Loading...
Agenda 05-20-2025The City of Boynton Beach City Commission Agenda Tuesday, May 20, 2025, 6:00 PM City Hall Commission Chambers 100 E. Ocean Avenue Boynton Beach City Commission Rebecca Shelton, Mayor (At Large) Woodrow L Hay, Vice Mayor (District II) Angela Cruz, Commissioner (District I) Thomas Turkin, Commissioner (District III) Aimee Kelley, Commissioner (District IV) Daniel Dugger, City Manager Shawna Lamb, City Attorney Maylee De Jesus, City Clerk *Mission* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. ot uVu mo° coo" ewwi Hwy www. boynto n -beach . o rg Welcome Thank you for attending the City Commission Meeting General Rules & Procedures for Public Participation at City of Boynton Beach Commission Meetings The Agenda: There is an official agenda for every meeting of the City Commissioners, which determines the order of business conducted at the meeting. The City Commission will not take action upon any matter, proposal, or item of business, which is not listed upon the official agenda, unless a majority of the Commission has first consented to the presentation for consideration and action. • Consent Agenda Items: These are items which the Commission does not need to discuss individually and which are voted on as a group. • Regular Agenda Items: These are items which the Commission will discuss individually in the order listed on the agenda. • Voice Vote: A voice vote by the Commission indicates approval of the agenda item. This can be by either a regular voice vote with "Ayes & Nays" or by a roll call vote. Speaking at Commission Meetings: The public is encouraged to offer comment to the Commission at their meetings during Public Hearings, Public Audience, and on any regular agenda item, as hereinafter described. City Commission meetings are business meetings and, as such, the Commission retains the right to impose time limits on the discussion on an issue. • Public Hearings: Any citizen may speak on an official agenda item under the section entitled "Public Hearings." • Public Audience: Any citizen may be heard concerning any matter within the scope of the jurisdiction of the Commission - Time Limit - Three (3) Minutes. Regular Agenda Items: Any citizen may speak on any official agenda item(s) listed on the agenda after a motion has been made and properly seconded, with the exception of Consent Agenda Items that have not been pulled for separate vote, reports, and presentations. - Time Limit - Three (3) Minutes. Addressing the Commission: When addressing the Commission, please step up to either podium and state your name for the record. Decorum: Any person who disrupts the meeting while addressing the Commission may be ordered by the presiding officer to cease further comments and/or to step down from the podium. Failure to discontinue comments or step down when so ordered shall be treated as a continuing disruption of the public meeting. An order by the presiding officer issued to control the decorum of the meeting is binding, unless over -ruled by the majority vote of the Commission members present. Please turn off all cellular phones in the City Commission Chambers while the City Commission Meeting is in session. The City of Boynton Beach encourages interested parties to attend and participate in public meetings either in-person or via communications media technology online. To view and/or 2 participate in the City Commission meeting online you have the following options: 1. Watch the meeting online, but not participate: https://www.boynton-beach.org/748/Watch-City-Commission-Meetings 2. Watch the meeting online and provide public comment during the meeting: YouTube channel (https://www.youtube.com/@cityofboynton). Please click onto the description /more tab under the video player to see: *The Agenda link *Live -To -Air Public Comment link *Instructions on how to make a comment link *Tech Support hotline number If you are following the agenda and want to speak specifically during the agenda item labeled "Public comments", you are permitted to start the connectivity process during the item that precedes public comments to ensure that all contributors are in que, screened and ready when that segment of the agenda is presented, or please wait until your topic of concern is being discussed before requesting to join the meeting for public comment. Please note that time limits will be enforced so comments must be limited to no more than 3 minutes. *Presenters, Consultants, and Subject Matter Experts (SME) may join at any time with prior approval. For additional information or for special assistance prior to the meeting, please contact Maylee De Jesus, City Clerk at cityclerk@bbfl.us or (561) 742-6061. 1. Openings A. Call to Order - Mayor Rebecca Shelton Roll Call. K Invocation given by Pastor Hutson, Christ Fellowship Church. Pledge of Allegiance to the Flag led by Vice Mayor Woodrow Hay. B. Closed Attorney -Client Shade Meeting In Accordance with Section 286.011(8), Florida Statutes. NOTICE IS HEREBY GIVEN that in accordance with section 286.011(8) Florida Statutes, the City of Boynton Beach Commission will hold a Closed Attorney -Client Shade Meeting on Tuesday, May 20, 2025, at 6:00 p.m. or as soon thereafter, at the City of Boynton Beach City Hall, Room 440, located at 100 E. Ocean Avenue, Boynton Beach, FL 33435, to discuss the following litigation case: E2L Real Estate Solutions, LLC, Appellant v. City of Boynton Beach, et al., Appellees, Fourth District Court of Appeal, Case No. 4D2025-0505, Lower Tribunal Case No. 502022CA006010. Following the commencement of the City Commission Meeting, the City Commission will move into a Closed Attorney -Client Shade Meeting. The meeting will be attended by Mayor Rebecca Shelton, Vice Mayor Woodrow Hay, Commissioner Angela Cruz, Commissioner Aimee Kelley, Commissioner Thomas Turkin, City Manager Daniel Dugger, City Attorney Shawna G. Lamb, Outside Counsel Kathryn Rossmell, and a Court Reporter. Some participants may attend telephonically or by communications media technology. Approximately 60 minutes will be needed. Following the conclusion of the Closed Attorney -Client Shade Meeting, the City Commission will resume its regularly scheduled meeting, at which point public business will be concluded and the meeting adjourned. C. Agenda Approval 1. Additions, Deletions, Corrections 2. Adoption 2. Other A. Information Items by members of the City Commission. City Commissioners to disclose any informational items to the public. 3. Announcements, Community and Special Events And Presentations A. Legislative Update by Senator Lori Berman and Representative Joe Casello. Senator Lori Berman and Representative Joe Casello will be giving an update on the Legislative Session. B. Presentation by Sherri Claude, Recreation Administrator and Education & Youth Advisory Board Liaison, of the "Bob Borovy Student Citizen of the Year" award. Presentation of the "Bob Borovy Student Citizen of the Year" award. The award recipient will receive a $1,000 award and have his/her name placed on the perpetual plaque. C. Announcement by Joe Matthews, Division Director of Solid Waste- Tire Amnesty Week June 2nd - 6th, 2025. 4 Announce that the Solid Waste Division will be having Tire Amnesty Week for the city residents the first week of June 2nd - 6th, 2025. The City will be hosting a Tire Amnesty Week that begins June 2nd through June 6th, 2025 to assist residents in the proper disposal of unwanted car and passenger tires. This initiative aims to support neighborhood cleanliness, prevent illegal dumping, and promote environmental responsibility. • Residents may place up to eight (8) car and/or passenger tires (with or without rims) for pick up. • Tire collection will occur on the resident's scheduled bulk trash day during the week. • Tires must be placed at the edge of the road, at least three (3) feet away from garbage carts and fixed objects such as telephone poles and mailboxes. • Tires must be kept separate from any vegetation or other debris to ensure proper handling. Information will be shared through the City's website, social media channels, and direct community notifications. Resident with questions may call (561) 742-6200, option 1, Monday — Friday, 8:00 A.M. to 5:00 P.M. D. Announcement by Events Division Manager Gabrielle Favitta regarding the Flag Planting ceremony and the Memorial Day Veterans ceremony. The Boynton Beach Veterans Task Force will host a flag -placing ceremony during which task force members will place flags at the graves of veterans who have been laid to rest at the park. Volunteers are invited to assist with flag placements. The event will begin at 8 A.M., Friday, May 23, at the Boynton Beach Memorial Park, 1611 S. Seacrest Blvd. The annual Memorial Day Veterans ceremony, hosted by the Boynton Beach Veterans Task Force and the City of Boynton Beach, is scheduled for 2 P.M., Sunday, May 25, at Boynton Beach Memorial Park, 1611 S. Seacrest Blvd. It is free and open to the public. 4. Public Audience Public Audience: Any citizen may be heard concerning any matter within the scope of the jurisdiction of the Commission. Speakers will be limited to 3 -minute presentations (at the discretion of the Chair, this 3 -minute allowance may need to be adjusted depending on the level of business coming before the City Commission). 5. Administrative A. Ratify Selection of Chair and Vice Chair for the Community Redevelopment Advisory Board. Ratify the selection of Alexandria Lopresto as Community Redevelopment Advisory 5 Board Chair and Thomas Ramiccio as Community Redevelopment Advisory Board Vice Chair. The Community Redevelopment Advisory Board voted during their May 11 2025 Board Meeting to appoint the positions. B. Proposed Resolution No. R25-105- Appoint a City Commission representative and alternate to the Transportation Planning Agency (Formerly known as the MPO, Metropolitan Planning Organization). This item was tabled at the May 6, 2025 City Commission Meeting. Staff recommends approval of Proposed Resolution No. R25-105. C. Community Support Funds. Approve Community Support Fund requests from Commissioner Kelley, Commissioner Turkin, and Commissioner Cruz. D. Advisory Board Appointments. The Senior Advisory Board Appointment was tabled at the May 6, 2025 City Commission Meeting. City Commission to reappoint and appoint eligible members of the community to serve in vacant positions on City Advisory Boards. 6. Consent Agenda A. Accept report of purchases over $10,000 up to $50,000 from August 2024 to May 2025; staff will publish these reports on the City's website moving forward. Accept the written report to the Commission for purchases over $10,000 to $50,000 f August 2024 to May 2025. B. Proposed Resolution No. R25-125- Approving and authorizing the Mayor to sign a land use agreement between the City of Boynton Beach and 3301 Quantum Owner, LLC for the 2025 Boynton Beach July 4th event on Friday, July 4, 2025. Staff recommends approval of Proposed Resolution No. R25-125. C. Proposed Resolution No. R25-126- Approve the issuance of a Purchase Order to Tiresoles of Broward, Inc., d/b/a Elpex Tire, an authorized vendor of The Goodyear Tire and Rubber Company, for the purchase of recap/retread tires for the City's Fleet for five years with an annual expenditure of $90,000. Staff recommends approval of Proposed Resolution No. R25-126. D. Proposed Resolution No. R25-127- Approve the release of performance bond No. SU 40079, for the completion of construction work and required public improvements in association with Casa Del Mar-Dimick Road Improvements, in the amount of $186,256.40. Staff recommends approval of Proposed Resolution No. R25-127. E. Proposed Resolution No. R25-128- Approving Modification No. 1 to the Hazard Mitigation Grant Program Contract No. H0712 between the City and the Florida Division of Emergency Management to reinstate and extend the term until December 31, 2025, and increase the Federal Funding by $632,972.75 for a total funding of $1)433,724.75. Staff recommends approval of Proposed Resolution No. R25-128. 6 F. Proposed Resolution No. R25-129- To ratify a change order to purchase order No. 251240 with RMJ Contractors, Inc. for the Intracoastal Park Clubhouse, Pavilion, and Bathroom Exterior Painting Project - RP2518, for a new not -to -exceed amount of $57,200, due to unforeseen building conditions. Staff recommends approval of Proposed Resolution No. R25-129. G. Proposed Resolution No. R25-130- Approving a consent agreement with Crown Castle (Old Sprint Spectrum) for the modification of equipment at the wireless communication facility located at 222 NE 9th Ave. Staff recommends approval of Proposed Resolution No. R25-130. H. Proposed Resolution No. R25-131- Authorizing the Mayor or City Manager to sign documentation related to the SHIP Program Local Housing Assistance Plan (LHAP). Staff recommends approval of Proposed Resolution No. R25-131. I. Proposed Resolution No. R25-116- Approving an Expenditure and Revenue Mid - Year Budget Amendment for Fiscal Year 2024-2025 Adjusting the General Fund, Building Fund, Risk Management Fund, and for All Other Purposes. Staff recommends approval of Proposed Resolution No. R25-116. J. Commission Meeting Minutes. Approve minutes from the April 15, 2025 City Commission Meeting. K. Approve budget transfer within the Utility 403 accounts for the East Water Treatment Plant Generator replacement project. Money was inadvertently not encumbered and rolled over, necessitating the budget transfer. Staff recommends approval of the budget transfer. 7. Consent Bids and Purchases over $100,000 A. Approve the renewal and annual expenditure for the one-year extension for RFPs/Bids and/or piggybacks for the procurement of services and/or commodities over $100,000 as described in Exhibit A for May 20, 2025 - "Request for Extensions and/or Piggybacks." Staff recommends approval of the renewal and expenditure report. B. Proposed Resolution No. R25-132- Approve the lease buyout of thirty (30) 2021 RXV Elite Golf Cars in the net amount of $37,754.40; and purchase ninety (90) new carts for $220,073.15 utilizing the National OMNIA Partners Cooperative Contract No. R210201 and issue a purchase order to EZGO Division of Textron, Inc. Staff recommends approval of Proposed Resolution No. R25-132. C. Proposed Resolution No. R25-133- Approving a Third Amendment to the Master Services Purchase Agreement with AXON Enterprise Incorporated to modify the existing purchase agreement in order to procure equipment and services needed for the Police Department in an amount of $8,756,637.51 over a 120 -month term/10 years. Staff recommends approval of Proposed Resolution No. R25-133. 7 a D. Proposed Resolution No. R25-134- Award Invitation to Bid (ITB) No. PWE25-026B Boynton Beach Oyer Park Fire Boat Lift Project, also known as Boating Safety Program PH II, to Seaside Marine Contractors and approve an Agreement with Seaside Marine Contractors in an amount of $178,017.50, plus a 10% contingency of $17,801.75 for a total not to exceed $195,819.25. Staff recommends approval of Proposed Resolution No. R25-134. E. Proposed Resolution No. R25-136- Approving a Shared -Site Service Agreement with CareATC Inc., for professional health administration to employees, spouses, dependents, and retirees through its shared -site network health centers. Staff recommends approval of Proposed Resolution No. R25-136. Public Hearing 6 P.M. or as soon thereafter as the agenda permits. T he City Commission will conduct these public hearings in its dual capacity as Local Planning Age and City Commission. A. Proposed Ordinance No. 25-003- Second Reading, An Ordinance of the City Commission of the City Of Boynton Beach, Florida, Amending Part III 'Land Development Regulations," Chapter 1 "General Administration," Article II "Definitions;" amending Chapter 2 "Land Development Process," Article II "Planning and Zoning Division Services," Section 5 "Permit Applications;" amending Chapter 3 "Zoning," Article V "Supplemental Regulations," Section 3 "Common Building Appurtenances, Freestanding Structures and Site Amenities, Excluding Walls and Fences;" amending Chapter 4 "Site Development Standards," Article VIII "Utility Infrastructure Design Standards," Section 3 "Standards;" Establishing Regulations for artificial turf; providing for codification; providing for severability; providing for conflicts; and providing for an effective date. This item was tabled at the May 6, 2025 City Commission Meeting. Staff recommends approval of Proposed Ordinance No. 25-003, at second reading. B. Proposed Ordinance No. 25-004- Second Reading, An Ordinance of the City Commission of the City of Boynton Beach, Florida, amending the art in public places and public beautification regulations of the code of ordinances; repealing part II "Code of Ordinances," Chapter 2 "Administration," Article XI "Arts Commission," and Article XII "Art in Public Places Program;" repealing Chapter 27 "Advisory Boards and Committees," Article II "Boynton Beach Art Advisory Board," Section 27-21 "Intent," Section 27-22 "Definitions," Section 27-25 "Establishment of Public Art Fee," Section 27-26 "Public Art Fund," and Section 27-27 "Art in Public Places Guidelines;" amending Chapter 27 "Advisory Boards and Committees," Article II "Boynton Beach Art Advisory Board," Section 27-24 "Purpose and Duties;" amending Part III "Land Development Regulations," Chapter 1 "General Administration," Article II "Definitions," and Article V "Housing Initiatives," Section 1 "State Housing Initiatives Partnership Act;" amending Part III "Land Development Regulations," Chapter 2 "Land Development Process," Article VI "Impact and Selected Fees," Section 5 "Art in Public Places;" amending Chapter 4 "Site Development Standards," Article XIV "Murals;" establishing regulations to regulate and provide standards of the art in public places program and public beautification; providing for codification; providing for severability; providing for conflicts; and providing for an effective date. This item was tabled at the May 6, 2025 City Commission Meeting. Staff recommends approval of Proposed Ordinance No. 25-004, at second reading. C. Proposed Ordinance No. 25-005- Second Reading, An Ordinance of the City of Boynton Beach Florida, repealing and replacing Part II, Chapter 18, Article II, Division 5, Section 18-145 "City of Boynton Beach Investment Policy for General Employees' Pension Fund," to enable the Pension Plan Trustees to adopt and modify a City of Boynton Beach Investment Policy for the General Employees' Pension Fund; providing for codification; providing for severability of provisions; repealing all Ordinances and Resolutions in conflict herewith and providing for an effective date. Staff recommends approval of Proposed Ordinance No. 25-005, at second reading. D. Proposed Ordinance No. 25-007- Second Reading, An Ordinance of the City of Boynton Beach, Florida, repealing Article XIII, Section 15-134 through 15-137 of Chapter 15 and any amendments thereafter which established and revised the prohibition of conversion therapy on minors in the City of Boynton Beach; providing for conflicts; severability; and an effective date. Staff recommends approval of Proposed Ordinance No. 25-007, at second reading. E. Proposed Ordinance No. 25-008- Second Reading, An Ordinance of the City of Boynton Beach, Florida, Repealing Chapter 2, Article I, Section 2-19 of the City Code of Ordinances entitled "Drug Free Work Place;" Renaming Chapter 2, Article X to be entitled "Employee Handbook," Renaming and Amending Section 2-151 entitled "Personnel Policy Manual Adopted by Reference" to rename the section "Employee Handbook and Drug Free Workplace Adopted by Reference;" Providing for Conflicts, Severability, Codification, and an Effective Date. Staff recommends approval of Proposed Ordinance No. 25-008, at second reading. F. Proposed Ordinance No. 25-009- First Reading, An Ordinance of the City Commission of the City of Boynton Beach, Florida, Amending Part III "Land Development Regulations," Chapter 2 "Land Development Process," Article VI "Impact and Selected Fees" for the removal of Palm Beach County Park Impact Fees from Land Development Regulations. Staff recommends approved of Proposed Ordinance No. 25-009, at first reading. G. Public Hearing and Approval of Proposed Resolution No. R25-135- Declaring the City -owned properties PCN #00-43-45-19-04-008-0200 (0.8149 Ac.), PCN# 00-43- 45-19-04-006-0260 (5.7071 Ac.), PCN # 00-43-45-19-00-000-3010 (1.6572 Ac.), and PCN # 00-43-45-19-03-006-0080 (6.8470 Ac.), totaling 15.03 Acres, as surplus and directing the method of disposition. Staff recommends approval of Proposed Resolution No. R25-135. 9. City Manager's Report A. Amphitheater Update. City Manager Dugger will give an update on the Amphitheater. 9 10. Regular Agenda A. City Attorney update and discussion requested by Commissioner Turkin regarding campaign filing fees, sign bonds, and petitions. This item was tabled at the May 6, 2025 City Commission Meeting. Discuss and provide final direction to City staff. 11. Future Agenda Items A. Proposed Ordinance No. 25-006- First Reading, An Ordinance of the City Commission of the City Of Boynton Beach, Florida, Amending Part II, Chapter 27, Article I, Section 27-2 "Board or Committee Member Selection; Organization; Qualifications; Term," establishing limited authority to waive certain appointment requirements; providing for codification; providing for severability; providing for conflicts; and providing for an effective date. This item was tabled at the May 6, 2025 City Commission Meeting. Staff recommends approval of Proposed Ordinance No. 25-006, on First Reading.- July 15, 2025 B. Discussion regarding Citywide Master Plan to light up the City.- TBD Requested by Commissioner Turkin. C. Discussion regarding creating a beautification board. - TBD Requested by Commissioner Turkin. D. Discussion on utility lift station upgrades and odor control - TBD Requested by Vice Mayor Hay. E. Discussion regarding fluoride in the water. - Pending proposed State Legislation, Senate Bill 700. Requested by Vice Mayor Hay. F. Discussion regarding requirements for Advisory Board Appointments.- Pending meeting with Commissioner Kelley Requested by Commissioner Kelley. G. Discussion regarding the City's Comprehensive Plan. - Kickoff meeting pending the award of the RFP. Requested by Commissioner Cruz. H. Discussion in regards to an additional area that might be available as a future cemetery.- Pending meeting with City Real Estate Manager. Requested by Vice Mayor Hay. I. Discussion regarding combining City properties together to create senior affordable housing.- Pending Joint Meeting with the CRA. Requested by Vice Mayor Hay. J. Discussion regarding Amendments to the Code of Ordinances regarding flooding in the community.- Pending meeting with Commissioner Cruz Requested by Commissioner Cruz. 10 K. Discussion on Animal Control position in Police Department.- Scheduled to be heard with Budget Workshop. Requested by Commissioner Kelley. L. Discussion regarding City website- TBD. Requested by Mayor Shelton. 12. Adjournment Notice If a person decides to appeal to any decision made by the City Commission with respect to any matter considered at this meeting, He/She will need a record of the proceedings and, for such purpose, He/She may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based. (F.S. 286.0105) The City shall furnish appropriate auxiliary aids and services where necessary to afford an individual with a disability an equal opportunity to participate in and enjoy the benefits of a service, program, or activity conducted by the City. Please contact the City Clerk's office, (561) 742-6060 or (TTY) 1-800-955-8771, at least 48 hours prior to the program or activity in order for the City to reasonably accommodate your request. Additional agenda items may be added subsequent to the publication of the agenda on the City's web site. Information regarding items added to the agenda after it is published on the City's web site can be obtained from the office of the City Clerk. 11 Openings 05/20/2025 Closed Attorney -Client Shade Meeting In Accordance with Section 286.011(8), Florida Statutes. Requested Action: NOTICE IS HEREBY GIVEN that in accordance with section 286.011(8) Florida Statutes, the City of Boynton Beach Commission will hold a Closed Attorney -Client Shade Meeting on Tuesday, May 20, 2025, at 6:00 p.m. or as soon thereafter, at the City of Boynton Beach City Hall, Room 440, located at 100 E. Ocean Avenue, Boynton Beach, FL 33435, to discuss the following litigation case: E2L Real Estate Solutions, LLC, Appellant v. City of Boynton Beach, et al., Appellees, Fourth District Court of Appeal, Case No. 4D2025-0505, Lower Tribunal Case No. 502022CA006010. Following the commencement of the City Commission Meeting, the City Commission will move into a Closed Attorney -Client Shade Meeting. The meeting will be attended by Mayor Rebecca Shelton, Vice Mayor Woodrow Hay, Commissioner Angela Cruz, Commissioner Aimee Kelley, Commissioner Thomas Turkin, City Manager Daniel Dugger, City Attorney Shawna G. Lamb, Outside Counsel Kathryn Rossmell, and a Court Reporter. Some participants may attend telephonically or by communications media technology. Approximately 60 minutes will be needed. Following the conclusion of the Closed Attorney -Client Shade Meeting, the City Commission will resume its regularly scheduled meeting, at which point public business will be concluded and the meeting adjourned. Attachments: NOTICE for Shade Meeting 5.20.25.docx 12 The City of Boynton Beach City Clerk's Office 100 East Ocean Avenue Boynton Beach, FL 33435 (561) 742-6060 FAX: (561) 742-6090 e-mail: cityclerk@bbfl.us www.boynton-beach.org NOTICE CLOSED ATTORNEY-CLIENT SHADE MEETING IN ACCORDANCE WITH SECTION 286.011(8), FLORIDA STATUTES TUESDAY, MAY 20, 2025, AT 6:00 P.M. CITY OF BOYNTON BEACH CITY HALL 100 E. OCEAN AVENUE, ROOM 440 BOYNTON BEACH, FL 33435 (NOT A PUBLIC MEETING) NOTICE IS HEREBY GIVEN that in accordance with section 286.011(8) Florida Statutes, the City of Boynton Beach Commission will hold a Closed Attorney -Client Shade Meeting on Tuesday, May 20, 2025, at 6:00 p.m. or as soon thereafter, at the City of Boynton Beach City Hall, Room 440, located at 100 E. Ocean Avenue, Boynton Beach, FL 33435, to discuss the following litigation case: E21L Real Estate Solutions, LLC, Appellant v. City of Boynton Beach, et al., Appellees, Fourth District Court of Appeal, Case No. 4D2025- 0505, Lower Tribunal Case No. 502022CA006010. Following the commencement of the City Commission Meeting, the City Commission will move into a Closed Attorney -Client Shade Meeting. The meeting will be attended by Mayor Rebecca Shelton, Vice Mayor Woodrow Hay, Commissioner Angela Cruz, Commissioner Aimee Kelley, Commissioner Thomas Turkin, City Manager Daniel Dugger, City Attorney Shawna G. Lamb, Outside Counsel Kathryn Rossmell, and a Court Reporter. Some participants may attend telephonically or by communications media technology. Approximately 60 minutes will be needed. Following the conclusion of the Closed Attorney -Client Shade Meeting, the City Commission will resume its regularly scheduled meeting, at which point public business will be concluded and the meeting adjourned. America's Gateway to the Gustream 13 f 3.A Legislative Update by Senator Lori Berman and Representative Joe Casello. Requested Action: Senator Lori Berman and Representative Joe Casello will be giving an update on the Legislative Session. Account Line Item and Description: NA Fiscal Impact: There is no fiscal impact to the budget for this item. 14 Presentation by Sherri Claude, Recreation Administrator and Education & Youth Advisory Board Liaison, of the "Bob Borovy Student Citizen of the Year" award. Requested Action: Presentation of the "Bob Borovy Student Citizen of the Year" award. The award recipient will receive a $1,000 award and have his/her name placed on the perpetual plaque. Explanation of Request: The Bob Borovy Student Citizen of the Year Award was created in the year 2000 to recognize a graduating high school senior who best epitomizes the spirit of volunteerism and giving back to the community as exemplified by the late Bob Borovy, a United States Veteran and former advisory board member who was an active citizen of the community for many years. How will this affect city programs or services? In order to be eligible, applicants must be a graduating high school senior who resides in Boynton Beach, submit three letters of recommendation, complete an essay and provide documentation of their volunteer work. The winner is chosen by a panel of judges, including the previous year 7s award recipient. Fiscal Impact: The award is sponsored by the Education and Youth Advisory Board and is funded through donations. 15 3.0 Announcements, Community and Special Events And Presentations 05/20/2025 City of Boynton Beach Agenda Item Request Form Meeting Date: 05/20/2025 Announcement by Joe Matthews, Division Director of Solid Waste- Tire Amnesty Week June 2nd - 6th, 2025. Requested Action: Announce that the Solid Waste Division will be having Tire Amnesty Week for the city residents the first week of June 2nd - 6th, 2025. The City will be hosting a Tire Amnesty Week that begins June 2nd through June 6th, 2025 to assist residents in the proper disposal of unwanted car and passenger tires. This initiative aims to support neighborhood cleanliness, prevent illegal dumping, and promote environmental responsibility. • Residents may place up to eight (8) car and/or passenger tires (with or without rims) for pick up. • Tire collection will occur on the resident's scheduled bulk trash day during the week. • Tires must be placed at the edge of the road, at least three (3) feet away from garbage carts and fixed objects such as telephone poles and mailboxes. • Tires must be kept separate from any vegetation or other debris to ensure proper handling. Information will be shared through the City's website, social media channels, and direct community notifications. Resident with questions may call (561) 742-6200, option 1, Monday — Friday, 8:00 A.M. to 5:00 P.M. Explanation of Request: The City will be hosting a Tire Amnesty Week that begins June 2nd through June 6th, 2025 to assist residents in the proper disposal of unwanted car and passenger tires. This initiative aims to support neighborhood cleanliness, prevent illegal dumping, and promote environmental responsibility. 16 Residents may place up to eight (8) car and/or passenger tires (with or without rims) for pick up. Tire collection will occur on the resident's scheduled bulk trash day during the week. • Tires must be placed at the edge of the road, at least three (3) feet away from garbage carts and fixed objects such as telephone poles and mailboxes. • Tires must be kept separate from any vegetation or other debris to ensure proper handling. Information will be shared through the City's website, social media channels, and direct community notifications. Resident with questions may call (561) 742-6200, option 1, Monday — Friday, 8:00 A.M. to 5:00 P.M. How will this affect city programs or services? N/A Budgeted Item: Yes Account Line Item and Description: Other contractual services/waste disposal 431-2515- 534-34-62 Fiscal Impact: It is included with our annual Solid Waste disposal costs. 17 3.D Announcement by Events Division Manager Gabrielle Favitta regarding the Flag Planting ceremony and the Memorial Day Veterans ceremony. Requested Action: The Boynton Beach Veterans Task Force will host a flag -placing ceremony during which task force members will place flags at the graves of veterans who have been laid to rest at the park. Volunteers are invited to assist with flag placements. The event will begin at 8 A.M., Friday, May 23, at the Boynton Beach Memorial Park, 1611 S. Seacrest Blvd. The annual Memorial Day Veterans ceremony, hosted by the Boynton Beach Veterans Task Force and the City of Boynton Beach, is scheduled for 2 P.M., Sunday, May 25, at Boynton Beach Memorial Park, 1611 S. Seacrest Blvd. It is free and open to the public. Explanation of Request: The Boynton Beach Veterans Task Force will host a flag -placing ceremony during which task force members will place flags at the graves of veterans who have been laid to rest at the park. Volunteers are invited to assist with flag placements. The event will begin at 8 a.m. Friday, May 23, at the Boynton Beach Memorial Park, 1611 S. Seacrest Blvd. The annual Memorial Day Veterans ceremony, hosted by the Boynton Beach Veterans Task Force and the City of Boynton Beach, is scheduled for 2 p.m. Sunday, May 25, at Boynton Beach Memorial Park, 1611 S. Seacrest Blvd. It is free and open to the public. How will this affect city programs or services? Support Services will be provided by the Recreation & Parks Department, Public Works, Marketing, and Events. Budgeted Item: Yes Account Line Item and Description: Events - 001-1213-519-4824 Fiscal Impact: This is a budgeted item. 18 5.A Administrative 05/20/2025 Ratify Selection of Chair and Vice Chair for the Community Redevelopment Advisory Board. Requested Action: Ratify the selection of Alexandria Lopresto as Community Redevelopment Advisory Board Chair and Thomas Ramiccio as Community Redevelopment Advisory Board Vice Chair. The Community Redevelopment Advisory Board voted during their May 1, 2025 Board Meeting to appoint the positions. Explanation of Request: The Community Redevelopment Advisory Board voted during their May 1, 2025 meeting to appoint Alexandria Lopresto as Board Chair, and Thomas Ramiccio as Board Vice Chair. How will this affect city programs or services? Ratification of advisory board Chair and Vice Chair does not affect City programs or services. Account Line Item and Description: NA Fiscal Impact: There is no fiscal impact to the budget for this item. 19 5.13 Administrative 05/20/2025 Proposed Resolution No. R25-105- Appoint a City Commission representative and alternate to the Transportation Planning Agency (Formerly known as the MPO, Metropolitan Planning Organization). Requested Action: This item was tabled at the May 6, 2025 City Commission Meeting. Staff recommends approval of Proposed Resolution No. R25-105. Explanation of Request: On April 1, 2025, the Commission chose Commissioner Kelley as the representative, Commissioner Turkin as Alternate Representative #1, and Commissioner Cruz as Alternate Representative #2, through Resolution No. R25-084. However, the TPA has responded that there can only be one alternate representative. The Transportation Planning Agency (TPA) was created by federal regulations and Florida Statutes to meet federal requirements for obtaining and expending federal transportation funds. The TPA is composed of local elected officials from County and municipal bodies. The responsibilities of the TPA encompass multi -modal transportation planning and addresses short-term (five-year) and long-range (20 -year) time frames. The TPA meeting is held on the 3rd Thursday of the month at the PBC Governmental Center on Olive Avenue. They begin at 9:00 A.M. and typically last two hours. How will this affect city programs or services? Maintain communications and awareness of TPA initiatives that may affect the City. Fiscal Impact: None Attachments: R25-105 Agenda_Item_3078- 2025_Resolution_for representative_and_alternate_to_the_Transportation_Planning.docx R25-084 . pdf email from TPA.docx 20 I RESOLUTION NO. R25-105 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPOINTING AS A 5 REPRESENTATIVE TO THE TRANSPORTATION PLANNING AGENCY 6 (F/K/A METROPOLITAN PLANNING ORGANIZATION), AND 7 APPOINTING AS THE ALTERNATE 8 REPRESENTATIVE TO THE TRANSPORTATION PLANNING AGENCY,- 9 GENCY;9 AND FOR ALL OTHER PURPOSES. 10 11 WHEREAS, the Transportation Planning Agency (TPA) was created by federal regulations 12 and Florida Statutes to meet federal requirements for obtaining and expending federal 13 transportation funds; and 14 WHEREAS, the responsibilities of the TPA encompass multi -modal transportation 15 planning and address short-term (five-year) and long-range (20 -year) time frames; and 16 WHEREAS, the City Commission of the City of Boynton Beach, Florida, is entitled to 17 representation on the Transportation Planning Agency; and 18 WHEREAS, on April 1, 2025, the City Commission approved Resolution No. R25-084 19 appointing Commissioner Kelly as the representative, Commissioner Turkin as the first alternate, 20 and Commissioner Cruz as the second alternate; and 21 WHEREAS, on April 11, 2025, the Palm Beach Transportation Planning Agency advised the 22 City that per their operating procedures, each Governing Board member shall designate only one 23 Alternate; and 24 WHEREAS, the City Commission has considered the qualifications necessary for such 25 representation and wishes to bestow upon the following named individuals such right and honor 26 of service. 27 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 29 BEACH, FLORIDA, THAT: 30 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 31 being true and correct and are hereby made a specific part of this Resolution upon adoption. 32 33 21 34 SECTION 2. 35 36 37 38 39 40 41 42 43 44 appoint appoints Planning Agency. -------. aft The City Commission of the City of Boynton Beach, Florida, does hereby as a representative to the Transportation Planning Agency and as an alternate representative to the Transportation This Resolution shall take effect in accordance with law. [SIGNATURES ON THE FOLLOWING PAGE] 22 45 PASSED AND ADOPTED this day of 2025. 