Loading...
Contract - TC Tire LLC d/b/a Texas Commercial Tire - 12/19/2024 AGREEMENT BETWEEN THE CITY OF ROUND ROCK AND TC TIRE LLC FOR THE PURCHASE OF AUTOMOBILE TIRES AND SERVICES THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § This Agreement("Agreemgnt")for the purchase of automobile tires and services is made and entered into on this the � day ofb , 20M, 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 TC TIRE LLC d/b/a "Texas Commercial Tire," whose offices are located at 100 Clarence Road, Temple, Texas 76501,referred to herein as"Vendor." RECITALS: WHEREAS,City desires to purchase automobile tires and services; and WHEREAS, City has issued its Request for Proposal, ("RFP") for the provision of said goods and/or services; and WHEREAS, City has determined the Vendor's Response to RFP ("Bid") submitted by Vendor provides the best value to the City; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW,THEREFORE, In consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.0 DEFINITIONS A. Agreement means this binding legal contract between City and Vendor whereby City is authorized to buy specified goods and/or services and Vendor is obligated to sell same. The Agreement includes the following: (a) City's RFP, designated Solicitation Number 24-025 dated July 2024; (b) Vendor's Response to RFP ("Bid"); and (c) any exhibits and/or addenda 4873-6807-2444/ss2 - a4_3qI No Text thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Vendor's Response to RFP ("Bid"); (3) City's RFP,Addenda, exhibits,and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date set out in the introductory paragraph above. D. Goods and Services mean the specified services, supplies, materials, commodities, or equipment, as described in the RFP. E. Vendor means TC Tire LLC d/b/a"Texas Commercial Tire" or any successors or assigns. 2.0 EFFECTIVE DATE AND TERM A. This Agreement shall remain in full force and effect until it expires as indicated herein or is terminated in accordance with Section 17.0. B. The term of this Agreement shall be for sixty (60) months from the Effective Date. 3.0 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor to supply the Goods and Services as outlined in the RFP; any Addenda to RFP; and the Bid submitted by Vendor, all as contained in Exhibit "A," incorporated herein by reference for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the RFP and any Addenda to RFP and as offered by Vendor in its Bid. The Goods and Services which are the subject matter of this Agreement are described in Exhibit"A" and, together with this Agreement, comprise the total Agreement and Exhibit A is a part of this Agreement as if repeated herein in full. 4.0 MULTIPLE PROVIDERS OF GOODS AND SERVICES The parties specifically acknowledge and agree that Vendor shall be considered as one of multiple providers ("multiple providers") of the Goods and Services. Services Provider specifically further acknowledges and agrees that this Agreement is not an exclusive agreement. City may, in its sole and unfettered discretion, elect to use any of the multiple providers in whatever order it deems most advantageous to City's purposes. City may, in its sole and unfettered discretion, elect to use any other providers. City is not obligated to use or purchase 2 v any estimated annual quantity of goods, and no guarantee is made of any minimum or maximum purchase. 5.0 ITEMS AWARDED Only if, as, and when needed by City, Goods and Services are awarded to Vendor in accordance with Exhibit"A,"Attachment C. 6.0 COSTS Vendor specifically acknowledges and agrees that City is not obligated to use any estimated annual quantity of Goods and Services, and City may not expend in excess of $2,500,000.00 for Vendor's Goods and Services combined with all other multiple provider's Goods and Services for the term of this Agreement. 7.0 INVOICES All invoices shall include, at a minimum,the following information: 1. Name and address of Vendor; 2. Purchase Order Number; 3. Description and quantity of items received; and 4. Delivery dates. 8.0 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the Vendor and the City. Such agreement shall be conclusively inferred for the Vendor from lack of exception to this clause in the service provider's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggyback"procurements. 9.0 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement if the governing body of City 3 V does not appropriate funds sufficient to purchase the Goods and Services as determined by City's budget for the fiscal year in question. City may affect such termination by giving the Vendor written notice of termination. 10.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives Goods and Services under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the Goods and Services, whichever is later. Vendor may charge interest on an overdue payment at the rate in effect on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: 1. There is a bona fide dispute between City and Vendor, a contractor, subcontractor, or supplier about the goods delivered or the service performed that cause the payment to be late; or 2. