R-2021-145 - 5/27/2021RESOLUTION NO. R=2021=145
WHEREAS, the City of Round Rock ("City") desires to purchase tire supplies and equipment
and related services needed for the maintenance of city owned vehicles; 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
WHERFAS, 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 Cl*tyl'os a member of Buy Board; and
WHEREAS, Youngblood Auto & Tire, LLC1'6s an approved vendor of Buy Board; and
WHEREAS, the City desires to purchase said goods and services from Youngblood Auto &
Tire, LLC through Buy Board, 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 the Purchase of Tire Supplies and Equipment with Youngblood Auto & Tire, LLC, a
copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein,,
The City Counc*1l 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.
0112.20212; 00472150
RESOLVED this 27th day of May, 2021.
' /0m Al'
CRAIG 0RGA ,Mayor
City of Round R ck, Texas
ATTEST:
19 le vt 0$ 6
SARA L. WHITE, City Clerk
EXHIBIT
CITY OF ROUND ROCK
AGREEMENT FOR THE PURCHASE OF
TIRE SUPPLIES AND EQUIPMENT
WITH
YOUNGBLOOD AUTO & TIRE. LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAMS §
KNOW ALL BY THESE PRESENTS:
THAT THIS Agreement for the purchase of fire supplies and equipment needed to
maintain City of Round Rock owned vehicles (referred to herein as the "Agreement"), is made
and entered into on this the day of the month of , 202 1 , 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
YOUNGBLOOD AUTO & TIRE, LLC, whose offices are located at 375 West Louis Henna
Boulevard, Austin, Texas 78728 (referred to herein as the "Vendor").
RECITALS:
WHEREAS, City desires to purchase fire supplies and equipment and related services
needed for the maintenance of City owned vehicles; and
WHEREAS, City i9s a member of BuyBoard Cooperative and Vendor is an approved
BuyBoard vendor; and
WHEREAS, the City desires to purchase certain goods and services from Vendor through
BuyBoard Cooperative Contract No. 636-21 to receive pricing and services as set forth herein';
and
WHEREAS, the parties desire to enter into this Agreement to set forth4P
in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH,
That for and i*n consideration of the mutual promises contained herein and other good and
valuable consideration, sufficiency and receipt of which are hereby acknowledged, 1"t is Mutually
agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to buy specified goods and/or services and Vendor is obligated to provide said
00469438/ss2
goods/services. The 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. Fo rce Maj* eu re means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority , insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
41
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, mater10
ials,
commodities, or equipment.
2.01 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date I't has been signed by both parties
hereto, and shall remain in full force and effect, unless and until iE expires by operation of the
term stated herein, or until terminated as provided herein.
B. The term of this Agreement shall be from the effective date of the Agreement
until February 29, 2024. City reserves the right to review the relationship at any time, and may
elect to terminate this Agreement, with or without cause, or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor to supply the goods and services as outlined in Exhibit "A,"
attached hereto and incorporated herein by reference.
The goods and services which are the subject of this Agreement are described in Exhibit
"A" and, together with this Agreement, comprise the total Agreement and they are fully a part of
41 this Agreement as if repeated herein in full.
4e01 ITEMS AWARDED AND SCOPE OF WORK
When taken together with the appended exhibit, this Agreement shall evidence the entire
understanding and agreement between the parties and shall supersede any prior proposals,
correspondence or discussions. Vendor shall satisfactorily provide all goods and services
described under the attached Exhibit "A" at the sole request of the City. Vendor provide goods
and services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
services.
5*0 1 COSTS
A. City agrees to pay for goods during the term of this Agreement at the pricing set
forth in Exhibit "A"
B. The City shall is authorized to pay the Se
irvices Provider an amount not4o=
exceed Four Hundred Thousand and No/100 Dollars ($400,000.00) for the term of this
Agreement.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor*
Be Purchase Order Number;
C. Description and quantity of items received or services provided; and
A. Delivery or performance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement 41
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 Cl*ty'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.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate i*n effect" on September 1
of the fiscal year i*n which the payment becomes overdue, in accordance with V.T.C.A. Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There i*s a bona fide dispute between City and Vendor, a contractor, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
Be The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There i*s 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
B. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Service Provider, cancel this Agreement without liability
to Vendor if i*t 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.
10*0 1 TAXES
Ciitys exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
includedi"n Service Provider's charges.