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 ATTEST: Maylee Ue Jesus, MPA, MMC. City Clerk (Corporate Seal) CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Rebecca Shelton Vice Mayor —Woodrow L. Hay Commissioner — Angela Cruz Commissioner — Thomas Turkin Commissioner —Aimee Kelley VOTE Rebecca Shelton Mayor APPROVED AS TO FORM: Shawna G. Lamb City Attorney 23 MIKUK, 3 A RESOLUTION Of THE CITYCOMMISSION OF THE Cff'Y'OF BOYNTON 4 BEACH FLORIDA, APPOINTING CQLMMISSI.0NI ER iKELLEY AS A, 5 REPRESENTATIVE 'TO,, THE TRANSPORTA71ON PLANNING AGENCY 61 (F'/!(/A METROPOLITAN PLANNING ORGANIZATION), AND 7' APPOINTING COMMISSIONER N AS ALTERNATE Z AS ALTIERNATE 8, REPRUENTATIVE, NOW, li, ANDCOMMIIS,SIO�N! R,--�'WRV 9 REPRES,ENTATIVE, N0. 2, 'TO, THE TRANSP RTATION PLANNING 10 AGENCY;JAND FOR ALL, OTHER, PUIR'P'OS,E,S. 11 '12 WMREAS I nning thel Tr'a,nsportaton Pla Agenicy (TPA)i was created by federal regulatiloll's 131 and Floirid,a Sta,Wtes to meelt fed et -al requirements for obtaininig, a nd expendIng federal 14 transportation funds; and WHEREAS,, the r�'es,p,ons,'i"�bl,�li"ti'ie,s of the TPA. encompass, mall t'-miodall tran,siportation 16, plannitigand addresses short-term (five-year) and lonig-range,(20-yew) time, frativies.- and 17' WHEREAS, the City Comm,yid ,slon, of the City of Boyn�to,n Beach, Horlda, Is enbl.ilied to 18 represetitabon oI Transportation Planniing Agency-" and 119 WHEREASl, t" iity Commission has, cotitsIdered thie qualifilca,tions necessy for such 20 representatiii olin,and wishes to bestow Upon the following named ind'i'viduals, such righ't and honor 21 ofservice. 22 23 24, 25 26, 217 28 29 30, 31 -121, a lull Clauses airhereby ratifted a , I' nf rmed as �roregoimg Whe d ereals, i I m.t co Pill 111 11 ILI lllmpm�i A, Florida, does hereby m tyl Co in, i m i ss, io. n of t h e, C ity olf Boy tito �n B ea c hif appO in ntative to I mit Coimir�isis* eir Kelley as, a repirese; the T'ransp iptat on Plannitig Agency and r as altKnate representative noF and Commissioner Cruz as, appoints CorTImissionei Turkin, ; -ansportlatolon Planiiing alternate representative njo,.Z, to the Tr Agency. IIIVI�v lot id qlll 24 3 3 PASSEDAND ADOPTED th'Is" day of 2 02 5 (Carporate Seal) Vice Mayor - Woadrow, L Hay Commissioner - Angela Cruz M!=11111 piliii1l; Ali iiil ! 1 � I oommm Comnmssilon�er - AlmeeKelley Rebecca Shelton Mayor 25 From: RuthDel Pino, <�rcldelpinl,oCczlpai�mbeac,Ii�tp,ia.,,,Diii > Sent: Friday, April 11, 2025 9:28 AM To: Stanzilone, Tam,my <Stanz,[o,neT@b,bfl u >; City Cleirk <CjtyCllerk@b,bfl.ui > Subject Re:Confirmation of TPA Bo,ard RlepresentatfvendAlternate This Message Is From an Extemal Sender This rnessage, came from oulside your ores nizabion., Good afternoon, Tammy, P181"OUr operating, procedlures, eachGerninIBmd member shall d�esigna�ite onLyo.line Alternate. Please cciInfirm who, wftL Ibe the alternate canwe wILL update our" recards,ii. Best regaroll is, Rul11 D(..!l Pino E""(1 �jf rD �,,! P, v - � �kzS` '�,A4U'1`14 "NO'l Daiii lura St"reEA I West Fldlrn, Fl. 334,01 111.,11 , 1 '2 5 ,,11 )80,2 �� CNI"eld OD III f Lffl—eb � Da—ce-Lbo-8k, �� !,-v— j LinkedIn PALM BEACH Trawnsportalifik,)n ("'S - - `0F Planning A(gericy 26 5.0 Administrative 05/20/2025 Community Support Funds. Requested Action: Approve Community Support Fund requests from Commissioner Kelley, Commissioner Turkin, and Commissioner Cruz. How will this affect city programs or services? NA Budgeted Item: Yes Account Line Item and Description: Community Support Funds- several accounts. Fiscal Impact: There will be no fiscal impact to the budget for this item. Attachments: Women's Foundation-$1150.doc Young In Faith, LLC-Santaluces Community High School- Guery Ullysse-$500.doc Heart of Boynton Association- $500 (May 2025).doc Faith in Florida- $500.doc SGB Boynton Purple Cobras-$500.doc 27 EXHIBIT "A" COMMUNITY SUPPORT FUNDS REQUEST FORM Part I -Summary of Request (to be completed by City Clerk) Date of Request: Requested by Mayor/Commissioner: Amount Requested: Recipient/Payee: May 20, 2025 Vice Mayor Kelley $1,150 Women's Foundation Description of project, program, or activity to be funded: The Women's Foundation of Florida educates and empowers women and girls to be leaders, so they can change the world. We invest in their ideas and encourage their leadership to positively affect the economic, political, and social status of women and girls across Florida. Part II - Availability of funds The annual appropriation of funds available to the requesting Member of the Commission listed above is $6,000. The balance of funds available for the requesting Member of the Commission is $3,000. Accordingly: ✓ There are funds available as requested ❑ There are insufficient funds available as requested Dated: Part III -Eligibility Evaluation By: Maylee De Jesus, City Clerk ✓ Public funds will not be used to improve private property unless there is a clear public need, purpose and benefit ✓ The recipient/payee provides services within the City ✓ The public purpose is beneficial to the entire community served by such donation Dated: By: Requesting Member of the City Commission C:\Users\EASYPD-1\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@94092BD1\@BCL@94092BD1.doc 28 EXHIBIT "A" COMMUNITY SUPPORT FUNDS REQ UES T FORM Part I -Summary of Request (to be completed by City Clerk) Date of Request: Requested by Mayor/Commissioner: May 20, 2025 Commissioner Cruz R15-055 R22-140 Amount Requested: $500 Recipient/Payee: Young in Faith, LLC Description of project, program, or activity to be funded: helps lead Young in Faith and its efforts in high schools in Boynton Beach to bring encouraging clubs and lunch discussions all year long that help students feel supported in making good decisions with their life even if they are surrounded with peer pressure to make bad decisions Part II - Availability of funds The annual appropriation of funds available to the requesting Member of the Commission listed above is $6,000. The balance of funds available for the requesting Member of the Commission is $2,000. Accordingly: ✓ There are funds available as requested There are insufficient funds available as requested Dated: Part III -Eligibility Evaluation By: Maylee De Jesus, City Clerk ✓ Public funds will not be used to improve private property unless there is a clear public need, purpose and benefit ✓ The recipient/payee provides services within the City ✓ The public purpose is beneficial to the entire community served by such donation Dated: By: Requesting Member of the City Commission C:\Users\EASYPD-1\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@DC09B31E\@BCL@DC09B31E.doc 29 R15-055 R22-140 x:/:11=311 iM_% COMMUNITY SUPPORT FUNDS REQUEST FORM Part I - Summary of Request (to be completed by City Clerk) Date of Request: May 20, 2025 Requested by Mayor/Commissioner: Angela Cruz Amount Requested: $500 Recipient/Payee: Heart of Boynton Association, Inc Description of project, program, or activity to be funded: Part II - Availability of funds The annual appropriation of funds available to the requesting Member of the Commission listed above is $6,000. The balance of funds available for the requesting Member of the Commission is $1,000. Accordingly: ✓ There are funds available as requested There are insufficient funds available as requested Dated: Part III -Eligibility Evaluation � moll Maylee De Jesus, City Clerk ✓ Public funds will not be used to improve private property unless there is a clear public need, purpose and benefit ✓ The recipient/payee provides services within the City ✓ The public purpose is beneficial to the entire community served by such donation Dated: By: Requesting Member of the City Commission C:\Users\EASYPD-1\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@F8005A27\@BCL@F8005A27.doc 30 EXHIBIT "A" COMMUNITY SUPPORT FUNDS REQ UES T FORM Part I -Summary of Request (to be completed by City Clerk) Date of Request: Requested by Mayor/Commissioner: Amount Requested: Recipient/Payee: May 20, 2025 Commissioner Cruz $500 Faith in Florida R15-055 R22-140 Description of project, program, or activity to be funded: The mission of Faith in Florida (FIFLis to build a powerful, multicultural, nonpartisan network of congregation community organizations in Florida that will address systemic racial and economic issues that cause poverty for our families. Part II - Availability of funds The annual appropriation of funds available to the requesting Member of the Commission listed above is $6,000. The balance of funds available for the requesting Member of the Commission is $1,500. Accordingly: ✓ There are funds available as requested There are insufficient funds available as requested Dated: Part III -Eligibility Evaluation By: Maylee De Jesus, City Clerk ✓ Public funds will not be used to improve private property unless there is a clear public need, purpose and benefit ✓ The recipient/payee provides services within the City ✓ The public purpose is beneficial to the entire community served by such donation Dated: By: Requesting Member of the City Commission C:\Users\EASYPD-1\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@580C2530\@BCL@580C2530.doc 31 EXHIBIT "A" COMMUNITY SUPPORT FUNDS REQUEST FORM Part I -Summary of Request (to be completed by City Clerk) Date of Request: Requested by Mayor/Commissioner: May 20, 20rN 25 Commissioner Turkin Amount Requested: $500 Recipient/Payee: SGB Boynton Purple Cobras Description of project, program, or activity to be funded: Little League Team isoffing to Panama City, for a Tournament and is requesting funding for the trip. Part II - Availability of funds The annual appropriation of funds available to the requesting Member of the Commission listed above is $6,000. The balance of funds available for the requesting Member of the Commission is $2000. Accordingly: ✓ There are funds available as requested There are insufficient funds available as requested Dated: Maylee De Jesus, City Clerk Part III -Eligibility Evaluation ✓ Public funds will not be used to improve private property unless there is a clear public need, purpose and benefit ✓ The recipient/payee provides services within the City ✓ The public purpose is beneficial to the entire community served by such donation Dated: By: Requesting Member of the City Commission C:\Users\EASYPD-1\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@C40BD838\@BCL@C40BD838.doc 32 5.D Administrative 05/20/2025 Advisory Board Appointments. Requested Action: The Senior Advisory Board Appointment was tabled at the May 6, 2025 City Commission Meeting. City Commission to reappoint and appoint eligible members of the community to serve in vacant positions on City Advisory Boards. Explanation of Request: The City Clerk's Office has received applications from City residents who are seeking to become new board members. The attached list contains term openings and vacancies on the various advisory boards with the designated Commission members having responsibility for the appointment to fill each term opening and vacancy. How will this affect city programs or services? Appointments are necessary to keep City Advisory Boards full and operating as effectively as possible. Fiscal Impact: There is no fiscal impact to the budget for this item. Attachments: Advisory_Board_Appointments_Reappointments_and_Applicants_for May_20_2025.docx Ace Tilton Ratcliff - Historic Resources Preservation Advisory Board.pdf Monique Bodden - Senior Advisory Board.pdf 33 Advisory Board Vacancies May 20, 2025 Art Advisory Board Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms IV Kelley Alternate Vacant Applicants: None Building Board of Adjustment and Appeals Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms IV Kelley Regular Vacant I Cruz Regular Vacant Vice Mayor Hay Regular Vacant III Turkin Regular Vacant IV Kelley Regular Vacant I Cruz Alternate Vacant Applicants: None Education and Youth Advisory Board Regular Member 2 (2 year) terms Alternate/Student Member 2 (1 year) terms Mayor Shelton Student Vacant I Cruz Student Vacant Vice Mayor Hay Student Vacant Applicants: None Historic Resources Preservation Board — Quasi-judicial Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms I Cruz Regular Vacant Vice Mayor Hay Regular Vacant III Turkin Regular Vacant IV Kelley Alternate Vacant Mayor Shelton Alternate Vacant Applicant: Ace Tilton Ratfliff Library Board Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms III Turkin Regular Vacant Applicants: None Recreation and Parks Board Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms Vice Mayor Hay Alternate Vacant Applicants: None 34 Advisory Board Vacancies May 20, 2025 Senior Advisory Board Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms III Turkin Regular Vacant IV Kelley Alternate Vacant Mayor Shelton Alternate Vacant Applicant: Monique Bodden 35 Thainlk you -for your iin-teirest iiin serving oin in of the Clity's Advisory Boards aind -for talkling the t1lime -to iii lill out t1his f irimIIf iinstiructlioins it ire followed or the appIllicatioin is int t fillilled out ii n !Its in -iii ire -t, the -foirim wilill The ire -tui iris -for clairlification. II IL DISCLAIMER: Please The advised that uindeir I Il irii IIaw, e.-imaill addirit Ipulblic it it Ifyou do ino-twaint your e.- imalill addiress it ll s ii ire itespohose -t IpulbIllic.-irecoir ds request, do inot seind ellectiroinic imalill. Instead, cointact the Clity of Boyintoin lBeaclh offices lby IpIhoine or iiiru wirli-tiling: Clity of lBoyin-toin lBeaclh, Clity Clleirlk's Office, City IHalill, 1 IE. Ocean Ave, lBoyin-toin lBeaclh, IFIL334351J Maillilire g addiress: IRO. lBox 310, Boyintoin lBeaclh, IFIL 33435-0310 1 lPlhoine:: (561)'742.-6060 1 City Clleirlk IFAK (561)'742.- 6090 36 II 1 iii IbyChe City Comimlisslioi i Iit Chair or Vice Chair it you wiIIIIIIIIIiiit iiinChlis calpacifty? * lPeirsoinall QuaIli ficaCions* ATI R iresuime 2025,,docx Your complieted Advisory lBoaird Appollinti ment applilication wilill The added -to the C ity's 'Tall eint lBaire lk, a ii II -to wlhllclh Commissioners imp y -tuiirin --for candidates w1hein 1id openings occuir. fa,", 11, the applilicaint, Iheirelby ceirtify t1hat the statements and ainsweirs provided Iheirellin it -tirue and accurate. 11 understand t1hat, !if appointed, any fallse statements imay The cause -for ireimovall fir it a board. 11, the applilicaint, I INOT ceirtify t1hat the statements and ainsweirs provided Iheirellin it -tirue and accurate. 37 �NHHHNN ouuuouuiu ��II�� R;::�, �luui�iilu�� �uuuu�� i�ui Viuuu� gp�iuup ��u�l�j tcl,'I"ff "1fs�ti������ooi ii 142 SW 13th Avenue I Boynton Beach, FL 33435 561-376-3640 I acetratcliff@gmaii.com I @mortuaryreport They/Them Pronouns Ace is a multidisciplinary artist and writer whose work grapples with the discovery of self through life experiences that make for bad chitchat, but damn good art. ilii ilii ilii iiiM, C IE & S K11 L LS CEO - Writer, Multidisciplinary Artist, Metalsmith, Photographer Stay Weird, Be Kind Studios / December, 2011- Present • The Little Book of Dog Care, their first book, was released in 2023 by Simon Element, a Simon & Schuster imprint • Writing about living life as a disabled person in an inaccessible world, Ace has bylines at places like Gizmodo, PopSci, io9, Huffington Post, Narratively, Catapult, and many more • Their fiction has been published in places like Fireside Fiction and Phobos Magazine and they were a 2024 member of Hugo -Award Winner Mary Robinette Kowal's Short Story Cohort • As a sensitivity reader and a disability, death, and queerness consultant, they've worked with publishers like Tor, Penguin Random House, Rosen Publishing, and Fireside Fiction as well as video game developers like Super Evil MegaCorp in conjunction with Netflix, Silverstring Media, and Polytron Corporation • Ace has been awarded the D. Franklin Defying Doomsday Award and nominated for a Pushcart Prize • Their metalsmith work was featured in 2024's In Focus virtual exhibition in collaboration with the Society of North American Goldsmiths (SNAG) and Queerphoria • Their artwork was featured at Art Basel in 2021 with Nike's Art of Ease exhibition. They teach metalworking at the Lighthouse ArtCenter in Tequesta, FL • Ace's voice as a disability activist has been featured in The Economist, the Guardian, and Upworthy Videos. Ace has been a panelist at The Next Page Conference in partnership with Kickstarter, Worldcon `76, and the North American Science Fiction Convention 2020 • Ace has been featured on a number of podcasts, including Maximum Fun's Reading Glasses, WNYC's Note to Self, and Andrew Gurza's Disability After Dark • Ace also works in fibers and watercolors, and is also a photographer who shoots digital and film Co-founder, Deathcare Advisor Harper"s Promise, LLC / January, 2018 - Present Harper's Promise is an in-home pet euthanasia, hospice and palliative care practice devoted to helping families throughout South Florida provide the best possible end of life experience. Harper's Promise was co-founded in 2017 with their partner, Dr. Derek Calhoon (a veterinarian), after the death of their chihuahua, Harper the 38 best -worst dog ever. Ace applies years of funeral industry expertise to working in conjunction with Derek to enhance quality of life for chronically ill pets while providing dignity, comfort, and control through the final stages of incurable illness for those that are terminally ill. Ace and Derek keep Harper's Promise by helping provide pets a good death, which is an integral part of a good life. Funeral Director, Embalmer, & Crematory Operator Parent -Sorensen Mortuary & Crematory) January, 2014 - August, 2015 Wilson & Kratzer Mortuaries I October, 2012 — January, 2014 Smith & Witter Funeral Home / January, 2012 — August, 2012 Boynton Memorial Chapel I May, 2010 - August, 2010 Ace had direct responsibility for administrative and organizational management in addition to fast -paced event planning and production with extremely tight deadlines. They have superlative customer relation skills under demanding and stressful circumstances. They coordinated legal paperwork at a county, state, and national level, with a focus on calendar, budget, and contract management. They flexibly worked between three office locations in addition to remote, after-hours telephone work. They provided necessary support to a tightly knit team when not working independently. They conceptualized funerals for thousands of families from a multitude of ethnic and cultural backgrounds after in-depth, personal phone and onsite interviews and conferences. They completed a rigorous and extremely demanding two- year embalming apprenticeship. AC rIII IIII °rIII IES, & QIII Z G AJIII IIII A rIaINls, Florida Society of Goldsmiths, Member (FSG) Society for North American Goldsmiths, Member (SNAG) City of Boynton Beach Art Advisory Board, Member (previous) City of Boynton Beach Library Advisory Board, Member (previous) IAAH PC Member IIII IIII I C A°ef t' (IIIaIII,gI American River College, Sacramento, CA -A.S., Funeral Services 2012 University of Central Florida, Orlando, FL - B.A., Political Science 2010 39 Thainlk you -for your iin-teirest iiin serving oin in of the Clity's Advisory Boards aind -for talkling the t1lime -to iii lill out t1his f irimIIf iinstiructlioins it ire followed or the appIllicatioin is int t fillilled out iin !Its ein-bire-t,, the -foirim wilill The ire-tuirined -for clairlification. II IL DISCLAIMER: Please The advised that uindeir I Il irii IIaw, e.-imaill addirit IpulbIlic it it Ifyou do ino-twaint your e.- imalill addiress it ll s ii ire itespohose -t 1pulbIllic.-irecoir ds request, do inot seind ellectiroinic imalill. Ilins-tead, cointact the Clity of Boyintoin lBeaclh offices lby 1p1hoine or iiiru wirli-tiling: Clity of lBoyin-toin lBeaclh, Clity Clerk's Office, City HaIIII, 1 IE. Ocean Ave, lBoyin-toin lBeaclh, IFIL33435,j Maillilire g addiress: IRO. lBox 310, lBoyin-toin Beach, IFIL 33435-0310 1 lPlhoine:: (561)'742.-6060 1 City Clleirlk IFAK (561)'742.- 6090 361 Ihigh ridge way Stiree't Addiress 2 clity * Boyin-toin Beach State III Zlilp Code* 33426 Couin'tiry* United States Cuirrein't occulpa,tlioin oir, ii ite'thred 1pirlioir occulpa,tlioin Beineflit Advisor Educa'doin IDo you it ii wiiin'the lBoyin'toin Beach City Llimits? ov, Ye s No IDo you owin/imainage a busliness withiii n City iii ii Yes ov, IN o 40 If Yes, INaime of Bushiness IHave you ever lbeein coinvilic,ted of a cirlilime? * If Yes, w1hein and w1heire? IFoir Iboard II 11stii i itequihreiments, itespin siblill [tilire impe-iii ire g -tilimes ant Ip1lease Asilt: vii it Boards welb 1page Ceirtilii fica,tion * os'o, 11, the appIllicaint, Iheirelby ceirtlify t1hat the statements and ainsweirs provided Iheirellire aire -tire e and accurate. 11 understand t1hat, !if appolin-ted, any fallse statements imay The cause -for ireimovall fir it a board. 11, the appIllicaint, IDO INOT ceirtlify that the statements and ire it provided Iheirellin it -tire e and accurate. 41 6.A Consent Agenda 05/20/2025 City of Boynton Beach Agenda Item Request Form Meeting Date: 05/20/2025 Accept report of purchases over $10,000 up to $50,000 from August 2024 to May 2025; staff will publish these reports on the City's website moving forward. Requested Action: Accept the written report to the Commission for purchases over $10,000 to $50,000 from August 2024 to May 2025. Explanation of Request: Staff would like to sincerely apologize to the City Commission for the unintentional lapse in publishing the monthly purchase order report since August 2024. This oversight occurred during the absence of the previous Division Director and leadership transition within the division and was not reflective of the City's commitment to transparency and accountability. We recognize the importance of consistently reporting to the Commission and the public. In alignment with the City's continued commitment to transparency and public accountability, Staff is providing the City Commission with the attached report of all purchase orders exceeding $10,000. Beginning June 2025, the Procurement Division will implement a new transparency measure by publishing all purchase orders, including blanket purchase orders, which were previously not included, on the City's website at the end of each month. This effort is intended to enhance public visibility into procurement activities, support fiscal transparency, and strengthen public trust in the City's financial operations. After all the purchase orders are on the City's website, the need for this report will be negated. How will this affect city programs or services? Ordinance No.01-66, Chapter 2, Section 2- 56.1 assists departments in the timely procurement of commodities, services, and personal property. Administrative controls are in place with the development of a special processing form titled "Request for Purchases over $10,000," and each purchase request is reviewed and approved by the Department Director, Finance Department, and City Manager, or designee. Budgeted Item: Yes 42 Account Line Item and Description: N/A Fiscal Impact: N/A Attachments: Purchase Orders - Aug 2024 - May 2025.pdf 43 PO NUMBER VENDOR NAME AMOUNT 241561 PSI TECHNOLOGIES, INC. $ 11,360.00 241565 ATLANTIC SOUTHERN PAVING & SEALCOATING $ 247367.60 241569 INFORMATION CONSULTANTS, INC. $ 637762.81 241572 PSI TECHNOLOGIES, INC. $ 491650.00 241573 F.J. NUGENT & ASSOCIATES $ 481900.00 241584 ALPHA 1 STAFFING/RESEARCH FIRM $ 251580.94 241585 TRAN E (WPB) $ 295237.36 241587 ZIMMERMAN TREE SERVICE $ 45,885.00 241589 FOUNTAIN DESIGN GROUP, INC. $ 817545.01 241590 TRAN E (WPB) $ 121492.68 241593 STRYKER MEDICAL $ 211553.78 241596 ROBERT HALF INTERNATIONAL $ 491664.00 241600 PUBLIC ARTWORKS, INC. $ 191900.00 241607 AXON ENTERPRISES, INC. $ 81500.00 241611 ALEXIS KNIGHT ARCHITECT, INC. $ 40,750.00 241613 CENTERLINE DRILLING, INC. $ 17,108.62 241617 ERMPROTECT $ 471500.00 241618 ATLANTIC SOUTHERN PAVING & SEALCOATING $ 751370.20 241633 DELL MARKETING LP $ 241181.51 241635 BLUEALLY TECHNOLOGY SOLUTIONS $ 111604.48 241636 KEY TRAK $ 161395.00 241639 BLUEALLY TECHNOLOGY SOLUTIONS $ 209435.84 241640 SAMSARA INC. $ 447419.23 241641 ALL COUNTIES PAVING LLC $ 217175.00 241642 MARTIN FENCE CO. $ 207382.00 241645 COMMONWEALTH AMMUNITION $ 199800.00 241653 ALEXIS KNIGHT ARCHITECT, INC. $ 475520.00 241660 FLOOR COVERINGS INTERNATIONAL $ 125834.55 241665 S H I $ 16, 376.00 241670 ATLANTIC SOUTHERN PAVING & SEALCOATING $ 277777.00 241672 MOTOROLA SOLUTIONS INC. $ 787188.00 241673 JUSTIN COX $ 48, 851.00 241679 BRIGHTVIEW LANDSCAPING $ 2297547.35 250002 J.C. WHITE ARCHITECTURAL $ 49,844.40 250088 WGI, INC. $ 9,997.05 250091 DATAPROSE, LLC $ 31023.15 250092 ALPHA 1 STAFFING/SEARCH FIRM LLC $ 20,104.10 250104 DUCTZ OF BOCA RATON $ 41425.00 250110 ZAC KARY RYAN FALCO $ 300.00 250111 ALVAREZ, JANET $ 240.00 250112 SHUMILAK, ROBERT JAMES $ 580.00 44 250113 VICKERS, TIMOTHY $ 400.00 250114 RAEBURN, SADIE $ 11000.00 250115 ROBERT THOMAS WORKMAN $ 300.00 250116 DELLAQUILA, MAVERICK $ 240.00 250117 D ESC H E N ES, MATTHEW RYAN $ 300.00 250118 KARRER, FREDERICK JOHN $ 700.00 250119 MCGUIRE, EMMA $ 786.00 250120 RAYBURN, SARAH $ 300.00 250128 GLOBADYNE PRODUCTION + D $ 39,937.00 250135 SVITAK, GRACE $ 240.00 250136 STROKOFF, ALEXIS $ 300.00 250137 ZOHO CORPORATION $ 21970.00 250149 SHANE CHIKELES $ 31896.00 250150 BROTHER ENTERTAINMENT LLC $ 31744.00 250151 HIPS OF DESTRUCTION LLC $ 1,500.00 250152 MOLINE, BARBARA D $ 21400.00 250153 LEVI LANDRY $ 31246.00 250154 FAIRE PLAY EVENTS, INC $ 800.00 250155 BRENTALLAN ENTERTAINMENT, LLC $ 21248.00 250156 SUNSHINE CIRCUS ARTS, LLC $ 575.00 250157 BOLL, GILLIAN $ 500.00 250158 SPAHN, RENEE $ 300.00 250159 MICHAEL HUEY $ 400.00 250160 MAC TIER LLC $ 2,248.00 250161 THE NERVELESS NOCKS INC $ 51996.00 250162 HARRISON, MICHAEL $ 240.00 250163 HIDALGO, H U GO $ 240.00 250164 SCOVI LLE, RONALD PAUL $ 240.00 250165 NEXT STAGE MUSIC, LLC $ 600.00 250166 VIBES FARM, LLC $ 1,000.00 250167 RAINBOW CIRC PRODUCTIONS & EVENTS $ 41975.00 250168 TAN'S DREAM LLC $ 21400.00 250169 MELLOW INIONKEYART $ 31400.00 250170 STILT CIRCUS, INC $ 31257.64 250171 MIJANGOS, BRYAN $ 240.00 250172 WHITTICK, NICHOLAS $ 450.00 250173 DIBBLE (1099), MAUREEN $ 720.00 250174 ALL STAR BOUNCE INC $ 3,400.00 250175 C4 RENTS INC $ 19750.00 250176 BLYTHE ARMSTRONG $ 5,000.00 250179 PALM BEACH VALET SERVICES, LLC. $ 11022.00 250197 BAKER, SOPHIA $ 300.00 250198 ACCARDI, AMANDA $ 19200.00 250199 JASON SMITH $ 948.00 45 250200 JAMES LAIRD $ 850.00 250201 ART SEA LIVING $ 21000.00 250206 MUNICIPAL EMERGENCY SVCS INC. $ 683.58 250207 MUNICIPAL EMERGENCY SVCS INC. $ 69758.61 250208 MUNICIPAL EMERGENCY SVCS INC. $ 39283.13 250209 MUNICIPAL EMERGENCY SVCS INC. $ 286.00 250210 MCCLEARY, MICHAEL $ 1,600.00 250211 NORDIC DAUGHTHER LLC $ 2,200.00 250212 PAUL ANTHONY ENTERTAINMENT LLC $ 11750.00 250213 HENRY, WILLIS GREGG $ 700.00 250214 CICCI, MICHAEL $ 11000.00 250215 BELTRANI, CRISTINA $ 800.00 250216 SOWERBY, JOHN $ 11200.00 250217 COCKTAIL HOUR ENTERTAINMENT $ 21900.14 250218 HIGDON, ELIZABETH $ 1,962.00 250219 III PEREZ, MANUAL $ 240.00 250220 WARD, PATRICK $ 300.00 250221 ROSE N B E RG, HANNAH $ 300.00 250222 GEORGE J MORIN $ 250.00 250224 STEWART, ROBERT $ 250.00 250225 DUNCAN II, DALE JOHNATHAN $ 300.00 250226 VE LAZQ U EZ, E E U LALIA ANA $ 240.00 250227 COOK, ANGELA $ 240.00 250228 COLLEGIATE SCUBA INSTRUCTION $ 2,600.00 250229 EAST HARBOR MUSIC LLC $ 11800.00 250230 RSVP MUSIC, INC $ 11700.00 250231 ROGUE THEORY PROJECT $ 11500.00 250232 A-1 EVENTS INC $ 11500.00 250235 PUBLIC CONSULTING GROUP, INC. $ 109351.68 250236 CORE & MAIN LP $ 3,324.45 250237 DA SILVA, DE OLIVEIRA FABIOLA $ 450.00 250238 MINSHULL, JAMES $ 21000.00 250240 VISUAL ADJECTIVES LLC $ 21000.00 250241 ALL COUNTY PAVING $ 489853.00 250242 VENDNOVATION LLC $ 21400.00 250244 DUCTZ OF BOCA RATON $ 49950.00 250245 NANCE, JOHN $ 300.00 250246 FAIRYTALE PRINCESS ENTERTAINMENT $ 16,000.00 250247 NATHAN MERCADO $ 11500.00 250248 MISKE, MICHAEL $ 400.00 250249 CAESAR EVENTS MIAMI INC $ 19434.00 250253 MUNCHKIN FUN, INC $ 575.00 250254 MORNIN, NATHOLEE $ 250.00 250256 FL DEPT OF TRANSPORTATION $ 1,344.00 46 250257 CLEAR COPY INC. $ 107.00 250258 CLEAR COPY INC. $ 124.00 250259 CLEAR COPY INC. $ 39.50 250260 STOP STICK, LTD $ 39049.30 250261 PETERSEN INDUSTRIES INC. $ 57.97 250262 VTE C H I 0 $ 10,421.18 250263 ANDREW HANSON $ 2,000.00 250264 RANGELL E SON CARPENTRY INC. $ 400.00 250265 ROY ANDERSON $ 4,900.00 250266 BAM MUSIC ENT LLC $ 850.00 250267 AMERICAN DREAM PRODUCTIONS $ 450.00 250268 FAME MUSIC EMTERTAINMENT LLC $ 11400.00 250270 WILL, RHIANNON $ 600.00 250271 PICONI, THOMAS $ 240.00 250272 ZUANICH, GRACE GEORGINA $ 750.00 250273 SEA TURTLE ADVENTURES INC. $ 250.00 250274 SAXON EXTERPRISE LLC $ 2,000.00 250275 SMITH FENCE COMPANY $ 21462.00 250276 ETR, LLC $ 227.80 250277 CAULFIELD & WHEELER, INC $ 1,680.00 250278 JON AARON LLC $ 47,500.00 250279 KEY TRAK $ 924.30 250280 VINNIES AUTO BODY SHOP $ 2,234.85 250281 VINNIES AUTO BODY SHOP $ 1,059.70 250282 DOBBS EQUIPMENT, LLC $ 21842.72 250283 MOTOROLA SOLUTIONS CREDIT CO. $ 11182.60 250284 CRAZY GAMES LLC $ 11999.00 250285 FAME MUSIC EMTERTAINMENT LLC $ 600.00 250286 SPAHN, RENEE $ 150.00 250287 ROSE N B E RG, HANNAH $ 150.00 250288 ZUANICH, GRACE GEORGINA $ 150.00 250289 STROKOFF, ALEXIS $ 150.00 250290 FRALEY, TIMOTHY $ 11950.00 250291 HIGDON, ELIZABETH $ 150.00 250292 PALM BEACH VALET SERVICES, LLC. $ 1,027.00 250293 ALAN LU BY $ 400.00 250295 DUVAL FORD $ 359120.00 250296 COMPRESSED AIR SUPPLIES & EQUIPMENT $ 3,425.98 250303 ADVANCED INVESTIGATIVE SERVICES $ 89000.00 250307 UKG KRONOS SYSTEMS LLC $ 10,279.03 250321 VTE C H I 0 $ 15, 899.94 250324 PUBLIC CONSULTING GROUP, INC. $ 79153.33 250325 ALAN JAY CHEVROLET $ 369913.00 1250326 JADVANCE GENERATOR SALES $ 4,057.88 47 250333 AMPS INC. $ 4,750.00 250337 INTERACTION INSIGHT CORPORATION $ 17,359.95 250338 GRAYBAR ELECTRIC COMPANY INC. $ 11,774.40 250339 STRYKER MEDICAL $ 369450.93 250340 SOLUTECH, INC $ 39600.00 250341 STOP STICK, LTD $ 21167.86 250342 COMPRESSED AIR SUPPLIES& EQUIP. $ 1,461.00 250343 LOU'S POLICE AND SECURITY $ 7,507.50 250344 VANGUARD INDUSTRIES EAST, INC. $ 400.95 250345 PETERSEN INDUSTRIES INC. $ 71808.96 250346 BARNARD'S CARPET ONE $ 21254.80 250347 NAFECO $ 61560.00 250350 VULCAN ALUMINUM $ 445.10 250359 CUSTOMER EXPRESSIONS CORP $ 12,800.00 250360 INFANTE ULTRASONICS $ 4,895.00 250361 DLT SOLUTIONS, LLC $ 21285.00 250362 SMARSH, INC. $ 31,665.03 250363 IGM TECHNOLOGY CORP $ 34,304.00 250364 AUCAMP, DELLENBACK & WHITNEY $ 41900.00 250365 BIDDLE CONSULTING GROUP, INC. $ 5,995.00 250366 BERLA CORPORATION $ 3,250.00 250367 CELLEBRITE INC. $ 9,750.00 250368 GEOGRAPHIC TECHNOLOGIES GROUP $ 1,736.44 250369 DELL MARKETING LP $ 2,097.58 250371 RESCUE ESSENTIALS $ 41999.54 250373 VECTOR SOLUTIONS $ 31466.55 250374 INTEGRATED CUSTOM SOFTWARE $ 11400.00 250396 C4 RENTS INC $ 31395.00 250398 CO H E N, F RAN C ESCA $ 240.00 250399 HENRY, WILLIS GREGG $ 400.00 250401 ROAD SAFE TRAFFIC SYSTEM $ 11980.00 250402 POWER PLUS MARINE INC. $ 11700.10 250403 ROUTEWARE, INC. $ 21066.25 250404 KO N E, INC $ 11723.95 250405 DOOR N KEY LLC $ 11500.00 250406 CONSTRUCTION HYDRAULICS OF LW $ 39707.60 250407 FIVE STAR HOOD & DETAIL, INC. $ 19875.00 250408 SAMSARA INC. $ 19500.00 250409 ATLANTIC DOORS & HARDWARE $ 19522.00 250410 ALL COUNTY PAVING $ 2,500.00 250411 MUNICIPAL EMERGENCY SVCS INC $ 31120.00 250412 SOUTH FL EMERGENCY VEHICLES $ 359194.93 250413 SH ERWI N WILLIAMS $ 883.43 250414 GARAGE EQUIPMENT SERVICES LLC $ 933.75 48 250415 A & ASSOCIATES $ 289937.13 250416 CINTAS FIRE PROTECTION $ 11399.32 250420 KONICA MINOLTA BUSINESS SOLUTIONS $ 180.26 250421 BAKER & TAYLOR COMPANY $ 329736.00 250422 INT'L DATA CONSULTANTS $ 369750.00 250423 GALE/CENGAGE LEARNING $ 11116.73 250425 N EXAI R, LLC $ 981.00 250428 ANDREW HANSON $ 150.00 250429 GT DISTRIBUTORS, INC. -AUSTIN $ 41311.16 250430 NORTHERN PALM BEACH CO. $ 39,857.95 250432 CIVICPLUS LLC $ 27,384.67 250435 STEP CG, LLC $ 41723.15 250436 LUCKY BOOK OF FLOWERS, LLC $ 21253.00 250441 CONSUMMO TECHNOLOGIES, INC. $ 21012.50 250442 SOUTHEAST TRUCK SPECIALI $ 8,044.45 250443 STANLEY STEEMER OF SOUTH $ 11584.80 250447 RANDY'S HOLIDAY LIGHTING $ 32,851.00 250448 DELL MARKETING LP $ 51294.01 250458 DATAPROSE, LLC $ 20,669.27 250461 FERGUSON UNDERGROUND INC. $ 11,480.10 250466 DATAPROSE, LLC $ 21,059.57 250468 SCENARIO TRAINER INC $ 4,695.00 250472 PSI TECHNOLOGIES, INC. $ 7,500.00 250473 ALPHA 1 STAFFING/SEARCH FIRM $ 9,111.45 250480 MUNICIPAL EMERGENCY SVCS $ 71590.00 250487 JES RESTAURANT EQUIPMENT $ 41398.53 250490 FL DEPT OF HEALTH $ 11,595.00 250496 PETERSEN INDUSTRIES INC. $ 166.93 250498 NEIGHBORHOOD NEWS $ 900.00 250499 THE ATLANTIC CURRENT, LLC $ 2,500.00 250500 ANDREW HANSON $ 11725.00 250503 EOLA POWER LLC $ 41360.80 250504 VINNIES AUTO BODY SHOP $ 11791.50 250505 VI N N I ES AUTO BODY SHOP $ 19146.60 250506 AXON ENTERPRISE, INC $ 309033.10 250508 EVERON LLC $ 59408.75 250509 TRANSPARENT LANGUAGE, INC $ 29520.00 250510 INTERMEDIA TOUCH INC $ 39380.00 250511 SPRINGSHARE LLC $ 119500.00 250513 PBC LITERACY COALITION $ 33,500.00 250516 CLEAR CHANNEL OUTDOOR $ 49156.00 250517 IHEARTMEDIA ENTERTAINMENT, INC $ 793.00 250519 FL SUPERIOR SAND INC. $ 39125.93 250520 CONNECTION $ 79930.08 49 250521 OXYGEN FORENSICS, INC. $ 3,695.00 250523 PICTOMETRY INTERNATIONAL $ 41500.00 250524 VERMONT SYSTEMS, INC. $ 91360.00 250527 STILT CIRCUS, INC $ 19200.00 250529 SKYDIO, INC $ 159844.09 250534 CHARTER UP LLC $ 11376.29 250535 CHRISTOPHER AAUTORE $ 300.00 250539 GULF STATES DISTRIBUTORS $ 3,428.00 250540 MOTOROLA SOLUTIONS CREDIT CO. $ 700.00 250541 GAU D ET ASSOCIATES, INC. $ 975.00 250542 DELL MARKETING LP $ 21795.65 250549 MITCHELL 1 $ 41860.73 250551 BIBLIOTHECA, LLC $ 25,473.74 250552 AIRGAS USA, LLC $ 85.55 250553 EUROFINS EATON ANALYTICAL, LLC $ 1,968.00 250556 DEPT OF ENVIRONMENTAL PR $ 11000.00 250557 STEP CG, LLC $ 30,960.02 250559 LEADSON LI N E LLC $ 15,605.00 250560 CLEAN SPACE, INC $ 341232.08 250564 CATALIS PAYMENTS, LLC $ 4,762.80 250565 STREAMLINE TECHNOLOGIES, INC. $ 3,040.00 250566 CANON SOLUTIONS AMAERICA, INC. $ 500.00 250567 MUNICIPAL MEDIA CORP $ 4,850.00 250568 MARTIN FENCE CO. $ 3,233.68 250571 EUROFINS EATON ANALYTICA $ 713.00 250577 NV5, INC $ 11125.00 250578 BLUEALLY TECHNOLOGY SOLU $ 41147.20 250583 SHEE LLC $ 300.00 250584 RENT A MOKE LLC $ 21500.00 250585 BRANDANO DISPLAYS, INC. $ 23,200.00 250586 PREMIER BOUNCE N SLIDE PARTY $ 81795.00 250587 FOTOBOYZ EVENTS $ 71105.00 250588 PALM BEACH VALET SERVICES, LLC $ 989.50 250589 PUREHONEY MAGAZINE LLC $ 11000.00 250590 COLORED COLLEXTION LLC $ 69500.00 250591 IN YOU WENDO DESIGN $ 525.00 250592 MAGNET FORENSICS, LLC $ 339105.00 250594 STEP CG, LLC $ 139590.72 250595 RELADYNE FLORIDA LLC $ 713.00 250599 BAXTER & WOODMAN INC $ 4,969.00 250600 ELTICIA BULSSON $ 400.00 250601 EVERYTHING LOGO $ 758.57 250602 BLACK CHAMBER OF COMMERCE $ 200.00 250604 COCKTAIL HOUR ENTERTAINMENT $ 6,299.86 50 250606 ROAD SAFE TRAFFIC SYSTEM $ 109200.00 250607 PREMIER BOUNCE N SLIDE PARTY $ 11590.00 250608 ANDREW HANSON $ 11800.00 250609 THE AVANTI COMPANY INC $ 109757.00 250610 COMMUNITY REDEVELOPMENT AGENCY $ 119585.38 250612 BENNETT FIRE PRODUCTS COMPANY $ 574.00 250613 BENNETT FIRE PRODUCTS COMPANY $ 574.00 250614 BENNETT FIRE PRODUCTS COMPANY $ 459.00 250618 A-1 AIR SOLUTIONS, LLC $ 14,029.00 250619 LUNALITE DRONE SHOW TECHNOLOGIES $ 15,000.00 250621 DIBBLE (1099), MAUREEN $ 160.00 250622 MUNICIPAL EMERGENCY SVCS $ 22,901.00 250623 AMJ - TRINOVA - FL $ 21979.67 250624 VPO $ 48,750.00 250625 ATOZDATABASES $ 6,077.00 250626 RED RIVER SCIENTIFIC, LLC $ 41000.00 250628 JAR MAC, INC. $ 11100.00 250629 PSI TECHNOLOGIES, INC. $ 11980.00 250630 BRANDON AMIRA DESIGNS, LLC $ 90.00 250631 MIDDLEN, RICHARD $ 100.00 250632 SEFLIN INC $ 2,517.00 250633 HARC ROS CHEMICALS $ 2,427.60 250634 SEFLIN INC $ 13,131.25 250635 SEFLIN INC $ 217.00 250636 NEWARK ELEMENT 14 $ 21884.00 250637 BUSINESS ORIENTED SOFTWARE $ 10,558.00 250638 MAGUIRE, PATRICIA $ 500.00 250639 IN YOU WENDO DESIGN $ 765.00 250640 VERSATERM PUBLIC SAFETY $ 31714.23 250641 SSD INTERNATIONAL INC. $ 2,887.00 250642 OVERDRIVE, INC. $ 91000.00 250643 POWERDETAILS, LLC $ 51474.34 250644 PC SOLUTIONS & INTEGRATION, INC. $ 41500.00 250649 PALM BEACH VALET SERVICES, LLC $ 833.00 250652 AMAZON BUSINESS $ 11058.15 250656 MARQ U EZ, IVO N N E $ 300.00 250657 WWW.BANUETTABLESPRO.COM $ 4,960.95 250658 ANA M TAMAYO DE JARAM I LLO $ 300.00 250659 ARTISTIC ILLUSIONS PAINTING $ 300.00 250660 GOLEMBE, CARLA $ 300.00 250662 ALL STAR ENGRAVING $ 885.00 250663 BB MURALS $ 19227.00 250664 E -Z GO TEXTRON $ 249150.00 1250665 LEGAL FILES SOFTWARE, IN. $ 29310.00 51 250669 LINE -TEC INC. $ 960.00 250671 LAURENCE GARTEL $ 21500.00 250673 J & N TACTICAL $ 21460.00 250674 1 WATER INC $ 39000.00 250675 ANDREW HANSON $ 500.00 250677 DUVAL FORD $ 29,780.00 250678 PAUL L GUI LM ETTE $ 2,518.00 250680 HAWKINS INC $ 2,028.95 250683 BOBCAT COMPANY $ 71486.79 250684 BREAKFAST LLC $ 11500.00 250685 GREEN THUMB PALM BEACH $ 30,656.24 250688 JADE COMMUNICATIONS, INC $ 21711.00 250689 JAVA CONNECTIONS LLC (1099) $ 15,385.00 250690 JOHNSON CONTROLS FIRE PROTECTIION $ 36,428.83 250692 SEFLIN INC $ 6,000.00 250693 KELLY TRACTOR COMPANY $ 46,115.00 250694 KONICA MINOLTA BUSINESS SOLUTIONS $ 10,200.00 250695 EASTERN BUSINESS FORMS $ 11187.99 250696 KONICA MINOLTA BUSINESS SOLUTIONS $ 11644.30 250697 LINE -TEC INC. $ 1,810.00 250699 MADSEN/BARR CORPORATION $ 37,326.80 250700 MADSEN/BARR CORPORATION $ 26,960.00 250701 MWI CORPORATION $ 4,292.30 250702 READING TRUCK EQUIPMENT $ 3,390.00 250703 SCRIPPS MEDIA, INC $ 41350.00 250704 SH ERWI N WILLIAMS $ 11444.00 250705 SHIBUMI CONSULTING SERVICES $ 11800.00 250707 SUSTAI NABASE INC. $ 18,180.00 250709 VERMONT SYSTEMS, INC. $ 21960.00 250711 TERMINIX