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or 3. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or 4. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 11.0 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition,Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 12.0 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 13.0 INSURANCE Vendor shall meet all City insurance requirements set forth in the RFP and on the City's website at: 4 ht!R://www.roundrocktexas. og v/wp-content/uploads/2014/12/corr insurance 07.2011.pff 14.0 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Jorge Garza, Supervisor Parts Inventory General Services Department Round Rock, TX 78664 (512) 341-3324 igarza ,roundrocktexas.gov 15.0 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 specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.0 DEFAULT If Vendor abandons or defaults under this Agreement,Vendor shall be declared in default of this Agreement if it does any of the following and fails to cure the issue within ten (10) days of receipt of written notice: 1. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; or 2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States and is unable to perform its material obligations under the Agreement. 17.0 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 written notice to Vendor, the "Date of Termination." B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, as set forth in Section 16.0. 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, which is not cured within ten (10) days of written notice of said breach, or by mutual agreement to terminate evidenced in writing by and between the parties. 5 D. 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, 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 chargeable to this Agreement. Within thirty (30) days after the Date of Termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement up 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. 18.0 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, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor'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. 19.0 COMPLIANCE WITH LAWS, CHARTER, AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws,the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. In accordance with Chapter 2271,Texas Government Code, a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott Israel and will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. C. In accordance with Chapter 2274,Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. 6 D. In accordance with Chapter 2274,Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not boycott energy companies; and (2)will not boycott energy companies during the term of this Agreement. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 20.0 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.0 NOTICES A. All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to recipient's physical or email address as stated below; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated below. Notice to Vendor: Vendor: TC Tire, LLC Address: 100 Clarence Road Temple, TX 76501 _ _ Email: C, J �, ICktirc-.UIn Notice to City: City Manager Stephanie L. Sandre, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 B. Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 22.0 APPLICABLE LAW, ENFORCEMENT, AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 7 23.0 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 24.0 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement, or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14) or any applicable state arbitration statute. 25.0 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the 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. 26.0 MISCELLANEOUS PROVISIONS A. Standard of Care. Vendor represents that it employs trained, experienced, and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities, and duties shall be performed in a manner according to generally accepted industry practices. B. Time is of the Essence. The parties agree that, from time to time, certain unique transactions may have special requirements relative to timing and, accordingly, the parties will identify those transactions and exercise best efforts to accomplish those transactions within the stated timeframe. Other timing requirements will be met in a commercially reasonable manner. Where damage is caused to City due to Vendor's failure to perform in the special timing requirement circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. C. Binding Agreement. This Agreement shall extend to and be binding upon and inure to the benefit of the parties' respective heirs, executors, administrators, successors and assigns. 8 G D. