Loading...
R-2021-271 - 10/14/2021RESOLUTION NO. R=2021=271 WHEREAS, the City of Round Rock ("City") desires to purchase tires, tubes, 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 i*n cooperative purchasing programs with other local governments; and WHEREAS, the Buy Board Cooperative Purchasing Program ("Buy Board") i*s 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 i*s a member of Buy Board; and WHEREAS, Southern,Tire Mart, LLC1'*s an approved vendor of Buy Board; and WHEREAS, the City desires to purchase said goods and services from Southern, Tl*re Mart, LLC through Buy Board Cooperative Contract No. 636-21, 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 Tires, Tubes, Supplies and Equipment with Southern Tire Mart, LLC9 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. 0112.20212; 00482971 RESOLVED this 14th day of October, 2021. CRAIG MORG N, fxas or City of Round Rock, ATTEST: r SARA L. WHITE, City Clerk EXHIBIT «A» nv AGmPURCHASEzoEMENT FOK"THE OF TIRE, TUBES, SUPPLIES AND EQUIPMENT SUUTHERN TIRE MART, LLC KNOW ALL BY THESE PRESENTS: RECITALS: WHEREAS, City desires to purchase tires, tubes, 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 approves BuyBoard vendor; and V 0 �/endor 'WHEREAS the City desires to nurchaase certain goods and services firo through BuyBaard C000fte%rative Contract No. 636ow2i to receive pneing and servicess as set forth herei*n and WHEREAS, theparties desire to enter 'Into thl's Aareement to set forth in writingtheir respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and ro valuable consideration, sufficiency and receipt of whi'ch are hereby nowledged, I*t i*s Ut Ily greed between the parti*es asfollows: 1.01 DEFINITIONS A* Agree ent means the binding Ie...,.Pal contract between City an, d Vendor wheebyiCity agrees to buy speci*fied goods and/or services and Vendor s to provide said OQ481 SC*lss2 Mir 31"Almi 5. .9 C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. E. Goods and services ean the specified services,supplies,materials, commodities, or equipment. 2.02 EFFECTIVE DATE AND TERM I* Is A. This Agreement shall be effective on the date 'lot has been signallu81 Ww by both parties expires by operationhereto, and shall re in in full force and effect, unless and unt1*1 it 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 AM untilFebrualll, 2024. C11tv rcserve the ngit review the relationship "tanytime,and may elect to terminate this Agreement,WI*th or without cause ormayelect to conti"nue. 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 thl*s Agrwment are descri*bed I*n Exhl*bl*t ofethI*l A"A"' and toer with this co A��ise the totaiireement and theypart9 are a this Agreement as if repeated herein in full, 4.41 ITEMS AWARDED AND SCOPE OF WORK When taken together with the appended exhibit, this Agreement shall evi*dence the enti*re understanding and agreement between the parties and shall supersede any prior proposals,, correspondence or discussions. Vendor shall satisfactorily provi*de all goods and services descn*bed under the attached Exhi"bi*t '"A" at the sole request of the City. Vendor provi"de goods a 41 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,, 2 A. City agrees to pay for for goods during -the term of this Agreement at the pricing set r-of forth in Exhibit '"A,." B. The City is to pay the Vendor an a ount notwtowexceed Sixty -Five Thousand and Nol104 Dollars ($65,000.00) 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; B. Purchase Order Number; co Description and quantity of items received ar services provided, and A. Delivery or performance dates, 7.01 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 ri*ghtto te i"nate thi"s Agree ent at the end of any CI*ty fisclil year A"%rWif the governing body of City does not appropriate funds sufficient to purchase the services 10 as dete i*ned 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 by City in the event: A. There is 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 B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds, or C. 