INTERNATIONAL $ 1,602.70 250712 SHIBUMI CONSULTING SERVI $ 41500.00 250713 GRAINGER INC $ 21564.70 250714 GRAINGER INC $ 11416.78 250716 SAFARI LAND, LLC $ 41026.44 250717 C H E N EY BROTHERS INC $ 11486.25 250722 BROADCAST SYSTEMS $ 39874.28 250723 GRAPHIC DESIGNS INTERNATIONAL $ 17,095.00 250724 WEX BANK $ 39922.54 250725 VINNIES AUTO BODY SHOP $ 41674.53 250727 SERVPRO OF HOLLYWOOD/HAL $ 2,510.72 250728 SULLIVAN ELECTRIC & PUMP $ 11628.09 250729 SOUTHEAST TRUCK SPECIALIST, INC. $ 99035.80 250730 RELIABLE DOOR & HARDWARE, LLC. $ 19988.00 250731 TPM, INC $ 149054.00 52 250732 EVOQUA WATER TECHNOLOGIES LLC $ 159000.00 250733 FEC ROW, LLC $ 37,105.30 250737 FREDERICK, JOHN $ 500.00 250738 GVI GARDEN CENTER, INC $ 49500.00 250739 VINNIES AUTO BODY SHOP $ 59395.54 250740 VTE C H I 0 $ 18,170.11 250741 VTE C H I 0 $ L533.28 250742 HOMRICH CORPORATION $ 38,490.00 250743 KONICA MINOLTA BUSINESS SOLUTIONS $ 81000.00 250746 POWERDMS, INC. $ 14,524.09 250748 LUCY GREGORY $ 41300.00 250749 ROBERTS VAULT CO, INC $ 31032.00 250752 DELL MARKETING LP $ 121697.92 250753 TRANSOURCE SERVICES CORP. $ 14,962.15 250754 LYLE SUMEK ASSOCIATES, 1 $ 11,396.18 250759 ROAD SAFE TRAFFIC SYSTEM $ 41395.00 250760 ECOTALITY INC $ 41158.00 250762 PSI TECHNOLOGIES, INC. $ 51575.00 250768 VERMONT SYSTEMS, INC. $ 10,125.19 250770 VAPEX ENVIRONMENTAL $ 8,500.00 250775 BELNICK HOLDCO INC $ 3,402.83 250776 ROAD SAFE TRAFFIC SYSTEM $ 12,176.00 250777 JUPITERBOUNCE.COM, LLC $ 1,812.42 250778 JUPITERBOUNCE.COM, LLC $ 6,830.42 250781 TEAM LIFE, INC $ 71589.30 250783 BUBBLES OF JOY ENTERTAINMENT $ 31751.00 250786 DUVAL FORD $ 43,951.00 250788 IDEXX LABORATORIES $ 18,346.96 250790 DUVAL FORD $ 299780.00 250792 ALAN JAY CHEVROLET $ 349660.00 250793 IGUANA POLICE $ 426.00 250794 PLAYAWAY $ 21406.58 250795 ZABATT POWER SYSTEMS, INC. $ 11670.79 250796 COX, J USTI N $ 19150.00 250801 ONPOINT TECH SYSTEMS, LL $ 81993.75 250806 JADE COMMUNICATIONS, INC $ 89286.29 250812 TRIHEDRAL INC. $ 179738.00 250815 JFB CONSTRUCTION & DEVEL $ 369100.00 250816 JJ KELLER & ASSOC., INC. $ 439.77 250817 NEON CLUD PRODUCTIONS LLC $ 17,241.00 250820 FL METRO CONSTRUCTION COMPANY $ 39080.00 250824 OCLC $ 109431.33 250826 OCLC $ 49940.53 1250827 IN YOU WENDO DESIGN $ 375.00 53 250837 VENUS LYFE LLC $ 6,000.00 250838 BENVENUTO RESTAURANT $ 51744.14 250842 WORLDBOOK, INC. $ 11299.00 250843 GALE/CENGAGE LEARNING $ 25.60 250844 SALAS O'BRIEN FLORIDA, INC. $ 329880.00 250847 VOLCANIC BIKES $ 61795.86 250848 PUBLIC ARTWORKS, INC. $ 4,900.00 250850 ATLANTIC SOUTHERN PAVING & SEALCOATING $ 36,705.00 250851 ANZCO, INC. $ 11350.00 250852 RYAN LAUER LLC $ 3,800.00 250853 LINE -TEC INC. $ 11810.00 250854 WUXIAOFELDYSON $ 460.00 250855 COLORED COLLEXTION LLC $ 21500.00 250856 WT COX INFORMATION SERVI $ 31124.20 250858 ALAN JAY CHEVROLET $ 33,428.00 250859 ALAN JAY CHEVROLET $ 25,670.00 250860 ALAN JAY CHEVROLET $ 28,697.00 250862 PREMIER BOUNCE N SLIDE P $ 11690.00 250863 JUPITERBOUNCE.COM, LLC $ 11285.84 250864 ROAD SAFE TRAFFIC SYSTEM $ 9,800.00 250865 METTLER TOLEDO INC - EAST $ 1,360.16 250866 TELEVAC SOUTH INC $ 4,200.00 250867 DATAPROSE, LLC $ 2,065.63 250868 THE EVENT DEPOT $ 5,495.00 250869 AVI-SPL, LLC $ 51895.28 250870 SUPERIOR PARTY RENTAL INC. $ 51059.27 250871 SMITHCO WEST PALM BEACH, INC. $ 11500.00 250874 CROM COATINGS & RESTORAT $ 31500.00 250875 PROJECT CLASSIC LLC $ 31000.00 250876 SHI $ 2,492.08 250877 WEX BANK $ 21008.97 250878 PAVEMENT TECHNOLOGY, INC $ 21,766.69 250879 DUVAL FORD $ 47,783.00 250881 PSI TECHNOLOGIES, INC. $ 11,175.00 250882 GOLOB, GARY J $ 11500.00 250883 ALL COUNTIES PAINTING LLC $ 169375.00 250884 TYSON ENTERTAINMENT GROUP, LLC $ 8,000.00 250885 VALET PARKING 4 YOU $ 750.00 250886 FLORI DA VARI ETY LLC $ 489875.00 250887 DIGITAL VIBEZ, INC. $ 1,500.00 250889 ARROYO PROCESS EQUIPMENT $ 10,768.54 250891 DLT SOLUTIONS, LLC $ 59392.84 250892 AIR-EZE SCIENTIFIC SERVI $ 595.00 250893 BECKLES, GUY $ 397.98 54 250894 IPC TECHNOLOGIES, INC. $ 13,052.22 250895 EPR SYSTEMS USA, INC. $ 45,332.00 250896 IPC TECHNOLOGIES, INC. $ 10,425.00 250897 JEAN-MICHEL ROLLAND $ 200.00 250900 CEMETERY FUNERAL SUPPLY $ 39277.00 250901 TRACK STAR I NTERNATI NAL, INC. $ 30,140.00 250902 FLOCK SAFETY $ 20,137.93 250903 DIBBLE (1099), MAUREEN $ 480.00 250904 SOUTH FLORIDA BOUNCE & SLIDE $ 1,710.00 250905 DYNAMIC D U 0 PT, LLC $ 75.00 250910 PORT CONSOLIDATED INC $ 71778.08 250912 COURTCO, LLC $ 41500.00 250913 MUSCO SPORTS LIGHTING LLC $ 475.00 250915 CURE COCKTAILS AND EVENTS, LLC. $ 825.00 250916 SHARK EYE ENTERPRISES LLC $ 4,363.00 250917 NORTH AMERICAN RESCUE $ 41982.06 250920 ALPHA 1 STAFFING/SEARCH $ 32,716.01 250921 BARNEY'S PUMPS INC. $ 41738.00 250922 DELL MARKETING LP $ 31531.44 250925 EVOQUA WATER TECHNOLOGIES, LLC $ 3,778.00 250926 VTECHIO $ 25,692.80 250930 VINNIES AUTO BODY SHOP $ 3,885.29 250931 CATHERINE POLAK $ 4,000.00 250932 GOLD, DEBRA $ 950.00 250933 GUZMAN, CALISTA $ 320.00 250934 AUTO NATI 0 N CHEVROLET $ 604.57 250935 ROBERT HALF INTERNATIONA $ 18,624.00 250936 ALAN JAY CHEVROLET $ 46,530.55 250938 ALAN LU BY (1099) $ 250.00 250939 TJ BOWLES ELECTRIC CO., INC. $ 2,800.00 250940 TJ BOWLES ELECTRIC CO., INC. $ 31500.00 250941 TJ BOWLES ELECTRIC CO., INC. $ 41896.50 250942 TJ BOWLES ELECTRIC CO., INC. $ 18,150.00 250943 SMARTSENSE BY DIGI $ 518.40 250945 ENVIROSPEC, INC. $ 19365.00 250946 ENDRESS & HAUSER INC $ 149719.75 250947 RYPER WATER ANALYTICS, LLC $ 229770.00 250948 RYPER WATER ANALYTICS, LLC $ 279120.00 250949 PREMIER BOUNCE N SLIDE P $ 119450.00 250950 ALL STAR ENGRAVING $ 117.83 250951 WRAP BY DESIGN LLC $ 21650.00 250952 SOUTHEAST TRUCK SPECIALI $ 59289.50 250953 PAUL ANTHONY ENTE RTAINME $ 39000.00 250954 AMJ - TRINOVA - FL $ 29870.00 55 250955 SOUTH FL EMERGENCY VEHIC $ 229267.88 250958 PREMIER BOUNCE N SLIDE P $ 21500.00 250959 JONES III (1099), FOREST $ 21000.00 250960 DELRAY FINEST SIGNS & GRAPHICS $ 785.00 250961 KRU EVENTS LLC $ 875.00 250962 HAN IF, ABASI (1099) $ 900.00 250963 ARTN EST DELRAY, INC $ 250.00 250965 MARCIA LORI LEVINE $ 1,000.00 250966 SULLIVAN ELECTRIC & PUMP $ 11317.45 250968 CONDO ELECTRIC MOTOR REP $ 41950.00 250969 EASTEC SAFETY, LLC $ 41560.00 250970 FEDERAL ENGINEERING & TE $ 11685.00 250971 AMERESCO SOLAR, LLC $ 21979.00 250972 STAR CONTROLS INC. $ 11,824.10 250973 EMERGENCY MEDICAL CONSUL $ 23,180.00 250975 PORT CONSOLIDATED INC $ 21947.03 250979 JACOBS ENGINEERING GROUP $ 49,790.00 250980 VTECHIO $ 10,465.00 250982 THE EVENT DEPOT $ 11580.00 250983 PLAYMORE RECREATIONAL PR $ 2,700.00 250985 DELL MARKETING LP $ 3,896.76 250986 AT&T MOBILITY NAT'L ACCO $ 4,399.96 250987 ALL COUNTIES PAINTING LL $ 2,100.00 250989 MUNICIPAL EMERGENCY SVCS $ 3,886.14 250990 TJ BOWLES ELECTRIC CO., $ 11875.00 250991 AXON ENTERPRISE, INC $ 51648.52 250992 LEXISNEXIS RISK SOLUTION $ 71875.00 250993 BMW OF DELRAY BEACH $ 369.54 250994 VINNIES AUTO BODY SHOP $ 21479.90 250995 M E L E N D EZ, MARC $ 124.00 250996 KATHERINE LITRENTA $ 150.00 250997 BENNETT FIRE PRODUCTS CO $ 11177.14 250998 BENNETT FIRE PRODUCTS CO $ 588.57 250999 SHI $ 51129.55 251000 KODA CREATIVE LLC $ 500.00 251003 STANLEY STEEMER OF SOUTH $ 907.68 251004 VINNIES AUTO BODY SHOP $ 1,939.30 251005 JUPITERBOUNCE.COM $ 748.00 251006 DIBBLE (1099), MAUREEN $ 240.00 251007 C4 RENTS INC $ 746.00 251008 VALUE LINE PUBLISHING LL $ 21175.00 251009 GUMDROP BOOKS $ 29259.28 251010 C LEARVI EW AI, INC $ 59495.00 251011 BOARD OF COUNTY COMMISSI $ 379254.47 56 251013 BENNETT FIRE PRODUCTS CO $ 5,383.34 251014 SOUTH FLORIDA BOUNCE & S $ 1,200.00 251016 MAGNET FORENSICS, LLC $ 12,490.00 251017 MAGNUM ELECTRONICS, INC. $ 139.37 251019 INSIGHT PUBLIC SECTOR $ 49140.41 251020 WITMER PUBLIC SAFETY GRO $ 41658.25 251022 BROADCAST SYSTEMS $ 49,314.94 251023 ENDRESS & HAUSER INC $ 15,473.46 251024 CELLEBRITE INC. $ 7,187.49 251025 VTE C H I 0 $ 11, 376.35 251026 VTE C H I 0 $ 71438.95 251027 VTE C H I 0 $ 11632.92 251028 PROTECTVIDEO INC. $ 11197.00 251029 PEERSON AUDIO, INC $ 341750.00 251030 CDW GOVERNMENT, INC. $ 9,500.00 251031 ATLANTIC SOUTHERN PAVING $ 81359.94 251034 MUNICIPAL EMERGENCY SVCS $ 1,898.58 251035 SOUTHEAST TRUCK SPECIALI $ 28,598.29 251038 NAT'L LIFT TRUCK SERVICE $ 148.00 251039 AUTO NATI O N CHEVROLET O F $ 375.28 251040 BLUEALLY TECHNOLOGY SOLU $ 44,533.89 251042 IN YOU WENDO DESIGN $ 108.00 251043 COMMERCIAL PRINTERS INC. $ 2,456.00 251044 LAURENCE GARTEL $ 840.00 251045 AXON ENTERPRISE, INC $ 29,051.87 251046 CARAHSOFT TECHNOLOGY COR $ 21,620.48 251047 VTE C H I 0 $ 20,686.99 251048 MOTOROLA SOLUTIONS, INC. $ 20,441.80 251049 HOMRICH CORPORATION $ 41960.00 251054 DANA SAFETY SUPPLY, INC. $ 29,000.00 251063 TRIPP ELECTRIC MOTORS, 1 $ 91602.06 251064 AMERITROL, INC $ 11955.88 251068 SHADEMAKERS LLC $ 16,848.00 251069 EBSCO PUBLISHING $ 12,177.00 251070 GALE/CENGAGE LEARNING $ 39007.43 251072 ARMOR COURTS INC. $ 49725.00 251073 THERMO ELECTRON NORTH AM $ 992.95 251074 TORRES ELECTRICAL SUPPLY $ 16,860.00 251075 CLEAR CHANNEL OUTDOOR $ 21550.00 251076 WRMF-FM, WEAT-FM, WMBX-F $ 1,960.00 251077 SUN SENTINEL $ 11148.00 251078 BROCKA CLINE $ 500.00 251080 HABITAT SPECIALISTS, INC $ 19000.00 251083 TURMAINE, GERALD $ 1,500.00 57 251084 AMERICAN/INTERSTATE SIGN $ 149319.00 251085 SHI $ 51065.20 251086 MOTOROLA SOLUTIONS, INC. $ 12,667.00 251087 DRYVEBOX PALM BEACH $ 39000.00 251089 JUPITERBOUNCE.COM, LLC $ 755.00 251090 GALE/CENGAGE LEARNING $ 41000.00 251091 TEN 8 FIRE EQUIPMENT INC $ 16,983.96 251093 DV WI RELESS $ 4,997.50 251094 BOBCAT COMPANY $ 21527.08 251095 VIRTUAL PLANET TECHNOLOG $ 49,500.00 251096 VINNIES AUTO BODY SHOP $ 41962.23 251097 VINNIES AUTO BODY SHOP $ 41128.70 251098 ELITE MEDIA $ 41200.00 251099 RESCARTA FOUNDATION, INC $ 200.00 251100 USIQ, INC. $ 4,745.00 251101 PROFORCELAW ENFORCEMENT $ 21975.96 251102 LOBBYCENTRAL $ 11026.00 251103 SIGNARAMA $ 926.26 251104 AXON ENTERPRISE, INC $ 41950.00 251105 TAN'S DREAM LLC $ 800.00 251106 THE BEAM STORE, INC $ 3,895.19 251107 CATERING SOLUTIONS LLC $ 1,347.00 251108 SOUTHEAST TRUCK SPECIALI $ 7,408.06 251109 WHITTICK, NICHOLAS $ 300.00 251110 INTEGRITY PUBLIC FINANCE $ 41950.00 251111 PROCTOR FIRE EXTINGUISHE $ 11120.00 251112 ARMOR COURTS INC. $ 29,312.50 251113 LITUS MUSIC ENTERTAINMEN $ 11,500.00 251114 AMER CARNIVAL MART $ 21860.00 251115 HERC RENTALS, INC. $ 19,336.00 251116 PARTY HOUR ENTERTAINMENT $ 489.00 251117 BUSINESS INFORMATION SYS $ 31733.70 251118 MUNICIPAL EMERGENCY SVCS $ 11525.00 251119 ALEX RODRIGUEZ DMD PC $ 11816.95 251120 BARRIER SYSTEMS, LLC $ 12,101.00 251121 TEN 8 FIRE EQUIPMENT INC $ 49848.48 251122 FUEGO PRODUCTIONZ $ 800.00 251123 SHI $ 39579.18 251124 POWER PLUS MARINE INC. $ 39492.85 251125 ARGSOFT GROUP LLC $ 3,190.00 251126 DELL MARKETING LP $ 31602.27 251127 XYBIX SYSTEMS, INC. $ 79120.23 251128 CHRISTOPHER AAUTORE $ 600.00 251129 COCKTAIL HOUR ENTERTAINM $ 49325.00 58 251130 MR. ICE MACHINES COMPANY $ 1,758.00 251131 WHITTICK, NICHOLAS $ 150.00 251132 APPLIANCE KING OF AMERIC $ 823.99 251135 SOUTHEAST TRUCK SPECIALI $ 89690.30 251136 DELL MARKETING LP $ 69202.77 251138 STOP STICK, LTD $ 21550.75 251139 CRAZY GAMES LLC $ 1,948.00 251140 HERC RENTALS, INC. $ 443.00 251141 EASY PICKER GOLF PRODUCT $ 41286.00 251142 ANZCO, INC. $ 41800.00 251143 SUNSHINE GLOW CO $ 21648.00 251144 BENNETT FIRE PRODUCTS CO $ 11100.00 251146 ALL STAR BOUNCE INC $ 41805.00 251147 PSI TECHNOLOGIES, INC. $ 121715.00 251148 BENNETT FIRE PRODUCTS CO $ 588.57 251149 GRID ONE ELECTRICAL $ 11895.10 251150 BARNARD'S CARPET ONE $ 41949.40 251152 SESAC LLC $ 21011.73 251154 CDW GOVERNMENT INC. $ 20,750.00 251155 NMR MEDIA $ 1,200.00 251156 MARTIN FENCE CO. $ 1,969.38 251157 INSIGHT PUBLIC SECTOR $ 22,588.00 251158 VTECHIO $ 6,500.00 251160 LOU'S POLICE AND SECURIT $ 2,900.00 251161 MOTPLANS.COM $ 31350.00 251162 APEX VALET $ 900.00 251163 IN YOU WENDO DESIGN $ 30.00 251164 INSIGHT PUBLIC SECTOR $ 31990.30 251165 CARIBBEAN CHILLERS ENTER $ 41000.00 251166 FOTOBOYZ EVENTS $ 4,970.00 251168 UNITY TACTI CAL, LLC $ 3,417.00 251169 HOMRICH CORPORATION $ 19,800.00 251170 STEP CG, LLC $ 81915.52 251171 VTE C H I 0 $ 26, 735.40 251172 TEXAS UNDERGOUND, INC. $ 21336.00 251173 AMERICAN/INTERSTATE SIGN $ 49930.00 251174 SHEEPDOG MICROPHONES $ 69996.60 251176 SMITH BROS. CONTRACTING $ 39761.17 251177 CREATIVEBUG $ 31000.00 251178 PEDIATRIC EMERGENCY STAN $ 17,866.88 251181 SHENANDOAH GENERAL CONST $ 469920.00 251182 C4 RENTS INC $ 39628.00 251183 TELEVAC SOUTH INC $ 49200.00 251184 RAINLIFE RAIN BARRELS $ 19175.00 59 251185 FEDERAL EASTERN INT'L, LLC $ 6,630.00 251186 10-S TENNIS SUPPLY $ 21099.30 251187 CAESAR EVENTS MIAMI INC $ 19,831.75 251188 VINNIES AUTO BODY SHOP $ 99867.08 251189 STEP CG, LLC $ 89985.76 251190 VTE C H I 0 $ 21569.28 251191 CDW GOVERNMENT, INC. $ 4,491.72 251192 CDW GOVERNMENT, INC. $ 4,481.75 251193 EOLA POWER LLC $ 91422.20 251194 STEP CG, LLC $ 20,468.15 251195 DELL MARKETING LP $ 21067.59 251196 ALL KEYED UP INC. $ 234.00 251197 2GHO INC. LANSCAPE ARCHI $ 880.00 251198 RCULTURES, INC. $ 21400.00 251199 JFB CONSTRUCTION & DEVEL $ 28,535.00 251200 DELL MARKETING LP $ 21067.59 251203 SUPER SEER CORP $ 726.30 251204 PROFORCELAW ENFORCEMENT $ 31267.00 251205 PREMIER BOUNCE N SLIDE P $ 895.00 251208 HOMRICH CORPORATION $ 23,876.00 251209 LIGAS ENTERPRISES, INC. $ 2,340.00 251210 COMMONWEALTH AMMUNITION $ 7,000.00 251211 FEDERAL EASTERN INT'L, LLC $ 5,280.00 251212 ESOTERIC, LLC $ 695.63 251213 ESSATAC LLC $ 21077.20 251214 RTS TACTICAL $ 41949.99 251217 STREETLIGHT DATA, INC $ 81610.00 251218 MADSEN/BARR CORPORATION $ 49,283.75 251219 KIWI BREACHING PRODUCTS, $ 293.00 251220 HARD HEAD VETERANS LLC $ 2,259.96 251221 MMC BOAT DETAILING $ 21350.00 251222 KANOPY, INC. $ 10,635.00 251224 JANWAY COMPANY USA $ 11722.00 251225 MUNICIPAL EQUIPMENT COMP $ 81870.00 251226 BENNETT FIRE PRODUCTS COMPANY $ 588.57 251227 FLUID CONTROL SPECIALTI E $ 89361.00 251228 PROMO DIRECT $ 750.45 251230 A. ED. COHEN, INC. $ 650.00 251231 APPLIED CONCEPTS INC. $ 351.00 251232 OMNI EXPLOSIVES $ 605.00 251233 WILSON, LATOYAY. $ 200.00 251234 CINTAS CORPORATION #283 $ 999.91 251235 CINTAS CORPORATION #283 $ 59000.00 251236 RMJ CONTRACTORS INC $ 35,900.00 60 251239 BUBBLES OF JOY ENTERTAIN $ 2,175.00 251240 RMJ CONTRACTORS INC $ 49,700.00 251241 RTS TACTICAL $ 51639.88 251242 CAULFIELD & WHEELER, INC $ 329500.00 251243 VOGEL SEED & FERTILIZER, $ 189750.00 251244 MATBOCK $ 11514.00 251245 LAW ENFORCEMENT TARGETS $ 776.00 251246 VINCENT S ALLO $ 3,000.00 251247 GOMEZ, VERONICA $ 400.00 251248 DIBBLE (1099), MAUREEN $ 1,200.00 251249 ALL STAR BOUNCE INC $ 41562.20 251250 SUTTON, HARVEY $ 500.00 251251 S & S WORLDWIDE $ 723.44 251252 MIKE SIPE ENTERMAINMENT, INC. $ 31790.00 251253 USIQ, INC. $ 786.60 251254 PVP COMMUNICATIONS $ 41072.00 251255 GALE/CENGAGE LEARNING $ 21954.91 251256 ALL AROUND FUN LLC $ 350.00 251257 DUNCAN PARNELL INC $ 11380.00 251258 MADSEN/BARR CORPORATION $ 25,000.00 251260 RMJ CONTRACTORS INC $ 9,600.00 251262 CLOUDSYTE $ 9,500.00 251263 PBC TRAFFIC ENGINEERING $ 22,908.00 251264 ATLANTIC SOUTHERN PAVING & SEALCOATING $ 11,080.00 251265 FUEGO PRODUCTIONZ $ 71847.50 251268 SOUTH FLORIDA BOUNCE & SLIDE $ 625.00 251269 AT&T MOBILITY NAT'L ACCOUNTS $ 31960.00 251272 WHITTICK, NICHOLAS $ 450.00 251273 STEP CG, LLC $ 71000.00 251274 HUDSON PUMP & EQUIPMENT $ 23,297.00 251275 RONIN TACTICS INC $ 31996.00 251276 SOUTH FLORIDATACTICAL FIREARM $ 61005.00 251277 N ETGATE $ 10,653.64 251278 SH I $ 11,325.60 251279 PLANTE & MORAN, PLLC $ 12,000.00 251280 PEPPERBALL $ 159994.00 251282 VERMONT SYSTEMS, INC. $ 5,160.10 251283 RIVA MOTOR SPORTS $ 429936.50 251284 DELRAY FINEST SIGNS & GRAPHICS $ 175.00 251285 SHADE TREE MUSIC STUDIO $ 1,800.00 251286 VINNIES AUTO BODY SHOP $ 31859.77 251287 RESCARTA FOUNDATION, INC $ 500.00 251288 CARAHSOFT TECHNOLOGY CORP. $ 209990.77 251289 BLUEALLY TECHNOLOGY SOLUTIONS $ 28,981.06 61 251290 COCKTAIL HOUR ENTERTAINMENT $ 4,750.00 251291 ATLANTIC SOUTHERN PAVING & SEALCOATING $ 15,410.00 251292 HOOVER PUMPING SYSTEMS $ 21590.00 251294 FPL $ 568.95 251295 BROWN, JAREL $ 29400.00 251296 STATEWIDE HOMES LLC $ 31000.00 251297 RANDY'S HOLIDAY LIGHTING $ 380.00 251298 JANWAY COMPANY USA $ 1,515.00 251299 CRITICAL MENTION $ 61500.00 251300 SEA TURTLE ADVENTURES INC. $ 250.00 251301 GISELLE LLC $ 11500.00 251302 AVIROM & ASSOCIATES, INC. $ 41200.00 251304 DELL MARKETING LP $ 51294.01 251305 DELL MARKETING LP $ 11764.67 251306 ALL COUNTIES PAINTING LLC $ 5,067.43 251311 SSD INTERNATIONAL INC. $ 21558.00 251312 ALL HANDS FIRE EQUIPMENT $ 11045.14 251313 GREGOI RE, GERN ISE $ 950.00 251314 THE ATLANTIC CURRENT, LLC $ 750.00 251315 AARON MENTOS MUSIC LLC $ 1,500.00 251316 MELLOW MONKEYART $ 3,400.00 251317 STRYKER MEDICAL $ 40,965.76 251318 DELL MARKETING LP $ 2,020.36 251321 TEXAS UNDERGROUND INC. $ 12,700.00 251327 STEP CG, LLC $ 51741.75 251328 PSI TECHNOLOGIES, INC. $ 61165.00 251330 ALRO STEEL CORPORATION $ 51410.71 251331 HACH COMPANY $ 11805.00 251332 JODY HILL LIVE PRODUCTIONS $ 11500.00 251333 ANGELS ENTERTAINMENT LLC $ 8,400.00 251334 PROJECT CLASSIC LLC $ 11000.00 251335 THE COASTAL STAR $ 11050.00 251336 DELRAY FINEST SIGNS & GRAPHICS $ 61090.00 251337 CUTIE CHARCUTERIE CART $ 31600.00 251338 PALM BEACH OUTDOOR CINEMA $ 11500.00 251339 CAPABILITY GROWTH ASSOCIATES $ 29250.00 251340 SSD INTERNATIONAL INC. $ 14,950.00 251341 COMMERCIAL ENERGY SPECIALISTS $ 541.02 251346 HODGES, GARY L. $ 300.00 251347 PREMIER BOUNCE N SLIDE PARTY $ 3,300.00 251348 PREMIER BOUNCE N SLIDE PARTY $ 695.00 251349 WHENTOWORK, INC. $ 522.00 251350 BELNICK HOLDCO INC $ 69167.08 251351 ANDREW HANSON $ 450.00 62 251355 CAROLLO ENGINEERS, INC. $ 209940.00 251356 JANWAY COMPANY USA $ 21578.54 251357 YSFG BJ $ 200.00 251359 FL DEPT OF TRANSPORTATION $ 49879.50 251360 RMJ CONTRACTORS INC $ 389600.00 251361 PICNICS IN PARADISE LLC $ 31000.00 251362 ATLAS PARTY RENTAL $ 5,165.00 251363 SH I $ 8,393.78 251364 ROSH ELL PARTY CREATIONS LLC $ 430.00 251365 VTECHIO $ 10,649.81 251366 RCN TECHNOLOGIES $ 41602.00 251368 NAT'L CONSTRUCTION RENTAL $ 11016.60 251369 NICHOLAS VACARINO $ 11609.00 251370 PVP COMMUNICATIONS $ 11874.00 251371 CLARK, BIANCA R $ 2,000.00 251372 HAPPYORNOT AMERICAS INC. $ 11781.88 251374 ALL COUNTIES PAINTING LLC $ 27,950.35 251375 FLUID CONTROL SPECIALTIES INC. $ 13,336.00 251376 OMEGA UPLIFTS FOUNDATION, INC. $ 41999.99 251377 DON BELL SIGNS, LLC $ 450.00 251378 SH I $ 17,300.81 251379 HOMRICH CORPORATION $ 1,600.00 251381 ZEIGLER, RICKIE $ 500.00 251384 BROADCAST SYSTEMS $ 6,945.14 251385 OCLC $ 21000.00 63 6.13 Consent Agenda 05/20/2025 City of Boynton Beach Agenda Item Request Form Meeting Date: 05/20/2025 Proposed Resolution No. R25-125- Approving and authorizing the Mayor to sign a land use agreement between the City of Boynton Beach and 3301 Quantum Owner, LLC for the 2025 Boynton Beach July 4th event on Friday, July 4, 2025. Requested Action: Staff recommends approval of Proposed Resolution No. R25-125. Explanation of Request: The City has received permission from the property owner to use the following property to provide free public parking for 2025 Boynton Beach July 4th event attendees: 3301 Quantum Owner, LLC 3301 Quantum Boulevard and 3500 Quantum Boulevard. Attendees will have the option to park remotely in the lots and utilize free bus shuttle services to and from the event provided by the City of Boynton Beach's transportation vendor during the duration of the 2025 Boynton Beach July 4th event. How will this affect city programs or services? Parking is very limited in the Intracoastal Park area and this agreement provides an additional parking option for those that would like to attend the 2025 Boynton Beach July 4th event. Budgeted Item: Yes Account Line Item and Description: 001-1213-519-4824: Special Events Fiscal Impact: There is no cost related to the temporary use of this property. Attachments: R25-125 Agenda_Item_3052- 2025_Resolution_for 3301 -Quantum -LLC -for -4th -of July_Parking.docx Exhibit A to Resolution - 25 - Use Agreement - Quantum.pdf 64 I RESOLUTION NO. R25-125 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVING AN AGREEMENT FOR USE OF 5 PROPERTY WITH 3301 QUANTUM OWNER LLC FOR THE USE OF 6 PARKING LOTS FOR THE 2025 4TH OF JULY EVENT; AND FOR ALL 7 OTHER PURPOSES. 8 9 WHEREAS, the City has received permission from the 3301 Quantum Owner LLC ("Owner") 10 to use the following properties to provide free public parking for the 2025 Boynton Beach July 4th 11 event: 3301 Quantum Boulevard and 3500 Quantum Boulevard. Attendees will have the option to 12 park remotely in the lots and utilize free bus shuttle services to and from the event provided by 13 the City of Boynton Beach's transportation vendor during the duration of the 2025 Boynton Beach 14 July 4th event; and 15 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 16 best interests of the City's citizens and residents to approve an Agreement for Use of Property 17 with 3301 Quantum Owner, LLC for the use of parking lots for the 2025 4th of July Event. 18 19 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 20 BEACH, FLORIDA, THAT: 21 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 22 being true and correct and are hereby made a specific part of this Resolution upon adoption. 23 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 24 approve an Agreement for Use of Property with 3301 Quantum Owner, LLC for the use of parking 25 lots for the 2025 4th of July Event (the "Agreement"), in form and substance similar to that 26 attached as Exhibit A. 27 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 28 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 29 ancillary documents as may be necessary to accomplish the purpose of this Resolution. 30 SECTION 4. The City Clerk shall retain the fully executed Agreement as a public record 31 of the City. A copy of the fully executed Agreement shall be provided to Gabrielle Favitta for 32 forwarding to the Owner. 65 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 SECTION S. This Resolution shall take effect in accordance with the law. PASSED AND ADOPTED this day of ATTEST: Maylee De Jesus, MPA, MMC City Clerk (Corporate Seal) CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Rebecca Shelton Vice Mayor —Woodrow L. Hay Commissioner — Angela Cruz Commissioner — Thomas Turkin Commissioner —Aimee Kelley VOTE Rebecca Shelton Mayor APPROVED AS TO FORM: Shawna G. Lamb City Attorney 2025. 66 THIS AGREEMENT FOR USE OF PROPERTY ("Agreement") 'is made thl*s day *f ) 2025, by and between the City of Boynton Beach ("City") and 3301 Quantum Owner LLC its officers, employees, successors and assigns ("Owner"). WITNESSETH: WHEREAS, Owner warrants that it owns that certain property located at 3301 Quantum Blvd, Boynton Beach, FL 33426 (Parcel Number: 08-43-45-17-07-000-0120) and 3500 Quantum Blvd, Boynton Beach, FL 33426 (Parcel Number: 08-43-45-17-09-000-0930) (the "Property"); and WHEREAS, the City desires to use the parking lots located on the Property for parkin for an event taking place on Friday, July 4, 2025 (the "Event"),- I WHEREAS, Owner desires to permit the City to use the Property for the Event; NOW, THEREFORE, for the mutual covenant and matters set forth herein, as of the i.ate set forth above, the parties hereby agree as follows: I . Foregoing Whereas clauses are incorporated as if fully set forth herein. 2. Owner agrees to allow the City to enter onto the Property for any and all uses related to the Event on the dates and times specified in the attached Exh*b*t I 3. Owner agrees that the City shall be allowed to use the Property pursuant to this Agreement free of charge. 4. Owner is responsible for any injuries which occur on the Property as a result in a defect I*n the property, Owner's failure to maintain the property, and any and all other conditions which are the Property Owner's responsibility, and which cause an irijury to any guest, invitee, or third party on Property. 5. The City represents and acknowledges that: a. Its activities and all participants are properly covered by appropriate insurance; b. The City shall be responsible for any injuries to its employees, agents, and contractors, occurring on the Property for the Event and any other dates/times as I c. The City shall be responsible for any damage to the Property caused by the City's use of the Property for the Event. 00 (D d. The City shall also be responsible for its own negligence. e. To the extent permitted by law, and subject to the limitations of section 768.28. Florida Statutes, the City shall defend and indemniffy and hold harmless the Owner from all claims, suits, causes of action or any claim whatsoever made by any party arising from the City's own negligence or Ci*ty's own activi*ti*es on the Property specific in Exhibit A. Nothing in this paragraph is considered a waiver of sovereign immunity by the City. 6. Owner hereby acknowledges and agrees that Owner shall receive no compensation from the City *in return for permitting the City to use the Property as provided for in this Agreement. 7. No prior or present agreements or representations shall be binding upon any of the parties hereto unless incorporated into this Agreement. No modification or change to this Agreement shall be valid or binding upon the Parties unless in writing, executed by the parties to be bound thereby. 8. This Agreement shall expire on Saturday, July 6, 2025 at 6:00pm. 9. This Agreement is governed by the laws of the State of Florida and venue is in Palm Beach County. 10. By execution of this Agreement, 'in accordance with the requirements of F S.287- 135 and F.S. 215.473, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concenung the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made *in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section • 287.135, Florida Statutes, as amended from time to time. IN WITNESS WHEREOF, the CITY OF BOYNTON BEACH has caused these presents to be executed in its name by its Mayor and attested and its official seal to be hereunto affixed and Owner have hereunto set its hand and seal the day and year first above written. By: City Attorney U 'riF ly-tel STATE OF FLORIDA COUNTY OF ' Oea CAj 1h 1 Pau", The trument was acknowledged before me b, means of &A/physical presence or F 0 4j*sA,,r!, day o 2025, by as WCOMMM" t 1-04. S AL) (.Name of Nota ype Pn*nte r StaMped) T eoo�' OR Produced Identification ion Produced e MUIMURM Owner agrees to allow the City and attendees of the Event to enter onto the Property for uses related to the Event at any time on Friday, July 4, 2025. 2. In addition to the date listed above, the City may access the Property to perform site preparation (such as light tower, signage and portable restrooms placement) before the Event. This access may occur anytime between Thursday, July 3, 2025 and Saturday, July 5, 2025, and may occur over multiple days. )o U+- nopa 4-4 A)q n D a. The City will provide 24 hours' notice to Owner prior to entering the Property, and will only perform site preparation activities between the hours of 8 -.3 0 a.m. and 5.- 3 0 p.m. 3. The City may install removable tower lights, portable restrooms, and event parking signs on the Property for the Event. 11111111 i� lippill �1111 jr; lif 11;11� �ll� i Aptil 26,,,,, MM tt,257 D QAM N I` +� r 11 r -< �� Consent Agenda 05/20/2025 Proposed Resolution No. R25-126- Approve the issuance of a Purchase Order to Tiresoles of Broward, Inc., d/b/a Elpex Tire, an authorized vendor of The Goodyear Tire and Rubber Company, for the purchase of recap/retread tires for the City's Fleet for five years with an annual expenditure of $90,000. Requested Action: Staff recommends approval of Proposed Resolution No. R25-126. Explanation of Request: Contract Expires June 30, 2027, and has three (3) one (1) year renewal options. The State of Florida is a participating state in the NASPO ValuePoint Cooperative Purchasing Program for tires. The City intends to utilize this contract to purchase recap/retread 11 R22.5 tires for the City's Fleet. A recap/retread tire is made by placing a new tread on an existing casing. Once a new tire has been used and needs replacing, instead of replacing it with a new tire, a recap/retread tire can be used. Recaps can only be used on non -steer tires. A tire can be recapped up to three or four times, depending on the casing. These tires will be stocked at the City's Warehouse. This purchase would be procured under the Piggyback exemption of the procurement code. Piggyback contracts significantly benefit the City of Boynton Beach by providing a cost- effective and efficient way to procure goods and services. By leveraging agreements already in place with other governmental entities, the City can avoid the time-consuming and expensive process of issuing its own competitive bids. This allows quicker access to needed resources while often securing more favorable pricing due to the economies of scale achieved through larger contracts. Additionally, piggybacking ensures the City can tap into pre -vetted vendors who have already been thoroughly evaluated, reducing administrative burdens and risks associated with vendor selection. Ultimately, piggyback contracts streamline procurement, save taxpayer money, and improve the efficiency of City operations. This eliminates waste, as a used tire can be recapped and not replaced with a new tire. The cost of a new tire is $538.71, compared to a recap tire at $204.99. Previously, the City utilized PRIDE for its recapping needs. However, PRIDE has gone out of business. The City proposes utilizing a NASPO contract with the Goodyear Tire & Rubber Company, through its authorized vendor, Tiresoles of Broward, Inc. d/b/a Elpex Tire. How will this affect city programs or services? This will enable the purchase of recap/retread tires for the City's Fleet at a significant cost savings. 73 Budgeted Item: Yes Account Line Item and Description: 502-0000-141-0100 Inventory Account Fiscal Impact: This is a budgeted item. Attachments: R25-126 Agenda—Item-3083- 2025—Resolution—for-Purchase—of Recap_Retreated_Tires.docx Goodyear Contract 2024.pdf NASPO Master Agreement.pdf 1718893445_6-19-24 NASPO—Goodyear Nationwide Updated—Authorized Dealer List.pdf 1738587423_Goodyear NASPO Pricing 2-1-2025 to 6-30-2025 .pdf Tire Closing Letter.pdf 74 I RESOLUTION NO. R25-126 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVING THE PURCHASE OF RECAP/RETREAD 5 TIRES FOR THE CITY'S FLEET FOR FIVE YEARS WITH AN ANNUAL 6 EXPENDITURE OF $90,000 UTILIZING A NASPO CONTRACT WITH THE 7 GOODYEAR TIRE & RUBBER COMPANY, INC., THROUGH ITS 8 AUTHORIZED DEALER, TIRESOLES OF BROWARD, INC., D/B/A ELPEX 9 TIRE; AND FOR ALL OTHER PURPOSES. 10 11 WHEREAS, the State of Florida is a participating state in the NASPO ValuePoint 12 Cooperative Purchasing Program for tires. The City intends to utilize this contract to purchase 13 recap/retread 11 R22.5 tires for the City's Fleet. These tires will be stocked at the City's Warehouse; 14 and 15 WHEREAS, this purchase would be procured under the Piggyback exemption of the 16 procurement code. Piggyback contracts significantly benefit the City of Boynton Beach by 17 providing a cost-effective and efficient way to procure goods and services. By leveraging 18 agreements already in place with other governmental entities, the City can avoid the time - 19 consuming and expensive process of issuing its own competitive bids. This allows quicker access 20 to needed resources while often securing more favorable pricing due to the economies of scale 21 achieved through larger contracts. Additionally, piggybacking ensures the City can tap into pre - 22 vetted vendors who have already been thoroughly evaluated, reducing administrative burdens 23 and risks associated with vendor selection. Ultimately, piggyback contracts streamline 24 procurement, save taxpayer money, and improve the efficiency of City operations; and 25 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 26 best interests of the City's citizens and residents to approve the purchase of recap/retread tires 27 for the City's Fleet for five years with an annual expenditure of $90,000 utilizing the NASPO 28 contract with The Goodyear Tire & Rubber Company, though its authorized dealer, Tiresoles of 29 Broward, Inc., d/b/a Elpex Tire. 30 31 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 32 BEACH, FLORIDA, THAT: 75 33 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 34 being true and correct and are hereby made a specific part of this Resolution upon adoption. 35 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 36 approve the purchase of recap/retread tires for the City's Fleet for five years with an annual 37 expenditure of $90,000 from Tiresoles of Broward, Inc. d/b/a Elpex Tire. 38 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 39 authorizes the Mayor to execute any ancillary documents as may be necessary to accomplish the 40 purpose of this Resolution. 41 SECTION 4. This Resolution shall take effect in accordance with the law. 42 43 44 45 46 [SIGNATURES ON THE FOLLOWING PAGE] 76 47 PASSED AND ADOPTED this day of 2025. 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 ATTEST: Maylee Ue Jesus, MPA, MMC. City Clerk (Corporate Seal) CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Rebecca Shelton Vice Mayor —Woodrow L. Hay Commissioner — Angela Cruz Commissioner — Thomas Turkin Commissioner —Aimee Kelley VOTE Rebecca Shelton Mayor APPROVED AS TO FORM: Shawna G. Lamb City Attorney 77 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Alternate Contract Source (ACS) No. 25172500 -24 -ACS For Tires, Tubes, and Services This Alternate Contract Source No. 25172500 -24 -ACS Tires, Tubes, and Services (Contract), is between the Department of Management Services (Department), an agency of the State of Florida (State), located at 4050 Esplanade Way, Tallahassee, FL 32399 and The Goodyear Tire & Rubber Company (Contractor), located at 200 Innovation Way, Akron, OH 44316 collectively referred to herein as the "Parties." WHEREAS, the Department is authorized by section 287.042(16), Florida Statutes: To evaluate contracts let by the Federal Government, another state, or a political subdivision for the provision of commodities and contract services, and, if it is determined by the Secretary of Management Services in writing to be cost-effective and the best value to the state, to enter into a written agreement authorizing an agency to make purchases under such contract; WHEREAS, the State of Iowa, acting by and through the National Association of State Procurement Officials (NASPO) ValuePoint, competitively procured tires, tubes, and services and executed 24155, Tires, Tubes, and Services (Master Contract), with the Contractor; WHEREAS, the Secretary evaluated the Master Contract and determined that use of the Master Contract is cost-effective and the best value to the state. NOW THEREFORE, in consideration of the mutual promises contained herein, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. Term and Effective Date. The Master Contract becomes effective July 1, 2024 and its term currently ends on June 30, 2027. The Master Contract has three years of renewals available. The Contract will become effective on July 1, 2024 or on the date signed by all Parties, whichever is later. The Contract will expire on June 30, 2027 unless terminated earlier or renewed in accordance with Exhibit A, Additional Special Contract Conditions. 2. Order of Precedence. This Contract document and the attached exhibits constitute the Contract and the entire understanding of the Parties. Exhibits A, B, and C, and this Contract document constitute the Participating Addendum to the Master Contract and modify or supplement the terms and conditions of the Master Contract. All exhibits listed below are incorporated by reference into, Page 1 of 3 78 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Alternate Contract Source (ACS) No. 25172500 -24 -ACS For Tires, Tubes, and Services and form part of, this Contract. In the event of a conflict, the following order of precedence shall apply: a) This Contract document b) Exhibit A: Additional Special Contract Conditions c) Exhibit B: Special Contract Conditions d) Exhibit C: Price Sheet e) Exhibit D: Preferred Pricing Affidavit f) Exhibit E: Master Contract Where the laws and regulations of a state other than the State of Florida are cited or referenced in the Master Contract, such citation or reference shall be replaced by the comparable Florida law or regulation. 3. Purchases off this Contract. Upon execution of this Contract, agencies, as defined in section 287.012, Florida Statutes, may purchase products and services under this Contract. Any entity making a purchase off of this Contract acknowledges and agrees to be bound by the terms and conditions of this Contract. The Contractor shall adhere to the terms included in any contract or purchase orders issued pursuant to this Contract. 