1 i.01 ORDERS PLACED WITH ALTERNATE SERVICE PROVIDERS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products or services from another supplier or suppliers.
12.01 INSURANCE
Vendor shall meet all requirements required by the City as set forth in Exhibit "B,"
attached hereto and incorporated herein for all purposes.
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to actdb in its behalf with
regard to this Agreement:
Chad McDowell
Director of General Services
220 Commerce Cove
Round Rock, Texas 78664
(512) 341 mm,3191
cmcdowellO,roundrocktexas.gov
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
patty's intent to perform hereunder, then demand may be made to the other party for written
16
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand i*s made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15*0 1 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference i*n cost, I*f
any, and that it will not be cons idered in the re -advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due#
Be Fails to fully, timely and faithfully perfoany of its material obligations under
this Agreement;
C. Fal"Is to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
16.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part', for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
Be In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
co Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City or by mutual agreement to terminate evidenced
in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section", the
following shall apply: Upon Ci"ty's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
It
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
5
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
i10
t would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorneys fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Service
Provider, or Service Provider's agents, employees or subcontractors, in the performance of
Vendor's obligations under this Agreement, no matter how, or to who such loss may occur.
Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited
to the right to seek contribution) against any third party who may be liable for an 1*ndemnified
claim,,
18.01 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 Cty oif 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 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (I) does not boycott Israel; and (2) will not boycott
Israel during the term of the contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any time during the
term of this Agreement.
19.01 ASSIGNMENT AND DELEGATION
The parties each 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,,
20.01 NOTICES
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 the recipient's address as stated in this Agreement;
or
E1
2. Three (3) days after being deposited i*n the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor.*
Youngblood Auto Tire, LLC
375 West Louis Henna Boulevard
Austin, TX 78728
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 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
41
governed by and construed in accordance with the laws and court decisions of the State of Texas,,
22.01 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, duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
16 proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section I -14) or any applicable state arbitration statute,,
24.01 SEVERA,BILITY
The invalidity, illegality, or unenforceab"I'ty 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
7
provision held to be void. The parties further agree to amend this Agreement to replace any
4P
stricken provision with a valid provision that comes as close as possible to the intent of the
4P 16
stricken provision. The provisions of this section shall not prevent this entire Agreement fro06
being void should a provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
so
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time 41 is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timefra es will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage i*s caused to City due to Service Provider's failure to perform in
these circumstances, City may pursue any remedy ava'i'lable without waiver of any of C*Ity's
additional legal rights or remedies.
Force Maj*eure. Neither City nor Vendor shall be deemed in violation of this Agreement
if iits prevented from performing any of its obligations hereunder by reasons for which it i's not
responsible as defined herein. However, notice of such impediment or delay in performance
must be timely given, and all reasonable efforts undertaken to mitigate its effects.
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.]
8
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By0
: ..
Printed Name:
Title:
Date Signed:
Attest:
By0
: m N inn EMPORMEEMO74M
Sara White, City Clerk
For City, Approved as to Form:
By: --
Stephan L. Sheets, City Attorney
V]
Youngbioad Auto &Tire, LLC
w
By: 1
Printed
Title:
Date',
"Name: 13MCLVM� �Zo-f�
Exhibit "A"
° x..n tl ' � T � « - 1 .- a ; r,: '-.a A' a • • • .. a � `n �• •r. • • •t wv • � a. • • � e► - a .
• tRt ,.!� . ,.,"1. :%{ _ Ci •a �• s. • r y • 's, �q .'i • ' • -s� -�c � <. ! G o ♦ o • • .. _ • . _" :s
! , e i s s �, '>• � p , r• } ' d �� ,� • r at r�r �� . • � r a � � �,. .w a i ::}: ¢ � r: � � . •t? �' � z,:,'•' ..� r."A r 6k-
,a�
C1g � • 1 ,E?' • • e ,�q .uT_.