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which,when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. TC Tire LLC By: Printed Name: S� ) ESiceS Title: Date Signed: City of Round lock, T a By: Printed Name: Title: Aj Date Signed: be,<wt.Je I q 2-14 For City ttest: By: Ann Franklin, City Clerk For City,Approved as to Form: By Steph nie L. Sandre, i Attorney 9 Exhibit "A" ROU�ND ROCK TEXAS oj�a( PT?H�ASING OMSION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR PROPOSAL (RFP) AUTOMOBILE TIRES AND RELATED SERVICES SOLICITATION NUMBER 24-025 JULY 2024 Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 AUTOMOBILE TIRES FOR FLEET SERVICES PART GENERAL REQUIREMENTS 1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City"seeks bids from qualified vendors to establish a term contract to provide passenger, light truck, and police pursuit tires and related services on an as-needed basis, per all terms, conditions, and specifications stated herein. The purpose of this invitation for bids (IFB) is to facilitate competitive bidding for the procurement of automotive tires. The City seeks to establish a contractual arrangement with vendors who can supply high-quality tires suitable for various vehicles, including passenger cars, light trucks, and police pursuit vehicles. The contract will cover the provision of tires as well as associated services, ensuring that the City's fleet remains safe and operational. The City reserves the right to award to multiple contractors. The City seeks a contract(s)with a not-to- exceed value of$500,000 per year across all awarded vendors. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: Descri than 11e Part I—General Requirements Page(s)2-4 Part II—Definitions, Standard Terms and Conditions, and Insurance Requirements Page 5 Part III—Supplemental Terms and Conditions Page(s)6-8 Part IV—Scope of Work Page 9 Part V—Proposal Preparation Instructions and Evaluation Factors Page(s) 10-12 Attachment A—Proposal Submittal Form Separate Attachment Attachment B—Reference Sheet Separate Attachment Attachment C—Cost Proposal Sheet Separate Attachment Attachment D—Sample Work Order Separate Attachment Attachment E—Sample Invoice Separate Attachment 3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. f 11I:N f >3AT15 Solicitation released July 19, 2024 Deadline for submission of questions July 30, 2024 @ 3:00 PM, CST City responses to questions or addendums Approx. August 2, 2024 @ 3:00 PM, CST Deadline for submission of responses August 16, 2024 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted through Bonfire in writing by 3:00 PM, CST on the due date noted above. A copy of all questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: Page 2 of 12 G Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 https://roundrocktexas.bonfirehub.com The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: https://roundrocktexas.bonfirehub.com 4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at https://roundrocktexas.bonfirehub.com for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancellations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 5. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date noted in PART I, Section 3—Schedule of Events. The Offeror shall respond via the City's electronic bidding platform, Bonfire: https://roundrocktexas.bonfirehub.com A. This request for proposal (RFP)does not commit the City to contract for any supply or service. B. No paper or submittals outside of Bonfire will be accepted by the City. C. Responses cannot be altered or amended after digital opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written specifications. F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. G. Late responses will not be considered. 6. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed for a contract award requiring council authorization. The"Certificate of Interested Parties"form must be completed on the Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm 7. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the offers prior to the time an award decision has been confirmed. Communication between an Offeror and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the offer. Ex parte communication may be grounds for disqualifying the offending Offeror from consideration of award in evaluation or any future bid. 8. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock ("City"), in consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it by electronic mail to the City's Purchasing Department at protest(cDroundrocktexas.gov. In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract unless it is determined that the award must take place without delay, to protect the best interests of the City. The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest. A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract("Offeror')and you become aware of the facts regarding what you believe is a deficiency in the solicitation process before the due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the Offer due date. Page 3 of 12 Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the recommended award as follows: i. You must file a written notice of your intent to protest within four(4)working days of the date that you know or should have known of the facts relating to the protest. If you do not file a written notice of intent within this time, you have waived all rights to protest the solicitation process or the award. ii. You