4. Primary Contacts. Department's Contract Manager: Christopher McMullen Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, Florida 32399-0950 Telephone: (850) 922-9867 Email: Christopher. mcmullen(aD-dms.fl.gov Contractor's Contract Manager: Kenny Miller The Goodyear Tire & Rubber Company 200 Innovation Way Akron, OH 44316 Telephone: (330) 796-4352 Email: Kenneth miller(aD-goodyear.com Page 2 of 3 79 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Alternate Contract Source (ACS) No. 25172500 -24 -ACS For Tires, Tubes, and Services 5. Modifications. Any amendments to this Contract must be in writing and signed by the Parties. If amendments are made to the Master Contract after the effective date of this Contract, the Contractor shall: 1) notify the Department of such amendments; and 2) provided the Department is amenable to incorporating the amendments into this Contract, enter into a written amendment with the Department reflecting the addition of such amendments to this Contract. IN WITNESS THEREOF, the Parties hereto have caused this Contract to be executed by their duly authorized undersigned officials. THE GOODYEAR TIRE & RUBBER COMPANY DocuSigned by: xv. Ryan Waldron, Vice President 6/12/2024 1 1:43 PM EDT Date: DEPARTMENT OF MANAGEMENT SERVICES DocuSigned by: Pedro Allende, Secretary 6/12/2024 13:36 PM EDT Date: Page 3 of 3 80 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 EXHIBIT A ADDITIONAL SPECIAL CONTRACT CONDITIONS The Contractor and agencies, as defined in section 287.012, Florida Statutes acknowledge and agree to be bound by the terms and conditions of the Master Contract except as otherwise specified in the Contract, which includes the Special Contract Conditions and these Additional Special Contract Conditions. A. Orders: Contractor must be able to accept the State of Florida Purchasing Card and MyFloridaMarketPlace (MFMP) purchase orders. B. Contractor and Subcontractors, Affiliates, Partners, Resellers, Distributors, and Dealers: By execution of a Contract, the Contractor acknowledges that it will not be released of its contractual obligations to the Department or state agencies because of any failure of an affiliate, partner, subcontractor, reseller, distributor, or dealer. The Contractor is responsible for ensuring that its affiliates, partners, subcontractors, resellers, distributors, and dealers providing commodities and performing services in furtherance of the Contract do so in compliance with the terms and conditions of the Contract. The Contractor is fully responsible for satisfactory completion of all work performed under the Contract. C. Preferred Pricing: It is the responsibility of the Contractor to provide a completed Preferred Pricing Affidavit upon Contract execution and annually thereafter throughout the Contract term in accordance with the Special Contract Conditions. D. Purchases Prerequisites: Contractor must ensure that entities receiving payment directly from Customers under this Contract must have met the following requirements: • Have an active registration with the Florida Department of State, Division of Corporations (www.sunbi ), or, if exempt from the registration requirements, provide the Department with the basis for such exemption. • Be registered in the MFMP Vendor Information Portal (https:Hvendor. mvfloridamarketplace.com). • Have a current W-9 filed with the Florida Department of Financial Services (https://flvendor.myfloridacfo.com) E. Punchout Catalog and Electronic Invoicing. The Contractor is encouraged to provide a MFMP punchout catalog. The punchout catalog provides an alternative mechanism for suppliers to offer the State access to Products awarded under the Contract. The punchout catalog also allows for direct communication between the MFMP eProcurement System and a supplier's Enterprise Resource Planning (ERP) system, which can reflect real-time Product inventory/availability information. 81 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Through utilization of the punchout catalog model, a Florida buyer will "punch out" to a supplier's website. Using the search tools on the supplier's Florida punchout catalog site, the user selects the desired Products. When complete, the user exits the supplier's punchout catalog site and the shopping cart (full of Products) is "brought back" to MFMP. No orders are sent to a supplier when the user exits the supplier's punchout catalog site. Instead, the chosen Products are "brought back" to MFMP as line items in a purchase order. The user can then proceed through the normal workflow steps, which may include adding/editing the Products (i.e., line items) in the purchase order. An order is not submitted to a supplier until the user approves and submits the purchase order, at which point the supplier receives an email with the order details. The Contractor may supply electronic invoices in lieu of paper-based invoices for those transactions processed through MFMP. Electronic invoices may be submitted to the agency through one of the mechanisms as listed below: 1) EDI (Electronic Data Interchange) This standard establishes the data contents of the Invoice Transaction Set (810) for use within the context of an Electronic Data Interchange (EDI) environment. This transaction set can be used for invoicing via the Ariba Network (AN) for catalog and non -catalog goods and services. 2) PO Flip via AN This online process allows Contractors to submit invoices via the AN for catalog and non -catalog goods and services. Contractors have the ability to create an invoice directly from their inbox in their AN account by simply "flipping" the PO into an invoice. This option does not require any special software or technical capabilities. The Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third -party provider of MFMP, a State contractor, the right and license to use, reproduce, transmit, distribute, and publicly display within MFMP. In addition, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third -party provider the right and license to reproduce and display within MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding designation that identifies the products made available by the Contractor under the Contract. F. Contract Reporting: The Contractor shall provide the Department the following accurate and complete reports associated with this Contract. 1) Contract Quarterly Sales Reports. The Contractor shall submit Quarterly Sales Reports in the manner and format required by the Department within 30 calendar days after the close of each State fiscal quarter (the State's fiscal quarters close on September 30, December 31, March 31, and June 30). The Quarterly Sales Report template can be found here: Quarterly Sales Report Format /Vendor Resources /State Purchasing /Business Operations /Florida Department of Management Services - DMS (myflorida.coM). Initiation and submission of the most recent version of the Quarterly Sales Report posted on the DMS website is the responsibility of the Contractor without prompting or notification from the Department. Sales will be reviewed on a quarterly basis. If no sales are Additional Special Contract Conditions (approved by State Purchasing, 1/18/2024) 82 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 recorded in two consecutive quarters, the Contractor may be placed on probationary status, or the Department may terminate the Contract. Failure to provide the Quarterly Sales Report, or other reports requested by the Department, will result in the imposition of financial consequences and may result in the Contractor being found in default and the termination of the Contract. 2) Certified and Minority Business Enterprises Reports. Upon Customer request, the Contractor shall report to each Customer spend with certified and other minority business enterprises in the provision of commodities or services related to the Customer orders. These reports shall include the period covered; the name, minority code, and Federal Employer Identification Number of each minority business enterprise utilized during the period; commodities and services provided by the minority business enterprise; and the amount paid to each minority business enterprise on behalf of the Customer. 3) Ad Hoc Sales Reports. The Department may require additional Contract sales information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit these documents and reports in the format acceptable to the Department and within the timeframe specified by the Department. 4) MFMP Transaction Fee Reports. The Contractor shall submit complete monthly MFMP Transaction Fee Reports to the Department. Reports are due 15 calendar days after the end of each month. Information on how to submit MFMP Transaction Fee Reports online can be located at https://www.dms.mvflorida.com/business operations/state /mvfloridamarketplace/mf mp vendors/transaction fee and reporting. Assistance with transaction fee reporting is also available by email at feeprocessina(a�-mvfloridamarketplace.com or telephone at 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. G. Financial Consequences: The Department reserves the right to impose financial consequences when the Contractor fails to comply with the requirements of the Contract. The following financial consequences will apply for the Contractor's non-performance under the Contract. The Customer and the Contractor may agree to add additional Financial Consequences on an as -needed basis beyond those stated herein to apply to that Customer's resultant contract or purchase order. The State of Florida reserves the right to withhold payment or implement other appropriate remedies, such as Contract termination or nonrenewal, when the Contractor has failed to comply with the provisions of the Contract. The Contractor and the Department agree that financial consequences for non-performance are an estimate of damages that are difficult to ascertain and are not penalties. The financial consequences below will be paid and received by the Department of Management Services within 30 calendar days from the due date specified by the Department. These financial consequences below are individually assessed for failures over each target period beginning with the first full month or quarter of the Contract performance and every month or quarter, respectively, thereafter. Additional Special Contract Conditions (approved by State Purchasing, 1/18/2024) 83 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Financial Consequences Chart Deliverable Performance Metric Performance Due Date Financial Consequence for Non - Performance /Not Received by the Contract Manager Contractor will All Quarterly Sales Completed reports $250 per day late timely submit Reports will be are due on or complete Quarterly submitted timely before the 30t" Sales Reports with the required calendar day after information the close of each State fiscal quarter Contractor will All MFMP Completed reports $100 per day late timely submit Transaction Fee are due on or complete MFMP Reports will be before the 15tH Transaction Fee submitted timely calendar day after Reports with the required the end of each information month No favorable action will be considered when Contractor has outstanding Contract Quarterly Sales Reports, MFMP Transaction Fee Reports, or any other documentation owed to the Department or Customer, to include fees / monies, that is required under this Contract. H. Business Review Meetings: Both the Department and Customer reserve the right to schedule business review meetings. The Department or Customer may specify the format or agenda for the meeting. At a minimum, the Business Review Meeting may include the following topics: a. Contract compliance b. Contract savings (in dollar amount and cost avoidance) c. Spend reports by Customer d. Recommendations for improved compliance and performance I. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract's term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their Additional Special Contract Conditions (approved by State Purchasing, 1/18/2024) 84 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor's performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A- 1.031(2)7 F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the vendor's failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. The provisions of subparagraphs 287.058(1)(a) -(c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. Additional Special Contract Conditions (approved by State Purchasing, 1/18/2024) 85 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. 5.5 Scrutinized Companies - Termination by the Department. The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State's Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to Additional Special Contract Conditions (approved by State Purchasing, 1/18/2024) 86 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A- 1.045(6)7 F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071 (1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS(&,DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399- 0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the Additional Special Contract Conditions (approved by State Purchasing, 1/18/2024) 87 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor's and subcontractors' data and records that directly relate to the Contract. To the extent necessary to verify the Contractor's fees and claims for payment under the Contract, the Contractor's agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days' notice, during normal working hours and in accordance with the Contractor's facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor's contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida's Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E -Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security's (DHS) E -Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. Special Contract Conditions additions: the following subsections are added to the Special Contract Conditions: 5.7 Foreign Country of Concern Attestation. If the Contract or Customer's purchase order issued pursuant to this Contract grants the Contractor access to an individual's personal identifying information as defined in section 501.171, Florida Statutes, the Contractor must, prior to execution, extension, or renewal of this Contract or Customer purchase order, complete and submit to the applicable Governmental Entity the Form PUR 1355, "Foreign Country of Concern Attestation Form," available at: https://www. dms.myflorida.com/business operations/state purchasing/state agency resour ces/state purchasing pur forms. 5.8 Common Carrier Attestation. The Contractor as a Common Carrier, as defined in section 908.111, Florida Statutes, or contracted carrier must, prior to execution, amendment, or renewal of this Contract or Additional Special Contract Conditions (approved by State Purchasing, 1/18/2024) DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Customer purchase order issued pursuant to this Contract, complete and submit to the applicable Governmental Entity the Form PUR 1808, "Common Carrier or Contracted Carrier Attestation Form," available at: https://www.dms.myflorida.com/business operations/state purchasing/state agency resour ces/state purchasing Pur forms. This Contract or a Customer purchase order may be terminated if the Contractor is found to be in violation of the submitted attestation. 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. Additional Special Contract Conditions (approved by State Purchasing, 1/18/2024) 89 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 EXHIBIT B SPECIAL CONTRACT CONDITIONS JULY 13 2019 VERSION Table of Contents SECTION1. DEFINITION...........................................................................................................................2 SECTION 2. CONTRACT TERM AND TERMINATION................................................................................. 2 SECTION 3. PAYMENT AND FEES............................................................................................................. 3 SECTION 4. CONTRACT MANAGEMENT..................................................................................................4 SECTION 5. COMPLIANCE WITH LAWS....................................................................................................6 SECTION 6. MISCELLANEOUS..................................................................................................................7 SECTION 7. LIABILITY AND INSURANCE........................................................................................................... 9 SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY..............................................................................................................................................10 SECTION 9. DATA SECURITY..................................................................................................................12 SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS..........................................................13 SECTION 11. CONTRACT MONITORING................................................................................................14 SECTION 12. CONTRACT AUDITS...........................................................................................................15 SECTION 13. BACKGROUND SCREENING AND SECURITY......................................................................16 SECTION 14. WARRANTY OF CONTRACTOR'S ABILITY TO PERFORM....................................................17 In accordance with Rule 6OA-1.002(7), F.A.C., Form PUR 1000 is included herein by reference but is superseded in its entirety by these Special Contract Conditions. SP approved version 7-1-2019 1 90 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 SECTION 1. DEFINITION. The following definition applies in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.): 1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract. SECTION 2. CONTRACT TERM AND TERMINATION. 2.1 Initial Term. The initial term will begin on the date set forth in the Contract documents or on the date the Contract is signed by all Parties, whichever is later. 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(13), F.S. 2.3 Suspension of Work and Termination. 2.3.1 Suspension of Work. The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Customer may suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the performance of the Contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. The Contractor will not resume performance of the Contract or purchase order until so authorized by the Department. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 2.3.3 Termination for Cause. If the performance of the Contractor is not in compliance with the Contract requirements or the Contractor has defaulted, the Department may: (a) immediately terminate the Contract; (b) notify the Contractor of the noncompliance or default, require correction, and specify the date by which the correction must be completed before the Contract is terminated; or (c) take other action deemed appropriate by the Department. SP approved version 7-1-2019 91 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 SECTION 3. PAYMENT AND FEES. 3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract documents. 3.2 Price Decreases. The following price decrease terms will apply to the Contract: 3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery of large single orders; 3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this Contract is a maximum price. Additionally, Contractor's pricing will not exceed the pricing offered under comparable contracts. Comparable contracts are those that are similar in size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must annually submit an affidavit from the Contractor's authorized representative attesting that the Contract complies with this clause. 3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. The Contractor must submit documentation identifying the proposed: (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then -authorized prices. 3.3 Payment Invoicing. The Contractor will be paid upon submission of invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer. Invoices must contain sufficient detail for an audit and contain the Contract Number and the Contractor's Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract's term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor's performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in writing and may be reimbursed only in accordance with section 112.061, F.S. SP approved version 7-1-2019 92 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida's performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22)7 F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 3.8 Taxes. Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer or Department unless authorized by Florida law. 3.9 Return of Funds. Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer as specified in the Contract. Additionally, the terms of the Contract supersede the terms of all prior agreements between the Parties on this subject matter. 4.2 Notices. All notices required under the Contract must be delivered to the designated Contract Manager in a manner identified by the Department. 4.3 Department's Contract Manager. The Department's Contract Manager, who is primarily responsible for the Department's oversight of the Contract, will be identified in a separate writing to the Contractor upon Contract signing in the following format: Department's Contract Manager Name SP approved version 7-1-2019 4 93 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Department's Name Department's Physical Address Department's Telephone # Department's Email Address If the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract. 4.4 Contractor's Contract Manager. The Contractor's Contract Manager, who is primarily responsible for the Contractor's oversight of the Contract performance, will be identified in a separate writing to the Department upon Contract signing in the following format: Contractor's Contract Manager Name Contractor's Name Contractor's Physical Address Contractor's Telephone # Contractor's Email Address If the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract. 4.5 Diversity. 4.5.1 Office of Supplier Diversity. The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. 4.5.2 Diversity Reporting. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each agency purchasing under the Contract. 4.6 RESPECT. Subject to the agency determination provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; SP approved version 7-1-2019 5 94 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about RESPECT and the commodities or contractual services it offers is available atti / „Ir t f Iriii Ir . 4.7 PRIDE. Subject to the agency determination provided for in sections 287.042(1) and 946.515, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at ,,,,tt,l,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, SECTION 5. COMPLIANCE WITH LAWS. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. The provisions of subparagraphs 287.058(1)(a) -(c), and (g), F.S., are hereby incorporated by reference. 5.2 Dispute Resolution, Governing Law, and Venue. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives all privileges and rights relating to venue it may have under Chapter 47, F.S., and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to, those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. 5.3 Department of State Registration. SP approved version 7-1-2019 95 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert status, other than a sole proprietor, must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 5.4 Suspended, Convicted, and Discriminatory Vendor Lists. In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract. 5.5 Scrutinized Companies - Termination by the Department. The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State's Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. SECTION 6. MISCELLANEOUS. 6.1 Subcontractors. The Contractor will not subcontract any work under the Contract without prior written consent of the Department. The Contractor is fully responsible for satisfactory completion of all its subcontracted work. The Department supports diversity in its procurements and contracts, and requests that the Contractor offer subcontracting opportunities to certified woman-, veteran-, and minority-owned small businesses. The SP approved version 7-1-2019 7 96 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on certified small business enterprises available for subcontracting opportunities. 6.2 Assignment. The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor. 6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the State of Florida and are not entitled to State of Florida benefits. The Department and Customer will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all its subcontracts under the Contract. 6.4 Inspection and Acceptance of Commodities. 6.4.1 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier's bill of lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier's bill of lading and damage inspection report. 6.4.2 Rejected Commodities. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within ten (10) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) calendar days will be deemed abandoned by the Contractor, and the Customer will have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. 6.5 Safety Standards. Performance of the Contract for all commodities or contractual services must comply with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 6.6 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. SP approved version 7-1-2019 8 97 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 6.7 Time is of the Essence. Time is of the essence regarding every obligation of the Contractor under the Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 6.8 Waiver. The delay or failure by the Department or the Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 6.9 Modification and Severability. The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(5), F.A.C. SECTION 7. LIABILITY AND INSURANCE. 7.1 Workers' Compensation Insurance. The Contractor shall maintain workers' compensation insurance as required under the Florida Workers' Compensation Law or the workers' compensation law of another jurisdiction where applicable. The Contractor must require all subcontractors to similarly provide workers' compensation insurance for all of the latter's employees. In the event work is being performed by the Contractor under the Contract and any class of employees performing the work is not protected under Workers' Compensation statutes, the Contractor must provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of employees not otherwise protected. 7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance, including bodily injury, property damage, products, personal and advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from performance of the Contract or completed operations, whether by the Contractor or anyone directly or indirectly employed by the Contractor. Such insurance must include the State of Florida as an additional insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. 7.3 Florida Authorized Insurers. SP approved version 7-1-2019 9 98 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 All insurance shall be with insurers authorized and eligible to transact the applicable line of insurance business in the State of Florida. The Contractor shall provide Certifications) of Insurance evidencing that all appropriate coverage is in place and showing the Department to be an additional insured. 7.4 Performance Bond. Unless otherwise prohibited by law, the Department may require the Contractor to furnish, without additional cost to the Department, a performance bond or irrevocable letter of credit or other form of security for the satisfactory performance of work hereunder. The Department shall determine the type and amount of security. 7.5 Indemnification. To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and hold the Customer and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney's fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right or out of any acts, actions, breaches, neglect, or omissions of the Contractor, its employees, agents, subcontractors, assignees, or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor's employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Customer. The Contract does not constitute a waiver of sovereign immunity or consent by the Customer or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor's sole expense, and (3) assistance in defending the action at Contractor's sole expense. 7.6 Limitation of Liability. Unless otherwise specifically enumerated in the Contract or in the purchase order, neither the Department nor the Customer shall be liable for special, indirect, punitive, or consequential damages, including lost data or records (unless the Contract or purchase order requires the Contractor to back-up data or records), even if the Department or Customer has been advised that such damages are possible. Neither the Department nor the Customer shall be liable for lost profits, lost revenue, or lost institutional operating savings. The Department or Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 8.1 Public Records. 8.1.1 Termination of Contract. SP approved version 7-1-2019 10 99 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F. S., made or received by the Contractor in conjunction with the Contract. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(x), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL ADDRESS, AND MAILING ADDRESS PROVIDED IN THE RESULTING CONTRACT OR PURCHASE ORDER. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 8.2 Protection of Trade Secrets or Otherwise Confidential Information. 8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information. If the Contractor considers any portion of materials to be trade secret under section 688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be SP approved version 7-1-2019 11 100 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 responsible for responding to and resolving all claims for access to Contract -related materials it has designated trade secret or otherwise confidential. 8.2.2 Public Records Requests. If the Department receives a public records request for materials designated by the Contractor as trade secret or otherwise confidential under Florida or federal law, the Contractor will be responsible for taking the appropriate legal action in response to the request. If the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential, the Department will provide the materials to the requester. 8.2.3 Indemnification Related to Confidentiality of Materials. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney's fees arising from or relating to its designation of materials as trade secret or otherwise confidential. 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were made in relation to this Contract. The Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at the Department of State's Records Management website. 8.4 Intellectual Property. 8.4.1 Ownership. Unless specifically addressed otherwise in the Contract, the State of Florida shall be the owner of all intellectual property rights to all property created or developed in connection with the Contract. 8.4.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made through performance of the Contract, and such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through performance of the Contract. 8.4.3 Copyrightable Works. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed through performance of the Contract are owned solely by the State of Florida. SECTION 9. DATA SECURITY. SP approved version 7-1-2019 12 101 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. The Contractor and subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor's action or inaction. In the event of a security breach involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day. "Security breach" for purposes of this section will refer to a confirmed event that compromises the confidentiality, integrity, or availability of data. Once a data breach has been contained, the Contractor must provide the Department with a post -incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor's findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. 10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer's or employee's decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying. In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after the Contract is executed and during the Contract term. 10.3 Communications. 10.3.1 Contractor Communication or Disclosure. The Contractor shall not make any public statements, press releases, publicity releases, or other similar communications concerning the Contract or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with the Contract, without first notifying the Customer's Contract Manager and securing the Customer's prior written consent. 10.3.2 Use of Customer Statements. The Contractor shall not use any statement attributable to the Customer or its employees for the Contractor's promotions, press releases, publicity releases, marketing, corporate communications, or other similar communications, without first notifying the Customer's Contract Manager and securing the Customer's prior written consent. SP approved version 7-1-2019 13 102 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 SECTION 11. CONTRACT MONITORING. 11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. 11.2 Performance Deficiencies and Financial Consequences of Non -Performance. 11.2.1 Proposal of Corrective Action Plan. In addition to the processes set forth in the Contract (e.g., service level agreements), if the Department or Customer determines that there is a performance deficiency that requires correction by the Contractor, then the Department or Customer will notify the Contractor. The correction must be made within a time -frame specified by the Department or Customer. The Contractor must provide the Department or Customer with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department or Customer. 11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. If the corrective action plan is unacceptable to the Department or Customer, or implementation of the plan fails to remedy the performance deficiencies, the Department or Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department or Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Department or Customer for the performance deficiencies. 11.3 Performance Delay. 11.3.1 Notification. The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Departments delay. 11.3.2 Liquidated Damages. The Contractor acknowledges that delayed performance will damage the DepartmentCustomer, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay. SP approved version 7-1-2019 14 103 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay, and the delay is due directly to fire, explosion, earthquake, windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism, civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly beyond the Contractor's reasonable control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. The foregoing does not excuse delay which could have been avoided if the Contractor implemented any risk mitigation required by the Contract. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) calendar days after the cause that created or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor's sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers and the Department with respect to commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor's and subcontractors' data and records that directly relate to the Contract. To the extent necessary to verify the Contractor's fees and claims for payment under the Contract, the Contractor's agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days' notice, during normal working hours and in accordance with the Contractor's facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor's contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida's Chief Financial Officer, the Office of the Auditor General also have authority to perform audits and inspections. SP approved version 7-1-2019 15 104 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 12.2 Payment Audit. Records of costs incurred under terms of the Contract will be maintained in accordance with section 8.3 of these Special Contract Conditions. Records of costs incurred will include the Contractor's general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, the State of Florida's Chief Financial Officer, or the Office of the Auditor General. SECTION 13. BACKGROUND SCREENING AND SECURITY. 13.1 Background Check. The Department or Customer may require the Contractor to conduct background checks of its employees, agents, representatives, and subcontractors as directed by the Department or Customer. The cost of the background checks will be borne by the Contractor. The Department or Customer may require the Contractor to exclude the Contractor's employees, agents, representatives, or subcontractors based on the background check results. In addition, the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three (3) calendar days any arrest for any disqualifying offense. The Contractor must notify the Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. Upon the request of the Department or Customer, the Contractor will re -screen any of its employees, agents, representatives, and subcontractors during the term of the Contract. 13.2 E -Verify. The Contractor must use the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired during the term of the Contract for the services specified in the Contract. The Contractor must also include a requirement in subcontracts that the subcontractor must utilize the E -Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E - Verify System, it will do so within five (5) calendar days of notice of Contract award and provide the Contract Manager a copy of its MOU within five (5) calendar days of Contract execution. The link to E -Verify is https://www.uscis.gov/e-verify. Upon each Contractor or subcontractor new hire, the Contractor must provide a statement within five (5) calendar days to the Contract Manager identifying the new hire with its E -Verify case number. 