Contract - Youngblood Auto & Tire - 5/27/2021CITY 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 tire 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 TIA day of the month of , 2021, 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 tire supplies and equipment and related services
needed for the maintenance of City owned vehicles; and
WHEREAS, City is 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 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, sufficiency and receipt of which are hereby acknowledged, it 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
0046943 8/ss2
goods/services. The Agreement includes any exhibits, addenda, and/or amendments thereto.
Be 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. Force Majeure 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
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain iiin full force and effect, unless and untl it expres by operation of the
term stated herein, or until terminated as provided herein.
Be 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 i*n 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
this Agreement as if repeated herein in full.
4.01 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
Is
and services in accordance with this Agreement, i*n accordance with the appended exhibits, i*n
accordance with due care, and i*n accordance with prevailing industry standards for comparable
services.,
2
5.01 COSTS
A. City agrees to pay for goods during the term of this Agreement at the pricing set
forth I*n Exhibit "A."
Be The City shall is authorized to pay the Services Provider an amount not -to -
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;
co Description and quantity of items received or services provided; and
A. Delivery or performance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of CIs
ity's current revenues only. It i*s understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
I*f 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.
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 i*s
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, i*n accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b)lp 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
3
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 10
in strict accordance with instructions, i*f 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 it is determined by City that gratuities or bribes in the form of entertainment, gifts,
or otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
Ciitys exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
includedi"n Service Provider's charges,.
11.01 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 i*n Exhibit "B,"
attached hereto and incorporated herein for all purposes.
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act I*n its behalf with
regard to this Agreement:
Chad McDowell
Director of General Services
220 Commerce Cove
Round Rock, Texas 78664
(512) 341-3191
cmcdowe11@roundro-cktexas.21ov
14e0l RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specifiedi when demand s made, then and I*n that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that I*t may be charged the difference i*n cost, I*f
any, and that it will not be considered in the re -advertisement of the service and that i*t 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 i*f it does any of the following:
A. Fails to make any payment I*n full when due;
Be Fails to fully, timely and faithfully perform any of its material obligations under
this Agreemento
Co Fails 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 i*n 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.
C. 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
10
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
it 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
In
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 whom, 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 indemnified
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 City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
Be 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: (1) 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
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 40
is Agreement,,
Notice to Vendor:
Youngblood Auto & Tire, LLC
375 West Louis Henna Boulevard
Austin, TX 78728
Notice to City:
City Manager
221 East Main Street
Round Rock, TX 78664
Stephen L. Sheets, City Attorney
AND TO: 309 East Main Street
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
10
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 i"n writing, duly authorized by action of the CI*ty 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
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section I -14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceabill"ty of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall i"n 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
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
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
that such services, responsibilities and duties shall be performed i*n a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed ti* eframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts i'pn accordance with the terms of this
Agreement. Where damage i*s caused to City due to Service Provider's failure to perform i*n
these circumstances, City may pursue any remedy available without waiver of any of Ci'ty's
additional legal rights or remedies.
Force Maj*eure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is 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 Roun Rock, Texas
By: A r
Printed Name: MA MdMO IV
Title: MauQ�
Date Signed
Attest:
By: _C6)gXt o 1A
Sara W ite, City Cler c
For City, A r % ved as to Form:
By:
Stephan L . beets, City Attorney
I
YoungTat
Tire, LLC
-1
By:
Printed'Name: Bri-an 'b-e-�
Title: ��- "74 a ea —
Date Signed:
Exhibit "A"
bid Lines
Section I: Tire Products and S'.uaulies -Discount (%) off catalog/pricelist for Tires and Tubes (All Types of
Cars, SUVs, School Buses, Trucks and Related Vehicles). Catalog/Pricelist MUST be included or proposal will
not be considered.
(Line excluded from response total)
Tota---------------------
l:� 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 manufacturer,. Manufacturer authorization fetters 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/Pricelist
Michelin TASB Texas BuyBoard Net Pricelist ---- OW ------------ ---------J
2. Exceptions toiDscount
All Michelin and BFGooddch passenger car, SUV, and light truck discounted 50%. All bus and medium truck /
trailer discounted at 60%.
Alter- ------ -- --- - ---nate 1 ---- ------------
- ------ -
Section Is. Tire Products and Su plies -Discount f%oZoff catalog/gris�,list for Tires and Tubes �11 _Types of
-------------- -----------
Cars SUVs� School Buses,. Trucks and Rej�ated Vehicles).. Cataloa/Pr'locel'lwst MUST be included or--oroDosal will
,,
not be co nsidered.
(Une excluded from response total)
Total: �2d%
Item Attributes
1. State Name of Catalog/Pricelist
Bridgestone Texas Bu Board Pricelist
2 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
0
effective for various high -volume products at greater discounts as shown in the. Evaluation Items.