must file your formal written protest within ten (10)working days of the date that you know or should have known of the facts relating to the protest unless you know of the facts before the Offer has been closed. If you know of the facts before those dates, you must notify the City as stated in section (A)above. iii. You must submit your protest in writing and must include the following information: a. your name, address, telephone number, and email address. b. the solicitation number. c. a specific identification of the statutory or regulatory provision that you are alleging has been violated. d. a detailed statement of the factual grounds for your protest, including copies of any relevant documents. e. a statement of any issues of law or fact that you contend must be resolved; and f. a statement of the argument and authority that you offer in support of your protest. iv. Your protest must be concise and presented logically and factually to help with the City's review. C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the Purchasing Manager, with assistance from the City Attorney, shall make one of the following determinations: i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and inform you and other interested parties of the determination.The City will prepare updated solicitation documents and will re-solicit. ii. Determine that no violation of rules or statutes has occurred and inform you and other interested parties of the decision by letter. The reasons for the determination will be presented in the letter. iii. Determine that a violation of rules and statutes has occurred after the award of the contract and inform you and other interested parties of the determination. However, the awarded contract will not be canceled.As needed, corrective actions may be taken with purchasing or any other pertinent City staff. iv. A determination will usually be made within fifteen (15)business days after receipt of the formal protest. v. Any written decisions by the Purchasing Manager shall be the final administrative action for the City. All documentation pertaining to a protest will be kept on file at the City and are subject to open records requests. Page 4 of 12 I Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 PART II DEFINITIONS, STANDARD TERMS AND CONDITIONS, AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. These can be obtained from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract. 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/ Page 5 of 12 Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60) months. B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to 120 days. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: A. Be firms, corporations, individuals, or partnerships normally engaged in providing automobile tires and related services as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City. B. In order to confirm financial stability, the City may choose to review audited financial statements at any time throughout the RFP evaluation process. Upon request, the Respondent shall provide two years audited financial statements, including any notes or supplemental schedules within 2 business days of the original request. C. The Respondent shall include in the proposal a list of all litigation the company or its principals have been involved in within the last three (3)years. D. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States, or not having a home office inside the United States will not be included for consideration in this RFP process. 3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required services. The City seeks to do business directly with a company experienced in providing tire and tire related services. 4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent shall: A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws ordinances, rules, and regulations in the performance of these services. B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. In case of conflict, the most stringent safety requirement shall govern. C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments, fines penalties and liability of every kind arising from the breach of the Contractor's obligations under this paragraph. 5. WORKFORCE: Successful Respondent shall: A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner. B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly identifies them as the Respondent's employee. C. Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage,fuel surcharges, delivery charges, costs associated with obtaining permits, Page 6 of 12 Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 insurance, bonds, and risk management. No separate line-item charges shall be permitted for either response or invoice purposes. Pricing for materials and services shall be reflected in Attachment Xx-Cost Proposal Sheet under the individually called out items as well as a percent discount(%)off brand catalogs. The percentage discount (%), if any,will be designated by the Respondent in the solicitation response document. Invoices for work performed shall require a copy of the supplies receipt to be included. Failure to provide the contracted discount on an invoice may result in payment at Contractor's cost. 7. PRICE INCREASE: Contract prices for automobile tires and related services shall remain firm throughout the initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 10%for any single line item unless otherwise approved by the City. A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index (CPI-U)for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December), and each (January through June OR July through December six month average)thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index(CPI)is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bis.gov/cpi B. Procedure to Request Increase: i. Email the written price increase request to purchasing(a)round rocktexas.gov with the rate detail comparison, a comprehensive calculation, and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. ii. Upon receipt of the request, the City reserves the right to either accept the escalation and make change to the purchase order within 30 days of the request or negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 8. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than five (5)working days.The Contractor will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City the Contractor shall agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere. 9. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance anytime during the contract term. 10. MATERIALS SPECIFICATIONS/DESCRIPTIVE LITERATURE: A. If a solicitation refers to a Qualified Products List(QPL), Standard Products List(SPL)or a manufacturer's name and product, any Offeror offering products not referenced in the solicitation must submit as part of their Offer materials specifications/descriptive literature for the non-referenced product. Materials specifications/descriptive literature must be identified to show the item(s) in the Offer to which it applies. B. Materials specifications/descriptive literature are defined as product manufacturer's catalog pages, "cut sheets" applicable tests results, or related detailed documents that specify material construction, performance parameters, and any industrial standards that are applicable such as ANSI,ASTM, ASME, SAE, NFPA, NBS, EIA, ESL, and NSA. The submitted materials specifications/descriptive literature must include the manufacturer's name and product number of the product being offered. C. The failure of the materials specifications/descriptive literature to show that the product offered conforms to the requirements of the Solicitation shall result in rejection of the Offer. D. Failure to submit the materials specifications/descriptive literature as part of the Offer may subject the Offer to disqualification from consideration for award. Page 7 of 12 Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 11. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff recommendation of award has been made. The award announcement will be posted to the City's website at https://roundrocktexas.bonfirehub.com once City Council has approved the recommendation of award and the agreement has been executed. 13. POINT OF CONTACT/DESIGNATED REPRESENTATIVE: A. Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. B. The City's designated representative: The City's designated representative shall be: Marshall Reynolds Fleet Maintenance Phone: (512)218-5571 E-mail: mreynolds@roundrocktexas.gov C. Do not contact the individual listed above with questions or comments during the course of the solicitation. 14. INTERLOCAL PURCHASING AGREEMENTS: A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. B. The Contractor may offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City. C. The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement. Page 8 of 12 Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 PART IV SCOPE OF WORK 1. PURPOSE AND BACKGROUND: The City of Round Rock seeks proposals from qualified vendors to establish term contracts to provide passenger, light truck, fire trucks, construction vehicles and police pursuit tires. The City is seeks related services on an as-needed basis, per all terms, conditions, and specifications stated herein. 2. MATERIAL SPECIFICATIONS: All tires shall- A. Meet all current standards as established by the U.S. Department of Transportation. B. Be nationally recognized as a quality level tire meeting or exceeding the Original Equipment(OE)tire that was mounted on the vehicle when sold by the original vehicle manufacturer. C. Be listed in the Manufacturer's Regular Published Catalog and the price list quoted for this solicitation. No promotional, economy, special produced, unlisted and/or special listed tires will be accepted. D. Be provided by a company regularly engaged in the sale of tires and services specific to this RFP. 3. SHIPPING &DELIVERY REQUIREMENTS: A. All parts shall be shipped and delivered complete unless arrangements for partial shipments are made in advance. B. Tires shall be delivered to the following location: Fleet Maintenance 901 Luther Peterson Place Round Rock, Texas 78664 C. All parts shipped and delivered shall include a shipping/delivery ticket showing the description of each item, quantity, and unit price. D. Goods shall be received between the hours of 8:00 am to 5:00 pm Monday through Friday. All shipments shall be coordinated with a City-authorized representative. E. Items which are not normally stocked and for which shipping charges are required for delivery,the shipping charges shall be prepaid and added to each invoice. F. All goods shall be received and signed for by a City-authorized representative upon delivery. G. No additional delivery costs are permitted. Transportation costs shall be included in the markup price bid in response to this solicitation. 