors shall submit catalog(s)/p ri cel i st(s) with the Proposal in a format,readily available and readable electronic with Excel or searchable PDF + catalgS1 or manufacturer/vendor r ll be r considered:Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be I I I I proplosied is Veindior!"s miustII I qdiscount manufacturer catallog/pricelist listeld Item Aftributes 1. State Name of I, , I I■I I j'1'!st Pirieid with i soI I lIrcentI, I IN TI .ID D not it in c1l iu I IU IF Re fie,re incie IN iu iaibe r ,'W e lb sitie is Ir in I lI ir " Afladh le I in 1l io is ie I '� FSeciflont... Products and Su�r�les _F qu .................. 2 Sect" Discount (%) off catalog/pricelist for Traffic Control Products, Supplies, and Equipment. Catalog/Pricelist MUST beincluded or proposal will not be considered, Total: 15% 1 Item , PROPOSAL ,: 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 - format, with Excel or searchable PDF preferred. Vendor'sVendors 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 .NOTE:Do not include st one specific percentage discount for each manufacturer and/or catalog/pricellst listed Item Attributes 1,. State Name of Catalog/Pricelist Proposed with Discount Percentage , Reference Numbers,Websites, ~ . VendorTraffic Control Products Page 19 of 32 pages Dobie Supply, txnlDll ­A­ 3TSeotflon L. E uipment-.-Products,-and Sup e Discount (%) off catalog/pricelist for Pavement Marking Supplies and Equipment. g I irii l l it iiU . III,us, I ,,, I le iinicliudeld or 1priqlplosal will iii , �ble cloinsideired, Total: E 15% 1 Item Notese. PROPOSAL NOTE: Vendors shall submit catalog(s)/pricel ist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricel ist(s)with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. N cataloas or manufacturer/vendor websoltes will be gg"e ted. 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 "".Ad�d ,A�ll-t�ei�riiriia,tie""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 ... rr,.,,— -1, -1 e., /r.a f: ....,��mvAm i,r������u M. I .6.... ......... .......... m...a rt............r r....... ......... ......... ......... ......... ..............................—. 1. State Name of t I ri li t Proposed withcount Percentage �I 1 ,. �y�rn!nrmrm�m�rnw��� III IV IIP Pavement markin supplies Page 20 of 32 pages Vendor: Dobie Supply,LLC 703-23 Addendum 1 "A" txn1DIT Pro igg and Su fies FiF—S, — Discount off catalog/pricelist for Delineation Products and Object Markers. GatI a s m omi in c IIII I. IIII III F l Included I d....d rIr -,lo!�losII will iniat be Mildereld. r.n l Tota 1® I PROPOSAL NOT* e s ast(s) a r Vendors shall th r Proposal r Item Notes. s I esponse, or the Proposal will not be considered. Vendors shall submit catalog(s,)/pricelist(s)with the Proposal in a r readily available and readable electronic format, with Excel or u catall2gg-or manufacturer/vendor websites will be ac e ted. Vendors proposing multiple manufacturer product lines and/or a st,, per line item must submi't the information as follows or proposal may not be e r e considered: * Select "" I l' i IIU IIU IIU e'" for each additional manufacturer product line and/or catalog/pricellst catalog/pricelist listed proposed a Vendor's must list one specific percentage discount for each manufacturer and/or + Item Attributes r mr r ,,,, State Name of Catallog/PricefilstProposed with Discount Percentage i II� ..u II� IIIIIIII III�I I��II 11iim � �i� �I� ���I1I II�II1I�I ��I�,I�I III m I��,I ll I�I�I,l ll Ili I����I I� 1113111 l� ll ..�,,„ . � , . .. , �, . � .. � i n. i111i 111 Delineation and object markers Page 21 of 32 pages Vendor;Dobie Supply,LLC 703-23 Addendum 1 " " 5TjS:e:c:td,o n I: E - txnni "A" au i Discount (%)off catalog/pricelist for Road Signs, Posts, and Hardware. Catalb, Pidcelist MUST Ible 'llincluideld oiiie propos,alwill not be consildleireid,, Total: 15 L/.] 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 ffi preferred.readily available and readable electronic format, with Excel or searchable PDF paper a e ._._ is or manufacturer/vendor websotes well be gp��tqdg. 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 " for each additional manufacturer product line and/or catalog/pricelist "Aid i Alt,,,,irin atie sur proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes I. State Name of Catallog/Pricellistr with Discount Percentage ... I I Illllli to I 111111 ��n w m � � �I I i i el I I IIII iiii iii ii�,,,i [�R�oad signs, posts, hardware Page 22 of 32 pagesVendor:Dobie Supply, LLC 703-23 Addendum 1 t:xnlDll "'A" 6 Section 11: EqMjpmgpjRPrro2ddmgjjgnd Suppjjes Discount (%) off catalog/pricelist for Fire Hydrants and Accessories. Catallo, /Piriciellist IMIUST Ibe'linicluldield loii�', ,g PrOpOsal will not be coin!sIdered. No BJ , Item Notes: PROPOSAL NOTE: Vendors shall submit catalog(s)/pricel ist(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. N r catal2SA or manufacturer/vendor websites Mill be ac"e ted. 