Alternate 2 . .....
-0-00-0-0-M-0-0 -------- I ----------------------------------
Section In. Tire-Produ-cts 4-d
Cars. SUVs.- School fuses
not be considered.
80
(Line excluded from response total)
id Suj2j?1*i9,
Trucks and
Exhibit "A"
Discount (%).,-off catal
lated Vehicles). Catall
/ ricef
/Pr*lcel*l
fires and Tub
T be i"ricluded
I Tvr)es
rproposal will
Total: 45%
;> Item Attributes
--------------
a e ame ot- -- - ------ — --------------
---------------- ----------------- — ---------------
---------- -- ------ - ---------
Good ear State of Texas Government Pricelist
- -----------------
----- --------- --------------------
_. 2. Exceptions to Discount
WAM
All passenger car, SUV, and light truck discounted 45%. All'police pursuit discounted 50%. All bus and medium �
truck trai'ler discounted 60%--------- ----- --- 1410-0-00-NOW-
Alternate 3--------------------- -- --- - ..............
j
° : section I: Tire Prod cts n�,�, Supplies -Discount (%� Qff S&talog/Driceii for Tires and Tubes All Types of---------------
�
Cars, SUVs. School, 131jjes. Trucks ai]d____ELQ1gLed Voh.ici.g,;I.,-.—Gataloo/Pricel'i'st MUST be included or oDosal will'
not be considered.
Xne excluded from response total)
Total'. 33%
Item Attributes
--- ---------- ----------------
9. State Name of CataloglPricelist
Falken Texas BuyBoard Pricelist
Z Exceptions to Discount
All medium truck only discounted 33%..
- - — ------- ------- --------- ------ ---- ...........
--------------------------
- ----------- ---------------------- - ------ --------
Section is Tires Products and Su Oies -Discount (%) off catalog/pricel'ist for OffeethewRoad (OTR,
-�' Earthmover) Tires and Tubes. Catalog/Pricelist MUST be included or proposal will not be considered.
(Une excluded from response total)
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
1. State Name of Catalo9 /Pr*cel'st
po 11
vi NOWIS NOW - -------- -
Michelin TASB -----------
Texas BuyBoard Net Pricelist
---------- - - - - - --------------------- ---- — ----
2. Exceptions to Discount
40
All OTR and earthmmover discounted 40%
Alternate 1
Section I: Tires Products and Su plies -Discount (%)----off catalogtgricelist for Off -the -Road (OTR.
Earthmov Tires and Tubes. Cata1oQ_/Pr'LC&.!ist. MUST b!gi*n_clu.ded or,LyrogQg will not be considered.
(line excluded from response total)
Exhibit "A"
•{{Item Attdbutes
1 • i
} •'.. i A
..State acneof
-------- ---
.: �: -.:-•State ------
Goodyear exas ov rnm n Pricelist
r:
.Exi is unt
ns o
o 0
• ✓y ••'.
.............
•:. All discounted24%' .
24%
as
so
3. Sec 'on I: Tire Prod��cts and Qvenn1ina,-Discount (%) off catalog/pricelist for Retread Tires and Tubes (Ali
Types of Cars, SUVs, School Buses, Trucks and Related Vehicles). Catalog/Pricelist MUST be included or
------ ------- ---- all --- i — --------
proposal will not be considered.
(Line excluded from response total)
---- - -------------
Total: 38%
Item Aftributes
- - - — ----------------------------- - --------
...... S PANAMA - ----- NINNNNN
-------- ------------ ------- A
1. State Name of Catalog/Pricelist
Michelin State of Texas Government Pricelist
------- ----------- ------ --------------
------------ ------ ----- --- -- -------- -------- -
2. Exceptions to Discount
All retreads di"scounted 38%. Retreads are not listed on the current Texas BuyBoard p(icelist so including the
[current open State of Texas government pricel,ist.
------------ - -------------- ------- - - - ---------- -------- --
------ ----- --- ---------- 1- ---------------------
... ............ ... ... -------- --------- 11
Section 14,,m Tire Products and Suviplies -Discount (%) off catalog/pricelist for Tire Foam Fill and Related
Products. Catalog/Pricelist MUST be included or proposal will not be considered,.
(Line excluded from response total)
Total: � 25%
Item Attributes
ft 11 - ---------- 00040-0-0-0 ----------- --- ------
.. 1. State Name of CataloglPricelist
— - — - --- -- ------------ - ------------ - - -- ---------- 00 W* 00
Youngblood Auto & Tire Base Pdcelist Line 1
- ---- -- -- ----------- ----- ......
'.... ..
- -- ----------
1' 2. Exceptions to Discount
-----------------%NNN-- --------------- ...... ...... ---------- ........