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 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 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 City is exempt from Federal E4xcl"se and State Sales Tax; therefore, tax shall not be included in 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 in Exhibit "B,I attached hereto and incorporated herein by reference for all purposes. 13.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Chad McDowell Director of General Services 220 Commerce Cove Round Rock,, Texas 78664 (512) 341-3191 cmcdowell a roundrocktexas.ao 4 Whenever either party to this Agreement, in good faith, has reason to question the other 0 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 a 0 reasonable ft e specified when demand is ad then and i*n that event the demandi"ng party ay tresuch failure as an anticipatory re of this Agreement. 15A1 DEFAULT If 'Vendor abandons or defaults under this Agreement and i*s a cause of City purchEwsing in the specified goods elsewhere, Vendor agrees that it be charged the difference cost,, if any, and that it wl'wll not be consi'deredi"n the rewadverti*sement of the service and that I'*t y not be considerederedin future bids for the same type of work unless the scope Of work is significantly changed. Vendor shall be declared in default of this Agreeif it does any of the following: A. Faits to make any payment in full when due; Be, Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; I C. Fails to provide adeq assurance of perfionnance under the "Right to Assurance115section herein; ar 1 AM D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 16.01 TERMIIVATIOW AND SUSPENSION 1W It A. City has the nght to tenatermi this Agreement, in whole or in part, for Is A&0convenience and wi*thout cause, at any time upon thirty (30) days' written notice to Vendor. Bo In the event of any default by Vendor, City has the right to terminate this AgF" ree ent for ca e u-a- n ten 10) days' written notl*ce to VC"&ndo_r_Vendor.( co Vendor has the right to terminate this Agreement only for cause, that being in the event of a aterl"al and substantl*al breach bCity or utual agreement to terminate Y by evidenced in writing by and between the parties. Do In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vend -or 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 chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor 5 statement 4a0satisfactorily performedshall subml*t a showing in detail the goods and/or services 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 co IF_%&MMnsati*on for servi*ces it would have performed under the re aining term of the AtzmPtreeent excc asP rovl*ded hereherein%PO `f�1[1S�i� i i7 ►� i� i � 9I (lTTI !i(�7i1 18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES At Vendor, its agents, employees and subcontractors shall use best efforts to comply ID with all applicable federal and state taws, the Charter and Ordinancss of the City of Round Rock* as amended, and with all applicable rules and regulations pro Ulgated by local,state and national boards, bureaus and agencies. -1-0 m B* In accordance with Chapter 2271, Texas Gove ent Code, a govenental entity may not enter into a contract with a company for goods and services unless the contract contains writtenverificationon from the company that it: t.I does not boycott Israel; and 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 ArID DELEGATION The parties each hereby bind themselves,their successors assiQns d 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,. 20.41 NOTICES in All notices and other co unications connection with this Agreement shall be in writing and shall be considered given as follows:. 