4. WARRANTY: All goods shall be warranted against defects in material and workmanship for a period of not less than 12 months beginning with the date of installation of part as evidenced by the City's work order. If the manufacturer's standard warranty exceeds 12 months, then the manufacturer's standard warranty shall be in effect. The Contractor shall furnish a copy of the manufacturer's warranty at time of delivery. 5. TIRE RELATED SERVICES REQUIREMENTS: The City, on an as-needed basis may require tires related services such as: Mounting and Dismounting, New Valve Stems, New Wheel Studs, Balancing,Tire Disposal, etc. The contractors shall: A. Arrange for pickup or towing (for police vehicles)of the vehicle(s)requested for repair(if needed). B. Provide a written estimate to the City's designated representative within 24 business hours. C. Repair work shall not commence until the Contractor has received a City-issued purchase order number. D. Contractor must quality-inspect all repairs after completion for conformance to original manufacturer's standards and configuration before returning the vehicle or tire to the City. 6. CITY RESPONSIBILITIES: The City will- A. Will coordinate with the Contractor for all scheduled pick up and drop off dates for City vehicles. B. If no pickup for the vehicle is scheduled it will be the City's responsibility to transport the vehicle to the Contractor's facility. C. Provide any necessary documentation as needed for all repair and warranty claims. Page 9 of 12 Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty(120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the evaluation criteria listed below in Section 3. In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: https://roundrocktxvendors.mu nisselfservice.com/Vendors/defau lt.aspx Proposal Submittal Instructions:The Respondent shall include all of the following documents in their response- • Attachment A- Proposal Submittal Form o Attachment B- Reference Sheet o Attachment C- Cost Proposal Sheet o Acknowledged Addenda (if applicable) o Respondent's catalog(s)with pricing o Segment requirements listed below. o A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. o List of Exceptions (if any)-Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a separate sheet labeled "Exceptions"with the Respondent's proposal. 3. EVALUATION CRITERIA: A. Segment 1 —Company Work Experience and Personnel i. Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate. ii. Project Management Structure: Provide a general explanation and chart which specifies project leadership and reporting responsibilities; and interface the team with City project management and team personnel. iii. Prior Experience: State the number of years the Respondent company has been providing the services requested in the solicitation. Describe only relevant municipal, governmental, corporate, and individual experience for the company and personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name, title, present address, and phone number of principal persons for whom prior projects were accomplished. iv. Personnel: Include names, qualifications, and resumes of all personnel who will be assigned to the account. State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title. v. Contractors' past performance with the City may be evaluated. B. Segment 2—Cost Proposal: Respondent's must complete and submit Attachment C-Cost Proposal. Unauthorized modifications to the bid sheet format may result in the rejection of the bid. i. Section 1-This section reflects 13 commonly used tires for the City. Brand names are given but equal alternate tires may be proposed. Respondent's may only submit a price for the specified brand and model OR an equal alternate, not both. The City reserves the right to accept or reject Page 10 of 12 I , Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 any proposed equal alternative. ii. Section 2-This section is for informational purposes only. The discounts or costs provided here will not be used to score the cost proposal. However, these discounts and cost will become part of the contract. Lines 21-29: Respondent will enter in the brand name and the percent discount from their catalog pricing. iii. Proposers must submit a catalog of pricing with their response. 