R-2023-306 - 9/28/2023 RESOLUTION NO. R-2023-306
WHEREAS, the City of Round Rock ("City") desires to purchase highway safety and traffic
control 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, Centerline Supply, LTD is an approved vendor of Buy Board; and
WHEREAS, the City desires to purchase said goods and services from Centerline Supply,
LTD through Buy Board Contract No. 703-23, 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 Highway Safety and Traffic Control Products with Centerline Supply,
LTD, 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;4868-8429-9903
RESOLVED this 28th day of September, 2023. 4
CRAIG MORG N, M• or
City of Round ock, xas
ATTEST:
:1,4
MEAGAN S KS, rty Clerk
EXHIBIT
"A„
CITY OF R UND ROCK AGREEMENT
F PURCHASE OF
HIGHWAY SAFETY D TRAFFIC CONTROL PRODUCTS
WITH
CENT INE SUPPLY LTD
THE STATE OF TEXAS §
§
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
This Agreement is for the purc e of highway safety and traffic control products, and is
referred to herein as the "Agreement.' This Agreement is made and entered into on this the
%'% day of the month of id-74 l 2023, by and between the CITY OF ROUND ROCK,
TEXAS, a home-rule municipals wh se offices are located at 221 East Main Street, Round
Rock, Texas 78664, referred to herein the "City," and CENTERLINE SUPPLY, LTD, whose
offices are located at 530 Jesse Str t, Grand Prairie, Texas 75051 referred to herein as
"Vendor." This Agreement supersedes d replaces any previous agreement between the named
parties, whether oral or written, and wh er or not established by custom and practice.
RECITALS:
WHEREAS, City desires to p chase highway safety and traffic control products, and
City desires to obtain said goods from ndor; and
WHEREAS, City is a member the Buy Board Cooperative Purchasing Program ("Buy
Board") and Vendor is an approved B Board vendor through Buy Board Contract # 703-23;
and
WHEREAS, City desires to p chase certain goods and services from Vendor through
Buy Board as set forth herein; and
WHEREAS, the parties desire enter into this Agreement to set forth in writing their
respective rights, duties, and obligation
NOW, THEREFORE,WITN SETH:
That for and in consideration of e mutual promises contained herein and other good and
valuable consideration, the receipt and fficiency of which are hereby acknowledged, the parties
mutually agree as follows:
4892-0917-8225/ss2
1
1.0 DEFINITIONS
A. Agreement means the ding legal contract between City and Vendor whereby
City agrees to obtain specified goods d Vendor is obligated to provide specified goods. This
Agreement includes any exhibits, adde a, and/or amendments thereto.
B. City means the City of and Rock, Williamson and Travis Counties, Texas.
C. Effective Date means t date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Goods mean the specifi supplies, materials, commodities, or equipment.
E. Vendor means Centerli Supply, LTD, or any successors or assigns.
2.0 EFFECTIVE DATE AND TE
A. This Agreement shall b effective on the date it has been signed by both parties
hereto, and shall remain in full force d effect unless and until it expires by operation of the
term stated herein, or until terminated o extended as provided herein.
B. This Agreement shall ex 're on May 31, 2026.
3.0 SCOPE OF WORK
A. The goods and related s ices which are the subject matter of this Agreement are
described generally in the attached Exh it"A."
B. This Agreement shall a Idence the entire understanding and agreement between
the parties and shall supersede any prio roposals, correspondence or discussions.
C. Vendor shall satisfacto ly provide all deliverables and services described in
Exhibit "A" within the contract term sp ified. A change in the Scope of Services or any term of
this Agreement, including bonding req ements, must be negotiated and agreed to in all relevant
details, and must be embodied in a vali Supplemental Agreement as described herein.
4.0 COSTS
A. City agrees to pay fo goods and related services during the term of this
Agreement at the pricing set forth in E ibit "A."
B. The City shall is auth 'zed to pay the Vendor an amount not-to-exceed One
Hundred Fifty Thousand and No/100 ollars ($150,000.00) for the term of this Agreement.
2
5.0 INVOICES
All invoices shall include, at a nimum, the following information:
1. Name and address of Ve dor;
2. Purchase Order Number
3. Description and quanti f items received; and
4. Delivery dates.
6.0 NON-APPROPRIATION AN FISCAL FUNDING
This Agreement is a commitm t of City's current revenues only. It is understood and
agreed that City shall have the right to t inate this Agreement at the end of any City fiscal year
if the governing body of City does no appropriate funds sufficient to purchase the services as
determined by City's budget for the fis 1 year in question. City may effect such termination by
giving Vendor a written notice of termi tion at the end of its then-current fiscal year.