13.3 Disqualifying Offenses. If at any time it is determined that a person has been found guilty of a misdemeanor or felony offense as a result of a trial or has entered a plea of guilty or nolo contendere, regardless of whether adjudication was withheld, within the last six (6) years from the date of the court's determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida data or directly performing services under the Contract. The disqualifying offenses are as follows: (a) Computer related crimes; (b) Information technology crimes; SP approved version 7-1-2019 16 105 DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 (c) Fraudulent practices; (d) False pretenses; (e) Frauds; (f) Credit card crimes; (g) Forgery; (h) Counterfeiting; (i) Violations involving checks or drafts; (j) Misuse of medical or personnel records; and (k) Felony theft. 13.4 Confidentiality. The Contractor must maintain confidentiality of all confidential data, files, and records related to the commodities or contractual services provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor's confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 14. WARRANTY OF CONTRACTOR'S ABILITY TO PERFORM. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor's ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. SP approved version 7-1-2019 17 106 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C Iowa Department of Administrative Services Contracts Declaration &Execution Page Title of Contract: Bid Proposal Number Contract Number Tires, Tubes, and Services RFP0223005113 24155 This Agreement is entered into between the State of Iowa (by and through its agency, the Department of Administrative Services) and the Contractor named below: State Agency's Name: Iowa Department of Administrative Services (DAS) Contractor's Name: Goodyear Tire & Rubber Company Contract to Begin: Date of Expiration: Annual Extensions: July 1, 2024 June 30, 2027 Three (3) The parties agree to comply with the terms and conditions and attachments which are by this reference made a part of the Agreement: Section 1— NASPO Valuepoint Terms and Conditions.....................................................................................Page 2 Section2 — Scope of Work...................................................................................................................................Page 26 Section3 — Pricing.................................................................................................................................................Page 34 Section4 — Contacts............................................................................................................................................Page 37 Attachment 1- Approved Distributor (Dealer) Agreement....................................................................Page 38 Attachment2 — Warranty....................................................................................................................Page 41 Warranty IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto: [1WCWSPg11@6S by: Contractor: Goodyear Tire & Rubber Company 1 ErD FE024C5 By uorized Signature) Date Signed Ryan Waldron President, North America Consumer 14/9/2024 Printed Name and Title of Person Signing 2200 Tnnnvation Wail A lrro x443-1 ti Address State of Iowa: Department of Administrative Services — Central Procurement By (Authorized Signature) Date Signed April 10, 2024 Printed Name and Title of Person Signing Karl Wendt, Procurement Manager Address 1305 E Walnut ST, Des Moines, IA 50319 Contract —Tires,, Tubes, and Services 1 107 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C SECTION 1 NASPO VALUEPOINT MASTER AGREEMENT TERMS AND CONDITIONS 1.1 Definitions 1.1.1 Acceptance means acceptance of goods and services as set forth in Section 1.9 of this Master Agreement. 1.1.2 Authorized Dealer means any independent, third -party dealer authorized by Contractor to sell products and /or provide services under this Master Agreement. 1.1.3 Contractor means a party to this Master Agreement, whether a person or entity, that delivers goods or performs services under the terms set forth in this Master Agreement. 1.1.4 Embedded Software means one or more software applications which permanently reside on a computing device. 1.1.5 Intellectual Property means any and all patents, copyrights, service marks, trademarks, trade secrets, trade names, patentable inventions, or other similar proprietary rights, in tangible or intangible form, and all rights, title, and interest therein. 1.1.6 Lead State means the State centrally administering any resulting Master Agreement(s) who is a party to this Master Agreement. 1.1.7 Master Agreement means the underlying agreement executed by and between the Lead State, acting in cooperation with NASPO ValuePoint, and the Contractor, as now or hereafter amended. 1.1.8 NASPO ValuePoint is a division of the National Association of State Procurement Officials ("NASPO"), a 501(c)(3) corporation. NASPO ValuePoint facilitates administration of the NASPO cooperative group contracting consortium of state chief procurement officials for the benefit of state departments, institutions, agencies, and political subdivisions and other eligible entities (i.e., colleges, school districts, counties, cities, some nonprofit organizations, etc.) for all states, the District of Columbia, and territories of the United States. NASPO ValuePoint is identified in the Master Agreement as the recipient of reports and may perform contract administration functions relating to collecting and receiving reports, as well as other contract administration functions as assigned by the Lead State. 1.1.9 Order or Purchase Order means any purchase order, sales order, contract or other document used by a Purchasing Entity to order the Products. 1.1.10 Participating Addendum means a bilateral agreement executed by a Contractor and a Participating Entity incorporating this Master Agreement and any additional Participating Entity- specific language or other requirements (e.g., ordering Contract —Tires,, Tubes, and Services P) 108 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C procedures specific to the Participating Entity, entity -specific terms and conditions, etc.). 1.1.11 Participating Entity means a state (as well as the District of Columbia and US territories), city, county, district, other political subdivision of a State, or a nonprofit organization under the laws of some states properly authorized to enter into a Participating Addendum, that has executed a Participating Addendum. 1.1.12 Participating State means a state that has executed a Participating Addendum or has indicated an intent to execute a Participating Addendum. 1.1.13 Product or Products and Services means any equipment, software (including embedded software), documentation, service, or other deliverable supplied or created by the Contractor pursuant to this Master Agreement. The term Product includes goods and services. 1.1.14 Purchasing Entity means a state (as well as the District of Columbia and US territories), city, county, district, other political subdivision of a State, or a nonprofit organization under the laws of some states if authorized by a Participating Addendum, that issues a Purchase Order against the Master Agreement and becomes financially committed to the purchase. 1.2 Term of Master Agreement 1.2.1 Initial Term The initial term of this Master Agreement is for three (3) years. The term of this Master Agreement may be amended beyond the initial term for three (3) additional one-year terms at the Lead State's discretion and by mutual agreement and upon review of requirements of Participating Entities, current market conditions, and Contractor performance. The Lead State may, prior to execution, adjust the effective date or duration of the initial term or renewal period of any Master Agreement for the purpose of making the Master Agreement coterminous with others. 1.2.2 Amendment Limitations The terms of this Master Agreement will not be waived, altered, modified, supplemented, or amended in any manner whatsoever without prior written agreement of the Lead State and Contractor. 1.2.3 Amendment Term The term of the Master Agreement may be amended past the initial term and stated renewal periods for a reasonable period if in the judgment of the Lead State a follow- on competitive procurement will be unavoidably delayed (despite good faith efforts) beyond the planned date of execution of the follow-on master agreement. This subsection will not be deemed to limit the authority of a Lead State under its state law to otherwise negotiate contract extensions. 1.3 Pricing, Payment & Leasing Contract —Tires,, Tubes, and Services 3 109 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C 1.3.1 Pricing The prices contained in this Master Agreement or offered under this Master Agreement represent the not -to -exceed price to any Purchasing Entity. 1.3.1.1 All prices and rates must be guaranteed for the initial six (6) month term of the Master Agreement. 1.3.1.2 Following the initial term of the Master Agreement, any request for a price or rate adjustment must be for an equal guarantee period and must be made at least six (6) months prior to the effective date. 1.3.1.3 Requests for a price or rate adjustment must include sufficient documentation supporting the request. Any adjustment or amendment to the Master Agreement will not be effective unless approved in writing by the Lead State. 1.3.1.4 No retroactive adjustments to prices or rates will be allowed. 1.3.2 Payment Unless otherwise agreed upon in a Participating Addendum or Order, Payment after Acceptance will be made within sixty (60) days following the date the goods are delivered or the date a correct invoice is received, whichever is later. After sixty (60) days the Contractor may assess overdue account charges up to a maximum rate of one percent per month on the outstanding balance, unless a different late payment amount is specified in a Participating Addendum or Order, or otherwise prescribed by applicable law. Payments will be remitted in the manner specified in the Participating Addendum or Order. Payments may be made via a purchasing card with no additional charge. 1.3.3 Leasing or Alternative Financing Methods The procurement and other applicable laws of some Purchasing Entities may permit the use of leasing or alternative financing methods for the acquisition of Products under this Master Agreement. Where the terms and conditions are not otherwise prescribed in an applicable Participating Addendum, the terms and conditions for leasing or alternative financing methods are subject to negotiation between the Contractor and Purchasing Entity. 1.4 Ordering 1.4.1 Order Numbers Master Agreement order and purchase order numbers must be clearly shown on all acknowledgments, packing slips, invoices, and on all correspondence. 1.4.2 Quotes Purchasing Entities may define entity -specific or project -specific requirements and informally compete the requirement among companies having a Master Agreement on an "as needed" basis. This procedure may also be used when requirements are aggregated or other firm commitments may be made to achieve reductions in pricing. Contract —Tires,, Tubes, and Services 4 110 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C This procedure may be modified in Participating Addenda and adapted to the Purchasing Entity's rules and policies. The Purchasing Entity may in its sole discretion determine which Master Agreement Contractors should be solicited for a quote. The Purchasing Entity may select the quote that it considers most advantageous, cost, and other factors considered. 1.4.3 Applicable Rules Each Purchasing Entity will identify and utilize its own appropriate purchasing procedure and documentation. Contractor is expected to become familiar with the Purchasing Entities' rules, policies, and procedures regarding the ordering of supplies and/or services contemplated by this Master Agreement. 1.4.4 Required Documentation Contractor must not begin work without a valid Purchase Order or other appropriate commitment document under the law of the Purchasing Entity. 1.4.5 Term of Purchase Orders may be placed consistent with the terms of this Master Agreement and applicable Participating Addendum during the term of the Master Agreement and Participating Addendum. 1.4.5.1 Orders must be placed pursuant to this Master Agreement prior to the termination date thereof, but may have a delivery date or performance period up to 120 days past the then -current termination date of this Master Agreement. 1.4.5.2 Notwithstanding the previous, Orders must also comply with the terms of the applicable Participating Addendum, which may further restrict the period during which Orders may be placed or delivered. 1.4.5.3 Financial obligations of Purchasing Entities payable after the current applicable fiscal year are contingent upon agency funds for that purpose being appropriated, budgeted, and otherwise made available. 1.4.5.4 Notwithstanding the expiration, cancellation or termination of this Master Agreement, Contractor must perform in accordance with the terms of any Orders then outstanding at the time of such expiration or termination. Contractor must not honor any Orders placed after the expiration, cancellation, or termination of this Master Agreement, or in any manner inconsistent with this Master Agreement's terms. 1.4.5.5 Orders for any separate indefinite quantity, task order, or other form of indefinite delivery order arrangement priced against this Master Agreement may not be placed after the expiration or termination of this Master Agreement, notwithstanding the term of any such indefinite delivery order agreement. 1.4.6 Order Form Requirements Contract —Tires, Tubes, and Services 5 111 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C All Orders pursuant to this Master Agreement, at a minimum, must include: 1.4.6.1 The services or supplies being delivered; 1.4.6.2 A shipping address and other delivery requirements, if any; 1.4.6.3 A billing address; 1.4.6.4 Purchasing Entity contact information; 1.4.6.5 Pricing consistent with this Master Agreement and applicable Participating Addendum and as may be adjusted by agreement of the Purchasing Entity and Contractor; 1.4.6.6 A not -to -exceed total for the products or services being ordered; and 1.4.6.7 The Master Agreement number or the applicable Participating Addendum number, provided the Participating Addendum references the Master Agreement number. 1.4.7 Communication All communications concerning administration of Orders placed must be furnished solely to the authorized purchasing agent within the Purchasing Entity's purchasing office, or to such other individual identified in writing in the Order. 1.4.8 Contract Provisions for Orders Utilizing Federal Funds Pursuant to Appendix II to 2 Code of Federal Regulations (CFR) Part 200, Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, Orders funded with federal funds may have additional contractual requirements or certifications that must be satisfied at the time the Order is placed or upon delivery. These federal requirements may be proposed by Participating Entities in Participating Addenda and Purchasing Entities for incorporation in Orders placed under this Master Agreement. 1.5 Order of Precedence 1.5.1 Order Any Order placed under this Master Agreement will consist of the following documents: 1.5.1.1 A Participating Entity's Participating Addendum ("PA"); 1.5.1.2 NASPO ValuePoint Master Agreement, including all attachments thereto; 1.5.1.3 A Purchase Order or Scope of Work/Specifications issued against the Master Agreement; 1.5.1.4 The Solicitation or, if separately executed after award, the Lead State's bilateral agreement that integrates applicable provisions; Contract —Tires, Tubes, and Services L 112 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C 1.5.1.5 Contractor's response to the Solicitation, as revised (if permitted) and accepted by the Lead State. 1.5.2 Conflict These documents will be read to be consistent and complementary. Any conflict among these documents will be resolved by giving priority to these documents in the order listed above. Contractor terms and conditions that apply to this Master Agreement are only those that are expressly accepted bythe Lead State and must be in writing and attached to this Master Agreement as an Exhibit or Attachment. 1.5.3 Participating Addenda Participating Addenda will not be construed to diminish, modify, or otherwise derogate any provisions in this Master Agreement between the Lead State and Contractor. Participating Addenda will not include a term of agreement that exceeds the term of the Master Agreement. 1.6 Participants and Scope 1.6.1 Requirement for a Participating Addendum Contractor may not deliver Products under this Master Agreement until a Participating Addendum acceptable to the Participating Entity and Contractor is executed. 1.6.2 Applicability of Master Agreement NASPO ValuePoint Master Agreement Terms and Conditions are applicable to any Order by a Participating Entity (and other Purchasing Entities covered by their Participating Addendum), except to the extent altered, modified, supplemented or amended by a Participating Addendum, subject to Section III. For the purposes of illustration and not limitation, this authority may apply to unique delivery and invoicing requirements, confidentiality requirements, defaults on Orders, governing law and venue relating to Orders by a Participating Entity, indemnification, and insurance requirements. Statutory or constitutional requirements relating to availability of funds may require specific language in some Participating Addenda in order to comply with applicable law. The expectation is that these alterations, modifications, supplements, or amendments will be addressed in the Participating Addendum or, with the consent of the Purchasing Entity and Contractor, may be included in the ordering document (e.g., purchase order or contract) used by the Purchasing Entity to place the Order. 1.6.3 Authorized Use Use of specific NASPO ValuePoint Master Agreements by state agencies, political subdivisions and other Participating Entities is subject to applicable state law and the approval of the respective State Chief Procurement Official. Issues of interpretation and eligibility for participation are solely within the authority of the respective State Chief Procurement Official. 1.6.4 Obligated Entities Obligations under this Master Agreement are limited to those Participating Entities who have signed a Participating Addendum and Purchasing Entities within the scope of those Contract —Tires,, Tubes, and Services 7 113 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C Participating Addenda. States or other entities permitted to participate may use an informal competitive process to determine which Master Agreements to participate in through execution of a Participating Addendum. Participating Entities incur no financial obligations on behalf of other Purchasing Entities. 1.6.5 Notice of Participating Addendum Contractor shall email a fully executed PDF copy of each Participating Addendum to Jp,,,,,,, inP , ,,,. p ,ii,nt® ,,,,,ir,,,,, to support documentation of participation and posting in appropriate databases. 1.6.6 Eligibility for a Participating Addendum Eligible entities who are not states may under some circumstances sign their own Participating Addendum, subject to the consent of the Chief Procurement Official of the state where the entity is located. Coordinate requests for such participation through NASPO ValuePoint. Any permission to participate through execution of a Participating Addendum is not a determination that procurement authority exists; the entity must ensure that they have the requisite procurement authority to execute a Participating Addendum. 1.6.7 Prohibition on Resale Subject to any specific conditions included in the solicitation or Contractor's proposal as accepted by the Lead State, or as explicitly permitted in a Participating Addendum, Purchasing Entities may not resell Products purchased under this Master Agreement. Absent any such condition or explicit permission, this limitation does not prohibit: payments by employees of a Purchasing Entity for Products; sales of Products to the general public as surplus property; and fees associated with inventory transactions with other governmental or nonprofit entities and consistent with a Purchasing Entity's laws and regulations. Any sale or transfer permitted by this subsection must be consistent with license rights granted for use of intellectual property. 1.6.8 Individual Customers Except as may otherwise be agreed to by the Purchasing Entity and Contractor, each Purchasing Entity shall follow the terms and conditions of the Master Agreement and applicable Participating Addendum and will have the same rights and responsibilities for their purchases as the Lead State has in the Master Agreement and as the Participating Entity has in the Participating Addendum, including but not limited to any indemnity or right to recover any costs as such right is defined in the Master Agreement and applicable Participating Addendum for their purchases. Each Purchasing Entity will be responsible for its own charges, fees, and liabilities. The Contractor will apply the charges and invoice each Purchasing Entityindividually. 1.6.9 Release of Information Throughout the duration of this Master Agreement, Contractor must secure from the Lead State prior approval for the release of information that pertains to the potential work or activities covered by the Master Agreement. This limitation does not preclude publication about the award of the Master Agreement or marketing activities consistent with any proposed and accepted marketing plan. Contract —Tires, Tubes, and Services 8 114 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C 1.6.10 No Representations The Contractor shall not make any representations of NASPO ValuePoint, the Lead State, any Participating Entity, or any Purchasing Entity's opinion or position as to the quality or effectiveness of the services that are the subject of this Master Agreement without prior written consent. 1.7 NASPO ValuePoint Provisions 1.7.1 Applicability NASPO ValuePoint is not a party to the Master Agreement. The terms set forth in Section 1.5 are for the benefit of NASPO ValuePoint as a third -party beneficiary of this Master Agreement. 1.7.2 Administrative Fees 1.7.2.1 NASPO ValuePoint Fee Contractor shall pay to NASPO ValuePoint, or its assignee, a NASPO ValuePoint Administrative Fee of one-quarter of one percent (0.25% or 0.0025) no later than sixty (60) days following the end of each calendar quarter. The NASPO ValuePoint Administrative Fee must be submitted quarterly and is based on all sales of products and services under the Master Agreement (less any charges for taxes or shipping). The NASPO ValuePoint Administrative Fee is not negotiable. This fee is to be included as part of the pricing submitted with a vendor's response to the Lead State's solicitation. 1.7.2.2 State Imposed Fees Some states may require an additional fee be paid by Contractor directly to the state on purchases made by Purchasing Entities within that state. For all such requests, the fee rate or amount, payment method, and schedule for such reports and payments will be incorporated into the applicable Participating Addendum. Unless agreed to in writing by the state, Contractor may not adjust the Master Agreement pricing to include the state fee for purchases made by Purchasing Entities within the jurisdiction of the state. No such agreement will affect the NASPO ValuePoint Administrative Fee percentage or the prices paid by Purchasing Entities outside the jurisdiction of the state requesting the additional fee. 1.7.3 NASPO ValuePoint Summary and Detailed Usage Reports 1.7.3.1 Sales Data Reporting In accordance with this section, Contractor shall report to NASPO ValuePoint all Orders under this Master Agreement for which Contractor has invoiced the ordering entity or individual, including Orders invoiced to Participating Entity or Purchasing Entity employees for personal use if such use is permitted by this Master Agreement and the applicable Participating Addendum ("Sales Data"). Timely and complete reporting of Sales Data is a material requirement of this Master Agreement. Reporting requirements, including those related to the format, contents, frequency, or delivery of reports, may be updated by Contract —Tires,, Tubes, and Services 9 115 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C NASPO ValuePoint with reasonable notice to Contractor and without amendment to this Master Agreement. NASPO ValuePoint shall have exclusive ownership of any media on which reports are submitted and shall have a perpetual, irrevocable, non-exclusive, royalty free, and transferable right to display, modify, copy, and otherwise use reports, data, and information provided under this section. 1.7.3.2 Summary Sales Data "Summary Sales Data" is Sales Data reported as cumulative totals by state. Contractor shall, using the reporting tool or template provided by NASPO ValuePoint, report Summary Sales Data to NASPO ValuePoint for each calendar quarter no later than thirty (30) days following the end of the quarter. If Contractor has no reportable Sales Data for the quarter, Contractor shall submit a zero -sales report. 1.7.3.3 Detailed Sales Data "Detailed Sales Data" is Sales Data that includes for each Order all information required by the Solicitation or by NASPO ValuePoint, including customer information, Order information, and line -item details. Contractor shall, using the reporting tool or template provided by NASPO ValuePoint, report Detailed Sales Data to NASPO ValuePoint for each calendar quarter no later than thirty (30) days following the end of the quarter. Detailed Sales Data shall be reported in the format provided in the Solicitation or provided by NASPO ValuePoint. The total sales volume of reported Detailed Sales Data shall be consistent with the total sales volume of reported Summary Sales Data. 1.7.3.4 Sales Data Crosswalks Upon request by NASPO ValuePoint, Contractor shall provide to NASPO ValuePoint tables of customer and Product information and specific attributes thereof for the purpose of standardizing and analyzing reported Sales Data ("Crosswalks"). Customer Crosswalks must include a list of existing and potential Purchasing Entities and identify for each the appropriate customer type as defined by NASPO ValuePoint. Product Crosswalks must include Contractor's part number or SKU for each Product in Contractor's catalog and identify for each the appropriate Master Agreement category (and subcategory, if applicable), manufacturer part number, product description, eight -digit UNSPSC Class Level commodity code, and (if applicable) EPEAT value and Energy Star rating. Crosswalk requirements and fields may be updated by NASPO ValuePoint with reasonable notice to Contractor and without amendment to this Master Agreement. Contractor shall work in good faith with NASPO ValuePoint to keep Crosswalks updated as Contractor's customer lists and product catalog change. 1.7.3.5 Executive Summary Contractor shall, upon request by NASPO ValuePoint, provide NASPO ValuePoint with an executive summary that includes but is not limited to a list of states with an active Participating Addendum, states with which Contractor is in negotiations, and any Participating Addendum roll-out or Contract —Tires,, Tubes, and Services 10 116 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C implementation activities and issues. NASPO ValuePoint and Contractor will determine the format and content of the executive summary. 1.7.4 NASPO ValuePoint Cooperative Program Marketing, Training, and Performance Review 1.7.4.1 Staff Education Contractor shall work cooperatively with NASPO ValuePoint personnel. Contractor shall present plans to NASPO ValuePoint for the education of Contractor's contract administrator(s) and sales/marketing workforce regarding the Master Agreement contract, including the competitive nature of NASPO ValuePoint procurements, the master agreement and participating addendum process, and the manner in which eligible entities can participate in the Master Agreement. 1.7.4.2 Onboarding Plan Upon request by NASPO ValuePoint, Contractor shall, as Participating Addendums are executed, provide plans to launch the program for the Participating Entity. Plans will include time frames to launch the agreement and confirmation that the Contractor's website has been updated to properly reflect the scope and terms of the Master Agreement as available to the Participating Entity and eligible Purchasing Entities. 1.7.4.3 Annual Contract Performance Review Contractor shall participate in an annual contract performance review with the Lead State and NASPO ValuePoint, which may at the discretion of the Lead State be held in person and which may include a discussion of marketing action plans, target strategies, marketing materials, Contractor reporting, and timeliness of payment of administration fees. 1.7.4.4 Use of NASPO ValuePoint Logo The NASPO ValuePoint logos may not be used by Contractor in sales and marketing until a separate logo use agreement is executed with NASPO ValuePoint. 1.7.4.5 Obligation to Act in Good Faith The parties acknowledge that this Master Agreement and its terms and pricing have been negotiated for the benefit of the parties, NASPO ValuePoint, Participating Entities, and Purchasing Entities. Apart from a Participating Addendum or Order, Contractor shall not intentionally induce a potential Participating Entity or Purchasing Entity to enter into a separate agreement, the pricing and terms of which are derived from this Master Agreement, for the purpose of avoiding compliance with Contractor's obligations under Section 1.7. Nothing in this Section 1.7.4.5 shall prohibit Contractor from contracting with an entity with substantially similar pricing and terms if such pricing and terms are independently negotiated with the entity or are consistent with pricing and terms ordinarily offered by Contractor to public sector customers." Contract —Tires, Tubes, and Services 11 117 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C 1.7.5 Cancellation In consultation with NASPO ValuePoint, the Lead State may, in its discretion, cancel the Master Agreement or not exercise an option to renew, when utilization of Contractor's Master Agreement does not warrant further administration of the Master Agreement. The Lead State may also exercise its right to not renew the Master Agreement if the Contractor fails to record or report revenue for three consecutive quarters, upon 60 - calendar day written notice to the Contractor. Cancellation based on nonuse or under - utilization will not occur sooner than [two years] after execution of the Master Agreement. This subsection does not limit the discretionary right of either the Lead State or Contractor to cancel the Master Agreement or terminate for default subject to the terms herein. This subsection also does not limit any right of the Lead State to cancel the Master Agreement under applicable laws. 1.7.6 Canadian Participation Subject to the approval of Contractor, any Canadian provincial government or provincially funded entity in Alberta, British Columbia, Manitoba, New Brunswick, Newfoundland and Labrador, Nova Scotia, Ontario, Prince Edward Island, Quebec, or Saskatchewan, and territorial government or territorial government funded entity in the Northwest Territories, Nunavut, or Yukon, including municipalities, universities, community colleges, school boards, health authorities, housing authorities, agencies, boards, commissions, and crown corporations, may be eligible to use Contractor's Master Agreement. 1.7.7 Additional Agreement with NASPO Upon request by NASPO ValuePoint, awarded Contractor shall enter into a direct contractual relationship with NASPO ValuePoint related to Contractor's obligations to NASPO ValuePoint under the terms of the Master Agreement, the terms of which shall be the same or similar (and not less favorable) than the terms set forth in the Master Agreement. 1.8 Shipping and Delivery 1.8.1 Shipping Terms All deliveries will be F.O.B. destination, freight pre -paid, with all transportation and handling charges paid by the Contractor. 1.8.1.1 Notwithstanding the above, responsibility and liability for loss or damage will remain the Contractor's until final inspection and acceptance when responsibility will pass to the Purchasing Entity except as to latent defects, fraud, and Contractor's warranty obligations. 1.8.2 Minimum Shipping The minimum shipment amount, if any, must be contained in the Master Agreement. Any order for less than the specified amount is to be shipped with the freight prepaid and added as a separate item on the invoice. Any portion of an Order to be shipped without transportation charges that is back ordered will be shipped without charge. 1.8.3 Inside Deliveries Contract —Tires,, Tubes, and Services 12 118 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C To the extent applicable, all deliveries will be "Inside Deliveries" as designated by a representative of the Purchasing Entity placing the Order. Inside Delivery refers to a delivery to a location other than a loading dock, front lobby, or reception area. Specific delivery instructions will be noted on the order form or Purchase Order. Costs to repair any damage to the building interior (e.g., scratched walls, damage to the freight elevator, etc.) caused by Contractor or Contractor's carrier will be the responsibility of the Contractor. Immediately upon becoming aware of such damage, Contractor shall notify the Purchasing Entityplacing the Order. 1.8.4 Packaging All products must be delivered in the manufacturer's standard package. Costs must include all packing and/or crating charges. Cases must be of durable construction, in good condition, properly labeled and suitable in every respect for storage and handling of contents. Each shipping carton must be marked with the commodity, brand, quantity, item code number and the Purchasing Entity's Purchase Order number. 1.9 Inspection and Acceptance 1.9.1 Laws and Regulations Any and all Products offered and furnished must comply fully with all applicable Federal, State, and local laws and regulations. 1.9.2 Applicability Unless otherwise specified in the Master Agreement, Participating Addendum, or ordering document, the terms of this Section 1.9 will apply. This section is not intended to limit rights and remedies under the applicable commercial code. 1.9.3 Inspection All Products are subject to inspection at reasonable times and places before Acceptance. Contractor shall provide right of access to the Lead State, or to any other authorized agent or official of the Lead State or other Participating or Purchasing Entity, at reasonable times, to monitor and evaluate performance, compliance, and/or quality assurance requirements under this Master Agreement. 1.9.3.1 Products that do not meet specifications may be rejected. Failure to reject upon receipt, however, does not relieve the contractor of liability for material (nonconformity that substantial impairs value) latent or hidden defects subsequently revealed when goods are put to use. 1.9.3.2 Acceptance of such goods may be revoked in accordance with the provisions of the applicable commercial code, and the Contractor is liable for any resulting expense incurred by the Purchasing Entity related to the preparation and shipping of Product rejected and returned, or for which Acceptance is revoked. 1.9.4 Failure to Conform If any services do not conform to contract requirements, the Purchasing Entity may require the Contractor to perform the services again in conformity with contract Contract —Tires,, Tubes, and Services 13 119 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C requirements, at no increase in Order amount. When defects cannot be corrected by re- performance, the Purchasing Entity may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and reduce the contract price to reflect the reduced value of services performed. 1.9.5 Acceptance Testing Purchasing Entity may establish a process, in keeping with industry standards, to ascertain whether the Product meets the standard of performance or specifications prior to Acceptance by the Purchasing Entity. 1.9.5.1 The Acceptance Testing period will be thirty (30) calendar days, unless otherwise specified, starting from the day after the Product is delivered or, if installed by Contractor, the day after the Product is installed and Contractor certifies that the Product is ready for Acceptance Testing. 1.9.5.2 If the Product does not meet the standard of performance or specifications during the initial period of Acceptance Testing, Purchasing Entity may, at its discretion, continue Acceptance Testing on a day-to-day basis until the standard of performance is met. 1.9.5.3 Upon rejection, the Contractor will have fifteen (15) calendar days to cure. If after the cure period, the Product still has not met the standard of performance or specifications, the Purchasing Entity may, at its option: (a) declare Contractor to be in breach and terminate the Order; (b) demand replacement Product from Contractor at no additional cost to Purchasing Entity; or, (c) continue the cure period for an additional time period agreed upon by the Purchasing Entity and the Contractor. 1.9.5.4 Contractor shall pay all costs related to the preparation and shipping of Product returned pursuant to the section. 