1. ob 0 When delivered personally to the recipient's address as stated in this Agreement; or so 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 Eo the enforcement of any, or all of the ter -tons ar conditions 46 herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be gove ed by and construed in accordance mnth 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 by Managerzed or Cityof the parties hereto in writing du authon of 23.01 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties 10 Is wrising o ng othis ut of or relati t Agreement a breach thereof shall be by any including 9ActY10%proceeding, without limitation,undertheFederal any proceeding (,v USC Section t-14) or any applicable state arbitration statute,, 24.01 SEVERAB[LITY 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 severed 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 4) stricken provision with a valid provision that comes as close as possible to the intent of the stricken p-A-vision. The provisions of thl"s a%ction shall nott th revthis entire ement r.P Agre f,om bei*should ang provision which is of the essence of this Agreement be determined void, 25A1 MISCELLANEOUS PROVISIONS 14 Standard of Care. Vendor represents that it employs trained, expenenced and co petent persons to perfo I of the services, responsibilities and duti*es specified herei*n and I1W that such services,, responsibilities and duties shall be performed in amanner according to generally accePustryted 1*nd nracti*cespractices. Force Majeure. Neither Ci* Vendor shall be AftkAlmill!medtynor del6w in violati*on of this Asvoaxle;=.-ment lifil lilt is prevented firO performing any ofIts obligations hereunder by reasons for which it is not 0 V & impediment 01responsible derlined herein.. However, notice of such or delay in performance must be timely given,and all reasonable efforts undertaken tomitigate its effects. Multiple Counterparts. This Agreement may be executed inmultiple counterparts, any W 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. At. aae (bignatures on tne flollowing p-,,-.,.] IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock, Texas BY: Printed Name: Title: Date Signed: Attest: By: Sara mite, City Clerk For City, Approved as to Form: By: Stephan L. Sheets, City Attorney 9 ;Southern Ti 'outhern Ti Printed Name: Richard Conwill Title: Director of Government Salo Date Signed: 1 k=XhIbIt 9"A" Proposal No. 636o.21 for Tires, Tubes, Supplies and Equipment EVALUATION ITEMS (As Specified) �.z GIVE h"A 14 X" 4 1 Z4 1 FITo A I - ----- -- ---- ----- -1 F 14F axi.-dr.-h - ----------- k., T3,0111-77 I11F LIFIR.rill P 01- - 5 .50 ILI AS SPECIFIED Calculated Buyboard AS SPECIFIED AS SPECIFIED Price Unit Price Indicate Discount (uitalog./pricelist price less, 61 discount proposed - in p"Oporsed as stnted,[ cor-Ilpan-y's rp-f e B"Y"ard Pr' PsaUYl— -- — ----------------- 22197 FRHWK GT V PRST P265/60RIA17 $ ROW. ------------ - - - --------------- - ----------- FRHWK GT Z PRST • ---------- ----------- DESTLE2 P26S/70R17 ---------- - ----- -- - ---------- -- ---------------- ----------------- ---------- ---------- - -------------------------- Firestone I SG RB TG - - - -------- ------- 40 of 68 B/AlLOATION MEMS tX11101t "A" v&0#fhw9hwf Proposal No. 636-21 for Tires, Tula, Supplies and Equipment EVALUATION N ITEMS (As Specified) AS SPECIFIED Calculated Buyboard AS SPECIFIED AS SPECIFIED Price Unit Price Indicate Discount price less (�s stated in proposed f as stated company's proposed .. U-k-flog�f� C�r����1�`',i t iE r`(9r f 1 IF # ----- y Z -, 62*00 I - 4 Medi i N • a Truck/School B Medium Truck/School Bus Pursuit $ ALTERNATE --------- ALTERNATE - --- I Light Truck ALTERNATE $ .ALTERNATE Goodyear = 10 -------------- ALTERNATE W Medium Truck 6Light Truckf ALTERNATE LT245/75RI6 Light Truck $ EXr1lb1t '"A" AFfoard � Proposal No. 636-21 for Tires, Tubes,. Supplies and Equipment EVALUATION rTEMS, (As Specified) AS SPECIFIED Calculated Buyboard I AS SPECIFIED AS