' '• <, F�..• E• •:x•s•o• aD33
yr '�f' ' �� .-� } f' P'.• •" : • � ' a l� ^.g'�yi' E'` 7 ► �'� G r r • C '�6 T' � f • �� �� ,.e .� a:. � � • i ;. •t,2 •: a
h � - 1.•� ,d$ -a} "• • e _ • w •1 :'b 4 Q 6:, t • a - • Si• e • r_ a n 4:" e , ,t�' .+ A 9 ti . 8
a. :tl � .•s 1) s'• i If . ..i� f �m°o alk.:. 7.;� A . 3 fit, .>. ., s..> aA• ' , eip aA -• � �:'s P � a • 3.' ,. - � • '• .: � t tl •1 6 . r s
a c . ip-. .... • ..J� � `� � •:^ � :. • • _ - Y; 16 a = �.. ,. .: -'' .. � •,. �_. .. :-. '•w "' ! : - Qy t�i �. a • e g '• N •.'Cf _ ,
T • • �i' p P -.1 , • A : (3 z ■ j :" _ III-,t,.. t • • 4.s firer �• • e a < �1, Y•
• f /, ® r k: a R 31 c • ale i . a $ v. e / . • , 1[; p l
•!C . .v . R � re tt� 00 � `r:� �.. 'tl� � e .�,, 4^-
1 : . v. • t(: - a ,c• C « b ti ' i r. • ;i. $ • � v R • • •• � f. < {� < a: a
B ,S a9. E
�j,
! . at - b • ?7 Ge it I -- a t:
♦ _ .ors � '• '.� ")
r ,:''d .. - t< :C►trl... ... d �. « , .' ,�� , ,Y .. _ 1 • . v, p _ ` €
® • .�•� 1! p _ (, tl y • •' "t�' :.+• s" a _ :+e l e� ..ft
.+ .. '. P � _. _ `,... .... ... '.:-� C Ai'"'•s.� � ♦ � v • -h T.. .,,, • � ""' �� � � • .m q: aFL Sae• �• ,C. • i� ! �. .• DII r • :-L: 4� • r
• e- • - ._ �, 1 etl• •'� �,; � N� .� • E -.- ,. .1 • a ,.. ,. .. .... �. m• :. •., r �I L '�i, :e •e CS 1��� -"� ;A �r
• e � I . k" ?
1.. <- : • z. � 4 -fC' 4 (• ',,, !�. - - i ' o r r � Q' ? 7 � + • � we c„ h. {g� r �td Y r pd 9 e , - •'] +l- �"" sc' ! 1 � 1 '� �- .:, � ' • a -tl 4 O '^' ..'.... � . s . • •°' a yy./)ii` : •h � • �" +� {t
f . A • • - ea :q. • 4 e S • 4 ♦ 1 t]N 0 as ? - ��r, ' ! ,.. • a ' t•1 , eG D Y •t . a h ^ _- �- '.•.r 1 N • '• , 63+
• • • t , • i� • r 0 4t s �.el d •� .► �> 4 �,5.. • + ' ..Q'� s m S r. ` r e9 ♦b , n
•
�' 13 , 4 ` � .., Z• • • .. fi -.1. � ,y Y. ' J •1• � 2'
s� � • �- •B.-w-. ,. ]r -': � •,- .:.-� ,, .v. : �, ...� a 9 Y.a b �,. •.,' �• A - _ • 2 • e• a� 'c ,y 9 •„ - '
t
e - n 0 ,�"a f e , � ps s k-• ct 3• �N.,
�J•mp j Y S!1 i_ .. • • .+' . i A P oR d�� LLa6r ,Ir•..tqi"r :. �.� • r c .-..- 0crf •t • a
a v" P • � •� _ a 1 ,-. ai . +t'' p , :.4` a . • � e. 4 G�: z�; • ~'�. • G
v a: 'i• • Fr • ,s: : . y ! , e y ''e fa 1 tl` ti 4i • - d o aw d w
• : , . i' 1 lag m i' � . 8 ,� •r aa: • `''' - � .. . e � 1 � • ' !) r
A
9 •
¢' • N i A 4
bl
d 1 eft • •' �. :is` C (s 0 n � � A �p1 0 1'>• a` • m w ,• �' � 5p.' a•
....s i+ �:. v <i • - • 1 .as , � ,ft� P� lTito
. •S `'irk
+M ,, eel
i ^- e i < . ''L ':. _ ._ .- -�. �"1 � . .^. • �, + r- •C :'' y -: ♦ • t. . �T a +; ! �YOU �a i a..r li ' r • ,+` •. al+..ry i i ,J: .. �t -::•ae e �r. "0., ^"1 4'�' b si::
.. a • � #11 � � �_ r > �i°� s ? � � ., • � n r ,�1 • .,� •OF � .. • s
ii :.r • -` A • M I'. . • 3E' ,r '1 .•+:. ,:`tl A • iJ „ y
s,A/P , � � lv � Bto
r. a
. � •! ,:• • i.. t �' ,.*r ta: • L e �:�:;^!�
] -]• °.� C 43 . A e 7 e Y` p :•, r
- � a.. •� 'YI p h • � � : R W
'G
.� r
p •' fig a •,'
t . _ . a .
p a cgs .. p . a" x.