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 "Aid�d Afternatiel" 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/pricellst listed Item Aftributes ................................................................................................................6................................................................................6. ...................................................I............6..........I........................................................................................................................... ......... ........... ................6..................................66................................................................................................................6........... ...............................9.............................................6. `...........................................6.................................A...................................... ...........................................................I...........................................61.............................................................................................. ............................................................................................I.......................................................................................................... ...............I....................................................................................................................................................................................... ....................................................................................................................................................................................................... ..............................................................................................6Wrcr.................................................................................................... ....................................................................................................................................................................................................... ..... 1. State Name of Catallog/Prig el ist Proposed with Discount Percentage ....... .... IIIIllBill G 111 1 111��i 11 1 11�,Jll 111��JII 111!:11! 11,1 111:::1111 111:!111 11�111 IIE 11! 111, 11 =Nore ,�i I u��.III�i ii,��ii�iii�,IIII.I�IlI�.IIlI iIiii,�ii��Iu,.ii I ��, IIII sponse Page 23 of 32 pages Vendor: Dobie Supply,LLC 703-23 Addendum 1 tzxnni -A- 7 Section L: E -um" ment.-P—roducts,-and Suvolies Discount (%) off catalog/pricelist for Wheel Wash Systems (In Ground)and (Above Ground). I I 'I l- I, Ir"Ip I I,,,,l'10 us I` Iry�IIµ��Ip� p p I Inn u IIS III I I�����I I � �� I ' I WI1 not t `) ni i dered. ,m No Bid Item a a a Notes-, considered. Proposal will not be Vendors shall submit catalog(s)/pricelist(s)with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. rNto-va er a a m e c ata Id. Vendors proposing multiple manufacturer product lines and/or catalog/pricellst per line item must submit the information as follows or proposal may not be considered: • for each m a d a e I!IIU I I ��,I��� I �I�I I!'� tional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or e e � catalog/pricellst listed Item Aftributes 1, State Name of Catalog/Pricelist Proposed with Discount Percentage Im•,I U ��,r.,,.�...�II �,�,�,„,,III III�I16,,,11 I I III I III II6,,,11 I II III.qI II�I III I III I I6t,,,o11�III I III,,,IIII 1I 11,,,I1 111 1 V6.....I,1 I I11u„,,n�,„,41I1 II I III II ,1 6.,.,.,I ..II, ,,„ III� .I� uI1III..I�IIIII,11II1II1,,,III I 1,,,,11II IIII =No response Page 24 of 32 pages I 1LI .., 1 to I IV :VendorSupply, txn1Dl1 ­A­ 8 Section 1: E M-Dirn-ent-,Products, and Sum3fles Discount I(%) off catalog/pricelist for Locking Systems for Highway/Safety Products (storm sewer grate, traffic signal cabinet, man-hole cover, and other related locking systems). MUS F be IQir-tcludied loiiP prqjposal will not �bie cionsideirield. NoBid Item Notes: PROPOSAL ® 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. nNo-paper catalgg.g or manufacturer/vendor websltes will be agge2ted. 