No Exceptions
---- — ---- - --------------
--------- -
- -- --- - ----------- - - - - W ---- I ---------- ------- - ----------
'S Section 1: Tire Produc__0 -ts and Supplies -Discount (%) off catalog/pricelist for All Other Tires and Related
Products. Catalog/Pn*celi'st MUST be included or proposal will not be considered.
(Line excluded from response 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
State Nameo fCa-alog/Pricelist
---------------
No response
I@<. P2. Exceptions to Discount
No response
am Lk es t 1 I A 11
section II : ire EalllDmen,t and Services - Discount (%) off catalog/pricelist for Tire Mounting,
41
Dismounting, Road Hazard, and Flat Repair Service (All Types of Cars, SUVs, Trucks, School Buses and
Related Vehicles). Catalog/Pr'l'celist MUST be included or proposal will not be considered.
(Line excluded han response total)
Total: 15%]
Item Attributes
1. State Name of Catalog/Proicel lost
Youngblood Auto 8 Tire Base Pn*celist
2. Exceptions to Discount
No Exceptions
----------- - ---------
Section 11.&reTiEauiOment and Services -Discount (%) off catalog/pricelist for Tire Valve Stems Service
-------
(All Types of Cars, SUVS Trucks, School Buses and Related Vehicles) Catalog/Priceli*st MUST be included or
proposal will not be considered,,
(Line excluded from response total)
— ------------
------------------- ------
Total: �- - 25
--
Item Attributes
1.0
— ------- - - ---- ------------ -------------------------------------------------- -------------------
I.State Name of Catalog/Pricelist
-------- ------- --- ----------- - --- ------ ............................ ..... ...... .....
Youngblood Auto & Tire Base Pn"celist --- ---------- ------ - -----------------
-- ------ ------
2. Exceptions to Discount
— — - --------- - ----------
............ ----- -----------
FNo Exceptions
.. —W ------------------- --- ---------- ... ...
. ...... ..- --- ------ - — ---- - - --------------
Section II: Tigre Equipment and Services - Discount (%) off catalog/pricelist for Tire Balancing Service (All
Types of Cars, SUVs, Trucks, School Buses and Related Vehicles). Catalog/Pri'cel*lst MUST be included or
proposal will not be considered.
(Line excluded from response total)
Total: � 1 0 %
Item Attributes
— - - ------------------------ --- --------------------- ----- - ----- - -------- - -- ------------------------
I A
1. State Name of Catalog/Pr'Icell*st
Youngblood Auto & Tile Base Pdce-l*lst
2. Exceptions to Discount
No Exceptions
Sectown"ion lie. Tire Equipment a- ------nd Service- Discount (%) off catalog/pricelist for Tire Alignment Services (All
Types of Cars, SUVs, Trucks, School Buses and Related Vehicles). Catalog/Pricel*lst MUST be included or
proposal will not be considered.
(Line excluded from response total)
Total: 20%.
Item Attributes
.... -------------- �05-p-m-
1. State Name of Catalog/Priecelist
Youngblood Auto & Tire Base Pdcelist
2. Exceptions to Discount
No Exceptions
Los, ^".,
--- - ----- ----- ---------- ------- -----
- -- -------
tion Tire auit)ment,:.a ervices� Discount %) off catalog/prl*celist f I isposal and Re cling
E or T're D cy
- ----- - ----------------
---- ---------------
--------------------
ervice 11 es of Cars SUVS, Trucks School Buses and Related Vehicles Cata o r'l*cell"st MUST be
included or proposal w'111 not be considered.
(Une excluded response total)
(A Ty p I 9P
from
- --------------
41
Total: 10%
m Aftributes
- - - - --- -------- -------- ..... ......
e ame o a
tat N f C talo /Pr'lcel'ist
9
--------------------------
----------- --- -------- ---- ---
Youn blood Auto & Tire Base Pri'celolst
- - - ---------- --
2a Exce
P ions to D*iscount
------------ ----- ------- - - --- ----- --------- - - ----- -
OWN W -- -- ----- -------- --
- -- - -- - --- - - - - - ----- - -----------------------------------
No Exce bons
-- -------- --- -- -- ------- ----------------- -- ... ........ .
Wiv W-00,00- - - - --------- -- 00im-WHO
S2rvices 11; 11112 �E llon]2 t and
Di'scount Off for Mobile L'16ft Syste s, Support
Stands, and Jacks for Tire Repair and Service (AlTypes of Cars, SUVs, Trucks, School Buses and Related
Vehicles). MUST be included or proposal will not be consideredW
(Une excluded from response total)
Alo Bid
4: x
Ite Aftn"butes
.' '.'`` Name .`..'.`.^...'.''.
----------- ----- -------- - - ----- --------- ........ . ......... - ------------------------- ---------- ............ ----- -- ... . . ......
No response
.............