® c< • b c, • 1 • # �1 a! #lt r'• •'lf 0'• tr
m +f 33 } �n • t� 1 RD �y Y.:P 1 Y " Y• 8•,,. $ • . .. v . � tl iJ :" i • �i .�`. f i +� , .... .:1i ] .i� "i .. � � f ' �: L `y$`� 'ire � c v>r' •.. v.
a a q c l r.:x : : n. -.,• r • v ,ft... ::- . r . '�"° .�_ _n^^' ;. .• � �. - --.._ ,�.. ♦ :: .. t .r -� i., • p a . m .. ' . .
...�f' ,r {■p�• ,,. ^r: � . 1 n : � �.
-i. • b .vt • , 1b '�. :1 aa.+ l+s: , fi" .�C - • n i� r, tl : y • 6 .. ts1 _ r•y�
Vie( : .
S+ :�- ++1 �0 ». 6' >ir6/ 4 ., v.
. • tt c � ,�. ,rW , � � - a } _ ., . � � � � <: • �W3
p�e s •. � •1 •l r p 1Ra .211
wf a • "
err•. -t • a<- > +-
i 6 as ys
r • _ .iia cif•p
,a• e- • - a • , a ." i . •1 A2 e� s5 'I. a+! • t �?',�a' a �:i ' � . , �.-`e tl^y<` ei, �l � tla' • . � i• ,
rt, a .. � . 11 b ! ' i♦ �. , •' s ' � ' <• > >�.' «. a 8 : . a� N"
'o � '��,. ti • • - y... �¢6 "� as • i _.k". • a � trtr •3fsT il`:' i .,;e � rs. o
B � • A � P a 9. M o x
9 ff �•
:. q" .•a w • �,ga. 3 t!%: 1 t; / • .R : a 9jj a
13
pe ♦ 16'- 1 ''` - r4 A
Vs
MIC�r
> . -+.. 7 . �'!D Ic.:., r • d > ', •, i G C : o a e� aB u' :b�?t1[ i -
j:' �, • a sa rl •• 1 :� G • • • . pr vac Y 4 Is
ti n
a � •Ti . , 1 . r
l
< • • � a � . w a � : . 0� � � • 1 ,s :4 : qs $ � tl 0°�"r' •tva/ .. • e�'Y t! � . � �f-�„1 4 'wF• '�??' � a •' �£ a:i , • �. � ', • ; � al qt o ^I`.
VI • • r s s 1
w •
1 a 9 ,:•S': I ,a '' Rs � , � ; ;. I •dl, .y IY � �. 1 �Q�i' � �. � ,, � � `::..:. R - �.1 �.; . v. , 1� a :.!? r. rx .: o / �:-- ,,q a
.... � .. . , eta k 1'/ Y ■ �% �'c4 f . •�Rgg1 0. �.�.. M c ,...:'ffi '' . - * ., .. 14... y q - :. : `�S � .. f tl • - . e.:.� r- .,: r, . , .:.. - ..:::4aw n a, - :ac- p .. .. .. :o .. 9`1f:i"' n+ 1:,,A •'•-''• : - : •
. U
3 X ,::>r •a, [• • ,a• :,. • a df 3 •� K .K. .`' 1 ,� r ml •1. ;a �. �. : �... , 'L 13` ..:,a!>o,.. s A' ,f( q, s s., ,b �! >- d 'i�t1 y .,,y c ni . •. . a r. T. �' ..