7.0 PROMPT PAYMENT POLI
In accordance with Chapter 225 , V.T.C.A., Texas Government Code, any payment to be
made by City to Vendor will be mad ithin thirty (30) days of the date City receives goods
under this Agreement, the date the rformance of the services under this Agreement are
completed, or the date City receives orrect invoice for the goods or services, whichever is
later. Vendor may charge interest on a overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payme becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025 ). This Prompt Payment Policy does not apply to
payments made by City in the event:
1. There is a bona fid dispute between City and Vendor, a contractor,
subcontractor, or suppli about the goods delivered or the service performed that
cause the payment to be te; or
2. There is a bona fide di ute between Vendor and a subcontractor or between a
subcontractor and its su lier about the goods delivered or the service performed
that causes the payment be late; or
3. The terms of a federal ontract, grant, regulation, or statute prevent City from
making a timely payme with federal funds; or
4. The invoice is not mail to City in strict accordance with any instruction on the
purchase order relating t the payment.
3
8.0 GRATUITIES AND BRIBE
City may, by written notice to ndor, cancel this Agreement without liability to Vendor
If it is determined by City that gra ties or bribes in the form of entertainment, gifts, or
otherwise were offered or given by V dor or its agents or representatives to any City officer,
employee or elected representative h respect to the performance of this Agreement. In
addition, Vendor may be subject to pen ties stated in Title 8 of the Texas Penal Code.
9.0 TAXES
City is exempt from Federal cise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
I
10.0 INSURANCE
Vendor shall meet all City Round Rock insurance requirements set forth at:
htt12:l 'vk-ww.r(iundrocktcxiis.(-,L-i% %tit)-L(,1 AIL UOIOad!�,201 t
11.0 CITY'S REPRESENTATIV
City hereby designates the foil ing representative authorized to act in its behalf with
regard to this Agreement:
Clay Ericson, Assistant Superin ndent
Transportation Department
3400 Sunrise Road
Round Rock. TX 78665
(512) 801-9776
&Cl k:,011(ti roundrocktexas.gm-
12.0 DEFAULT
if Vendor abandons or defaults der this Agreement and is a cause of City acquiring the
specified goods elsewhere.
Vendor shall be declared in def It of this Agreement if it does any of the following and
fails to cure the issue within thirty (30) ys of receipt of written notice:
A. Fails to fully, timely an faitlif illy perform any of its material obligations under
this Agreement;
B. Becomes insolvent or se s relief under the bankruptcy laws of the United States,
and is unable to perform its material ob gations under the Agreement.
4
13.0 TERMINATION AND SUS NSION
A. In the event of any unc ed default by either party, the non-defaulting party has
the right to terminate the affected po ons of this Agreement for cause, upon ten (10) days'
written notice to the defaulting party fo wing the cure period.
B. In the event the City t inates under this section, the following shall apply:
Upon the effective date of the terminat n, Vendor shall discontinue performance of the affected
provision of goods and/or services. e City shall be responsible only for amounts due and
owing up to the date of termination.
14.0 COMPLIANCE WITH LA , CHARTER, AND ORDINANCES
A. Vendor, its agents, emp yees and subcontractors shall use best efforts to comply
with all applicable federal and state la the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable les and regulations promulgated by local, state and
national boards,bureaus and agencies.
B. In accordance with Cha r2271, Texas Government Code, a governmental entity
may not enter into a contract with a c pany for goods or services unless the contract contains
written verification from the company at it: (1) does not boycott Israel; and (2) will not boycott
Israel and will not boycott Israel duri the term of this contract. The signatory executing this
Agreement on behalf of Vendor veri s Vendor does not boycott Israel and will not boycott
Israel during the term of this Agreeme
C. In accordance with Cha er 2274, Texas Government Code, a governmental entity
may not enter into a contract with a mpany with at least ten (10) full-time employees for a
value of at least One Hundred Thous a and No/100 Dollars ($100,000.00) unless the contract
has a provision verifying that it: (1) d s not have a practice, policy, guidance, or directive that
discriminates against a firearm entity firearm trade association; and (2) will not discriminate
during the term of the contract against firearm entity or firearm trade association. The signatory
executing this Agreement on behalf o endor verifies Vendor does not have a practice, policy,
guidance, or directive that discriminate against a firearm entity or firearm trade association, and
it will not discriminate during the term f this Agreement against a firearm entity or firearm trade
association.
