Contract - Southern Tire Mart - 10/14/2021CITY OF ROUND ROCK
AGREEMENT FOR THE PURCHASE OF
TIRE, TUBES, SUPPLIES AND EQUIPMENT
WITH
SOUTHERN TIRE MART, LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS:
THAT THIS Agreement for the purchase of tire, tubes, 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 144'S dayof the month of &,A'4w'VX1L ,2021, b and between
y
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
SOUTHERN TIRE MART, LLC, whose offices are located at 800 Highway 98, Columbia, MS
39429 (referred to herein as the "Vendor").
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 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
00481506/ss2
'� 2v21
.2��
goods/seryices. The Agreement includes any exhibits, addenda, and/or amendments thereto.
Be City means the City of Round Rock, Williamson and Travis Counties, Texas.
co Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Maj*eure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the govel-l"no-nent of the United
States or the State of Texas or any civil or me litary 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 spec40
ified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date i*t has been signed by both parties
hereto, and shall remain in full force and effect, unless and until i*t expires 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, 20240 City reserves the right to review the relationship at any time, and may
41
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 len 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
md 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
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 is authorized to pay the Vendor an amount not -to -exceed Sixty -Five
Thousand and No/100 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;
Be Purchase Order Numbers
C. Description and quantity of items received or services provided; and
A. Delivery or performance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a coloilli-itment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
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
Is
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate i*n effect" on September 1
of the fiscal year i*n which the payment becomes overdue, i*n accordance with V.T.C.A., Texas
Government Code, Section 2251025(b); however, this Policy does not apply to payments made
by City in the event:
A. There i*s a bona fide dispute between City and Vendor, a contractor, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
3
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 Excise 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,"
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.yov
� r
4
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, Is
in good faith, has reason to question the other
party 19 s intent to perform hereunder, then demand may be made to the other party for written
In
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand i*s made, then and i*n that event the demanding party may
40 40
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 specifiedied goods elsewhere, Vendor agrees that t may be charged the difference in cost, if
any, and that it will not be considered i*n the re -advertisement of the service and that i*t may not
ID
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following0
:
A. Fails to make any payment in full when due;
Be Fails to fully, timely and faithfully perform any of its material oblIs
igations under
this Agreement;
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 in part, for
convenience and without cause, at any time upon thirty (30) days ' written notice to Vendor.
Be In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
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 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 such notice of termination, Vendor
5
shall submit a statement showing in detail the goods and/or services satisfactorily performed
40
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
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 r 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.
B. In accordance with Chapter 2271, 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 anyy 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 1'*n
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
l$I
2. Three (3) days after being deposited i*n the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Southern Tire Mart, LLC
800 Highway 98
Columbia, MS 39429
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
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
40
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
In 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.
24.01 SEVERABILITY
The invalidity,invalidity,illegality,41
or unenflorceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
Is
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.
Tiis of the Essence. Vendor understands and agrees that time imes of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed ti*meframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Service Provider's failure to perform in
these circumstances, City may pursue any remedy available without waiver of any of City s
additional legal rights or remedies.
Force Majeure, 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 i*n performance
must be timely given, and all reasonable efforts undertaken to mitigate lets effects,,
Multiple Counterparts,, This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument,,
[Signatures on the following page.]
8
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By:
Printed Name:
Title: MA
Date Signed: _
Attest:
By: ff)k U
Sara White, City Clerk
For City, roved as to Form:
By:
Stepha L. Sheets, City Attorney
Southern Ti
h
Printed Name: Richard Conwill
Title: Director of Government Sales
Date Signed: 9/16/2021
9
LXnllDlt "A"
Board'
nNUMMMA - mom
Proposal No. 636-21 for Tires,, Tubes, Supplies and Equipment
EVALUATION ITEMS (As Specified)
EVALUATION ITEMS; The requested pricing information will only be used for purposes of assisting with the evaluation of a Vendor's price
competitiveness as it pertains to this proposal invitation. These items will not be individually awarded. THE FOLLOWING EVALUATION ITEMS
MUST BE COMPLETED FOR EITHER THE AS SPECIFIED OR ALTERNATE PRODUCT. Equal alternates may be submitted on the separate
EVALUATIONS ITEMS (Alternates) form only if you do not sell the specific product listed. This form must be fully completed and returned or
PROPOSAL RESPONSE WILL NOT BE CONSIDERED.