S! >.. ..-: _. A .i -.t �'� __,, r .. .. .. D . E'. � .fi .. .. Y.� 1 At �� , � •` ��_,� • � •:> '�.:� .., •.. .: :. �° .:. ..,: '..- � . � H 9 '. N �•¢`� . i�, � . .. �T :. F' Y' � •.. : :� �� .. 9 � r,' :.t
^ . ..• �,n:-:: . e;es.. � - 2•;c. '1 �� •: � . • •• J � -: t 4. as p, � :. •� .� • .n �i.. .e ., �. :,. • ..;3,1 ,. .:',. ... .: :. �`c M'p 7 i:b .w7��yi-�, • r .. 4 ,..�a ,., ... ,.:. 1. t.. •',$• .' °tl -!tr • E •, S '+ I,Z + A •y, ae+ � �� � A ► �� 1 6� • tl Y%� 't '� •�l � ��.• :.� � 6'•: •us .. JrJ. �e,�.4,.�r A � Y� 1� L. �: •;>` a � �7 �- 'a w :•.'Ce " �p «! C'g' A , „ f 3„ b el i
• $ L +;,lptl � .: ♦! • z .,. .w � te
� #1 i ' �1' C ' - � • t , � � • ' .i i � a� ®a/ M �I . s,'Y�''' ' sU.:5 • �n
e s>� r e
U - c x ra
-+ ```t0 ,::/ ';, 't a .t� :..:; y lJ'r• < - '.a • u e_ ..'►•.. ' • • -. �. ., -, - ,1 .� • ,:..
•• • : � : , .0a•a,
�" v :. sa°F-,yy�'� • eg p 9 � �� .: � : .: .. r. ,z ...L `4`f, ,..i • - •: '�Ia � •�a ♦v,. ... .: ?' ..: ] .. ... - _m er' .p.. c�S ... - • .- 'fii B s: .. � .�' .. r ......-, ,. .. � . -� - .. -.• .�
- IY t� '-a; • • .>i Gt�. �f • • : 'i Y � �'.a ,. ,.:'A_ � _ �7 Th 8 �.] ��� >. 1► r • . f .: .:: • �. l • .r�� ¢. . � '"K! .. . EE b � .1 i` . . 6:;,#: •- .:. -. � Q::;�:... is .- . -. • a .rr "a1 • - �. `�.. . pep ] •. c .. _•..:-
:. .:. y. s • ' ` 1 <''; 9...- d ". � ,.; - 1 � •...®• t � � � ...,,,, .:. :,, : , vo- •, it . '+^ .< :. ,, 0 � ... -.• .. ., . .Y• 1�, 1 °° - .. / . • Y^', a . a - - _ i..:>.'!F !1':, Y .,y:, 3' p � ..: .. : _ '.. ;.�' \ , - ..... s :D ,n .' - �, :. - -
.1 awe
� .•,�' • .' 1 * 1 •1 � ,. � _ k: � y • "• q� - ;.'� • « } 1 • mt ? .. ..
ce.
g�•�s, .. ,.. p• - ems•
fr "- • F' . :.s _ - �• s "lel:a ? t , Q ::R . •11�i' 'e: i, •/a �i l�• .' -p "a .� • K�, R]' ,Q 1y j.4.
• • e 1 • �r J •' as ? ar- a • A ° � � ► IE:' �•. • �_'• ,�.'a R � 1 • � � � n� '.iµ -:, Y`"' n •� a v • z 11� 7 �„ p .Y�, � � - ,c �i•�',"�O� .Y • `. �. N e p ��H 37 • b: �,
• ° •,� *� • {• � 7'_Il :l•i YY B , tl ? : `s' s. a L- a i! a r; ' N • sy, • 't' • • 6 ..,,. ., a 'I I t• .a .e a• t _ .:11• .1 1•�¢ :i J 1 "rM • ` •� <.. � .>: •
s ' I• •♦� U
n no
, : �1 . a„ ti .. y �ir ■ x '� f , s • w,. • ' "i ��; ' M y 3 6;aa.'J,•• b e a • �` ae • p '•
1 • •• -:i - • / = . I • �• / F.•a .1 • • ii'' • . i t _ p as• h' ••• • Il Q..,p$'.g •
e . 1 a* ! a :b .e+ ,• �- • ♦ r. •. ": i .• ! a .4., �' ,> "9 d -: •*7 - i �.
• 1� / .
Q • � Cf •. • � • 6� P - • � QL. 8 �'• • 1; � e �7 � � �,. a- y �-: • F b F r s a `• it n � .. � 8
' a d . � . . �� ai C,;jr •♦ > A r. b'- � isT� } • 1' • `� Oi! rt �:t:: :.�v`.,, � � � /.. . - Ira1 "9 x •' 7 +C'f`
..1.-� � �� fib G. r :.•}� � _ a� � k '• •�b� a.-. . rim 8•". A o-a 's' i 9 • a "1,: .• .