4. EVALUATION SCORING: The intent of the City is to award to one Respondent in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal best meets the requirements and provides the best overall value to the Citv. A. Evaluation Criteria: Weights: • Company Work Experience and Personnel (Segment 1) 40 pts • Cost Proposal (Segment 2) 60 pts Maximum Weight: 100 pts B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers (BAFO)are necessary. Award of a contract may be made without discussions or BAFO, if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion, elect to have respondents provide oral presentations of their proposal. The City reserves the right to rescore an offer based on provided demonstrations. A request for a BAFO is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for award. C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent who in the City's opinion, offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue alternate methods for providing the requirements. D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities, or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. F. The City reserves the right to request further documentation or information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. G. The City may develop a "short list" of qualified proposal and may determine that the Respondent(s) should submit a Best and Final Offer(BAFO). Each "short listed" Respondent will be given a reasonable opportunity for discussion and revision of their proposal. 5. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any unsolicited communication by the Respondent to a City official, undesignated employee, or an evaluation team member evaluating or considering the offers may be grounds for disqualifying the offending Offeror from consideration of award. B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful, the City and Respondent may enter into an agreement. If negotiations are unsuccessful, the City may formally end negotiations with that Respondent. D. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to waive any irregularities or informalities in the submittal received. Page I I of 12 / Exhibit "A" City of Round Rock Automobile Tires and Related Services RFP No. 24-025 Commodity Code: 863-05/06/07/ 10 JULY 2024 E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the Contractor. 6. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but not be limited to the following: A. The method to provide a smooth and orderly transition of services performed from the current Contractor. B. Provide City contact(s) information for implementation of the Agreement. C. Identify specific milestones, goals, and strategies to meet objectives. Page 12 of 12 Exhibit "A" ATTACHMENT A SOLCITATION SUBMITTAL FORM AND EXECUTION NOTE: RESPONDENTS SHALL COMPLETE, SIGN, AND UPLOAD THIS ATTACHMENT WITH THEIR SUBMITTAL IN BONFIRE, FAILURE TO DO SOMA Y RESULT IN DISQUALIFICATION OF THE SUBMITTAL. By signature hereon, the Respondent certifies that: All statements, pricing and information prepared and submitted to the City's Bonfire portal in response to this solicitation are current, complete, and accurate. He/she has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan gratuity, special discount, trip, favor; or service to a City employee, evaluator, or evaluating entity in connection with the submitted response. Signing the Execution of Solicitation Submittal Form with a false statement shall void the submitted offer or any resulting contracts. Respondent represents and warrants that the individual signing this Execution of Solicitation Submittal Form is authorized to sign this document, represent the Respondent and to bind the Respondent under any contract resulting from this submittal. RESPONDENT (COMPANY): TO Tire LLC d a Texas Qommercial Tire SIGNATURE (INK/DIGITAL): f NAME (TYPED/PRINTED): TITLE: _. .. _.._1lrcb ef%�r DATE: M7/24/2024 STREET: 100 Clarence Rd CITY/STATE/ZIP: Temple, TX 76501 TELEPHONE & FAX NO.: 254-321-9961 E-MAIL ADDRESS; FEDERAL TAX IDENTIFICATION NUMBER(FIN): 82-1644397. By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. In addition, the Supplemental Terms and Conditions Jsted in Section III, shall also be enforced as part of the contract, and can be obtained from the City's website at: haps llwArw rrsndrescktexas.rtov/city-buinsss{ ohcitatiris/ No Text Allach—t C.Hid Sh va Au-1ivc'I'irw xrd RvO,Id Sa lei IFH 24-025 The Respondent represents by their signature below that they are submitting a binding offer and are authodzed to bind the respondent to fully comply With the solicitation documents contained in RFP 24-025.The Respondent acknowledges that they have received and read the entire solicitation packet,attachments,and all documents incorporated by reference,and agrees to be bound by the terms therein. The City reserves the right to award to multiple contractors.The City may opt to award on a line-byaine basis.The City seeks a contract(s)with a not4o-exceed value of$500,000 per year across all awarded vendors. Special Instructions:Be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance of the bid.Unauthorized modifications to the bid sheet format may result in the rejection of the bid.The City reserves the right to purchase more or less than the quantities indicated