D. In accordance with Cha er 2274, Texas Government Code, a governmental entity
may not enter into a contract with a mpany with at least ten (10) full-time employees for a
value of at least One Hundred Thous d and No/100 Dollars ($100,000.00) unless the contract
has a provision verifying that it: (1) d s not boycott energy companies; and (2) will not boycott
energy companies during the term of 's Agreement. The signatory executing this Agreement on
behalf of Vendor verifies Vendor do not boycott energy companies, and it will not boycott
energy companies during the term of t Agreement.
5
15.0 ASSIGNMENT AND DELE ATION
The parties hereby bind themse es, their successors, assigns and legal representatives to
each other with respect to the terms this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement 'thout prior written authorization of the other party.
16.0 NOTICES
A. All notices and other co unications in connection with this Agreement shall be
in writing and shall be considered give s follows:
I. When delivered persona to recipient's address as stated in this Agreement; or
2. Three (3) days after b g deposited in the United States mail, with postage
prepaid to the recipient' ddress as stated in this Agreement.
Notice to Vendor.
Centerline Supply, LTD
530 Jesse Street
Grand Prairie, TX 75051
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 here' 'shall be construed to restrict the transmission of routine
communications between representativ of City and Vendor.
17.0 APPLICABLE LAW, ENFO CEMENT, AND VENUE
This Agreement shall be en f eable in Round Rock, Texas, and if legal action is
necessary by either party with respect t the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall 1 in Williamson County, Texas. This Agreement shall be
governed by and construed in accordan with the laws and court decisions of the State of Texas.
18.0 EXCLUSIVE AGREEMEN
This document, and all append documents, constitutes the entire Agreement between
Vendor and City. This Agreement ma my be amended or supplemented by mutual agreement
of the parties hereto in writing.
6
i
19.0 DISPUTE RESOLUTION
City and Vendor hereby expre ly agree that no claims or disputes between the parties
arising out of or relating to this Agree nt or a breach thereof shall be decided by any arbitration
proceeding, including without limitati , any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable st a arbitration statute.
20.0 SEVERABILITY
The invalidity, illegality, or un forceability of any provision of this Agreement or the
occurrence of any event rendering any onion or provision of this Agreement void shall in no
way affect the validity or enforceability f any other portion or provision of this Agreement. Any
void provision shall be deemed severe rom this Agreement, and the balance of this Agreement
shall be construed and enforced as if is Agreement did not contain the particular portion or
provision held to be void. The partie ;further agree to amend this Agreement to replace any
stricken provision with a valid provis 'n that comes as close as possible to the intent of the
stricken provision. The provisions of is section shall not prevent this entire Agreement from
being void should a provision which is the essence of this Agreement be determined void.
21.0 MISCELLANEOUS PROVI IONS
A. Standard of Care. Ve or represents that it employs trained, experienced and
competent persons to perform all of th services, responsibilities and duties specified herein and
that such services, responsibilities an duties shall be performed in a manner according to
generally accepted industry practices.
B. Time is of the Essencehe parties agree that, from time to time, certain unique
transactions may have special require nts relative to timing and, accordingly, the parties will
identify those transactions and exercis best efforts to accomplish those transactions within the
stated timeframe. Other timing requir ents will be met in a commercially reasonable manner.
Where damage is caused to City du to Vendor's failure to perform in the special timing
requirement circumstances, City may ursue any remedy available without waiver of any of
City's additional legal rights or remedi .
C. Binding Agreement. T is Agreement shall extend to and be binding upon and
inure to the benefit of the parties' re ective heirs, executors, administrators, successors and
assigns.
D. Multiple Counterpa This Agreement may be executed in multiple
counterparts, any one of which shall a considered an original of this document; and all of
which, when taken together, shall cons to one and the same instrument.
[Sign at s on the following page.]
IN WITNESS WHEREOF, City an Vendor have executed this Agreement on the dates
indicated.
Centerline Supply, LTD
By: /
PrintedlName:I J�4 S oh a
Title: 13r-%,n c,11
Date Signed: -1 -
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:
By' -----------____
Stephanie L. Sandre, City Attorne3
9
i
Exhibit "A°
1 Section I: E ui ment Products and SuI201 es
Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment.
Total: 1�%
Item Notes: PROPOSAL NOTE: Vendors shalt s jbmit catalog(s)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. Ve idors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable elecl Ionic format, with Excel or searchable PDF preferred. No paper
catalo s or manufacturer/vendl r websites will be accepted.
