Loading...
R-2023-307 - 9/28/2023 RESOLUTION NO. R-2023-307 WHEREAS, the City of Round Rock("City") desires to purchase highway traffic controls; 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, Dobie Supply, LLC is an approved vendor of Buy Board; and WHEREAS, the City desires to purchase said goods and services from Dobie Supply, LLC 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 Traffic Controls with Dobie Supply, LLC, 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;4859-4451-4175 RESOLVED this 28th day of September, 2023. CRAIG MORG N, M yor City of Round Rock, exas 4 ATTEST: MEAGAN SP KS, ty Clerk 2 EXHIBIT "A„ CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF HIGHWAY TRAFFIC CONTROLS WITH DOBIE SUPPLY,LLC THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § This Agreement is for the purchase of highway traffic controls, 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 DOME SUPPLY, LLC, whose offices are located at 601 Commercial Drive, 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. RECITALS: 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 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: 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 1 E f 4863-7589-00421ss2 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"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/1.00 Dollars ($150,000.00) for the term of this Agreement. 5.0 INVOICES All invoices shall include, at a minimum, the following information: 1. Name and address of Vendor; 2 2. Purchase Order Number; 3. 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 S of the Texas Penal Code. 3 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: 1-ittp://www.roundrocktcxas.gov/wp-content/uploads/2014/12/corr insurance 07.2011 df 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.gov 1.2.0 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. pails 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. 13.0 TERMINATION AND SUSPENSION A. In the event of any uncured default by either parry, 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. 4 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 Chapter 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 Chapter 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 5 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: Dobie Supply, LLC 601 Commercial Drive Buda, TX 78610 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. I8.0 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 6 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.] 7 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. Dobie Supply, LLC By: V 8 VA .5 Printed Name: Title: &I� Date Signed: 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 Attorney 8 cxnlnit i1 Washington GWashington ❑ Washington (WA) 1 West Virginia 7 West Virginia ❑ West Virginia (WV) 9Wisconsin 4 Wisconsin ❑ Wisconsin (WI) I Wyoming 9 Wyoming ❑ Wyoming (WY) Bid Lines 1 Section l: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 15% 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 accen-ted. Vendors proposing multiple manufacturer product lines and/or cataloglpricelist per line item must submit the information as follows or proposal may not be considered: ® Select "Add Alternate" for each additional manufacturer product line and/or cataloglpricelist proposed ® Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE:Do not include SKIT, Reference Numbers,Websites,and/or"See Attached/Enclosed". Highway safety products Page 18 of 32 pages Vendor:Dobie Supply,LLC 703-23 Addendum 1 2 Section l: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Traffic Control Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 15% Item Notes: PROPOSAL NOTE:Vendors shall submit catalogs)/pricelist(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 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 CataloglPricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Traffic Control Products Page 19 of 32 pages Vendor: Dobie Supply, LLC 703-23 Addendum 1 CXIl I E t "H" 3 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Pavement Marking Supplies and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 1 15% 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 manufacturedvendor 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 cataloglpricelist 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". Pavement marking supplies Page 20 of 32 pages Vendor:Dobie Supply, LLC 703-23 Addendum 1 uxnIDii IA" 4 Section 1: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Delineation Products and Object Markers. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 15% 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 AttachedlEnclosed". Delineation and object markers i i Page 21 of 32 pages Vendor: Dobie Supply, LLC 703-23 Addendum 1 CXn l l i "H" 5 Section I: Equipment, Products, and Supplies Discount (%} off catalog/pricelist for Road Signs, Posts, and Hardware. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 15% Item Notes: PROPOSAL NOTE: Vendors shall submit catalogs)/pricelist(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 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 Attached/Enclosed". Road signs, posts, hardware Page 22 of 32 pages Vendor: Dobie Supply,LLC 703-23 Addendum 1 6 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Fire Hydrants and Accessories. Catalog/Priceiist MUST be included or proposal will not be considered. No did Item Notes: PROPOSAL MOTE: 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 cataloglpricelist proposed ® Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed (tem 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 23 of 32 pages Vendor: Dobie Supply, LLC 7€13-23 Addendum 1 CxnlDll "A" 7 Section I: Equipment. Products, and Supplies Discount (%) off catalog/pricelist for Wheel Wash Systems (In Ground) and (Above Ground). Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog(s)fpricelist(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 paper catalogs or manufacturerlvendor 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 cataloglpricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers,Websites,andlor"See AttachedlEnclosed". No response Page 24 of 32 pages Vendor:Dobie Supply, LLC 703-23 Addendum 1 GxnlDll "H" 8 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Locking Systems for Highway/Safety Products (storm sewer grate, traffic signal cabinet, man-hole cover, and other related locking systems). 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 cataloglpricelist listed Item Attributes 1. State Name of Catalog/Price]ist Proposed with Discount Percentage NOTE:Do not include SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". No response Page 25 of 32 pages Vendor: Dobie Supply, LLC 703-23 Addendum 1 t=xnlDll ..H.. 9Section I: Equipment. Products, and Supplies Discount {%) off catalog/pricelist for Animal Cages, Traps, and Accessories for Roads and Highways. 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 paler catalogs or manufacturerlvendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalogfpricelist 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 catalogfpricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalogfpricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU,Reference Numbers,Websites,andlor"See Attached/Enclosed". No response Page 26 of 32 pages Vendor: Dobie Supply,LLC 703-23 Addendum 1 1 Section I: Equipment, Products,and Supplies 0 Discount (%} off catalog/pricelist for Herbicides and Weed Control Products for Roads and Highways. 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 acce 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 "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 27 of 32 pages Vendor:Dobie Supply,LLC 703-23 Addendum 1 u n ni "H" 1 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Road Maintenance Products for Dust Control, Anti-icing/Deicing, and Stabilization (granular, liquid, and/or chemical based). 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 cataloglpricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or cataloglpricelist listed Item Attributes 1. State Name of CataloglPricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers,websites,andlor"See Attached/Enclosed". No response f 1 i Page 28 of 32 pages Vendor: Dobie Supply, LLC 703-23 Addendum 1 CXnIDll ..H.. 1 Section 1: Equipment, Products, and Supplies 2 Discount (°/Q) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. 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, andfor"See Attached/Enclosed", No response Page 29 of 32 pages Vendor:Dobie Supply, LLC 703-23 Addendum 1 tzxnlolt 'I Section I: Equipment, Products, and Supplies 3 Discount (%) off catalog/pricelist for RENTAL of Highway Safety and Traffic Control Products and Equipment (Rental Rate Sheet shall be submitted with Proposal response or Proposal will not be considered). Catalog/pricelist MUST be included or proposal will not be considered. No Bid 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. 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/Priicelist Proposed with Discount Percentage NOTE:Do not include SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". No response Page 30 of 32 pages Vendor:Dobie Supply, LLC 703-23 Addendum 1 CXnIQI1 ..H.. Section 1: Equipment. Products. and Supplies Discount (%) off catalog/pricelist for All Other Related Highway Safety and Traffic Control Products. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog(s)Ipricelist(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 cataloglpricelist per line item must submit the information as follows or proposal may not be considered: ® Select "Add Alternate" for each additional manufacturer product line and/or cataloglpricelist proposed ® Vendor's must list one specific percentage discount for each manufacturer and/or cataloglpricelist listed Item Attributes 1. State Name of CataloglPricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers,Websites,andlor"Seo Attach ed/Enclosed ". No response Page 31 of 32 pages Vendor: Dobie Supply,LLC 703-23 Addendum 1 txnlDll "N" 1 Section I: Equipment, Products, and Supplies 5 Discount (%) off catalog/pricelist for Maintenance/Warranty Agreements for Highway Safety and Traffic Control Equipment and Systems. 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 catalocis or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or cataloglpricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or cataloglpricelist proposed Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of CataloglPricelist Proposed with Discount Percentage NOSE: Do not include SKU, Reference Numbers,Websites,and/or"See Attach OWE nclosed No response 1 Section II: Installation and Repair Service 6 Hourly Labor Rate for Installation/Repair Service of Highway Safety and Traffic Control Equipment and Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. Quantity: 1 UOM: Hourly Labor Rate Price: $70.00 1 Total: F $70.00 1 Section II: Installation and Repair Service 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. Hourly Labor Rate No Bid Response Total: $70.00 Page 32 of 32 pages Vendor:Dobie Supply, LLC 703-23 Addendum 1