.'• :.�.., ' �:9 ' • e s � : a -r�� .� ?sz ` 4 •I• . � • �s'�' •' ,$ :s • ':°S'..` �`.' • li^ h ss'V' e e ?I o �v • • •• �`
• � �1 • . c �' 'a { O A• �A - � � • y • • �j � ' `/�' 21 •. Y• -•lm- d ' ' � P' �%� j � �'r • � q ? • �•' d � •• • at. it ill ' L` a+ 4:� .. • , m
r .s a .. • N Ii ; • • •/ 7r,1• u } i� ' t". • t3` '.•. `Si s , 'e . • e R L >Yi . `�5. 0 -e a ♦*, trt_: -
i ••i ` • �► •� <; • ♦ j r r'0 S :r a' • • e• • e • m tl ' u 1 ez a id a• •0 rionr� prms
.
�y D . J. . e
•.�f s^ . q d • • @1 • �•�. 11a •e �I • '• R •• r e • • } • a •� :�' sp c.: / 8 is 9 r i • - . t p • " .n 4 a
ri' 4 Q _: • of •. • ! - dF' r o f • • •• • 1.' . ' a: •� it • / • • « « a1F1 • (j ..,, p • : 4 ^ • ,� . �•. w • t".. • : - • e ,r - « e
• N • .. :/ 1w� Q • • • l •.e • � ♦ • a tl::�. � r : • 6 Y ;' 9 � ;• a .i �, w ' . _ 0 A ' e e " � .• a , y + • ) � • � .� � $ e + t, • �� t-<. n
• 5s • a G
_ • , e♦• r • • e •, xy �• 1 •, + /'� " ' 8 tl o V.
• 1 • • >e 4 • • ° • • • A %. • . i . • 4 • - •e ` • • #,r
pp • . ✓0 • _• ] •• '+ ^ , i •••0 ,•'• 1 .. ~ - - } .. • •:8 'al • 1 , • • i •'' 3 'en • • v • a '," j a • A• .� • • s VA
• q'i
��� 0"° • I�i� ��• • !!. •dt r • L f fia •. • '•• a ••� el •, '"�•'al •f' � G- •e'•. • .:� i ' 'a . e ,♦
• e* s • � 1 t • d . / • ! aA •
Bid Li11111111111qg 111M
nes
Section I: Tire Pro cts and Suoolies Discount(%) off catalog/pricelist for Tires and Tubes (All Types of
op
Cars, SUVsl, School Buses, Trucks and Related Vehicles),, Cata log/Pri ce list MUST be included or proposal will
not be considered.
(Line excluded tr+om response total)
Total,. 50%
Item Notes: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of
product and equipment submitted. Proposers responding to this Proposal Invitation should submit an
approval letter from each manufactures. Manufacturer authorization fetters must include the regions of
Texas and nationallyin which product and equipment may be sold. Manufacturers responding directly to
this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company
IV
is the manufacturer of the products proposed.
Item Attributes
1. State Name of Catalog/PrIcelIst
I Michelin TASB as BuyBoard Net Pricelist I
2. Exceptions to Discount
All Michelin and BFGoodrich passenger car, SUV, and light truck discounted 50%,, All bus and medium track /
trailer discounted at 60%*
Alternate 1
Section Is Tire Products and Sicotapnli�s -Dsun(%) off cataloo/ronceli t for Tires and Tubes III Tvges of
Cars, SUVs, School Buses Trucks and Related Vehicles. Catalog/Pricelist MUST be i*nclu ed or oropo al Wal
noconsidered,:
(Una excluded from response total)
Total: 20%
Item Attributes
iro State Name of Ca log/Pricellist
Bridgestone Texas BuyGoard Pr1cel*1st
Z Exceptions to Discount
All Bridgestone and firestone passenger car, police pursuit, SUV, and light truck discounted 20%. All bus and
medium truck ! trailer discounted 39% for Bridgestone products and 36% for Firestone products. Net pricing
effective for various high -volume r)roducts at greater discounts as shown in the Evaluation Items.