1.9.5.5 No Product will be deemed Accepted and no charges will be paid until the standard of performance or specification is met. 1.10 Warranty 1.10.1 Applicability Unless otherwise specified in the Master Agreement, Participating Addendum, or ordering document, the terms of this Section X will apply. 1.10.2 Warranty The terms, conditions and limitations of Contractor's applicable limited warranties for new and retread tire products, as in effect from time to time and attached hereto as Attachment 2. Purchasing Entities in connection with the Master Agreement. CONTRACTOR MAKES NO WARRANTIES, EXPRESS OR IMPLIED, CONCERNING THE PRODUCTS, WITHOUT Contract —Tires,, Tubes, and Services 14 120 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, AND ALL SUCH WARRANTIES ARE HEREBY DISCLAIMED. 1.11 Product Title 1.11.1 Conveyance of Title Upon Acceptance by the Purchasing Entity, Contractor shall convey to Purchasing Entity title to the Product free and clear of all liens, encumbrances, or other security interests. 1.11.2 Embedded Software Transfer of title to the Product must include an irrevocable and perpetual license to use any Embedded Software in the Product. If Purchasing Entity subsequently transfers title of the Product to another entity, Purchasing Entity shall have the right to transfer the license to use the Embedded Software with the transfer of Product title. A subsequent transfer of this software license will be at no additional cost or charge to either Purchasing Entity or Purchasing Entity's transferee. 1.11.3 License of Pre -Existing Intellectual Property Contractor grants to the Purchasing Entity a nonexclusive, perpetual, royalty -free, irrevocable, license to use, publish, translate, reproduce, transfer with any sale of tangible media or Product, perform, display, and dispose of the Intellectual Property, and its derivatives, used or delivered under this Master Agreement, but not created under it ("Pre-existing Intellectual Property"). The Contractor shall be responsible for ensuring that this license is consistent with any third -party rights in the Pre-existing Intellectual Property. 1.12 Indemnification 1.12.1 General Indemnification The Contractor shall defend, indemnify and hold harmless NASPO, NASPO ValuePoint, the Lead State, Participating Entities, and Purchasing Entities, along with their officers and employees, from and against third -party claims, damages or causes of action including reasonable attorneys' fees and related costs for any death, injury, or damage to tangible property arising from any act, error, or omission of the Contractor, its employees or volunteers, at any tier, relating to performance under this Master Agreement. For the avoidance of doubt and notwithstanding anything to the contrary herein, all parties to this Master Agreement or a Participating Addendum acknowledge that: (i) Contractor may provide the Products or services through its Authorized Dealers and (ii) all Authorized Dealers shall be directly and fully responsible (without any contribution from Contractor or its employees) to the Lead State, Participating Entities and Purchasing Entities for any liabilities, negligence, insurance requirements, wrongful acts or warranties directly related to performance of the Authorized Dealers under this Master Agreement. All Authorized Dealers will execute an Approved Distributor (Dealer) Agreement, attached as Attachment 1. Failure to enforce an Approved Distributor (Dealer) Agreement when such Authorized Dealer does not abide by its indemnification Contract —Tires, Tubes, and Services 15 121 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C requirements shall qualify as an event of default on this Master Agreement under Section 1.14.8. 1.12.2 Intellectual Property Indemnification The Contractor shall defend, indemnify and hold harmless NASPO, NASPO ValuePoint, the Lead State, Participating Entities, Purchasing Entities, along with their officers and employees ("Indemnified Party"), from and against claims, damages or causes of action including reasonable attorneys' fees and related costs arising out of the claim that the Product or its use infringes Intellectual Property rights of another person or entity ("Intellectual Property Claim"). 1.12.2.1 The Contractor's obligations under this section will not extend to any combination of the Product with any other product, system or method, unless the Product, system or method is: 1.12.2.1.1 provided by the Contractor or the Contractor's subsidiaries or affiliates; 1.12.2.1.2 specified by the Contractor to work with the Product; 1.12.2.1.3 reasonably required to use the Product in its intended manner, andthe infringement could not have been avoided by substituting another reasonably available product, system or method capable of performing the same function; or 1.12.2.1.4 reasonably expected to be used in combination with the Product. 1.12.2.2 The Indemnified Party shall notify the Contractor within a reasonable time after receiving notice of an Intellectual Property Claim. Even if the Indemnified Partyfails to provide reasonable notice, the Contractor shall not be relieved from its obligations unless the Contractor can demonstrate that it was prejudiced in defending the Intellectual Property Claim resulting in increased expenses or loss to the Contractor. If the Contractor promptly and reasonably investigates and defends any Intellectual Property Claim, it shall have control over the defense and settlement of the Intellectual Property Claim. However, the Indemnified Party must consent inwriting for any money damages or obligations for which it may be responsible. 1.12.2.3 The Indemnified Party shall furnish, at the Contractor's reasonable request and expense, information and assistance necessary for such defense. If the Contractor fails to vigorously pursue the defense or settlement of the Intellectual PropertyClaim, the Indemnified Party may assume the defense or settlement of the Intellectual Property Claim and the Contractor shall be liable for all costs and expenses, including reasonable attorneys' fees and related costs, incurred by the Indemnified Party in the pursuit of the Intellectual Property Claim. Contract —Tires, Tubes, and Services 16 122 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C 1.12.2.4 Unless otherwise set forth herein, Section 1.12 is not subject to any limitations of liability in this Master Agreement or in any other document executed in conjunction with this Master Agreement. 1.13 Insurance 1.13.1 Term Contractor shall, during the term of this Master Agreement, self -insure or maintain in full force and effect, the insurance described in this section. A Participating Entity may negotiate alternative Insurance requirements in their Participating Addendum. 1.13.2 Class Contractor shall acquire such insurance from an insurance carrier or carriers licensed to conduct business in each Participating Entity's state and having a rating of A-, Class VII or better, in the most recently published edition of A.M. Best's Insurance Reports. Failure to buy and maintain the required insurance may result in this Master Agreement's termination or, at a Participating Entity's option, result in termination of its Participating Addendum. 1.13.3 Coverage Coverage must be written on an occurrence basis. The minimum acceptable limits will be as indicated below: 1.13.3.1 Contractor shall maintain Commercial General Liability insurance covering premises operations, products and completed operations, blanket contractual liability, personal injury (including death), advertising liability, and property damage, with a limit of not less than $1 million per occurrence and $2 million general aggregate; 1.13.3.2 Contractor must comply with any applicable State Workers Compensation or Employers Liability Insurance requirements. 1.13.4 Notice of Cancellation Contractor shall pay premiums on all insurance policies. Contractor shall provide notice to a Participating Entity who is a state within five (5) business days after Contractor is first aware of cancellation or nonrenewal of such policy or is first aware that cancellation is threatened. 1.13.5 Notice of Endorsement Prior to commencement of performance and to the extent not self-insured, Contractor shall provide to the Lead State a written endorsement to the Contractor's general liability insurance policy or other documentary evidence acceptable to the Lead State that (1) provides that written notice of cancellation will be delivered in accordance with the policy provisions, and (2) provides that the Contractor's liability insurance policy will be primary, with any liability insurance of any Participating State as secondary and noncontributory. Contract —Tires,, Tubes, and Services 17 123 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C 1.13.6 Participating Entities Contractor shall provide to Participating States and Participating Entities the same insurance obligations and documentation as those specified in Section 1.13, except the endorsement is provided to the applicable Participating State or Participating Entity. 1.13.7 Furnishing of Certificates To the extent not self-insured, Contractor shall furnish to the Lead State copies of certificates of all required insurance in a form sufficient to show required coverage within thirty (30) calendar days of the execution of this Master Agreement and prior to performing any work. Copies of renewal certificates of all required insurance will be furnished within thirty (30) days after any renewal date to the applicable state Participating Entity. Failure to provide evidence of coverage may, at the sole option of the Lead State, or any Participating Entity, result in this Master Agreement's termination or the termination of any Participating Addendum. 1.13.8 Disclaimer Insurance coverage and limits will not limit Contractor's liability and obligations under this Master Agreement, any Participating Addendum, or any Purchase Order. 1.14 General Provisions 1.14.1 Records Administration and Audit 1.14.1.1 The Contractor shall maintain books, records, documents, and other evidence pertaining to this Master Agreement and Orders placed by Purchasing Entities under it to the extent and in such detail as will adequately reflect performance and administration of payments and fees. Contractor shall permit the Lead State, a Participating Entity, a Purchasing Entity, the federal government (including its grant awarding entities and the U.S. Comptroller General), and any other duly authorized agent of a governmental agency, to audit, inspect, examine, copy and/or transcribe Contractor's books, documents, papers and records directly pertinent to this Master Agreement or orders placed by a Purchasing Entity under it for the purpose of making audits, examinations, excerpts, and transcriptions. This right will survive for a period of six (6) years following termination of this Agreement or final payment for any order placed by a Purchasing Entity against this Master Agreement, whichever is later, or such longer period as is required by the Purchasing Entity's state statutes, to assure compliance with the terms hereof or to evaluate performance hereunder. 1.14.1.2 Without limiting any other remedy available to any governmental entity, the Contractor shall reimburse the applicable Lead State, Participating Entity, or Purchasing Entity for any overpayments inconsistent with the terms of the Master Agreement or Orders or underpayment of fees found as a result of the examination of the Contractor's records. 1.14.1.3 The rights and obligations herein exist in addition to any quality assurance obligation in the Master Agreement that requires the Contractor to self -audit Contract —Tires, Tubes, and Services 18 124 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C contract obligations and that permits the Lead State to review compliance with those obligations. 1.14.2 Confidentiality, Non -Disclosure, and Injunctive Relief 1.14.2.1 Confidentiality Contractor acknowledges that it and its employees or agents may, in the course of providing a Product under this Master Agreement, be exposed to or acquire information that is confidential to Purchasing Entity or Purchasing Entity's clients. 1.14.2.1.1 Any and all information of any form that is marked as confidential or would by its nature be deemed confidential obtained by Contractor or its employees or agents in the performance of this Master Agreement, including but not necessarily limited to (1) any Purchasing Entity's records, (2) personnel records, and (3) information concerning individuals, is confidential information of Purchasing Entity ("Confidential Information"). 1.14.2.1.2 Any reports or other documents or items (including software) that result from the use of the Confidential Information by Contractor shall be treated in the same manner as the Confidential Information. 1.14.2.1.3 Confidential Information does not include information that (1) is or becomes (other than by disclosure by Contractor) publicly known; (2) is furnished by Purchasing Entity to others without restrictions similar to those imposed by this Master Agreement; (3) is rightfully in Contractor's possession without the obligation of nondisclosure prior to the time of its disclosure under this Master Agreement; (4) is obtained from a source other than Purchasing Entity without the obligation of confidentiality, (S) is disclosed with the written consent of Purchasing Entity; or (6) is independently developed by employees, agents or subcontractors of Contractor who can be shown to have had no access to the Confidential Information. 1.14.2.2 Non -Disclosure Contractor shall hold Confidential Information in confidence, using at least the industry standard of confidentiality, and shall not copy, reproduce, sell, assign, license, market, transfer or otherwise dispose of, give, or disclose Confidential Information to third parties or use Confidential Information for any purposes whatsoever other than what is necessary to the performance of Orders placed under this Master Agreement. 1.14.2.2.1 Contractor shall advise each of its employees and agents of their obligations to keep Confidential Information confidential. Contract —Tires,, Tubes, and Services 19 125 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C Contractor shall use commercially reasonable efforts to assist Purchasing Entity in identifying and preventing any unauthorized use or disclosure of any Confidential Information. 1.14.2.2.2 Without limiting the generality of the foregoing, Contractor shall advise Purchasing Entity, applicable Participating Entity, and the Lead State immediately if Contractor learns or has reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Master Agreement, and Contractor shall at its expense cooperate with Purchasing Entity in seeking injunctive or other equitable relief in the name of Purchasing Entity or Contractor against any such person. 1.14.2.2.3 Except as directed by Purchasing Entity, Contractor will not at any time during or after the term of this Master Agreement disclose, directly or indirectly, any Confidential Information to any person, except in accordance with this Master Agreement, and that upon termination of this Master Agreement or at Purchasing Entity's request, Contractor shall turn over to Purchasing Entity all documents, papers, and other matter in Contractor's possession that embody Confidential Information. 1.14.2.2.4 Notwithstanding the foregoing, Contractor may keep one copy of such Confidential Information necessary for quality assurance, audits, and evidence of the performance of this Master Agreement. 1.14.2.3 Injunctive Relief Contractor acknowledges that Contractor's breach of Section 14.2 would cause irreparable injury to the Purchasing Entity that cannot be inadequately compensated in monetary damages. Accordingly, Purchasing Entity may seek and obtain injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any other legal remedies that may be available. Contractor acknowledges and agrees that the covenants contained herein are necessary for the protection of the legitimate business interests of Purchasing Entity and are reasonable in scope and content. 1.14.2.4 Purchasing Entity Law These provisions will be applicable only to extent they are not in conflict with the applicable public disclosure laws of any Purchasing Entity. 1.14.2.5 NASPO ValuePoint The rights granted to Purchasing Entities and Contractor's obligations under this section will also extend to NASPO ValuePoint's Confidential Information, including but not limited to Participating Addenda, Orders or transaction data relating to Orders under this Master Agreement that identify the Contract —Tires,, Tubes, and Services 20 126 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C entity/customer, Order dates, line -item descriptions and volumes, and prices/rates. This provision does not apply to disclosure to the Lead State, a Participating State, or any governmental entity exercising an audit, inspection, or examination pursuant to this Master Agreement. To the extent permitted by law, Contractor shall notify the Lead State of the identity of any entity seeking access to the Confidential Information described in this subsection. 1.14.2.6 Public Information This Master Agreement and all related documents are subject to disclosure pursuant to the Lead State's public information laws. 1.14.3 Assignment/Subcontracts 1.14.3.1 Contractor shall not assign, sell, transfer, subcontract or sublet rights, or delegate responsibilities under this Master Agreement, in whole or in part, without the prior written approval of the Lead State. 1.14.3.2 The Lead State reserves the right to assign any rights or duties, including written assignment of contract administration duties, to NASPO ValuePoint and other third parties. 1.14.4 Changes in Contractor Representation The Contractor must use commercially reasonable efforts, to promptly notify the Lead State in writing of any changes in the Contractor's key administrative personnel managing the Master Agreement. The Contractor shall propose replacement key personnel having substantially equal or better education, training, and experience as was possessed by the key person proposed and evaluated in the Contractor's proposal. 1.14.5 Independent Contractor Contractor is an independent contractor. Contractor has no authorization, express or implied, to bind the Lead State, Participating States, other Participating Entities, or Purchasing Entities to any agreements, settlements, liability or understanding whatsoever, and shall not to hold itself out as agent except as expressly set forth herein or as expressly set forth in an applicable Participating Addendum or Order. 1.14.6 Cancellation Unless otherwise set forth herein, this Master Agreement may be canceled by either party upon sixty (60) days' written notice prior to the effective date of the cancellation. Further, any Participating Entity may cancel its participation upon thirty (30) days' written notice, unless otherwise limited or stated in the Participating Addendum. Cancellation may be in whole or in part. Any cancellation under this provision will not affect the rights and obligations attending Orders outstanding at the time of cancellation, including any right of a Purchasing Entity to indemnification by the Contractor, rights of payment for Products delivered and accepted, rights attending any warranty or default in performance in association with any Order, and requirements for records administration and audit. Cancellation of the Master Agreement due to Contractor default may be immediate. Contract —Tires, Tubes, and Services 21 127 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C 1.14.7 Force Majeure Neither party to this Master Agreement shall be held responsible for delay or default caused by strike or labor disruption, epidemic or pandemic, fire, riot, unusually severe weather, other acts of God, or acts of war which are beyond that party's reasonable control. The Lead State may terminate this Master Agreement upon determining such delay or default will reasonably prevent successful performance of the Master Agreement. 1.14.8 Defaults and Remedies 1.14.8.1 The occurrence of any of the following events will be an event of default under this Master Agreement: 1.14.8.1.1 Nonperformance of contractual requirements; 1.14.8.1.2 A material breach of any term or condition of this Master Agreement; 1.14.8.1.3 Any certification, representation or warranty by Contractor in response to the solicitation or in this Master Agreement that proves to be untrue or materially misleading; 1.14.8.1.4 Institution of proceedings under any bankruptcy, insolvency, reorganization or similar law, by or against Contractor, or the appointment of a receiver or similar officer for Contractor or any of its property, which is not vacated or fully stayed within thirty (30) calendar days after the institution or occurrence thereof; or 1.14.8.1.5 Any default specified in another section of this Master Agreement. 1.14.8.1.6 Failure to enforce an Approved Distributor (Dealer) Agreement under Section 1.12.1. 1.14.8.2 Upon the occurrence of an event of default, the Lead State shall issue a written notice of default, identifying the nature of the default, and providing a period of fifteen (15) calendar days in which Contractor shall have an opportunity to cure the default. The Lead State shall not be required to provide advance written notice or a cure period and may immediately terminate this Master Agreement in whole or in part if the Lead State, in its sole discretion, determines that it is reasonably necessary to preserve public safety or prevent immediate public crisis. Time allowed for cure will not diminish or eliminate Contractor's liability for damages, including liquidated damages to the extent provided for under this Master Agreement. Contract —Tires,, Tubes, and Services Irma 128 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C 1.14.8.3 If Contractor is afforded an opportunity to cure and fails to cure the default within the period specified in the written notice of default, Contractor shall be in breach of its obligations under this Master Agreement and the Lead State shall have the right to exercise any or all of the following remedies: 1.14.8.3.1 Any remedy provided by law; 1.14.8.3.2 Termination of this Master Agreement and any related Contracts or portions thereof; 1.14.8.3.3 Assessment of liquidated damages as provided in this Master Agreement; 1.14.8.3.4 Suspension of Contractor from being able to respond to future bid solicitations; 1.14.8.3.5 Suspension of Contractor's performance; and 1.14.8.3.6 Withholding of payment until the default is remedied. 1.14.8.4 Unless otherwise specified in the Participating Addendum, in the event of a default under a Participating Addendum, a Participating Entity shall provide a written notice of default as described in this section and shall have all of the rights and remedies under this paragraph regarding its participation in the Master Agreement, in addition to those set forth in its Participating Addendum. Unless otherwise specified in an Order, a Purchasing Entity shall provide written notice of default as described in this section and have all of the rights and remedies under this paragraph and any applicable Participating Addendum with respect to an Order placed by the Purchasing Entity. Nothing in these Master Agreement Terms and Conditions will be construed to limit the rights and remedies available to a Purchasing Entity under the applicable commercial code. 1.14.9 Waiver of Breach Failure of the Lead State, Participating Entity, or Purchasing Entity to declare a default or enforce any rights and remedies will not operate as a waiver under this Master Agreement, any Participating Addendum, or any Purchase Order. Any waiver by the Lead State, Participating Entity, or Purchasing Entity must be in writing. Waiver by the Lead State or Participating Entity of any default, right or remedy under this Master Agreement or Participating Addendum, or by Purchasing Entity with respect to any Purchase Order, or breach of any terms or requirements of this Master Agreement, a Participating Addendum, or Purchase Order will not be construed or operate as a waiver of any subsequent default or breach of such term or requirement, or of any other term or requirement under this Master Agreement, any Participating Addendum, or any Purchase Order. 1.14.10 Debarment The Contractor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from Contract —Tires,, Tubes, and Services 23 129 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C participation in public procurement or contracting by any governmental department or agency. This certification represents a recurring certification made at the time any Order is placed under this Master Agreement. If the Contractor cannot certify this statement, attach a written explanation for review by the Lead State. 1.14.11 No Waiver of Sovereign Immunity 1.14.11.1 In no event will this Master Agreement, any Participating Addendum or any contract or any Purchase Order issued thereunder, or any act of the Lead State, a Participating Entity, or a Purchasing Entity be a waiver of any form of defense or immunity, whether sovereign immunity, governmental immunity, immunity based on the Eleventh Amendment to the Constitution of the United States or otherwise, from any claim or from the jurisdiction of any court. 1.14.11.2 This section applies to a claim brought against the Participating Entities who are states only to the extent Congress has appropriately abrogated the state's sovereign immunity and is not consent by the state to be sued in federal court. This section is also not a waiver by the state of any form of immunity, including but not limited to sovereign immunity and immunity based on the Eleventh Amendment to the Constitution of the United States. 1.14.12 Governing Law and Venue 1.14.12.1 The procurement, evaluation, and award of the Master Agreement will be governed by and construed in accordance with the laws of the Lead State sponsoring and administering the procurement. The construction and effect of the Master Agreement after award will be governed by the law of the state serving as Lead State. The construction and effect of any Participating Addendum or Order against the Master Agreement will be governed by and construed in accordance with the laws of the Participating Entity's or Purchasing Entity's state. 1.14.12.2 Unless otherwise specified in the RFP, the venue for any protest, claim, dispute or action relating to the procurement, evaluation, and award is in the state serving as Lead State. Venue for any claim, dispute or action concerning the terms of the Master Agreement will be in the state serving as Lead State. Venue for any claim, dispute, or action concerning any Order placed against the Master Agreement or the effect of a Participating Addendum will be in the Purchasing Entity's state. 1.14.12.3 If a claim is brought in a federal forum, then it must be brought and adjudicated solely and exclusively within the United States District Court for (in decreasing order of priority): the Lead State for claims relating to the procurement, evaluation, award, or contract performance or administration if the Lead State is a party; a Participating State if a named party; the state where the Participating Entity or Purchasing Entity is located if either is a named party. Contract —Tires,, Tubes, and Services 24 130 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C 1.14.13 Survivability Unless otherwise explicitly set forth in a Participating Addendum or Order, the terms of this Master Agreement as they apply to the Contractor, Participating Entities, and Purchasing Entities, including but not limited to pricing and the reporting of sales and payment of administrative fees to NASPO ValuePoint, shall survive expiration of this Master Agreement and shall continue to apply to all Participating Addenda and Orders until the expiration thereof. Contract —Tires,, Tubes, and Services 25 131 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C SECTION 2 SCOPE OF WORK 2.1 This Scope of Work describes the Deliverables being sought through this Contract. Deliverables shall include specific full lines of tires and tubes identified in the Manufacturer's Price List (MPL) and related services. 2.2 Master Agreement Objectives The purpose of this Master Agreement(s) is to provide competitive pricing for tire products and services through retail distribution networks to all Participating States. This Master Agreement may be used by state governments (including departments, agencies, institutions), institutions of higher education, political subdivisions (i.e., colleges, school districts, counties, cities, etc.), the District of Columbia, territories of the United States, and other eligible entities subject to approval of the using entities chief procurement official and compliance with local statutory and regulatory provisions. 2.3 Master Agreement Deliverables The scope of this Contract includes specific full lines of tires and tubes as covered in the Manufacturer's Price List (MPL) and related services in the subcategories listed below. 2.3.1 Tires and Tubes Subcategories 1. Pursuit and Performance Tires 2. Automobile/Passenger Vehicles 3. Light Duty Trucks: Redial and Bias 4. Medium Commercial/Heavy Duty Trucks/Buses S. Off -the -Road OTR: Radial and Bias 6. Agriculture/Farm 7. Industrial 8. Specialty Tires 9. EV Tires 10. Retread 2.3.2 Product and Service Specifications 2.3.2.1 General Tire Specifications The quality for all tires must be the equivalent or greater than Original Equipment Manufacturers (OEM) as original for automobiles, trucks, tractors, buses, backhoes, loaders, motor graders, and other heavy equipment. Tires supplied must be marked with Federal Department of Transportation (DOT) compliance symbol. Tires must conform to all applicable Federal Specifications. All tires in subcategories one (1) through nine (9) must be new, unused and must have been produced or manufacturer within the last one (1) year prior to delivery to the Purchasing Entity. Should an Authorized Dealer deliver a tire(s) with a manufacturing date exceeding the one (1) year limit, the Authorized Dealer must pick up the expired tire(s) and replace them with tire(s) that meet Contract —Tires,, Tubes, and Services 26 132 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C the manufacturing date requirement for no additional fee to the Purchasing Entity. All tires must have the size, manufacturer's name, DOT number, serial number, and indication of body material molded in side-wall at time of cure. The application of any of the above by any other means such as branding, application of decals, etc. must not be acceptable. Tires offered must have been tested to meet or exceed American Society of Testing and Materials (ASTM) Standard F1922 for highway tires, F1923 for Off Road/Low Speed tires, and meet operations performance levels and marking requirements of Federal Standards FMVSS 109 for new pneumatic passenger tires, FMVSS 139 for new pneumatic radial tires for light vehicles, and FMVSS 119 for new pneumatic non -passenger Multi -Passenger Vehicles (MPVs), trucks, buses, and trailers. 2.3.2.1.1 Pursuit and Performance Tires Pursuit and performance tires include tires for police and other pursuit vehicles and for other high-speed, performance vehicles. This subcategory includes any tire that is H, V, W, Y, or ZR rated or above. An H rating is the minimum speed rating for tires in this subcategory. Tires must be new, standard production tires expressly designed and certified by manufacturer for high speed operation and must exhibit exceptional safety, stability, handling, and stopping characteristics. Contractor must maintain evidence/certifications that such tires meet all laboratory test and size requirements of Federal Standards MVSS 109. 2.3.2.1.2 Automobile/Passenger Vehicles These tires include common passenger car tires and are designated with a "P" at the beginning of the tire size. Common applications for these types of tires would be passenger cars and minivans. Tires must be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles. 2.3.2.1.3 Light Duty Trucks Radial and Bias These tires can usually be identified by the letters "LT" at the beginning of the tire size. Common applications for these types of tires would be pickup trucks, sport utility vehicles, full size vans, and some trailers. Contract —Tires,, Tubes, and Services Tires must be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles. 27 133 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C 2.3.2.1.4 Medium Commercial/Heavy Duty Trucks/Buses These tires do not have a letter at the beginning of the tire size. Common applications for these types of tires would be medium and heavy trucks, buses, semi -trucks, cargo, vans, and trailer tires. Tires in this subcategory have a diameter that is equal to or greater than twenty (20) inches. Tires must be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles. 2.3.2.1.5 Off -the -Road OTR and Low Speed Off Highway Tires (Radial and Bias) Common applications are heavy construction equipment such as wheel loaders, backhoes, graders, and trenchers. Tires must be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles. 2.3.2.1.6 Agricultural/Farm (Radial and Bias) Common applications are farm tractors, wagons, harvesters, and other farm implements requiring tires with high traction qualities and tires with high flotation qualities at low inflation pressures. Tires must be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles. 2.3.2.1.7 Industrial Common applications are specialty industrial equipment, some construction equipment, and material handling equipment such as skid loaders and forklifts and include pneumatic, non0pneumatic, and press on tires. Tires must be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles. 2.3.2.1.8 Specialty Tires Specialty tires may include, but are not limited to, recreational, all - terrain -vehicle (ATV), boat trailer, yard and garden, and aviation tires. This category also includes all other tires not identified above. Tires must be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles. 2.3.2.1.9 Electric Vehicle (EV) Tires Contract —Tires,, Tubes, and Services 28 134 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C Common applications are electric sedans and trucks requiring tires with high load index. Tires must be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles. 2.3.2.1.10 Retread Tires — Optional Service A retread tire undergoes a manufacturing process to replace the worn tread on used tires to extend the longevity of the tire. 2.3.2.2 Low Roll Resistance Tires Contractor must provide certified, low rolling resistance tires and Identify them as low roll resistance tires in the MPL. Contractor is to also provide the fuel economy rating of the low roll resistance tires offered, for example, miles per gallon fuel efficiency increase or percentage of fuel economy increase. 2.3.2.3 Tubes All inner tubes must be standard production first line, heavy duty butyl tubes or natural rubber of fresh stock. All tubes must be of quality not less than the tubes normally furnished in representative quantities by OEM as original equipment for automobiles, trucks, tractors, buses, backhoes, loaders, motor graders, and other heavy equipment. Tubes must conform to all applicable federal specifications. All tubes must be new and must have been produced or manufactured within the last one (1) year prior to installation or delivery to the Purchasing Entity. 2.3.2.4 Detailed Services Specifications Contractor must provide pricing on each of the below mentioned listed services that may be performed by their approved Authorized Dealers to include any parts and labor. If Contractor does not offer one of the items listed below, the Contractor should mark it as NA. Approved Authorized Dealers must honor the services pricing in the Contractor's Cost Proposal. Contractor must provide a list of its approved Authorized Dealers for each state included in this Contract. The Contractor is responsible for the timeliness and quality of all services provided by the approved Distributors under this Contract. NASPO ValuePoint Participating States may elect to use these services listed below at their discretion. Product installation and repairs, such as mounting, rotation, and balancing, must be in accordance with manufacturer's recommended procedures of warranted new virgin -product tires for each product subcategory. a. Tire installation with purchase in store includes dismount of used tires and to bes b. Change tire, dismount and mount Contract —Tires,, Tubes, and Services 29 135 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C c. Flat repair, remove, repair and mount d. Flat repair, off vehicle e. Rotate mounted tires (per tire) f. New valve stem rubber or metal g. Wheel balance — computer spin balance (per spin) h. Wheel balance—computer spin balance and valve stem combination L Foam filled j. Alignment Services — If Contractor provides this service, the prices should be listed as a percentage discount from list price for parts and a fixed price per hour for labor. k. Studding — Metal implants in the surface of the tread to improve traction on ice. I. Siping —The small slots that are cut or molded into a tire tread surface. These slots are meant to aid in increasing traction in snow, ice, mud, and wet road surfaces. m. Used tire recycle and disposal fee (per tire) — Some NASPO ValuePoint Participating States have statutes that only allow up to a specific fee to be charged. The Participating States with statue regulated fee caps will only pay the proposed amount or the statute price, whichever is lower. n. Bulk Disposal of Tires— This is considered an additional chargeable service. Contractor must, when requested, place trailers on-site at any requesting using Entity for the disposal of scrap tires. Contractor must, on a will -call basis, within five (5) days' notification from requesting Purchasing Entity, remove and replace full trailers with empty trailers. Trailer capacity must be a minimum of six (6) tons or scrap tires. Contractor must dispose of scrap tires that are removed in Contractor provided trailers at an approved waste tire recovery area, other approved disposal methods. Contractor must invoice for disposal of scrap tires at the established Master Agreement price per ton. Contractor must submit with invoice, documentation of scrap tire disposal weight from a disposal site, if this is the method of disposal utilized by the Contractor. Contractor may return scrap tires mounted to wheels to Purchasing Entity if dismounting is required. With prior approval from the designated Purchasing Entity contract representative, Contractor may dismount scrap tires from wheels and invoice at the established Master Agreement price for such service. Contract —Tires,, Tubes, and Services 30 136 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C Contractor must return wheels to Purchasing Entity for disposition unless instructed otherwise by Purchasing Entity. o. Tire Pressure Monitoring System (TPMS) — Vehicles all come with a TPMS which is built into the tire valve. When new tires are mounted on a vehicle with the TPMS system, the TPMS system is reinstalled with a new washer, valve, and valve cap (TPMS service kit). 