Vendors proposing multiple manufa 1,turer product lines and/or catalog/pricelist per line item must submit
the information as follows or propol Ell may not be considered:
Select "Add Alternate" for 1 ach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci c percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos d with Discount Percentage
Centerline Price List
Page 18 of 32 pages gar or. Centerline Supply LTD 703-23 Addendum 1
Exhibit "A"
2 Section I: E ui ment Products and Suppi es
Discount (%) off catalog/pricelist for Traffic Cj introl Products, Supplies, and Equipment. Catalog/Pricelist.
k1UST be uncluded or proposal will not be c,..
Total: 10%
Item Notes: PROPOSAL NOTE: Vendors shall s jbmit catalog(s)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. Ve idors shall submit catalogs)/pricelist(s) with the Proposal in a
readily available and readable elec onic format, with Excel or searchable PDF preferred. No paper
catalocis or manufacturer/vend websites will be acce ted.
Vendors proposing multiple manufa 1.1urer product lines and/or catalog/pricefist per line item must submit
the information as follows or propo4 01 may not be considered:
• Select "Add Alternate" for i ach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci c percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos with Discount Percentage
Genteriine Price List
Page 19 of 32 pages Ve or: Centerline Supply LTD 703-23 Addendum 1
Exhibit "A"
3 Section I: E ui ment Products and Su s
Discount (%) off catalog/pricelist for Paveme Marking Supplies and Equipment.
ins ;ded or proposal will not tae F'cns
Total: 10%
Item Notes: PROPOSAL NOTE: Vendors shall omit catalog s)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. Ve dors shall submit catalog(s)/priceHst(s) with the Proposal in a
readily available and readable elec onic format, with. Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vend websites will be acce ted.
Vendors proposing multiple manuf turer product lines and/or catalog/pricelist per line item must submit
the information as follows or propo I may not be considered:
• Select "Add Alternate" for ch additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci c percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos with Discount Percentage
Centerline Price List
Page 20 of 32 pages Ver or: Centerline Supply LTD 703-23 Addendum 1
L
Exhibit "A"
4 Section I: EQuipment, Products and Supp es
Discount(%) off catalog/pricelist for Delineat n Products and Object Markers. ".
included or proposal �Imll not be cc
Total: 10°0
Item Notes: PROPOSAL NOTE: Vendors shall omit catalog(s)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. Ve idors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable elec Ionic format, with Excel or searchable PDF preferred. No paper
catalocis or manufacturer/vends I websites will be acre ted.
Vendors proposing multiple manufa 1,turer product lines and/or catalog/price list per line item must submit
the information as follows or propol 91 may not be considered:
• Select "Add Alternate" for ach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci ic percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos d with Discount Percentage
Centerline Price List
I
Page 21 of 32 pages Ver or:Centerline supply LTD 703-23 Addendum 1
Exhibit "A"
9 Section I: Equipment, Products and Suppi es
Discount (%) off catalog/pricelist for Animal C 1ges, Traps, and Accessories for Roads and
Highways. Catalog Pricelist w,,IUST he includel lor proposal will not be C,&
Total: 10%
Item Notes: PROPOSAL NOTE: Vendors shall 9 ibmit catalogs)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. Ve idors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable elecl Unic format, with Excel or searchable PDF preferred, No paper
catalogs or manufacturer/vend5 r websites will be accepted.
Vendors proposing multiple manufa 1,turer product lines and/or catalogfpricelist per line item must submit
the information as follows or propoll 91 may not be considered:
• Select "Add Alternate" for 1 ach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specir ic percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos with Discount Percentage
Eenterline Price List
Page 26 of 32 pages Ve or Centerline Supply LTD 703-23 Addendum 1
Exhibit "A"
5 Section I: Equipment, Products and Su s
Discount (%) off catalog/pricelist for Road Sic r1s, Posts, and Hardware. Catalog'Pnceltst MUST be included cr
Total: f 0°10
Item Notes: PROPOSAL NOTE: Vendors shall S ibmit catalog s)/price list(s) with their Proposal response, or the
Proposal will not be considered. Ve 1dors shall submit catalog s)/pricelist(s) with the Proposal in a
readily available and readable elec Ionic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vendwebsites will be accepted.
Vendors proposing multiple manufa 11turer product lines and/or catalog/pricelist per line item must submit
the information as follows or propo I may not be considered:
• Select "Add Alternate" for jach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci ic percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos with Discount Percentage
Centerline Price List
Page 22 of 32 pages VC, or. Centerline Supply LTC) 703-23 Addendum 1
L ........