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: a Select "Adid A1111eIII na-tie" for each additional manufacturer product line and/or catalog/pricelist proposed 9 Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item AttrIbutes ................................................................................................................................................................................................. ..............................................I...................................................................................................................................................... 1. State Name of Catallog/Pricelist. Proposed with Discount Percentage I 11c, 111111al! 111""Ji, jjj� ril, W I W I A .1 ,,1 :,1 =Noresponse Page 25 of 32 pages Vendor: Dobie Supply, LLC 703-23 Addendum 1 txnut "A" 9 Section I: E u] I pUjgnjRPrrogddMgjgAnd Sul i RR-Hes Discount off catallog/pricelist for Animal Cages, Traps, and Accessories for Roads and '; `c , II i s � ,,,, I V�"'� Swill ! lot ,,,,, it i ,,,, m .g nNo Biffid m format,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)/pricel ist(s)with the Proposal in a readily available and readable electronic with Excel or searchable PDF preferred. No a_ e catall9ga or manufacturer/vendor welbsites will be ted. - - - — - 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& e Select "Adid Alternatie" for each additional manufacturer product line and/or catalog/pricelist proposed a Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State I rili t Proposed with DiscountPercentage I�I � S �•��,�� � � S � � I, ,I � .�� ,� II�,lI . ,l ,l ,I���IIII „..„..,...,,,...,..,.............,..,,,,, response t::xnIDIT **A'* Discount (%) off catalog/pricelist for Herbicides and Weed Control Products for Roads and No Bid Item Notes: response,PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s)with their Proposal 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 ® _ considered:catalgg§ or manufacturer/vendor websites will be acceoted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be • Select "'Add Attlernate" for each additional manufacturer product line and/or catelog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes --,-,,,,Il,'-,, 1. State Name of Catalog/Pricelist Proposed with i count Percentage I .� . iili iiii i,i I�iIi��„iIi ii, I" �m� No i response Vendor---------------- Doble t=xnlDll "A'- I Section-11; Eagipment fj��fie�s - -- - Discount (%) off catalog/pricellst for Road Maintenance Products for Dust Control, Anti-icling/Demicing, and Stabilization (granular, liquid, and/or chemical based). Pii�-i'li ,,,,, iii. , ,,,,, i incluldled oir,proplosal I not ,,,, coinsilIdleired. NO, �m �, response,Item Notes: PROPOSAL NOTE: Vendors shall submit catalog(s)lpricelist(s)with their Proposal or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s)with the Proposal in a4 readily available and readable electronic format, with Excel or searchable PDF preferred. DNS Raper catalonsor manufacturer/vendor websites will be @�q��teQ. 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 "ISI, ' l �eiIU i i„"luI 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 .oiii iiiiiiii'a u, Y iiiiq u�, iiiiii iiiiiiiii uu 'ww ., ,. �„ ..... w yy,41..w w w w u u,y uu uk, i gyuu�wwwwwww�Y' e y _ rvww.�,y,wwwwwwwww i / ii i /,lino, vnr iv n�,� ,...i ii,amu,.x !iiini iiiiiiiii wn 1. State Name of Catalog/Pricelist Proposed with Discount Percentage .� I�i ,,ii,,,lii�ii,,,,,l,iui 11311111311 ,,,,,,,,,, :::!T- � [Noresponse ___7V —t:xnlDll A"' a� o 1 Section 1,.-.E migmant-Emducts. and Su ries Discount (%) off catalog/pricelist for Oill and Hazardous Material Spill Remediation Products and IIII II II udield or proplosal will not be co,n'sildiereld, No Bid Item m PROPOSAL NOTE: Vendors shall submit catalog(s)/pricel ist(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. Mopaperm cataloas or manufacturer/vendor websites will be ac"eted. Vendors proposing multiple manufacturer product lines and/or catalog./pricelist per line item must submit the information as follows or proposal may not be m considered: • Select "",A.dld .A�111-teiii�iii�i,a-tel"' 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 t rig Ii t Proposed with Discount Percentage �nnlo, mei� I I I 1111111 li I �� �� ��_.�� i �III II e ��� l ���I�II I,. � I .�I� �� � I 111 i��„�i ����,�, ���� ���,ii���iii iiia ii�III,�u.ii iii �����u�u ee e���V �� e� ��� ���e eye eye =Noresponse I Section 11: E- ujpMgflL±MdMgj&And SuRpfles Discount (%)off catalog/pricelist for RENTAL of Highway Safety and Traffic Control Products and Equipment Bental Rate Sheet shall be submitted with Proposal response or Proposal will not be ® p m cl nm I I , � � I � III ST beIIpµI ��µl� lull Ilp�n lull I I Ipl�y��I� Ip�I p�+ consl a nn 11 mil l I IUB 1 iif lu ' i w"�I I I4 1II i o i ri w. I� � No Bid Item PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal Notes: response, 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 PIDF preferred.ANg RaRer catalocts.-or manufacturer/vendor websites will be a e ted. 