below. �$141js'6iCLOR# Bflts llle :$CQR1f�Y:USOGlfftd88k1d 812ati. 6BCtiDR WNl:h9 tt#ed to tivaRLB�t%aSffpC�tIs RFP; ill'tHIhTfA1R.. SIgRYrkSe'.:' 137.00 e 1 Goodyear 116-006-632 Wrangler Workhorse AT 265/65R18 All Season 15 $ 285.00 e 2 Goodyear 139-172-053 R55"G"Sisr. 225/701119.5 Commercial Truck x ibit"A" s 170.55 a 3 Goodyear 481-535-855 Wrangler Workhorse AT 265/70817 All Season 25 $ 95.31 4 Goodyear 724-861-519 Endurance 205/`75/15 All Season 40 $ 127.00 5 Goodyear 732-005-563 Eagle Enforcer 255/601118 All weather 140 $ 115.00 6 Goodyear 732-026-500 Eagle RSA Police 245/SSR18 All Season Radial 250 $ 110.00 7 Goodyear 732-354-500 Eagle RS-A Police 225/601118 All Season 1 $ 164.00 8 Goodyear 748-469-572 Wrangler AT Adventure 245/70/R17 A8 Season All Terrain 40 9 Goodyear 138-179-737 Marathon RSA 111122.5 Front Steer/Dump $ 385.o0Truck 35 ` $ 135.00 • 10 Goodyear 732-010-563 Eagle Enforcer 275/55/1120 All Season Pursuit 25 $ 97,28 • 11 Carlisle 1150853 Sport Trail 20.5%8.00x10 Trailer 20 $ 174.35 • 12 Carlisle L151073 Radial Trail HD 26%12X12 Trailer 20 $ 88.50 13 Carlisle 231-Iof 4-ply Turf Savor 23X.8.50-12 Toro Mowe, 4 S601cart 2'This Section is fotinformational anA contracting,urpcsed only.This Sbdtlon wlq not be scored but tliwoants M become part of the contract. T: :Ser vices Catalog Discount by brand. Discount off � � ... Descripir�t Icatatog price iMA$l I4aea ....... : .:. tlw t it stj 19 Tire roam Fill and ProductsRelated 21 (Efi7ER$LAND FROM CATALOGI Tim Mounting, 15 22 TENTERBRAND FROM GTALOfa'j Dismounting,Road Hazard,and Flat Repair Service 16 Tire Valve Stems Service 23 [I9'TfER BRAND FROMkxtALAci 17 Tire Balancing Service 29 IENIER BRAVO FROM DATA MI 18 Tire Alignment Services 25 [ENTER-BRAND FROM C'ATALO^a} Tire Disposal and Recycling 19 Service 26 [EN7£R.BRAND FROM CATALOGI inafdslt+�lertamllta$WrSwtrhr 27 ftd17£RORANDFROM CATALDGI9XNW -. 1.1fRigl:.:; 28 I£ R:BRANDFROM:CAT CATALOG) ::. 20 Hourly Labor Rate for InstalWorVRepair Service of 96.00 per hour 29 [£N7Et-:BRAFROM rA7Al0GI Equipment and Products ND COMPANY NAME: Texas Commercial Tire PRINTED NAME: rleAd"� PHONE NUMBER: EMAIL ADDRESS: •�+ Exhibit "A" FTA TEXAS (Ci COMMERCIAL TIRE Description Amount Alignment - Front Axle $175.00 + Parts Alignment - 3 Axle $290.00 + Parts i Alignment- Semi Trailer $225.00 + Parts Balance -Auto/P-Metric $15.00 Balance Unisteel LT Commercial Truck $30.00 Balance MED Truck $45.00 Balance LRG Truck $45.00 Flat Repair Auto/P-Metric $17.50 Flat Repair Unisteel LT Commercial Truck $32.00 Flat Repair MED Truck $42.00 Flat Repair LRG Truck $48.00 Mount/Dismount Auto/P-Metric $15.00 Mount/Dismount LT Commercial Truck $30.00 Mount/Dismount MED Truck $40.00 Mount/Dismount LRG Truck $45.00 Mount/Dismount OTR Tire 20.5/25 $75.00 Mount/Dismount OTR Tire 23.5/25 $85.00 Regular Hours OTR Service Call $125.00 Regular Day Service Call $95 After Hours Service Call $115.00 per HR (2 HR Min) Mileage - NA $1.04 per Mile (owed on national avg.fuel Price) Tire Disposal Fee $8.50 Tire Disposal Fee - LRG $20.00 Tire Rotation & Balance Auto/P-Metric - Switch $15.00 Tire Rotation MED Truck- LUG/UNLUG Switch $22.50 Tire Rotation & Balance Unisteel LT Commercial $45.00 Truck - LUG/UNLUG Switch HUTCHINS: 972-225-6640 TEMPLE: 254-321 -9961 Exhibit "A" Texae_Co_rnmer..c at TjrO.CataJQ9VQ • Goodyear price support good though 03/01/2025 Texas Buyboard 1. M4 punts Net 60 Days on Invoice 2 Misc:.,.Pa..rts Rubber valve stems $3.00 Brass valve stems $5.50 Poly-fill per tb $1.55 3 Ti.re_131spa.sat. Pass/Lt Trk $3.00 Small Agg $6.00 Med/ULt Trk $8.50 Lrg/Wide Base $20.00 OTR $40.00 4 Service Rates See Attached G i Exhibit "A" .. x�.�.09-mmercia- Ine • TCTire LLC dba Texas Commercial Tire Corporation in the State of Texas Texas Commercial Tire has been in business for 7 years Fleet Account Manager John Arnold 34 years in tire service Store Manager Bilt Spensley 35 years in tire service Fleet service tech Mike Barrington 20 years in tire service Fleet service tech lose Lopez 3 years in tire service All TIA Certified Exhibit "A" ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 24-025 RESPONDENT'S NAME: _,_._..4ann Arnold .._ DATE: Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two(2)years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. Company's Name Williamson County Fleet Services Name of Contact Edward Pospisil Title of Contact Parts Manager �^ E-Mail Address Nepospisil@wilco.org Present Address 3151 s.E. inner Loop Ste B City, State, Zip Code Georgetown,Texas 78626 Telephone Number ( 512 } 943-3343 Fax Number: ( 512 } 943-3398 2. Company's Name County of Bell Road and Bridge Name of Contact Alan Taisler Title of Contact Fleet Manager E-Mail Address alan.taisler@belicounty.texas.gov Present Address 722 Ave O City, State, Zip Code Belton,Texas,76513 Telephone Number ( 254 ) 674-1147 Fax Number: ( } 3 Company's Name Lampasas ISD Name of Contact John varnado� Title of Contact Fleet Manager E-Mail Address varnadof@lisdtx.org Present Address 1309 N.McLean Street City, State, Zip Code Lampasas,Texas;76550 Telephone Number ( 512 ) 955-2113 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.