Exhibit "A"
6 Section 1: Eciuipmerit, Products, :
and S
and M
Su
I
41
S
Discount off catalog/pricelist for Fire Hyd nts and Accessories. CatalogPricellst I'V111
Total:
Item Notes: PROPOSAL NOTE: Vendors shaI1111 5 lbrnit catalog(s)/price list(s) with their Proposal response, or the
Proposal will not be considered. Ve tdors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable elecl onic format, with Excel or searchable PDF preferred, No Pape
catalogs or manufacturer/vend 5 t websites will be accepted.
Vendors proposing multiple manufz Iturer product lines and/or catalog/pricelist per line item must submit
the information as follows or propol al may not be considered:
• Select "Add Alternate" for 1 ach additional manufacturer product line and/or catalog/priuelist
proposed
• Vendor's must list one speci ic percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos l d with Discount Percentage
FC—enterline Price List
Page 23 of 32 pages Ve or: Centerline Supply LTD 703-23 Addendum 1
Exhibit "A"
7 Section I: E ui ment Products and Supp es
Discount (%) off catalog/pricelist for Wheel sh Systems (In Ground) and (Above Ground). C italog'Pm-el,4z
MUST be included or proposal will not be con erect
Total: 1 d%
Item Notes: PROPOSAL NOTE: Vendors shall bmit catalog(s)/price list(s) with their Proposal response, or the
Proposal will not be considered. V dors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable elec onic format, with Excel or searchable PDF preferred, No paper
catalogs or manufacturer/vend r websites will be acce ted.
Vendors proposing multiple manuf turer product lines and/or catalog/pricelist per line item must submit
the information as follows or propo I may not be considered:
• Select "Acid Alternate" for ach additional manufacturer product line and/or cataloglpricelist
proposed
• Vendor's must list one spec! c percentage discount for each manufacturer and/or
cataloglpricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos d with Discount Percentage
Centerline Price List
Page 24 of 32 pages ve or: Centerline Supply LTD 703-23 Addendum t
L.... ... .......-- ........-----.... ...-----
Exhibit "A"
8 Section I: Equipment, Products and Supp es
Discount (%) off catalog/pricelist for Locking ;ystems for Highway/Safety Products (storm sewer grate,
traffic signal cabinet, man-hole cover, and oth r related locking systems).
Total: 10%
Item Notes: PROPOSAL NOTE: Vendors shall bmit catalog s)/pricelist(s)with their Proposal response, or the
Proposal will not be considered. Ve dors shall submit catalogs)/pricelist(s) with the Proposal in a
readily available and readable elecl Ionic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/yendl I websites will be accepted.
Vendors proposing multiple manufe 11turer product lines and/or catalog/pricelist per line item must submit
the information as follows or propoll al may not be considered:
• Select "Add Alternate" for i lach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci ic percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos with Discount Percentage
Centerline Price List
Page 25 of 32 pages Ve or.Centerline Supply LTD 703-23 Addendum 1
Exhibit "A"
1 Section I: Equipment, Products and Su s
0
Discount (%) off catalog/pricelist for Herbicidi s and Weed Control Products for Roads and
Highways, Catalog,'Procelist MUST be includei I or proposal will riot he considerE
Total: 10%
Item Notes: PROPOSAL NOTE: Vendors shall S ibmit catalog(s)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. Ve ldors shall submit catalogs)/pricelist(s) with the Proposal in a
readily available and readable elec onic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/ye-nds I websites will be accepted.
Vendors proposing multiple manufe 1,turer product lines and/or catalog/pricelist per line item must submit
the information as follows or propo l may not be considered:
• Select "Add Alternate" for 1 ach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci c percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos with Discount Percentage
Centerline Price List
Page 27 of 32 pages Ve or:Centerline Supply LTD 703-23 Addendum 1
Exhibit "A"
1 Section I: Equipment, Products and Suppil es
1
Discount (%) off catalog/pricelist for Road Ma ntenance Products for Dust Control, Anti-icing/Deicing, and
Stabilization (granular, liquid, and/or chemic based). Catalog Pr,celist MUST be included or proposal will n_�
i
Total: 1 10%0
Item /Votes: PROPOSAL NOTE: Vendors shall bmit catalogs)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. V dors shall submit catalogs)/pricelist(s) with the Proposal in a
readily available and readable elec onic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vend r websites will be accepted.