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- a Select ""Add e a m m a m a m q l" for each additional manufacturer product line and/or catalog/pricelist e ,,, proposed e Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed + a � Item Affributes r r �a...... r r....... r r r . r r ......... ........., 1 to Name of Catalog/Pricelist Proposed withDiscount Percentage In'1 I nips nnq mi :� ngilP Ipi I I m �„ W im'[dnllle `. .;r„dna �I I I I I I� I II I e. I �I I I e. I �I �. I e.. � �I II I �,,, ,,,„�„� II III e. �..I ,,,IIII ...I ...I ,,,IIII 16, ,,,Illi II, I,,,III 16 „ ...I III I I I I i i i I I � �I I�� �� �� � I I I I �„ � I� I I I I I I i I, I I YI I I I I I I I I �i II��� III �l u,�i, u�i i�u l��� �I�i���l i u����I� �u, i,I�:I���I� � I �I,u� .I� � � �� ���I� I��I I������III�I��II����I� III�I���..II III i�,,,l iii i�„li ii ui��..II u.„li III III u.„iu iii ui�i�IIL„li i�,,,l iii IL„��� lid o�i�,,,l IIL„li I�,,,��IL.i�,,,ll IL„����i�,,,iiil iii uil iI�,11L L...... i ���,,,iiil ii�..II IIII iu ii,,,li il...III IIL........ llll No response tzxn1DI1 'A"'" Fcts Section-I.- E u1nment Products. and Sy I kes Discount (%) off catalog/pricelist for All Other Related Highway Safety and Traffic Control IN, Products. Gatal-ol cellist MIUST be includied or piropoi illIITot. be GOinsmidiered,, .g 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. nNo agiver cataloas or manufacturer/vendor websites will be a e ted. c" 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 Atterinatio'" 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 Aftrimbutes 1. State Name of Catali g/Prig elist Proposed with Discount Percentage 11, 11111........... f: [�Noresponse Page 31 of 32 pages Vendor.Dobie Supply, LLC 703-23 Addendum 1 txnlDll "A** rl i Section 5 Discount (%) off catalog/pricelist for MaIntenancefWarranty Agreements for Klighway Safety and Traffic Control Equipment and Systems. Gatallo, .1 IIS"ilcielIII MIUST be illY'Ildied oir proposal M 11 iniat�ble cloinsidleIIS,ed', ,No Bid Item �q i Notes. PROPOSAL NOTE: Vendors shall submt catalog(s)tpricelist(s)with their Proposal response, or-the Proposal will not be considered. Vendors shall submit catalog(,%,,,--,)/priceI ist(s.)with the Proposal in a readily available and readable electronic format, with Excel or searchable PIDI"I preferred. 140 pAper cataigga,or manufacturer/vendor websites w*111 be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricell'st per line item must submit the information as follows or proposal may not be considered: • Select "".Add Aftlernatiel" for each additional manufacturer product line and/or catalog1pricelisi, proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Aftributes .....................................I......­,�...................I................I-I.,",",.............. .......................................I .......................................... .................................................................................................................I .........................................................1 6...................... ........................................................................................................I.............................................................................................. ..........I I........................................................................................................................................I...........I.I.I.....I.I.I.I..................... .......I.I.I................................................I.I.I.I.................................................................................................................................... ....................................................................................................................................................................................................... ............................................................................................I.........................................................................................................I ...................................................................I......................................I ................I............. 1. State Name of Catalog/Pricelist Proposed wlth Miscount Percentage I:i I I 111, 1111311 11,11111111t,"Ilril llrlll�1111��1$1111211yIIII 111111 �Noresponse 'S"e'c"flon III-. Installation and Repajor SerAce 6 Hourly Labor Rate for Installatalon/Repa'Ir Servike of HIghway Safety and Traffic Control Equ1pment and Products - Not to Exceed houdy labor rate for Installation/Repair Service of Equipment and Products. Quantity: 1 UOM: Hour��abor Rate Price: $70.00] Totak $7 0.OLO 1 Section III: Installatmion and Rqpai'r Se Ic nL—e 7 Hourly Labor Rate for Weed Control Service for Roads and Highways - Not to Exceed hourly labor rate for Weed Control Service of Roads and Highways. Quantity: 1 UOM: Hour!y�abor Rate No Bid Response Totals. $70.00 Page 32 of 32 pages ®Dobie Supply,LLC 703-23 Addendum 1