Alternate
2
Ses.tion re ProdSUDDIsesw DiscouExnth l'bl't"A�"
Cary. Suvs.School- Buses. Trucks and Related Vehicles) C
not be Cons'i'dered.g
WWW
(line excluded from resnonae rote!)
i Item Attributes
A T N-T- I j :I i r" R,-4
Elk
Goodyear State of Texas Government Pricelist
2, Exceptions to Discount
Price'
Pnecelile
"" es and
>T be incl
mftmw��
Ali TVnelliD of
ed or proposal will
Total: 45%]
All passenger car, SUV, and light truck discounted 45%, All police pursuit discounted 50%. All bus and medium
truck / trailer discounted 60%.
Alternate 3
Section I: Tire Prnrimme4a and Su(��1(es - Discou 10/.) off catalog /pticeli�tfor Tires and Tubes IAll TXes, of �
��
Cars. Q.1 K/CSchool P1 ises. Trucks and, Related Vehicles).__Qaj&9L/FriCeli MUST be included or proposal will
not be considered.
(tine excluded hrxn resvonse total)
Totale:F__ __ I
33%
Item Attributes
1. StateCa Name of talog/Pricelist
Falken Texas BuyBoard Pnocellist
Z Exceptions to Discount
All medium truck only discounted 33%.
2 Section Is. sires Products and Suvg)lles -Discount (%) off catalog/pricelist for Off -the -Road (OTR,
Eaft over) Tires and Tubes. Catalog/Pr'lcel'l'st MUST be included or proposal will not be considered.
(Line excluded from response tote!)
Total: 40%
Item Notes:, An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of
product and equipment submitted. Proposers responding to this Proposal Invitation should submit an
approval letter from each manufacturer. Manufacturer authorization letters must include the regions of
Texas and nationally in which product and equipment may be sold,, Manufacturers responding directly to
this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company
is the manufacturer of the products proposed.
Item Attributes
ie State Name of Catalog/Prl*cellst
I Michelin TASB Texas BuvBoard Net Pricefilst 1
2. Exceptions to Discount
I All OTR and eafthmover discounted 40% I
Alternate 1
Section I*, Tires Products and Supplies -Discount (O/Oyoff catalog/pncelist for Off -the -Road (OTR,,
Earthmoverl Tires and Tubes., Cataloo/Priceliost MUST be included or oronosal will not be co ns,idered.
dune exduaeo fmm response total)
Exhibit "/'1"
Item Attributes
I. State Name of Catalog/PrIcelist
Goodyear State of Texas Government Pricelist
{ 2. Exceptions to Discount
A711OTR and eafthmover discounted 24%
24%
3 Section I: Tire Products a nd Sunaies -Discount (°k) off catalog/pricelist for Retread Tires and Tubes (Alt
Types of Cars, SUVs, School Buses, Trucks and Related Vehicles). Catalog/Pricelist MUST bel"ncluded or
proposal will not be considered.
(Une excluded from response total)
Total: L 38-%1
- Item Attributes
1,, State Name of Catalog/pricelist
Michelin State of Texas Government Pricelist
2. Exceptions to Discount
All retreads discounted 38%. Retreads are not listed on the current Texas BuyBoard pricel*st so including the
4P
current o n State of Texas gove pricefiest.
4 Section 1.46 sire Products and SuI211211es -Discount (°h} off Ca/Pricelist for Tire Foam Fill and Related
Products. CataloglPricelist MUST be included or proposal will not be considered.
(Une excluded horn response tdaf)
Total: 25%]
item Attributes
I. State Name of Catalog/pricelist
Youngblood Auto & Tire Base Pflcelist Une 1
2. Exceptions to D*iscount
FNo Exceptions
5 Section Is Tire Products and supt)lles -Discount (°k) off catalog/pricelist for AU Other Tires and Related
- NOWNWOO"
Products. Catalog/Pn'celist MUST be included or proposal will not be considered.
(tine excluded filmm respaese total)
No Bid
Item Notes: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of
product and equipment submitted. Proposers responding to this Proposal Invitation should submit an
approval letter from each manufacturer. Manufacturer authorization letters must include the regions of
Texas and nationally in which product and equipment may be sold. Manufacturers responding directly to
this proposal Invitation, in lieu of an authorization letter, must submit a letter explaining that the company
is the manufacturer of the products proposed.