2.3.3 Customer Service 2.3.3.1 The Contractor must provide a website dedicated to any Participating State that includes, but, is not limited to, services, cost, technical specifications, online ordering, and payment capability. 2.3.3.2 The Contractor must provide a dedicated customer service representative(s) for the Master Agreement. The representative must be available to respond to all Participating Entity inquiries within two (2) business day. The representative must be available to resolve any customer service issues. 2.3.3.3 The Contractor must report Key Performance Indicators (KPIs) measuring their customer service and response time. The KPI report must be issued to the Contract Administrator no later than sixty (60) days following the end of each calendar year. 2.3.3.4 A Contractor representative(s) must attend an annual meeting with the Lead State Contract Administrator and sourcing team to review usage and discuss any issues that are occurring, if requested. The Contractor must be prepared to discuss overall effectiveness of contract, total sales, and customer service. The representative must be responsible to conduct and/or coordinate sales meetings, training sessions, and product demonstrations if required. 2.3.4 Multi -Accounts within a Using Entity Using Entities may have different agencies, departments, or divisions utilizing the goods and/or services provided by Contractor(s). Therefore, Contractor(s) must be able to process multiple individual accounts and unique users within a Purchasing Entity. 2.3.5 Payment Types Contractor must accept mailed and electronic payments/P-Cards and cannot charge additional transaction fees under this Master Agreement. Contractor must accept each Participating Entity's payment terms established in their Participating Addendum. 2.3.6 Recruiting and Education of Approved Distributors Contractor must agree to continue recruiting dealers to become Approved Distributors for Participating Entities for the duration of the Master Agreement. Contractor must further agree to continue outreach with regards to the training of Approved Distributors on the terms and requirements of the Master Agreement and relaying billing procedures for each respective Participating Entity. Contract —Tires,, Tubes, and Services 31 137 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C 2.4 Contractor Responsibilities and Tasks 2.4.1 Administrative Fees 2.4.1.1 The Contractor must pay to NASPO ValuePoint, or its assignee, a NASPO ValuePoint Administrative Fee of one-quarter of one percent (0.25% or 0.0025) no later than sixty (60) days following the end of each calendar quarter. The NASPO ValuePoint Administrative Fee must be submitted quarterly and is based on all sales of products and services under the Master Agreement (less any charges for taxes and shipping). The NASPO ValuePoint Administrative Fee is not negotiable. This fee is to be included as part of the Contract pricing. 2.4.1.2 Additionally, some Participating Entities may require an additional administrative fee be paid directly to the state only on purchases made within that state. For all such requests, the fee level, payment method, and schedule for such reports and payments must be incorporated into the Participating Addendum that is made part of this Master Agreement. The Contractor may adjust the Master Agreement pricing accordingly for such purchased made by Purchasing Entities within the jurisdiction of the state. All such payments must not affect the NASPO ValuePoint Administrative Fee percentage or the prices paid by the Purchasing Entities outside the jurisdiction of the state requesting the additional fee. The NASPO ValuePoint Administrative Fee must be based on the gross amount of all sales (less any charges for taxes and shipping) at the adjusted prices (if any) in Participating Addenda. 2.4.2 NASPO ValuePoint Summary and Detailed Usage Reports The Contractor must provide the following NASPO ValuePoint reports. 2.4.2.1 Summary Sales Data — The Contractor must submit quarterly sales reports directly to NASPO ValuePoint using the NASPO ValuePoint Quarterly Sales/Administrative Fee Reporting Tool found at: (htt� : c l lator.naspovaluepoint.org/ 2.4.2.2 Contractor agrees, as Participating Addendums become executed, if requested by ValuePoint personnel to provide plans to launch the program within the Participating State. Plans must include time frames to launch the agreement and confirmation that the Contractor's website has been updated to properly reflect the contract offer as available in the participating state. 2.4.2.3 Contractor agrees, absent anything to the contrary outlined in a Participating Addendum, to consider Participating Entities proposed terms and conditions, as deemed important to the Participating Entity, for possible inclusion into the Participating Addendum. Contractor must ensure that their sales force is aware of this contracting option. 2.4.2.4 Contractor agrees to participate in an annual contract performance review at a location selected by the Lead State and NASPO ValuePoint, which may include Contract —Tires,, Tubes, and Services 32 138 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C a discussion of marketing action plans, target strategies, marketing materials, as well as Contractor reporting and timeliness of t of administrative fees. 2.4.3 Price and Rate Guarantee Period All prices and rates must be guaranteed for the initial six (6) month period of the Master Agreement. Following the initial six (6) month period of the Master Agreement, the Contractor may request for a price or rate adjustment for an equal guarantee period of six (6) months, and must be made at least sixty (60) days prior to the effective date. Requests for price or rate adjustment must include sufficient documentation supporting the request. Any adjustment or amendment to the Master Agreement must not be effective unless approved by the Lead State. No retroactive adjustments to prices or rate must be allowed. 2.5 Lead State Responsibilities and Tasks 2.5.1 Adjustment in Pricing The Lead State Contract Administrator and Multistate Sourcing Team must review the Contractors request for a price or rate adjustment at least forty-five (45) days prior to the effective date. The Lead State Contact must notify the Contractor their requested price or rate adjustment was approved or must be resubmitted for approval at least thirty (30) days prior to the effective date. 2.5.2 Contract Extensions The Lead State Contract Administrator must give the Contractor written notice of its intent whether to exercise each renewal option no later than ninety (90) days before the end of the Contract's then -current term. 2.5.3 Annual Review Meeting The Lead State Contract Administrator must coordinate a date and time that aligns with the Contractor, Contract Administrator, and Multistate Sourcing Teams schedule for the annual review meeting. The meeting must be held in Des Moines, Iowa. 2.5.4 Participating Addendum Escalation Contact The Lead State Contract Administrator must be the escalation contact for a Participating Entity when the Contractor fails to respond to correspondence with the Participating Entity or if an issue or problem is not resolved in a timely fashion. Contract —Tires,, Tubes, and Services 33 139 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C SECTION 3 PRICING 3.1 Tire Pricing Tire pricing includes all anticipated charges, including but not limited to, freight to dealer locations, cost of product and services, transaction fees, overhead, profits, and other costs or expenses incidental to the Contractor's performance. Tire and Tube pricing does not include delivery to Purchasing Entities. Contractor's discount off of Manufacturer's Price List (MPL) pricing is shown below: 3.2 Tire Services Pricing Tire services include all minor parts and labor as a total service rate. Flat rate pricing and availability of services is shown below: Product Tires and Tubes by Subcategory Subcategory # Tire and Tube Type Percent Discount MPL Name MP: Date B1 Pursuit and Performance Tires 52.50% Goodyear Tire & Rubber Company 1/1/2024 B2 Automobile/Passenger Vehicles 48% Goodyear Tire & Rubber Company 1/1/2024 B3 Light Duty Trucks: 48% Goodyear Tire & Rubber Company 1/1/2024 3a. Radial 48% Goodyear Tire & Rubber Company 1/1/2024 3b. Bias 48% Goodyear Tire & Rubber Company 1/1/2024 B4 Medium Commercial/Heavy Duty Trucks/Buses ° 60/ Goodyear Tire &Rubber Company 1/1/2024 B5 Off Road 30% Goodyear Tire & Rubber Company 1/1/2024 (Per Tire) 5a. Off Road Radial 30% Goodyear Tire & Rubber Company 1/1/2024 5b. Off Road Bias 30% Goodyear Tire & Rubber Company 1/1/2024 B6 Agriculture/Farm NA NA NA B7 Industrial Tires 30% Goodyear Tire & Rubber Company 1/1/2024 B8 Specialty Tires NA NA NA B9 EV Tires 48% Goodyear Tire & Rubber Company 1/1/2024 B10 Retread 73% Goodyear Tire & Rubber Company 1/1/2024 3.2 Tire Services Pricing Tire services include all minor parts and labor as a total service rate. Flat rate pricing and availability of services is shown below: Product Tire product Code 9 Desc price NASPO Sub -Category Type of Service Code 9 Type 044220000 GOV WHEEL BALANCE SV $14.00 Pursuit, Performance, Wheel balance -computer spin balance - COMPUTER SPIN Passenger, Automobile (Per Tire) 044220000 GOV WHEEL BALANCE SV $14.00 Light Duty Trucks Wheel balance -computer spin balance - COMPUTER SPIN (Per Tire) 044220000 GOV WHEEL BALANCE SV $14.00 EV Tires Wheel balance -computer spin balance _COMPUTER SPIN (Per Tire) 041270000 GOV NEW VALVE SV $3.55 Pursuit, Performance, New valve stem rubber (per tire) STEM passenger, Automobile 041270000 GOV NEW VALVE SV $3.55 Light Duty Trucks New valve stem rubber (per tire) STEM 041270000 GOV NEW VALVE SV $3.55 EV Tires New valve stem rubber (per tire) STEM Contract —Tires,, Tubes, and Services 34 140 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C 041270000 GOV NEW VALVE SV $7.95 Pursuit, Performance, New valve stem metal (per tire) STEM Passenger, Automobile 041270000 GOV NEW VALVE SV $7.95 Light Duty Trucks New valve stem metal (per tire) STEM 041270000 GOV NEW VALVE SV $7.95 EV Tires New valve stem metal (per tire) STEM Medium Commercial/ 041270000 GOV NEW VALVE SV $11.00 Heavy Duty/Bus New valve stem (per tire) STEM (Single) 041270000 GOV NEW VALVE SV $11.00 Medium Commercial/ New valve stem (per tire) STEM Heavy Duty/Bus (Dual) 041270000 GOV NEW VALVE SV $11.00 Retread New valve stem (per tire) STEM 040476000 GOV AUTO INSTALL - SV $10.15 EV Tires Change tire, dismount and mount NOT PURCH IN STORE 040476000 GOV AUTO INSTALL- SV $10.15 Pursuit, Performance, Change tire, dismount and mount NOT PURCH IN STORE passenger, Automobile GOV CHANGE Tire Installation w/purchase in store 040478000 TIRE,DISM & MOUNT- SV $8.00 Light Duty Trucks includes dismount of used tires and LT (C,D,E) tubes (per tire) 044218000 GOV WHEEL BALANCE SV $17.55 Pursuit, Performance, Wheel balance/Rubber Valve stem WITH VALVE Passenger, Automobile combo (per tire) 044218000 GOV WHEEL BALANCE SV $17.55 Light Duty Trucks Wheel balance/Rubber Valve stem WITH VALVE combo (per tire) 044218000 GOV WHEEL BALANCE SV $17.55 EV Tires Wheel balance/Rubber Valve stem WITH VALVE combo (per tire) 046884000 GOV ROTATE SV $4.10 Pursuit, Performance, Rotate mounted tires (per tire) MOUNTED TIRES passenger, Automobile 046884000 GOV ROTATE SV $4.10 Light Duty Trucks Rotate mounted tires (per tire) MOUNTED TIRES 046884000 GOV ROTATE SV $4.10 EV Tires Rotate mounted tires (per tire) MOUNTED TIRES 040477000 GOV LT TIRE INSTALL - SV $11.80 Light Duty Trucks Change tire, dismount and mount NOT PURCH IN STORE 040488000 SURRENDERED TIRE SV $4.00 Pursuit, Performance, Used tire recycle/disposal fee (per tire) SCRAP CHARGE passenger, Automobile 040488000 SURRENDERED TIRE SV $6.00 Light Duty Trucks Used tire recycle/disposal fee (per tire) SCRAP CHARGE 040488000 SURRENDERED TIRE SV $4.00 EV Tires Used tire recycle/disposal fee (per tire) SCRAP CHARGE Medium Commercial/ 040488000 SURRENDERED TIRE SV $10.00 Heavy Duty/Bus Used tire recycle/disposal fee (per tire) SCRAP CHARGE (Single) 040488000 SURRENDERED TIRE SV $10.00 Medium Commercial/ Used tire recycle/disposal fee (per tire) SCRAP CHARGE Heavy Duty/Bus (Dual) 040488000 SURRENDERED TIRE SV $10.00 Retread Used tire recycle/disposal fee (per tire) SCRAP CHARGE GOV MT/DISMT 17.5" Medium Commercial/ Tire Installation w/purchase in store 040479000 & UP RIM DIAM SV $38.00 Heavy Duty/Bus includes dismount of used tires and OUTSIDE (Single) tubes (per tire) GOV MT/DISMT 17.5" Tire Installation w/purchase in store 040479000 & UP RIM DIAM SV $38.00 Retread includes dismount of used tires and OUTSIDE tubes (per tire) Contract —Tires, Tubes, and Services 35 141 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C 3.3 Internal Controls Contractor has incorporated internal controls based on product code pricing. bill the Purchasing Entity for product code line items where the billed price contract rate based on their internal controls in an effort to keep billing Contract. Contract —Tires, Tubes, and Services Contractor shall not is greater than the compliant with the 36 142 GOV MT/DISMT 17.5" Medium Commercial/ 040479000 & UP RIM DIAM SV $38.00 Heavy Duty/Bus Change tire, dismount and mount OUTSIDE (Single) GOV MT/DISMT 17.5" 040479000 & UP RIM DIAM SV $38.00 Retread Change tire, dismount and mount OUTSIDE GOV MED COM Medium Commercial/ Tire Installation w/purchase in store 046993000 INSTALL (DUAL) SV $40.00 Heavy Duty/Bus (Dual) includes dismount of used tires and tubes (per tire) 046993000 GOV MED COM SV $40.00 Medium Commercial/ Change tire, dismount and mount INSTALL (DUAL) Heavy Duty/Bus (Dual) Medium Commercial/ 044171000 WHEEL BALANCING - SV $42.50 Heavy Duty/Bus Wheel balance -computer spin balance COMM TRK GOVT. (Single) (Per Tire) 044171000 WHEEL BALANCING - SV $42.50 Medium Commercial/ Wheel balance -computer spin balance COMM TRK GOVT. Heavy Duty/Bus (Dual) (Per Tire) 044171000 WHEEL BALANCING - SV $42.50 Retread Wheel balance -computer spin balance COMM TRK GOVT. (Per Tire) 046996000 GOV WHEEL BALANCE SV $53.50 Medium Commercial/ Wheel balance/Valve stem combo (per WITH VALVE (DUAL) Heavy Duty/Bus (Dual) tire) Medium Commercial/ 046883000 GOV COM -LARGE SV $29.00 Heavy Duty/Bus Rotate mounted tires (per tire) TRUCK ROTATE (Single) 046883000 GOV COM -LARGE SV $29.00 Medium Commercial/ Rotate mounted tires (per tire) TRUCK ROTATE Heavy Duty/Bus (Dual) 046883000 GOV COM -LARGE SV $29.00 Retread Rotate mounted tires (per tire) TRUCK ROTATE GOV WHEEL BALANCE Medium Commercial/ Wheel balance/Valve stem combo (per 044218000 WITH VALVE SV $53.50 Heavy Duty/Bus tire) (Single) 044218000 GOV WHEEL BALANCE SV $53.50 Retread Wheel balance/Valve stem combo (per WITH VALVE tire) GOV CHANGE Tire Installation w/purchase in store 040478000 TIRE,DISM & MOUNT- SV $8.00 EV Tires includes dismount of used tires and PASS/PURSUIT tubes (per tire) GOV CHANGE Pursuit, Performance, Tire Installation w/purchase in store 040478000 TIRE,DISM & MOUNT- SV $8.00 passenger, Automobile includes dismount of used tires and PASS/PURSUIT tubes (per tire) 3.3 Internal Controls Contractor has incorporated internal controls based on product code pricing. bill the Purchasing Entity for product code line items where the billed price contract rate based on their internal controls in an effort to keep billing Contract. Contract —Tires, Tubes, and Services Contractor shall not is greater than the compliant with the 36 142 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C SECTION 4 CONTACTS 4.1 Goodyear Kenny Miller 330.796.4352 kenneth miller@goodyear.com 4.2 State of Iowa — DAS/Procurement Contact Karl Wendt 515.281.7073 karl.wendt@iowa.gov 4.3 NASPO-Valuepoint Josh Descoteaux 589.551.0958 idescotea ux@ naspo.org Contract —Tires,, Tubes, and Services 37 143 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C The State of ATTACHMENT 1 APPROVED DISTRIBUTOR (DEALER) AGREEMENT — [Name of State] FOR TIRE RELATED SERVICES — RFP1118005083 NASPO ValuePoint Master Agreement 19101 (State) has entered into a contract with (Manufacturer") to provide tires and services to the State and political subdivisions within the State resulting from the State of Iowa Request for Proposal 1118005083. Specific independent and/or corporate owed Approved Distributors ("Dealers") will be authorized by the Manufacturer to provide tires, tubes and tire related services related to purchasing the tires (mounting tires, rotating tires, etc.). This Dealer Agreement will identify the responsibilities of the Dealer for the services provided by the Dealer. Dealers will need to sign the Approved Distributor (Dealer) Agreement before the Dealer will be authorized to provide services to the State. This Agreement will be effective on the last signature date below. The Dealer agrees to the following: 1. PROFESSIONAL SERVICES Dealer warrants that all services shall be performed in a professional and workmanlike manner consistent with standard industry practice; and in accordance with any approved Statement of Work, if applicable. Dealer agrees to abide by all applicable laws, regulations, and industry standards when performing services for the State. Dealer will provide Manufacturer its current delivery pricing and terms, if applicable, and submit updates within a maximum of thirty (30) days of when pricing or terms are adjusted. . 114SURAIMCEi IIIIIIIIIIIIIII ii SII The Dealer will agree to carry all insurance which may be required by federal and state laws, state and city ordinances, charters, regulations, and codes. The Dealer certifies that it has now and will continue to have in full force and effect the following certificates of insurance. Copies of the insurance certificates shall be provided to the State within ten (10) days upon request. All Insurance shall be issued by an insurance company authorized by the Insurance Department to transact business in the State. No policy shall expire, be canceled or materially changed to effect coverage available to the State without thirty (30) days written notice to the State. Contract —Tires, Tubes, and Services 38 144 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C a. Liability insurance: a certificate of insurance evidencing insurance coverage for general liability including contractual liability, written on a comprehensive form with coverage for personal injury and a limit of liability of not less than $1,000,000 per occurrence for bodily injury, property damage and personal injury; and, $2,000,000 general aggregate. b. Worker's compensation and employer's liability: a certificate of insurance evidencing Dealer is complying with any applicable State Workers Compensation or Employers Liability Insurance requirements. c. Garage liability including Garage Keepers Legal Liability: a certificate evidencing coverage with a minimum limit of $100,000 and to include loss of use of state operated vehicle(s). 3. HOLD HARMLESS The Dealer shall release, protect, indemnify and hold the State and its officers, agencies, employees, harmless from and against any damage, cost or liability, including reasonable attorney's fees for any or all injuries to persons, property or claims arising from acts or omissions of the Dealer, its employees or subcontractors or volunteers. 4. CONTRACT WITH MANUFACTURER The Dealer agrees to abide by the terms and conditions of the Contract between the Manufacturer and the State resulting from State of Iowa Request for Proposal 1118005083. IN WITNESS WHEREOF, the authorized representatives of the parties sign and agree to the terms of this Agreement. Approved Distributor (DEALER) Signature Name and Title of Signer (Type or Print) Contract —Tires,, Tubes, and Services Date 39 145 DocuSign Envelope ID: AA50E662-5AE0-4138-A985-C7DA74A5CD6C AUTHORIZED DISTRIBUTOR (DEALER) INFORMATION Legal Status: Corporation T Partnership T Sole Proprietorfi Dealer Name: Address: City, State, Zip:_ Phone: Contact Name: Email Address: Federal Tax ID #: Fax: 71 Check this box if you cannot provide any delivery services. If you have the capacity to provide delivery services, please enter your delivery rates and any terms associated with delivery. Delivery Rate(s): Delivery Terms: Contract —Tires,, Tubes, and Services 40 146 DocuSign Envelope ID: AA50E662-5AE0-4136-A985-C7DA74A5CD6C � ffM I V I Iii, 11 illlllllllllllllllll, Q W 0-16: O -, r- Yto- � -TA• r . . 0 0 Goodyear Warranty Information The Goodyear Tire & Rubber Company 200 Innovation Way Akron, OH 44316 Please see the attached warranty information for the tires offered from the Goodyear Tire & Rubber Company. 148 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C HIGHWAY AUTO, LIGHT TRUCK AND SPECIAL TRAILER TIRE AND ADJUSTMENT POLICY (EXCLUDES GOODYEAR@ UNISTEEP RADIAL LIGHT TRUCK TIRES) WHO IS ELIGIBLE? You are eligible for the benefits of this Limited Warranty if you meet all the following criteria: • You are the owner or authorized agent of the owner of new Goodyear highway auto, light truck or special trailer tires. • Your tires bear Department of Transportation prescribed tire identification numbers • Your tires have been used only on the vehicle on which they were originally installed according to the vehicle manufacturer's or Goodyear's recommendations • Your tires were purchased on or after April 1, 2019 Light truck tires are defined as all tires identified with the IT" designation in the sidewall stamping. e.g. LT245/?5R16. Special Trailer tires are defined as all tires identified with the "ST" designation in the sidewall stamping, e.g. ST235/80R16. WHAT IS COVERED AND FOR HOW LONG? FREE TIRE REPLACEMENT Any new Goodyear highway radial auto, radial light truck tire or Special Trailer (ST) tire, covered by this policy, removed from service due to a covered warranty condition during the first 2/32" of usable tread or twelve months from date of purchase, whichever comes first, will be replaced with a comparable new Goodyear tire at no charge, including mounting and balancing. (Without proof of purchase the date of manufacture will be used to determine eligibility.) ALL OTHER HIGHWAY AUTO OR LIGHT TRUCK TIRES Any new Goodyear highway auto or light truck tire, other than radial auto or radial light truck tires, removed from service due to a covered warranty condition during the first 1/32" of usable tread will be replaced with a comparable new Goodyear tire at no charge, including mounting and balancing. TEMPORARY SPARE TIRES Any Goodyear temporary spare tire removed from service due to a covered warranty condition during the first 50% of usable treadwear (1/32") will be replaced with a comparable new Goodyear temporary spare tire at no charge, including mounting. PRORATED ADJUSTMENT Tires not eligible for free replacement that are removed from service due to a covered warranty condition will be replaced with a comparable new Goodyear tire on a prorated basis for up to six (6) years from the date of original new tire purchase or when the treadwear indicators become visible (worn to 2/32"), whichever occurs first. (Without proof of purchase the date of manufacture will be used to determine eligibility.) HOW WILL PRORATED CHARGES BE CALCULATED? Replacement price will be calculated by multiplying the tire's advertised retail selling price at the time of adjustment by the percentage of usable original tread that has been worn off. You pay for mounting and balancing, and an amount equal to the current Federal Excise Tax (F.E.T. — U.S. only) and any other applicable taxes and government -mandated charges. EXAMPLE: If your disabledi /" of usabler and i worn to @@ usable tread remaining, pay SO% of the advertised retail selling price of the comparable tire. In addition, you must pay an amount equal to the full current Federal Excise Tax (U.S. only) or any other applicable taxes and government -mandated charges for the comparable new replacement tire at the time of adjustment. If the price of the new comparable tire is $130.00, the cost to you would be $65.00 plus F.E.T. (U.S. only) plus any other applicable taxes and government -mandated charges. 149 DocuSign Envelope ID: AA5OE662-5AEO-4136-A985-C7DA74A5CD6C A "comparable" new Goodyear tire will be the same brand tire and may be either the same line of tire or, in the event that the tire is not available, the same brand tire with the same basic construction and similar performance attributes with a different sidewall or tread configuration. If a higher priced tire is accepted as replacement, the difference in price will be at an additional charge to you. Any replacement tire provided pursuant to this warranty will be covered by the warranty in effect at the time of replacement. ADDITIONAL PROVISIONS A tire has delivered its full original tread life and the coverage of this limited warranty ends when the treadwear indicators become visible (worn to 2/32") or six (6) years from the date of new tire purchase, whichever occurs first. (Without proof of purchase the date of manufacture will be used to determine eligibility.) LIMITATIONS This limited warranty is applicable only in the United States and Canada. GOODYEAR TREAD LIFE LIMITED WARRANTY In addition to the provisions of the limited warranty for covered warranty conditions, any new Goodyear replacement tire listed below is warranted against treadwear wear -out based on the following table for up to six (6) years or the mileage indicated, whichever occurs first: *For vehicles with different front and rear tire sizes, the rear tires will have a 22,500 mile/ 37,500 kilometre tread life warranty. **For vehicles with different front and rear tire sizes, the rear tires will have a 25,000 mile/ 40,000 kilometre tread life warranty. DuPontTM and Kevlar° are trademarks or registered trademarks of E.I. du Pont de Nemours and Company. HOW WILL TREAD LIFE LIMITED WARRANTY CHARGES BE CALCULATED? Driving habits, road conditions, driving conditions and vehicle maintenance are all factors that contribute to tire wear. If your tires do not reach the miles/kilometres listed in the Tread Life table and meet with all the terms of the Tread Life Limited Warranty, the tires will be replaced as follows: 150 U.S. CANADA TIRE MILES KILOMETRES Assurance° All -Season 65,000 1051000 Assurance ComforTred° Touring 80,000 130,000 (T- and H -speed rated only) Assurance ComforTred° Touring 70,000 110,000 (V -speed rated only) Assurance Fuel Max° 651000 105,000 AssurancecS Fuel Max° 65,000 1051000 Assurance MaxLife° 85,000 140,000 Assurance WeatherReady° 60,000 951000 Assurance ComfortDrive° 60,000 95,000 Eagle Exhilarate TM 45,000 75,000 Eagle° F1 Asymmetric All -Season* 45,000 75,000 Eagle° Sport AII-Season** 501000 80,000 ElectricDriveTM 60,000 95,000 ElectricDriveTM GT 40,000 65,000 Fortera° HL 60,000 95,000 Wrangler° All -Terrain Adventure with Kevlar° 60,000 95,000 Wrangler DuraTrac° (Excludes LT sizes) 50,000 80,000 Wrangler Fortitude HT° (Excludes LT sizes) 65,000 105,000 Wrangler Fortitude HT° (LT sizes) 501000 80,000 Wrangler SR -A° (Excludes LT sizes) 50,000 80,000 Wrangler TrailRunner AT° 551000 85,000 Wrangler° Workhorse° AT 501000 80,000 *For vehicles with different front and rear tire sizes, the rear tires will have a 22,500 mile/ 37,500 kilometre tread life warranty. **For vehicles with different front and rear tire sizes, the rear tires will have a 25,000 mile/ 40,000 kilometre tread life warranty. DuPontTM and Kevlar° are trademarks or registered trademarks of E.I. du Pont de Nemours and Company. HOW WILL TREAD LIFE LIMITED WARRANTY CHARGES BE CALCULATED? Driving habits, road conditions, driving conditions and vehicle maintenance are all factors that contribute to tire wear. If your tires do not reach the miles/kilometres listed in the Tread Life table and meet with all the terms of the Tread Life Limited Warranty, the tires will be replaced as follows: 150 DocuSign Envelope ID: AA50E662-5AEO-4138-A985-C7DA74A5CD6C it the treaa wears evenly gown to the treaawear inaicators tworn to eiie i before delivering the warranted mileage, the tire will be replaced on a prorated basis, provided the original invoice is presented showing the vehicle mileage when the tires were originally installed. EXAMPLE: If your tire has a tread life limited warranty of 80,000 miles (130,000 kilometres) r sprior wear -out vv ' the tire Ibe replaced for®IO of the advertised selling priceadjustment. charges.new comparable tire is $130, the cost to you would be $91, plus any additional charges such as mounting, balancing and any other applicable taxes and The Tread Life Limited Warranty applies only if you are the original purchaser and the tires have been used only on the vehicle on which they were originally installed, according to Goodyear's or the vehicle manufacturer's recommendations. However, the Tread Life Limited Warranty does not apply to: • Tires used in commercial applications including, but not limited to, police, taxi service, national account, government and contract sales. • Tires supplied as original equipment. • Tires that are installed on any vehicle other than the vehicle on which they were originally installed. • Tires that after leaving the producing factory have had the tread pattern altered in any manner such as, but not limited to, siping, carving, shaving or having any material applied to the tread surface. You must retain your original tire purchase invoice (see B. under Owner's Obligations) for tread life limited warranty consideration. OWNER'S OBLIGATIONS: A. You must rotate your tires in accordance with the prescribed rotation patterns as recommended by either the vehicle manufacturer or Goodyear. B. When making a claim under the Tread Life Limited Warranty, you must present your original tire purchase invoice which shows the tire description, mileage and date the tire (s) were installed. C. You must present the tire to be adjusted to a Goodyear Retailer. Tires replaced as an adjustment become the property of The Goodyear Tire & Rubber Company or Goodyear Canada Inc. D. You must pay any other applicable taxes and government -mandated charges for any additional service you order at the time of adjustment relating to any unique applications requiring mounting, demounting or balancing. E. No claim will be recognized unless submitted on a Goodyear claim form (supplied by a Goodyear Retailer) completely filled out and where you, the owner, or your authorized agent presented the tire for adjustment. WHAT IS NOT COVERED BY THIS WARRANTY7 This limited warranty does not cover the following: • Tires submitted for ride disturbance complaints that are worn beyond the first two thirty-seconds of an inch (2/32") tread depth or tires submitted for ride disturbance due to damaged wheels or any vehicle condition. • Goodyear does not warrant or give credit in any adjustment transaction for any kind of material added to a tire (e.g., tire fillers, sealants, balancing substances) after the tire leaves a factory producing Goodyear tires, nor will it adjust any tire that has failed as a result of adding such material. • Irregular wear or damage due to mechanical condition of the vehicle, improper inflation, overloading, high speed spin -up, misapplication, misuse, negligence, racing, use of tire chains, improper mounting or demounting, improper repair, wreck, collision or fire. • Road hazards (includes, but is not limited to, punctures, cuts, snags, impact breaks, etc.) . • Any tire that, after leaving a factory producing Goodyear tires, has been intentionally altered to change its appearance (e.g., white inlay on a black tire or regrooved) . 151 DocuSign Envelope ID: AA50E662-5AEO-4138-A985-C7DA74A5CD6C 1 ares witn weatner-cracKing tnat were purcnasea more tnan rour <<+J years prior to presentation for adjustment or, if purchase date cannot be verified, manufactured more than four years prior to presentation for adjustment. • Temporary spare tires used on vehicles used in racing and on passenger cars in special applications such as police pursuit service. • Goodyear Unisteel Commercial Radial Light Truck Tires. • Tires removed from service due to improper repairs. • Cosmetic weather checking. • Low tire pressure -monitoring system — refer to vehicle manufacturer's warranty. • Ultra high-performance summer tires are not recommended for winter use, and tread or shoulder cracking on those tires resulting from winter use will not be covered under our warranty. No Representative or Dealer has authority to make any representation, promise or agreement on behalf of Goodyear, except as stated herein. Any tire, no matter how well constructed, may fail in service or otherwise become unserviceable due to conditions beyond the control of the manufacturer. Under no circumstances is this warranty a representation that a tire failure cannot occur. DISCLAIMER: THIS WARRANTY IS IN LIEU OF, AND GOODYEAR HEREBY DISCLAIMS, ANY AND ALL OTHER WARRANTIES AND REPRESENTATIONS, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, AND NO OTHER WARRANTY OR REPRESENTATION OF ANY KIND IS MADE BY GOODYEAR OR SHALL BE IMPLIED BY LAW. LIMITATION OF DAMAGES: IN NO EVENT AND UNDER NO CIRCUMSTANCE SHALL GOODYEAR BE LIABLE TO THE BUYER FOR ANY INDIRECT, SPECIAL, INCIDENTAL, CONSEQUENTIAL, LOST PROFIT, LOSS OF BUSINESS, LOSS OF GOODWILL OR REPUTATION, PUNITIVE OR OTHER DAMAGE, COST (INCLUDING FOR REPLACEMENT TRANSPORTATION), EXPENSE OR LOSS OF ANY KIND. SOME STATES AND PROVINCES DO NOT ALLOW THE EXCLUSION OR LIMITATION OF INCIDENTAL OR CONSEQUENTIAL DAMAGES, SO THE ABOVE LIMITATION OR EXCLUSION MAY NOT APPLY TO YOU. This warranty gives you specific legal rights and you may also have other rights that vary from state to state or province to province. HOW DO YOU OBTAIN AN ADJUSTMENT? A. You must present the tire to be adjusted to an authorized Goodyear service facility. Tires replaced on an adjustment basis become the property of The Goodyear Tire & Rubber Company or Goodyear Canada Inc. B. You must pay for taxes and any additional services you order at the time of adjustment plus any additional service that may be unique to your application, e.g., Tire Pressure -Monitoring System. C. You must submit your claim on an approved claim form supplied by an authorized Goodyear service facility. The form must be filled out completely and signed, where you the owner or your authorized agent presented the tire for adjustment. You must go to an authorized Goodyear outlet for replacement tires and all warranty service. SAFETY WARNINGS Property damage, serious injury or death may result from: TIRE FAILURE DUE TO . Follow the vehicle owner's manual or tire placard in vehicle. MAINTENANCE.• TIRE FAILURE DUE TO IMPACT DAMAGE/IMPROPER Tires should be inspected regularly by a qualified technician for signs of damage, such as punctures or impacts. REPAIRS.• TIRE FAILURE DUE TO IMPROPER See U.S. Tire Manufacturers Association (USTMA) established repair procedures at www.ustires.org and/or go to www.goodyear.com for information on proper repair procedures. 