Vendors that do not offer any of the evaluation or alternate items listed below shall slibmit M wn-ilLen IMCE DEgvidina eX121griation Mgugafinq_
exemgWon from this ECqUitgme The Cooperative may determine., in its sole discretion, whether or not to exempt a vendor from this requirement
based on all information provided with the proposal response.
AS SPECIFIED
Calculated Buyboard
AS SPECIFIED Price
Indicate Discount i� (catalog/pricelist price less
Item
Specified
I 1�
(as stated company s discount proposed
N 0.
Brand
Model
Size
Description
Qty. -
proposal response) Buyboard Price)
223.97 45 124e40
Firestone
FRHWK GT V PRST
P265/60R17
Pursuit
1$--
$
191.49
42
111.70
2
Firestone
FRHWK GT Z PRST
235/55R17
Pursuit
1
$
P/0
$
235.37
48
122_.66
3
Firestone
DES7LE2
P265/70R17
Passenger
1
$
%
$ _
6_
1 2 4
31
112. 0 0
4
Firestone
TRAN HT
LT245/75R16
Light Truck
$ -, ,_. -7
- -
- -
160 1--5
114.50
5,
Firestone
TRAM HT
LT225/75R16
Light Truck
$ -,
."
830.55
43
474.57
6
Firestone
SSG RB TG
14.00-24
Off The Road
1
0/0
Page 40 of 68 EVALUATION ITEMS
txnibit AFLoqrdImm6w
Proposal No. 636-21 for Tires, Tubes, Supplies and Equipment
EVALUATION ITEMS (As Specified)
AS SPECIFIED
calculated Buyboard
AS • , AS • , Price
PriceUnit Indicate Discount (catalog/pricelistprice less
Item
Specified
(as stated in proposed • • company's discount proposed
No.
Brand
Model
Size
Description
Qty.
• • proposal r- • • -) Buyboard Price)
814.62 56 362.00
Medium
7
Bridgestone
R268 ECaPIA
11R24.5
Truck/School School Bus
1
� �-���M-����.�...,.�.��.�.._ .� °f� $ .b._ . ....._
Medium
1 132.3 1
52
550.00
8,
Bridgestone
g
M860A
315/80R22.5
Truck/School Bus
1
$ ' ..__ _ _
_�_�
Goodyear
EAG RSA VSB
265/60R17
Pursuit
1
ALTERNATE
$
_
$�_
ALTERNATE
0
Goodyear
INTEGRITY B03
225 60R 16 97S
Passenger
1
$
I
Goodyear
WRL SRA
265/65R18
Light Truck
1
ALTERNATE
$
$
112TS B L
. _
..,�
. _�...
12
Goodyear
WRL SRA
265/75R16 OWL
Light True
_�_
ALTERNATE
$
� _�`��
$
10
. .
„.,.
ALTERNATE
3
Goodyear
G661 HAS
12R22.5 TL 16
Medium Truck
1
$ �.�...�
o
to
$
291.00
50„_
145,50
14
Michelin
LTX A,j�
LT245/75R16
� Light Truck
�
.....
..,___... r....� ����
$ �_,..
ALTERNATE
15
Michelin
XPS RIB
LT245/75R 16
Light Truck
$
Page 41 of 68 EVALUATION ITEMS
LXMIDIt "A"
s
PWLoqrd
a" 6mal
Proposal No. 636-21 for Tires, Tubes, Supplies and Equipment
EVALUATION ITEMS (As Specified)
SPECIFIED
CalculatedAS
Buyboard
SPECIFIED
SPECIFIEDAS
AS
Price
IndicateUnit
•(catalog/
price I ist price
Item
Specified
(as stated
in proposed
-•
• •.
discount
proposed
No.
Brand
Model
Size
Description
cata
• •
301.19
proposal
50
res• •
• •. • ' •
150.59
16
Michelin
DEFENDER LT}C M/S
P275/55R20
Light Truck
1
$
M .................