Item Attributes
1,, State Name of Catalog/pr'I'cel'10st
No response
2. Exceptions to Discount
No response
$ section II: Tire Eauip�e�t and Serv"�,es- Discount (%) off catalog/priocel'I'st for Tire Mounting,
�. Dis ounfl*ng, Road Hazard. and Flat Repair Service (All Types of Cars, SUVs, Tracks, School Buses and
Related Vehicles). Catalog/Pricell'pst MUST be included or proposal wl"11 not be considered.
(Une excluded ftm response total)
Total: 15%
Item Attributes
1. State Name of Catallog/Pricelist
Youngblood Auto 8 Tire base PrIeli'st
5. 2,v Exceptions t 1 1 DISCOunt
No Exce ptions
7 Section II: Tire Equipment and Services - Discount off catalog/pr*icel*ist for Tire Valve Stems Service
(Ni Types of Cars, SUVS, Trucks, School Buses and Related Vehicles) . Catalog/Pn"ce1i*st MUST be included or
proposal will not be considered.
(tine excluded from response total)
Total: 25%
item Attributes
1. State Name of Ca log/Pr1ce1*1st
Youngblood- Auto-& T'I're Base Pn'Oce1'i'_st_
2. Exceptions to Discount
No Exceptions
8 Section II: Tire Equipment and Services -Discount {%) off catalog/pricelist for Tire Balancing Service (All
Types of Cars, SUVs, Trucks, School Buses and Related Vehicles). Catalog/Pricell'ost MUST bel"ncluded or
proposal will not be considered.
(Up@ excluded fmm response twat)
Total: � 10%
Item Attributes
I'S State Name of Catalog/PrIcelist
Youngblood Auto & Tire Base Pn*cel'i'st
2,, Exceptions to Discount
No Exceptions
9 Section III: Tire Eauiament and Serv'J'Cesom Discount (%) off catalog/pr*icelist for Tire Alignment Services (All
Types of Cars, SUVs, Trucks, School Buses and Related Vehicles). Catalog/Pri"cel"I'st MUST be included or
proposal will not be considered.
(Line excluded from response total)
Total: 20%]
Item Attributes
I. State Name of Catalog/P Icellst
- Youngblood Auto 8 Tire Base_ Pricelist
2. Exceptions to Discount
K Exceptions
:1..:L I A I
1 fiction !I: Tire Eauioment and ervices- Discount (%) off catalog/priecelist for Tire Disposal and Recycling
Q: .,..Service (All Types of Cars, SUVs, Trucks, School Buses and Related Vehl*cles). Catalog/pr*1cell*st MUST be
included or proposal will not be considered,.
(Line excluded /rom response tote!)
Total.. 100/0
Item Attributes
MINI
1. State Name of Ca log1Pr1*Ce1*1st
i I Youngblood Auto 8� Tire Base Pricelist
2. Exceptions to Discount
.. I
I LNoExceppons
3=k-1-Q---nA141 Tire-Eaulp Discount ()j0) off catalog,.pncelist for Mobile Lift Systems, Support
� Stands, and Jacks for Tire Repair and Service (All Types of Cars, SUVs, Trucks, School Buses and Related
Vehicles). Catalog/Pri"cei'lost MUST be included or proposal will not be considered.
(Ur* extruded ham response total)
Na Bid
Item Attributes
IV State Name of Catalog/Pr*eceli'st
'. .1 lNoresponse
12. Exceptions to Discount
No response
� Section III: Installation and Repai Service - Hourly labor Rate for Installatia�lRepair Servimce of
2 Equipment and Products - Sta#e the Not to Exceed hourly labor sate for Installation/Repair Service of Tire
Related Equipment and Products
I Uomeo- Hour Price: f $85.00 Total: $85v001
� Item Attributes
1. Detailed Information on Hourly Labor Rate
Thisl"ncludes any labor needed on brake and mechani I jobs at any of our locations including all passenger,
light truck,, medium truck, and trailers.
2. Exceptions to Hourly Labor Rate
. . I 1 No ExceDtions
bf Rou �. �ck ves thgadce�r�nea e �Iscaurisinfo afln hi erht• �th�r�a P h t r ted 4ponlye .p r u chd
e .. U6te d ;n , 6u 66a . �*ntr*ct9636o;21.p
COMPAW NAME. VIC IkV%A
SIGIVATURE OF AUTHORIZED
REPRESENTA11VE:
�,PRINTED NAME,1F
I PHONE NUMBER
EMAIL ADDRESS:
5� a� �SSq - 3s55
c-o14)c . e.-ow,,