2 xceptions o iscount
E t D
W NO h- ------------- a
No response
now W-0-h-A-0- ------ --- - ---- - --------------- - ------- ---------- -------- --------- ------------ - --------
------ -- -------- ------ - -- --------------------- 0-00-000! - ------- -- --- - ------------
------------- ----------------------- .... ..
Sect'ion 111,e. Ins 11at'ion and Repair Service Hourly Labor Rate for Instal lat'ion/Repair Service of
NA-1 ---- --- I -------- ------------------
--- - ------------------- - -- ------------- - ------- - -------------- - - -------- --------------------- WIN! 010
Equlisp ent and Products da State the Not to Exceed hourly labor rate for lnstallat'*Ion/Repair Service of Tire
Related Equipment and Products
- ----------- ...... ......
UOM-.w Hour Price: $85,vOO Total:[ $85000
Ite Attriebutes
1 Deta'1*1ed Information on Hourly Labor Rate
labor needed on brake and mecha 1 jobs at any of our locations including all passenger,
This includes any nica
I gh lum
t truck, med'p truck, and trailersO
2. Except*ions io Hourl Labor Rate
--------------- -------
No Exce ions
ti
. . .........
- --------------------- -- -----------------
h er e
0 U
Pr i., �-m ts
Jign
rom
*r% V* , d `MS S 4a
*:`hl
0C. 03 es"t e coun
f6
o .! un - th ched
.td.
V.
.9.1 at
.1, -a
Av
4 ra co
Bu Sd 4636ali
4 nx
On:, �ty!:
hi
DO
he,
'n I - -� I.. ''r
i 16
lip
oil
�s,OMPMY t.l"Evv a
6 a &OPP a' D, 4
SIGNATURE OF AUTHOR! D*
De 0
REPRESENTA11VE. a
PIRINMD NAME,
-hop-M-8- -W 6 -- -------- �-W Boom"
#3 50
.-
PHONE NUMBEFt
'Eh4AIL ADDRESS:
CERT1FtCATE OF INTERESTED PARTIES
FORM 1295
1 ^4 1
-------- - -------- - - - ---------- - ------
- W-0-0-00 -------- - ----- ---
Complete Nos,. 1,* 4 and 6 if there are interested parties, OFFICE USE ONLY
Complete Nos.1, Z 31 5, and s ff there are no interested parties. CERTIFICATION OF FILING
----------- -- -- ---- - - ---------
1
- -1- - ---------- - - --------
Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2021-738532
Youngblood Auto &Tire
Atasun, TX United States Date Filed:
2
Name -of governmental entity or state agency that 1 0 s a party to the contract for which e orm --- is 04114/2021
----- --- - ---------- --- -------- ----
being filed.
City of Round Rock Date Acknowledged.
g
-------------------
- ----------- ------ ------
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
Wauto
000000 Tire Supply and Service
Tires and Automotive Parts and All Related Services
- -- - --------- ---- N ------ ------ -- -
--------
4
-- _N___N --------------------- - - --------- ------ ----
Name of Interested Party
City, State,, Country (place of business)
Nature of interest
(check applicable)
Controlling
T Intermediary
------- ------------------- ------------
NOW ------- ------
-
------
-01--- -
---------------- - ----------
------- --
-------- ---
— -------
N -
-----
--------
N HM--- ---- ----
- --- ----------
-------------- -------
----- -----
-------
- - - - - - - - - - -
------ ------------
-- ------------
_01410-
NONNI
- ----- - --- -----
- -
------ ----
-_W
----- --------- ----
WIN
- - — - — ------------ ---
- - - --- --------------------------------------------
--------
-------- ------ -------- --- ---
--- ------------------- ----------- --------
-- ----
-------- WON-
5
0 M mllm 1 11welle -- -----
Check only if there fs NO Interested Party, ❑
6
UNSWORN DECLARATION
------------------ slow -in WINNINNINw--wo ---- N -------
P6��'-7-"X wwaki&
My address is - - - --------mono 1-0--------------
4(
(street) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and coaecL
Executed In S County, State of on the of - -- --- ---- 20�.
nonth) (year)
------- -------- C ---- ------- - - - - - -- --- --------- ---
Signa f authod agent of convecting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us version vi.i.cefrasaa
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
10fl
Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos, 1, 21 31 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1
Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 202lm738531
Youngblood Auto & Tire
Austin, TX United States Date Filed:
2
Name of governmental entity or state agency that is a party to the contract for which the form is 04/14/2021
being filed.
City of Round Rock Date Acknowledged:
04/19/2021
g
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
000000 Tire Supply and Service
Tires and Automotive Parts and All Related Services
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
5
Check only if there is NO Interested Party.
FX
6
UNSWORN DECLARATION
My name is ,and my date of birth is
My address is it �___ __ It W-
(street) (city) (state) (zip code) (country)
declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of , on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www,ethics.state,tx,us version vi.i.cenag8a