%
$
COMMERCIAL TEA
262.28
50
131,14
17
BF Goodrich
ALL SEASON 2 112R
LT225/75R16
Light Truck
1
°
COMMERCIAL TEA
274,92
50
137.46
1
BF Goodrich
ALL SEASON 2 12OR
'LT255/75R16
Light True
�
$
_._�..�
� �._ _.'�%p
$
. _ ..... ..m..,,,rv._.....
LONG TRAIL T/A
284.40
50
142.20
1
BF Goodrich
TOUR 114T
P275/6OR20
Light Truck
1
$
$
LONG TRAIL T/A
175.38
50
87-69
20
BF Goodrich
JL
TOUR XL 108T
LT235/75R15
Light Truck
1
$
%
$
Page 42 of 68
EVA LL.JATI O N T E M S
Exr1lbit "All
Board'Imom
Proposal No. 636-21 for Tires,, Tubes,, Supplies and Equipment
EVALUATION ITEMS (Alternates)
EVALUATION ITEME: The requested pricing information will only be used for purposes of assisting with the evaluation of a Vendor's price
competitiveness as it pertains to this proposal invitation. These items will not be individually awarded. THE FOLLOWING EVALUATION ITEMS MUST
BE COMPLETED FOR EITHER THE AS SPECIFIED OR ALTERNATE PRODUCT, Equal alternates may be submitted on the separate EVALUATIONS ITEMS
(Alternates) form only if you do not sell the specific product listed. This form must be fully completed and returned or PROPOSAL RESPONSE WILL
NOT BE CONSIDERED,
Vendors that do not offer any of the evaluation or alternate items listed below shall submit a wr:i=n I jDrovidina exDLqnajjoq reqyesbna.
exem2li:on f m this reauirement. The Cooperative may determine,, in its sole discretion, whether or not to exempt a vendor from this requirement
based on all information provided with the proposal response.
EQUAL
ALTERNATE
EQUAL
EQUAL
EQUAL
Calculated
ALTERNATE
ALTERNATE
ALTERNATE
Buyboard Price
Indicate Brand
Indicate Unit Price
Indicate Discount
(catalog/pricelist
and Model
as stated in your
(as stated in your
price less discount
'Item
Specified
Number and
company's
company's proposal
proposed
No.
Brand
Model
Size
Description
Qty.
Catalog Paae No.
catalog/ pricelist
response)
Buyboard Price)
1
Firestone
FRHWK GT V PRST
P265/60R17
Pursuit
$
$
2
Firestone
FRHWK GT Z PRST
235/55RI7
Pursuit
1
$
%
$
3
Firestone
DES-rLE2
P265/701117
Passenger
1
$
%
$
4
Firestone
TRAN HT
LT245/75R16
Light Truck
1
............................
$
5
Firestone
TRAN HT
LT225/75R16
Light Truck
1.
. . . . . . . . . . . . . . . .
$
$
6
Firestone
SSG RB TG
14.00-24
Off The Road
1
$
%
$
Page 43 of 68 EVALUATION ITEMS
Exnibit "H"
Board'
Proposal No. 636-21 for Tires, Tubes, Supplies and Equipment
EVALUATION ITEMS (Alternates)
g
EQUAL
ALTERNATE
EQUAL
EQUAL
EQUAL
Calculated
ALTERNATE
ALTERNATE
ALTERNATE
Buyboard Price
Indicate Brand
Indicate Unit Price
Indicate Discount
(catalog/ pricel ist
and Model
as stated in your
(as stated in your
price less discount
m Specified
Number and
company's
company's proposal
proposed =
o. Brand
Model
Size
Description
Cata�o4 Page No.
catalog/ r�celist
r��r�se)
BLy�rd Price)
I --- I-- I
7 Bridgestone
R268 ECOPIA
11 R24.5
Medium Truck/School
$��
%
$
Bus
8 Bridgestone
M860A
315/80R22.5
Medium Truck/School
1
$
o
......�w..�.�.�.�..,.r..� f�
$ ... u.. ,_ .