SPECIFIED Price Unit Price Indicate Discount (catalog rpricelist price 5ess, (as stated in propose (a:> stated company's discount proposed DEFENDER LTX M/S P275/55R2-0 ----- - ------------- Light Truck eW c) taloy '-Pvicehs�) proposal respcnse) pr BLjyboa,d Price) - - ------- - ---------------- - ----- COMMERCIAL T/A ALL SEASON 2 1.11 2 R. - -- -------------------- COMMERCIAL T/A F- -- - -------- 274-92 1 - ---------------- -------------- 50 137,46 LL SEASON 2 120R tf ---------------- ------------------------ LONG TRAIL T/A 1 -'��Wftftm I NON 50 - - --- ----------------------- i 142*20 7 TOUR 114! ---------- $2RAA0 -- --- -- — -- -- - ------------------- LONG TRAIL T/A TOUR XL 108T Page 42 of 68 EVALIJAT70N rMMS �- X rI l I t "'A 91 PF!.#ard* Proposal No. 636-21 for Tires, Tubes, Supplies and Equipment EVALUATION ITEMS (Alternates) The requested pricing information will only be used for purposes of assisting with the evaluation of a Vendor's prime competitiveness as it pertains to this proposal invitation. The items will not be individually awarded. THE FOLLOWING EVALUA71ON ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED CAR ALTERNATE PRODUCT,, Equal alternates may be submitted on the separate EVALUATIONS ITEMS (Alternates) form only if your too not sell the specific product listed. This forms must be fully completed and returned or PROPOSAL RESPONSE WILL NOT BE CONSIDERED, ---- - -------- — - - --------------------------- - -- -- -- -- -- - -- -- - ---- er�dors that do not offer any of the evaluation or alternate items listed below mi n n " na o u , ---- am `on ftjm 11fes, irrem The CAmper atirre may determine, in its We discretion,, whether or not to exempt a vendor From this requirement based on all iation provided with the proposal response, EQUAL RNATE EQUAL L Cllo ed NATE Ails. 711 ERMATE TE , L "-- d"cate st - s-d in your N your Iss discount IS ~f ed Number and �� p a n Y s s propel p rno pro - No. Brand Model Size EM�ri on 0 = y r e 111t . � a £ - ist r n ' Firestone FRHWK G` V PRST P265/60R1 7 Pursuit 6 ------------------ Id restw* FRHWl PRST 3 - _ � 1 � Pursuit FiresWne DESTIE2 P265-17OR17 P , Firestone 4 TR N HT LT245/75RI6 Light Truck Firestone i TRAN HT" Li 25 7 .6 [Joht Truck S s Firestone SSG RB T'G 14,- 3 of EVALUATION rMMS txn l blt "A" Proposal No. 636w2l fbr Tires, Tubes, Supplies and Equipment EVALUATION ITEMS (Alternates) EQU A EQUAL EQUAL EWAL Cz- lCulatedf ALT E ALTERNATE A T Indicate Brand 'Indicate �� c X .ate : u� M - o ;bem; Specified ! r S company- s proposal Brand _ .Model Size DescriEg2!! 2q. CA12!N ft rke- k1st -- ----------- bo" Ankce) 7 Bridgestone R2 8 COPS . 1 Truck/School - Bus Medium Truck/School`V 8 Bus � 9 Goodyear EAG R B 265/60R17 108VI Pursuit I Pum-*t #C523189 22197 45 124-40 Fro i - --- -------------- ----------- Page 5 _ .. year I R 0 2 0RI Passers er Fl-r t*100.74_10 - - -- - ------ 80,60 � ---------------- 6 11 j$ year Light Truck 23 S 0 12 4 $ - -i- 8 L 12 ear � RA 265/7SR16 OWL Light Truck 1 - 96 - - 92 10 , Fir ton 68610 36 347 13 8 year 1 HAS R . TL 1 Medium Truck ,. 4 14 3 i elfin LTX A/T2 LT 4. 5R16 Light Truck 1 s 4 15 Michelin PS RIB LTR16 Light Truck t .5 900018-z 19 0. 7 r9- 2041a �. 152,63 a - rm1' .z'd'-s,G.r%/ems-$' EXhlbit "A" Proposal No. 636-21 for Tires, Tubes, Supplies and Equipment EVALUATION ITEMS (Alternates) EQUALEQUA EQUAL EQUAL Ca Lculated TERM A Lf sTE R N1 A- -f ALTEP,-N, TE Buyboard ,-- bndicate Bra Indicate UnitPrmcpe- Indicate 0 n(catalcqffiricellist in your hem I� CO f4oce) , Smnd -- _ Mode on _... rCM, Page- _ /. . riceek�._-_, •_ - BWboard Q � . Michelins DEFENDER 5 /5 ------ Light Truck COMMERCIAL T/A 17 F Goodrich ALL SEASON 2 LT225/75R16 Light Truck 112R COMMERCIAL i /A 18 BF Goodrich . ALL SEASON 2 �71 6 5_ 16 LightTruck 1 20R 19 BF Goodrich LONG TRAIL T A _P-275/60R20 Light Truck TOUR 114T 20 F rich IVY �. TEA LT2 7 R15 Light Truck TOUR XL ,. = __ __ - -------------- ftW