Vendors proposing multiple manuf turer product lines and/or catalog/pricelist per line item must submit
the information as follows or propo I may not be considered:
• Select "Add Alternate" for ach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci c percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos with Discount Percentage
Centerline Price List
Page 28 of 32 pages Ve or. Centerline Supply LTD 703-23 Addendum 1
Exhibit "A"
1 Section I: Equipment, Products and Su l as
2
Discount (%) off catalog/pricelist for Oil and H zardous Material Spill Remediation Products and
Supplies. - - cr proposal will not be cuit,
Total:
Item Notes: PROPOSAL_ NOTE: Vendors shall s lbmit catalog(s)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. Vei idors shall submit catalogs)/pricelist(s) with the Proposal in a
readily available and readable elecl onic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/yendig r websites will be accepted.
Vendors proposing multiple manufa 1,turer product lines and/or catalog/pricelist per line item must submit
the information as follows or propo 1 may not be considered:
• Select "Add Alternate" for I ach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci c percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposi d with Discount Percentage
Centerline Price List
Page 29 of 32 pages Ve or Centerline Supply LTD 703-23 Addendum 1
................. ------------- ...................
Exhibit "A"
I Section 1: Equinment, Products, and Su ppl es
3
Discount (%) off catalog/pricelist for RENTAL Df Highway Safety and Traffic Control Products and
Equipment (Rental Rate Sheet shall be sub rr tted with Proposal response or Proposal will not be
considered). Cataloq'Pnce6st MUST be in,_11 1 r proposal will not be considered
Total:
Item Notes: PROPOSAL NOTE: Vendors shall E ibmit catalog(s)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. Via Idors shall submit catalog(s)/pricel ist(s) with the Proposal in a
readily available and readable eleci Ionic tormat, with Excel or searchable PDF preferred. No paper
catalogs or manufacturerivendg r websites will be accepted.
Vendors proposing multiple manufa Iturer product lines and/or catalog/price list per line item must submit
the information as follows or propol DI may not be considered:
• Select "Add Alternate" for i kach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specil t percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Propos o d with Discount Percentage
Centerline Price List
Page 30 of 32 pages Ve or: Centerline Supply LTD 703-23 Addendum 1
r
Exhibit "A"
1 Section I: Equipment, Products and Sull es
4
Discount (%) off catalog/pricelist for All Other elated Highway Safety and Traffic Control
Products. Catalog/pricelist MUST be incluae '�or proposal will not be,
Total: 10%
Item Notes: PROPOSAL NOTE: Vendors shall S ibmit catalog(s)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. Ve idors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable elecl onic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vend r websites will be acce ted.
Vendors proposing multiple manuf turer product lines and/or catalog/pricelist per line item must submit
the information as follows or propol 91 may not be considered:
• Select "Add Alternate" for 1 ach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one speci c percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/pricelist Propos4 d with Discount Percentage
Centerline Price List
Page 31 of 32 pages Veil
e or. Centerline Supply LTD 703-23 Addendum 1
Exhibit "A"
1 Section I: Equipment, Products and Supp es
5
Discount (%) off catalog/pricelist for Mainten ce/Warranty Agreements for Highway Safety and Traffic
Control Equipment and Systems. -�atalc; cellist MUST be included or pray_ ,- c-
Total: 1 Q%
Item Notes: PROPOSAL NOTE: Vendors shall bmit catalog(s)/pricelist(s) with their Proposal response, or the
Proposal will not be considered. V dors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable ele onic format, with Excel or searchable PDF preferred. No paper
catalogs or manufacturer/vend r websites will be aces tea.
Vendors proposing multiple manuft turer product lines and/or catalog/pricelist per line item must submit
the informati— , ,r r,r n I may not be considered:
• Select "Add Alternate" for ach additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one spec! c percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Priceiist Propos d with Discount Percentage
Centerline Price List
1Service
Repair Section II: Installation and
6 p
Hourly Labor Rate for Installation/Repairrvice of Highway Safety and Traffic Control Equipment and
Products - Not to Exceed hourly labor rate fo Installation/Repair Service of Equipment and Products.
Quantity: 1 UOM: Hours Labor Rate Price: 1 $175-001 Total: $175.00
1 Section II: Installation and Repair Service
7
Hourly Labor Rate for Weed Control Servi a for Roads and Highways - Not to Exceed hourly labor rate for
Weed Control Service of Roads and Highway
Quantity: 1 UOM: Hourly Labor Rate hi-
Response Total: $175.00
Page 32 of 32 pages Ve or. Centerline Supply LTD 703-23 Addendum 1