Bus
Goodyear
EAG RSA VSB
265/60R17 08V
Pursuit
1
Fir"tone Firehawk
GTV ���� #02���9
223.97
46
�9
124.40
$
Fi�tone Catalog
$/�
Page 1
Firestone cnamglor, Fuel
100.74
20
80.60
10 Goodyear
INTEGRITY B03
225/60R16 97S
Passenger
1Fightw0°'�7$W
Firestone Catalog Page 8
�
W W �� I�
Goodyear
WRL 5RA
265/65R18 112T
Light Truck
Firestone Destination
�.�3 #�itJ�389Firestone�
244.23
$/c�
208
� 4•11
$
BSL
Catalog Page 4
12 Goodyear
WRL 5RA
265/75R16 OWL
Truck
1
� . � �� �� PAW�
176.96
$$
2 o
'�3,9?
10Light
,�„
E
Firestone FS561
#248494 Firestone
686.20
36 �,
347
13 Goodyear
G661 HAS
12R22.5 TL 16
Medium Truck
$
,�,
$
Catalog Page 14
14 Michelin
LTX A/'T'2
LT245/75R16
Light Truck
1
$r°l�
$
15 Michelin
XPS RIB
LT245/75R16
Li ht Truck
1
Mdgeg#Dne V-SWel
Rib 265 #003489
190,79
2O
°Ire
1 3
Bridgestone Catalog
Page 9
Page 44 of 68 EVALUATION ITEMS
Exn i bit "till
oar
,Owe
Proposal No. 636-21 for Tires, Tubes, Supplies and Equipment
EVALUATION ITEMS (Alternates)
EQUAL
ALTERNATE
EQUAL
EQUAL
EQUAL
Calculated
ALTERNATE
ALTERNATE
ALTERNATE
Buyboard Price
Indicate Brand
Indicate Unit Price
Indicate Discount
(catalog/ pricelist
and Model
as stated in your
(as stated in your
price less discount
Item
Specified
Number and
company's
company's proposal
proposed =
No.
Brand
Model
Sire
Description
Qty,
Catalog Pale No.
catal / ricelist
response)
Buyboard Price
16
Michelin
DEFENDER LTX M/S
P275/55R20
Light Truck
$
___ __ %
$
COMMERCIAL T/A
17
BF Goodrich
ALL SEASON 2
LT225/75R16
Light Truck
$
°Yo
$
112R
COMMERCIAL T/A
18
BF Goodrich
ALL SEASON 2
LT265/75R16
Light Truck
1
$
%
$
12BR
19
BF Goodrich
LONG TRAIL T/A
P275/60R20
Light Truck°/�o
$
TOUR 114T
_
20
BF Goodrich
LONG TRAIL T/ALT235/75R15
Light Truck
$
%
$
TOUR XL 108T
Page 45 of 68
EVALUATION ITEMS
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. 1 - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2021-803162
Southern Tire Mart, LLC
Columbia, MS United States
Date Filed:
09/17/2021
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Round Rock
Date Acknowledged:
3
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
Tires
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Duff, James
Columbia, MS United States
X
Duff, Thomas
Columbia, MS United States
X
5
Check only if there is NO Interested Party.
6
UNSWORN DECLARATION
My name is Richard Conwill , and my date of birth is
My address is 800 Highway 98 Columbia MS 39429 USA
(street) (city) (state) (zip code) (country)
declare under penalty of perjury that the foregoing is true and correct.
Executed in Marion County, State of MS , on the 17 day of Sept. , 20 2
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191bbcdc
CERTIFICATE OF INTERESTED PARTIES
FORm 1295
10fi
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
i Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2021-803162
Southern Tire Mart, LLC
Columbia, MS United States
Date Filed:
09/17/2021
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Round Rock
Date Acknowledged:
09/28/2021
3 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
Tires
4
Nature of interest
Name of Interested Party
City, State, Country (place of business)
(check applicable)
Controlling Intermediary
Duff, James
Columbia, MS United States
X
Duff, Thomas
Columbia, MS United States
X
5 Check only if there is NO Interested Party.
6 UNSWORN DECLARATION
My name is ,and my date of birth is
My address is I ,
(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 V1.1,191b5cdc