152 DocuSign Envelope |O:A\5OE882-5AED-413B-AQ85-C7OA74A5CD8C • EXPLmblUNUF//K1:/mMAbbk:MbmrUUk:m/MFKUFk:KMUUNnNb.un/y specially trained persons should mount tires. • FAILURE TO MOUNT RADIAL TIRES ON APPROVED RIMS. • FAILURE TO DEFLATE SINGLE OR DUAL ASSEMBLIES COMPLETELY BEFORE DEMOWNUNG. • TIRE SPINNING. Onslippery surfaces such assnow, mud, ice, eto,donot spin tires inexcess of35mph (SS kph)'asindicated onthe speedometer. • EXCESSIVE WHEEL SPINNING. This can also result in tire disintegration or axle failure. WARNING Vehicle handling, traction, ride comfort and other performance parameters may besignificantly affected byachange intire size ortype. Before replacing tires, always consult and follow the vehicle owner's manual because some vehicle manufacturers prohibit changing tire size. When selecting tires that are different from the original equipment size make certain: (1) The tires have adequate load -carrying capacity based onthe vehicle placard. (2) The tires have sufficient inflation pressure to carry the load and (3) There isproper clearance with nointerference points between the tire and vehicle. The consumer must beaware toalways drive safely and obey all traffic laws. Avoid sudden, sharp turns or aggressive lane changes. Failure tofollow any ofthese warnings may result inloss ofcontrol ofthe vehicle, leading toanaccident and serious injury ordeath. TIRE CARE AND MAINTENANCE GUIDE The easiest way to help ensure satisfactory mileage and performance from your Goodyear tires istogive them asimple but frequent (at least monthly) inspection for proper inflation, even t,eadwearand the presence o[ any damage. DO MAINTAIN PROPER INFLATION PRESSURE IN YOUR TIRES Proper inflation pressure is necessary for optimum tire performance, safety and fuel economy. Check inflation pressures at least once a month and before long trips. Use anaccurate tire pressure gauge. Always check pressures when the tires are cold (when the vehicle has been driven less than one mi|e).|f you must check inflation when the tires are hot, add 4psi (2?kPa) tothe recommended cold inflation pressure. |tisdifficult totell just bylooking atradial tires whether they are undehnOated.* Furthermore, when operating avehicle equipped with radial tires, itisdifficult tonotice when atire has gone flat ornearly flat since the "fee|^ ofthe vehicle does not change significantly. *Evidence of air loss or repeated underinflation always requires expert inspection to determine the source of leakage and tire removal #o determine repairability. To avoid |nJuny, NEVER attempt to ne|nflate a tire that has been run severely underinflated. Progressive air loss may result from punctures, cuts, curbing, impacts or partial bead unseating. Some fitment causes for air loss are (1) incomplete bead seating, (2) bead tearing caused by a machine tool due to insufficient lubrication orimproper adjustment. Leaking valve core orrubber valve components should bereplaced when problems are detected and whenever tires are replaced. Always maintain inflation pressure at the level recommended by the vehicle manufacturer as shown on the vehicle placard, vehicle certification label on |n the vehicle owner's manual. Underinflation isthe leading cause oftire failure and may result insevere cracking, component separation or "blowout." It reduces tire load capacity, allows excessive sidewall flexing and increases rolling resistance, resulting in heat and mechanical damage. Maintaining proper inflation pressure is the single most important thing you can dotopromote tire durability and maximize tread life. Overinflation increases stiffness, which may deteriorate ride and generate unwanted vibration. Overinflation also increases the chances ofimpact damage. DON'T OVERLOAD YOUR VEHICLE Check your vehicle owner's manual todetermine the load limits. Overloading your vehicle places stress onyour tires and other critical 153 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C venicie components. uverioaaing a venicie can cause poor nanaiing or increased fuel consumption and may cause tire failure. Overloading your tires can result in severe cracking, component separation or "blowout." Never fit your vehicle with new tires that have less load capacity than shown on the vehicle tire placard and remember that optimum rim width is important for proper tire load distribution and function. The maximum load capacity stamped on the sidewalls of P -Metric & European Metric tires is reduced by 10% when used on a light truck, utility vehicle or trailer. Never fit P -Metric or European Metric tires to light trucks that specify LT -type replacement tires. DON'T SPIN YOUR TIRES EXCESSIVELY Avoid excessive tire spinning when your vehicle is stuck in snow, ice, mud or sand. The centrifugal forces generated by a free -spinning tire/wheel assembly may cause sudden tire explosion, resulting in vehicle damage and/or serious personal injury to you or a bystander. Never exceed 35 mph/55 kph, as indicated on your speedometer. Use a gentle backward and forward rocking motion to free your vehicle for continued driving. Never stand near or behind a tire spinning at high speeds, for example, while attempting to push a vehicle that is stuck or when an on -the -car spin balance machine is in use. Always remove tires from service when they reach two thirty-seconds of an inch (2/32") remaining tread depth. All new tires have treadwear indicators which appear as smooth banks in the tread grooves when they wear to the two thirty-seconds of an inch (2/32") level. Many wet weather accidents result from skidding on bald or nearly bald tires. Excessively worn tires are also more susceptible to penetrations. DO CHECK YOUR TIRES FOR DAMAGE Frequent (at least monthly) inspection of your tires for signs of damage and their general condition is important for safety. If you have any questions, have your tire Dealer inspect them. Impacts, penetrations, cracks, knots, bulges or air loss always require tire removal and expert inspection. Never perform a temporary repair or use an inner tube as a substitute for a proper repair. Only qualified persons should repair tires. PROPER TIRE REPAIR NOTE: Goodyear does not warrant any inspection or repair process. The repair is entirely the responsibility of the repairer and should be made in accordance with established U.S. Tire Manufacturers Association (USTMA) procedures. Tire Pressure -Monitoring System Alert Refer to your vehicle Owner's Manual for more information on what to do if the tire pressure warning system activates. THE CONVENIENCE (TEMPORARY) SPARE The Convenience (Temporary) Spare is designed, built and tested to the high engineering standards set by North America's leading car manufacturers and to Goodyear's own high standards of quality control. It is designed to take up a minimum of storage space and, at the same time, fulfill the function of a spare tire when needed. The spare is kept in its storage space, fully inflated at 60 psi. To be sure it is always ready for use, the air pressure should be checked on a regular basis. The Convenience (Temporary) Spare can be used in combination with the original tires on your vehicle. You can expect a tire tread life of up to 3,000 miles (4,800 kilometres), depending on road conditions and your driving habits. To conserve tire tread life, return the spare to the storage area as soon as it is convenient to have the standard tire repaired or replaced. The Convenience (Temporary) Spare weighs less than a standard tire so it's easier to handle. It also helps reduce the total car weight, which contributes to fuel economy. The wheels used with the Convenience (Temporary) Spare are specifically designed for use with high pressure spares and should never be used with any other type tire. 154 DocuSign Envelope ID: AA50E662-5AEO-4138-A985-C7DA74A5CD6C Your Goodyear Special Trailer (ST) tires are specifically designed and constructed to optimize their performance on non -driven trailer axle applications. Goodyear's Special Trailer (ST) tires are used on popular vehicle fitments, including, but not limited to: Travel Trailers, Utility Trailers, Equipment Trailers, Watercraft Trailers, Car Haulers, etc.. Due to the seasonal nature and often unique loadability of these trailers, it is very important to check inflation pressures at least once a month and before trips. Use an accurate tire pressure gauge. Always check pressures when the tires are cold (when the trailer has been driven less than one mile). If you must check inflation when the tires are hot, add 4 psi (2? kPa) to the recommended cold trailer placard inflation pressure. It is difficult to tell just by looking at radial tires whether they are underinflated. Check your trailer's certification placard to determine the load limits. Overloading your trailer places stress on your tires and other critical vehicle components. Overloading a trailer can cause poor handling or increased fuel consumption and may cause tire failure. Overloading your trailer tires can result in severe cracking, component separation or "blowout." Never fit your trailer with new tires that have less load capacity than shown on the trailer's tire placard and remember that optimum rim width is important for proper tire load distribution and function. Inspection of your Special Trailer tires is an important function. Frequent (at least monthly) and before any trip inspection of your tires for signs of damage and their general condition is important for safety. If you observe or experience impact, impact damage, penetrations, cracks, bulges or air loss, your tires should be dismounted and inspected by an expert. If you have any questions, have your tire Dealer inspect them. Never perform a temporary repair or use an inner tube as a substitute for a proper repair. Only qualified persons should repair tires. It is also important to properly store your trailer and its tires. A good resource for tire storage recommendations is the U.S. Tire Manufacturers Association website at www.ustires.org. DON'T ATTEMPT TO MOUNT YOUR OWN TIRES Serious injury or death may result from explosion of tire/rim assembly due to improper mounting procedures. Follow tire manufacturer's instructions and match tire diameter to rim diameter. Mount light truck radials on rims approved for radial service. Do not apply bead sealer. This can inhibit bead seating. Lubricate beads and tire rim (including tube or flap) contact surfaces. Lock assembly on mounting machine or place in safety cage. STAND BACK and never exceed 40 psi to seat beads. Never use a volatile substance or a rubber "donut" (also known as a bead expander or "0 -Ring") to aid bead seating. Only specially trained persons should mount tires. DON'T MIX TIRES OF DIFFERENT SIZES AND TYPES ON THE SAME AXLE For optimum handling and control, Goodyear recommends fitment of four (4) tires of the same type and size unless otherwise specified by the vehicle manufacturer. Before you replace your tires, always consult the vehicle owner's manual and follow the vehicle manufacturer's replacement tire recommendations. Vehicle handling may be significantly affected by a change in tire size or type. When selecting tires that are different from the Original Equipment size, see a professional installer in order to make certain that proper clearance, load -carrying capacity and inflation pressure are selected. Never exceed the maximum load capacity and inflation pressure listed on the sidewall of the tire. Always drive safely and obey all traffic laws. Avoid sudden, sharp turns or aggressive lane changes. Failure to follow this warning may result in loss of control of the vehicle, leading to an accident and serious injury or death. When replacing tires, you must maintain the outside diameter and load - carrying capacity of the Original Equipment tire. Inflation pressure may need to be adjusted to avoid overloading the tire. Consult the Tire & Rim Association Load and Inflation Tables, ETRTO or JATMA standards for correct load and inflation information. 155 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C CAPACITY THAN REQUIRED BY THE ORIGINAL EQUIPMENT MANUFACTURER Examples: Many vehicles, such as large passenger vans, require Load Range E tires as designated by the vehicle manufacturer. Fitment of a tire, such as a Load Range D, with less carrying capacity is not allowed. NOTE: Goodyear -manufactured and/or marketed European -Metric and P -Metric passenger tires are interchangeable as long as they have the same section width, same aspect ratio and same rim diameter. Caution: Never substitute a "Standard Load" (SL) tire for an "Extra Load" (XL) or "Reinforced" tire. If the vehicle was originally equipped with "Extra Load" (XL) or "Reinforced" tires, replace those tires with similar -sized "Extra Load" (XL) or "Reinforced" tires. FOLLOW THESE ADDITIONAL GUIDELINES When installing only two tires, fit the tires with the deepest tread depth on the rear axle. If radials and non -radials must be fitted to the same vehicle, fit radials on rear axle. Never mix radials and non -radials on the same axle. When fitting winter tires or all -season tires to performance vehicles, always fit in sets of four. It is not recommended to fit tires with different speed ratings. If tires with different speed ratings are installed on a vehicle, they should be installed with like pairs on the same axle. The speed capability of the vehicle will become limited to that of the lowest speed rated tires. Use of lift kits with some vehicle/ tire combinations can cause instability. When changing tire sizes, always consult Dealer for optimum rim width and carefully check vehicle/tire clearances. RETREADED TIRES Goodyear does not recommend retreading passenger, fabric ply light truck or special trailer tires. Retreaded passenger, fabric ply light truck and special trailer tires are not warranted by Goodyear for any reason. DO MAINTAIN VEHICLE SUSPENSION, WHEEL ALIGNMENT AND BALANCE AND ROTATE YOUR TIRES Lack of rotation, worn suspension parts, underinflation/overinflation, wheel imbalance and misalignment can cause vibration or irregular tire wear. Rotate your tires according to your vehicle manufacturer's recommendations or at maximum intervals of 6,000 miles/10,000 km. FOR ADDITIONAL INFORMATION, SEE THE "BE TIRE SMART/ PLAY YOUR PART" BROCHURE PUBLISHED BY U.S. WEBSITE: TIRE MANUFACTURERSASSOCIATION (USTMA). A COPY OF THIS BROCHURE CAN BE DOWNLOADED FROM THE USTMA . . HOW TO READ A TIRE D.O.T. SERIAL NUMBER D.O.T. stands for Department of Transportation and the number is on the lower sidewall of each tire to show that the tire meets or exceeds the Department of Transportation safety standards. Understanding Tire D.O.T. Numbers Z101U p1milalpf 12 Digit # = 2000's Production / 11 Digit # = 1990's Production MG MJ EHOR 0911 7 1 1 1 T_ Mfgr. Government Manufacturer Tire Build Date Plant Code Size and Construction (9th week of 2011) Ply Code Code TIRE SERVICE LIFE While most tires will be replaced sooner, Goodyear recommends that any tire in service (meaning inflated and mounted on a rim of your vehicle, including your spare tire regardless of whether that tire is in contact with the roadway) 6 years or more be replaced even if such tire appears serviceable and even if it has not reached the legal treadwear limit. 156 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C it you are unagie io aeiermine the aaie a Lire was tarsi piacea in service, inen you should rely on the DOT code stamped on the tire and replace any tire which was manufactured more than 6 years ago (see HOW TO READ A TIRE D.O.T. SERIAL NUMBER). Tires that should otherwise be replaced based on wear, damage or any other factor should not be kept in service regardless of the date they were first placed in service or their date of manufacture. Also, consumers should never purchase or install used tires of any age on their vehicle as the service, maintenance and storage history of used tires is largely unknown. Various automobile manufacturers have published statements and instructions regarding tire service life, which include tire replacement recommendations based on chronological age. Goodyear advises that consumers refer to their owners' manuals for guidance on the vehicle manufacturer's replacement recommendations (but regardless of any such vehicle manufacturer's advice, any tire's replacement period should not exceed 6 years from the date the tire is placed in service or 6 years from the date included in the DOT code on the sidewall of the tire if you are unable to determine the date the tire was first placed in service). Check your vehicle's owner's manual (or your vehicle) to determine if it is equipped with run -flat (extended mobility) tires. If your vehicle is equipped with run -flat tires, the following applies: RUN -FLAT TECHNOLOGY EXTENDED MOBILITY TECHNOLOGY (EMT TM ), RUNONFLAT@ (ROF) IMPORTANT SAFETY INFORMATION OPERATIONAL MONITORING In order for Goodyear Run -Flat (Extended Mobility Technology [EMT], RunOnFlat [ROF]) tires to obtain the performance criteria stated within this Limited Warranty, Goodyear tires must use specific parts, such as a low tire pressure -monitoring system authorized by the Original Equipment vehicle manufacturer. Vehicles that are equipped Original Equipment with Goodyear Run -Flat tires must be fitted with wheels, tires and tire pressure -monitoring systems as specified by your vehicle manufacturer. For proper wheel, tire and TPMS fitment, please refer to your vehicle's Owner's Manual. RUN -FLAT TIRE FEATURE The Goodyear Run -Flat tire is a high-performance tire with a remarkable feature: It can operate for limited distances (driven 50 miles [80 km] maximum at speeds up to 50 mph [80 kph]) with very low or even no inflation pressure. This is an important benefit, especially if inflation loss occurs at a location where immediately stopping your vehicle could be hazardous. Because these tires ride well even without air pressure, your vehicle must be equipped with a system to alert you when a tire has low or no air pressure. TIRE PRESSURE -MONITORING SYSTEM ALERT Refer to your vehicle Owner's Manual for more information on what to do if the tire pressure warning system activates. WARNING If the tire pressure -monitoring system signals an alert, follow these safety precautions to prevent a loss of vehicle control that could result in serious personal injury or death: • Slow your speed. Do not exceed 50 mph (80 kph) . • Avoid hard cornering, hard braking and severe handling maneuvers. • Avoid potholes and other road hazards. Remember that when your tires have lost air pressure, your vehicle's handling capability is reduced, particularly during severe maneuvers. 157 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C The Goodyear Run -Flat tires can be driven up to 50 miles (80 km) at sustained speeds of up to 50 mph (80 kph) at low or zero air pressure. However, the tire may have to be replaced if driven to these limits. To help prolong the life of a tire operating under low -inflation conditions, drive at a speed as far below 50 mph (80 kph) as possible. Also, drive the shortest distance possible before obtaining tire service. Taking these precautions will increase the chance that your tire will be repairable. SERVICE AFTER A SYSTEM ALERT To obtain service after operating under low -inflation conditions, contact your Goodyear Run -Flat service facility. Trained service personnel will inspect your tires to determine if they are in need of repair or replacement. To locate the nearest authorized Goodyear Run -Flat service facility, call 1 -800 -GOODYEAR (1-800-466-3932). WARNING Because of the unique characteristics of Run -Flat tires, the wheels on which they are mounted and your vehicle's tire pressure -monitoring system, all tire service work other than routine inflation maintenance and external inspections must be performed by service personnel at a Goodyear Run -Flat service facility. Do not attempt to mount or demount Run -Flat tires yourself; serious injury or death could result. Only specially trained persons should mount, demount and repair Run -Flat tires, and more than 40 psi (270 kPa) may be required to seat beads. A safety cage and clip -on extension air hose must be used if more than 40 psi (270kPa) is needed to seat beads. TIRE REPAIR Like any other Goodyear speed -rated, high-performance tire, the Goodyear Run -Flat tire may be repaired to correct a puncture in the tread, but PROPER MATERIALS AND PROCEDURES MUST BE USED. Contact a Goodyear or Run -Flat service facility for information on proper repairs. For the location of the nearest facility, call 1 -800 -GOODYEAR (1-800-466-3932). WARNING Goodyear Run -Flat tires are designed for use only on certain original equipment wheels supplied with a properly operating low tire pressure - monitoring system. If applied to a vehicle without a properly operating low tire pressure -monitoring system, the tires may fail when operated in an underinflated condition, resulting in loss of vehicle control and possible serious injury or death. Application of these tires to a vehicle not equipped with specified operational low tire pressure -monitoring system constitutes improper and unsafe use of this product. FOR SERVICE ASSISTANCE OR INFORMATION, FIRST CONTACT THE NEAREST GOODYEAR RETAILER. 1) For assistance in locating the nearest Goodyear Retailer, call 1 -800 -GOODYEAR or look in the Yellow Pages under Tire Dealers — New. 2) Go to www.goodyear.com for the U.S. or www.goodyear.ca for Canada. If additional assistance is required: Call the Customer Assistance Center at 1-800-321-2136 for U.S. or 1-800-387-3288 for Canada email: goodyear_cr@goodyear.com or write: Customer Assistance Center Dept 728 200 Innovation Way Akron, OH 44316-0001 158 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C SIX MONTH - 69000 MILE/10,000 KILOMETRE ROTATION RECORD ODOMETER READING AT 1st ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 2nd ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 3rd ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 4th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 5th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT Gth ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 7th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 8th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 9th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 10th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 11th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 12th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 13th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 14th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 15th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 1Gth ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 17th ROTATION ROTATED BY (DEALER/STORE NAME) DATE ODOMETER READING AT 18th ROTATION ROTATED BY (DEALER/STORE NAME) DATE C�Oo (DIVrD7Q� 70086291854800 Printed in U.S.A. 052182 — 04/23 ©2023 The Goodyear Tire & Rubber Company. All rights reserved. 159 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C WHO IS ELIGIBLE FOR WARRANTY COVERAGE? You are eligible for the benefits of this limited warranty if you meet all the following criteria: • You are the owner or authorized agent of the owner of new Goodyear° Unisteel radial light truck or medium radial truck tires, including mud and snow and on -/off-road tires. • Your tires bear Department of Transportation (DOT) prescribed tire identification numbers and are not branded "NA" (Not Adjustable). • Your Goodyear truck tires have been used only on the vehicle on which they were originally installed according to the vehicle manufacturer's or Goodyear's recommendations. • Your tires were purchased on or after March 1, 2022. WHAT IS COVERED AND FOR HOW LONG? 1. FREE TIRE REPLACEMENT — Goodyear truck tires covered by this warranty that become unserviceable due to a covered warranty condition during the first 2/32" (inch) treadwear or 12 months from date of purchase, whichever comes first, will be replaced with a comparable new Goodyear tire without charge. You pay only for the mounting and balancing. (Without proof of purchase, date of manufacture will be used to determine eligibility.) 2. PRORATED TIRE REPLACEMENT — Tires worn beyond the first 2/32" (inch) treadwear that become unserviceable due to a covered warranty condition will be replaced on a prorated basis. You are responsible for mounting, balancing and any additional services you order at the time of adjustment, as well as any taxes and government - mandated charges. 3. TIRES WITH DURASEAL TECHNOLOGY° — SEALANT CREDIT DURING ORIGINAL TREAD* — Failure of the DuraSeal Technology to seal a maximum 1/4" (inch) puncture in the repairable area of the original tread will qualify for a one-time credit during the life of the original tread within four (4) years from the date of the casing DOT serial number or proof of purchase, if available. Sealant credit is based on local currencies in the country where the adjustment takes place, $50.00 for both the U.S. and Canada. 4. TIRES WITH DURASEAL TECHNOLOGY — SEALANT CREDIT DURING FIRST RETREAD* — Failure of the DuraSeal Technology to seal a maximum 1/4" (inch) puncture in the repairable area of the tread will qualify for a one-time credit through 100% of the first retread up to four (4) years from the date of the casing DOT serial number or proof of purchase, if available. Sealant credit is based on local currencies in the country where the adjustment takes place, $25.00 for both the U.S. and Canada. All punctures must be repaired at time of retreading for this Limited Warranty to be honored. If a sealant credit was issued during the original tread life, no other requests for credit will be honored. *All claim forms submitted for sealant credit must be verified by an authorized Goodyear representative. HOW WILL THE PRORATED CHARGES BE CALCULATED? The replacement price will be calculated by multiplying the current Goodyear advertised selling price, at the adjustment location, by the percentage of usable original tread that has been worn off at the time of adjustment. You pay for mounting, balancing, an amount equal to the full current Federal Excise Tax (FET — U.S. only) and any other applicable taxes for the comparable new Goodyear replacement tire as well as any government -mandated charges. EXAMPLE: If your disabled tire had an original 16/32" (inch) of usable tread depth and is worn to 8/32" (inch) of usable tread remaining, you have used 50% and therefore must pay 50% of the advertised selling price of a comparable tire, plus an amount equal to the full current Federal Excise Tax (U.S. only) applicable to the comparable new replacement tire at the time of adjustment. If the price of the comparable tire is $400.00, the cost to you would be $200.00 plus Federal Excise Tax (U.S. only), mounting, balancing, any other applicable taxes and government - mandated charges. Amount Of Value Of Prorated Price Tread Used X Original Tread Comparable Tire — Of New Tire (Plus FET [U.S. only], other applicable taxes, government -mandated charges and mounting and balancing.) WHAT IS A COMPARABLE TIRE? A "comparable" new Goodyear tire may be either the same line of tire or, in the event that the same tire is not available, a tire of the same basic construction and quality with a different sidewall or tread configuration. If a higher priced tire is accepted as replacement, the difference in price will be at an additional charge to you. Any replacement tire provided pursuant to this warranty will be covered by the Goodyear warranty in effect at the time of replacement. WHAT IS NOT COVERED UNDER THIS LIMITED WARRANTY? • Wear conditions or tire damage due to road hazards (including punctures, cuts, snags, impact breaks, etc.). Wreck, collision, or fire. Fast wear, irregular wear, heel and toe wear or other wear conditions. • Improper inflation, overloading, high-speed spinup, .__..1E misapplication, misuse, negligence, racing, chain damage, or improper mounting or demounting. • Mechanical condition of the vehicle. • Chip/chunk conditions on tires intended for highway service. • Ride disturbance after the first 2/32" (inch) treadwear or due to damaged wheels or any vehicle condition. • Any tire intentionally altered after leaving a factory producing Goodyear tires to change its appearance (example: white inlay on a black tire). • Tires with weather cracking which were purchased more than four (4) years prior to presentation for adjustment. If you have no proof of purchase date, tires manufactured four (4) or more years prior to presentation are not covered. • Material added to a tire after leaving a factory producing Goodyear tires (examples: tire fillers, sealants or balancing substances). If the added material is the cause of the tire being removed from service, the tire will not be adjusted. • Any Goodyear Commercial Truck tire with the word "Mileage" on the sidewall. • Tires removed from service due to improper repairs. • Loss of time, inconvenience, loss of use of vehicle, incidental or consequential damage. Note: Some states or provinces do not allow the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. This limited warranty is applicable only in the U.S. and Canada. WHAT IS THE PREMIUM RADIAL MEDIUM TRUCK TIRE CASING PROVISION? Goodyear° Premium Casings Endurance LHS, LHD, RSA G572 1AD Fuel Max G3160 LHTTM DuraSeal + Fuel MaxTM Fuel Max LHD2 G3160 LHTTM Fuel Max° Fuel MaxTM RSA Fuel MaxTM LHTTM Fuel MaxTM RTD UltraGrip RTD Goodyear premium casings in sizes 11R22.5, 11R24.57 285/75R24.5 or 295/75R22.5 will be warranted for covered conditions through the first retread for a period of seven (7) years from the date of the casing DOT serial number or proof of purchase, if available. If retreaded by a Goodyear Authorized Retreader, these premium casings will be warranted for covered conditions for an unlimited number of retreads for a period of seven (7) years from the date of the casing DOT serial number or proof of purchase, if available 160 DocuSign Envelope ID: AA50E662-5AEO-4138-A985-C7DA74A5CD6C Casing credit is based on local currencies in the country where the adjustment takes place. Casing allowances are $130.00 for tires with original tread and $100.00 after retreading in both the U.S. and Canada. WHAT IS THE MARATHON° LONG HAUL RADIAL & MARATHON REGIONAL SERVICE RADIAL MEDIUM TRUCK TIRE CASING PROVISION? Any Goodyear Marathon LHS°, Marathon LHD°, Marathon LHTTM, Marathon RSA°, Marathon RSS°, Marathon RSD° & Marathon RTD° will be warranted for covered conditions through the first retread for a period of six (6) years from the date of the casing DOT serial number or proof of purchase, if available. If retreaded by a Goodyear Authorized Retreader, these mid -tier casings will be warranted for covered conditions for an unlimited number of retreads for a period of six (6) years from the date of the casing DOT serial number or proof of purchase, if available. Casing credit is based on local currencies in the country where the adjustment takes place. Casing allowances are $100.00 in both the U.S. and Canada. WHAT IS THE RADIAL MEDIUM TRUCK TIRE CASING PROVISION? All other Goodyear Unisteel° radial light truck or radial medium truck tires will be warranted for covered conditions through the first retread for a period of four (4) years from the date of the casing DOT serial number or proof of purchase, if available. If retreaded by a Goodyear Authorized Retreader, except G278 MSD and Armor Max MSA in tire sizes 385/65R22.57 425/65R22.5 and 445/65R22.5 and all Fuel Max SSD DuraSeal and all Fuel Max SST Duraseal (see paragraph below), casings will be warranted for covered conditions for an unlimited number of retreads for a period of four (4) years from the date of the casing DOT serial number or proof of purchase, if available. If retreaded, all G278 MSD and Armor Max MSA in tire sizes 385/65R22.5, 425/65822.5 and 445/65R22.5 and all Fuel Max SSD DuraSeal and all Fuel Max SST Duraseal will be warranted for covered conditions for one retread for a period of four (4) years from the date of the casing DOT serial number or proof of purchase, if available. Casing values are based on the predetermined casing value at the time of adjustment. See your servicing Dealer for these values. HOW DO YOU KNOW WHEN YOUR TIRES WERE MANUFACTURED? Tires with a DOT number ending with 0909 or greater were manufactured after 03/01/2009 (0909 refers to the 1st week of March 2009). These tires are covered under the provisions of this warranty coverage. WHEN DOES THE WARRANTY END? Premium Radial Medium Truck tires have delivered the full original tread life and the new tire coverage of this warranty ends when the treadwear indicators become visible or seven (7) years from the date of original tire manufacture or new tire purchase date (whichever occurs first). Without proof of purchase, date of manufacture will be used to determine eligibility. Casings may continue to be warranted beyond the new tire coverage. Please refer to the "WHAT IS THE PREMIUM RADIAL MEDIUM TRUCK TIRE CASING PROVISION?" section for warranty details on casings. Marathon LHS°, Marathon LHD°, Marathon LHT°, Marathon RSA°, Marathon RSS°, Marathon RTD° & Marathon RSD° Radial Medium Truck tires have delivered their full original tread life and the new tire coverage of this warranty ends when the treadwear indicators become visible, or six (6) years from the date of original tire manufacture or new tire purchase date (whichever occurs first). Without proof of purchase, date of manufacture will be used to determine eligibility. Casings may continue to be warranted beyond the new tire coverage. Please refer to the "WHAT IS THE MARATHON° LONG HAUL & MARATHON REGIONAL SERVICE RADIAL MEDIUM TRUCK TIRE CASING PROVISION?" section for warranty details on casings. All other Goodyear Unisteel radial light truck or radial medium truck tires have delivered the full original tread life and the new tire coverage of this warranty ends when the treadwear indicators become visible or four (4) years from the date of original tire manufacture or new tire purchase date (whichever occurs first). Without proof of purchase, date of manufacture will be used to determine eligibility. Casings may continue to be warranted beyond the new tire coverage. Please refer to the "WHAT IS THE RADIAL MEDIUM TRUCK TIRE CASING PROVISION?" section for warranty details on casings. HOW DO YOU OBTAIN AN ADJUSTMENT? A. You must present the tire to be adjusted to an authorized Goodyear Commercial Tire Retailer. Please consult your telephone directory or visit www.goodyeartrucktires.com for locations. Tires replaced on an adjustment basis become the property of The Goodyear Tire & Rubber Company or Goodyear Canada Inc. B. You must pay for taxes or any additional services you order at the time of adjustment. C. No claim will be recognized unless submitted on a Goodyear claim form (supplied by a Goodyear Commercial Tire Retailer) that is completely filled out and signed by you, the owner of the tire presented for adjustment, or your authorized agent. WHAT ARE YOUR LEGAL RIGHTS? LIMITATION OF DAMAGES: IN NO EVENT AND UNDER NO CIRCUMSTANCE SHALL GOODYEAR BE LIABLE TO THE BUYER FOR CONSEQUENTIAL, LOST PROFIT, LOSS OF BUSINESS, LOSS OF GOODWILL OR REPUTATION, PUNITIVE OR OTHER DAMAGE, COST (INCLUDING FOR REPLACEMENT TRANSPORTATION), EXPENSE OR LOSS OF ANY KIND. SOME STATES DO NOT ALLOW THE EXCLUSION OR LIMITATION OF INCIDENTAL OR CONSEQUENTIAL DAMAGES, SO THE ABOVE LIMITATION OR EXCLUSION MAY NOT APPLY TO YOU. Note: No Representative or Dealer has authority to make any representation, promise or agreement on behalf of Goodyear except as stated herein. Any tire, no matter how well constructed, may fail in service or otherwise become unserviceable due to conditions beyond the control of the manufacturer. Under no circumstances is this warranty a representation that a tire failure cannot occur. SERIOUS INJURY, DEATH OR PROPERTY DAMAGE MAY RESULT FROM: • TIRE FAILURE DUE TO UNDERINFLATION/ OVERLOADING/MISAPPLICATION. Follow the vehicle owner's manual or tire placard in the vehicle. • TIRE FAILURE DUE TO IMPACT DAMAGE/IMPROPER MAINTENANCE. Tires should be inspected regularly by a qualified technician for signs of damage, such as punctures or impacts. • TIRE FAILURE DUE TO IMPROPER REPAIRS. See U.S. Tire Manufacturers Association (USTMA) established repair procedures at www.ustires.org, and/or go to www.goodyear.com for information on proper repair procedures. • EXPLOSION OF TIRE/RIM ASSEMBLY DUE TO IMPROPER MOUNTING. Only specially trained persons should mount tires. When mounting tires, use a safety cage and a clip -on extension air hose to inflate. • FAILURE TO MOUNT RADIAL TIRES ON APPROVED RIMS. • FAILURE TO DEFLATE SINGLE OR DUAL ASSEMBLIES COMPLETELY BEFORE DEMOUNTING. • TIRE SPINNING. On slippery surfaces such as snow, mud, ice, etc., do not spin tires in excess of 35 mph (56 kph), as indicated on the speedometer. • EXCESSIVE WHEEL SPINNING. This can also result in tire disintegration or axle failure. FOR SERVICE ASSISTANCE OR INFORMATION: 1. First contact the nearest Authorized Goodyear Commercial Tire Retailer. 2. If additional assistance is required: • In the U.S., write to Goodyear Customer Assistance Center Department 728 200 Innovation Way Akron, OH 44316 DISCLAIMER: THIS WARRANTY IS IN LIEU OF, AND • In Canada, write to — GOODYEAR HEREBY DISCLAIMS, ANY AND ALL OTHER Goodyear Customer Assistance Center WARRANTIES AND REPRESENTATIONS, EXPRESS 450 Kipling Avenue WARRANTY OF MERCHANTABILITY OR FITNESS FOR A Toronto, Ont. M8Z 5E1 PARTICULAR PURPOSE, AND NO OTHER WARRANTY OR REPRESENTATION OF ANY KIND IS MADE BY GOODYEAR OR SHALL BE IMPLIED BY LAW. WHO IS ELIGIBLE AND WHAT IS COVERED? You are eligible for the benefits of this limited warranty if you are the owner or the authorized agent of the owner of a radial truck tire casing which has been retreaded or repaired by a Goodyear Authorized Retreader using Goodyear brand retreads or Goodyear - authorized repair materials bearing a Department of Transportation (DOT) prescribed retreader tire identification number designating a Goodyear Authorized Retreader. This warranty is effective as of September 1, 2019. This warranty does not apply to tires designated for off-highway service. WHAT IS THE CASING COVERAGE? Goodyear premium casings (refer to the Goodyear Commercial warranty for the premium tire lines) in sizes 11 R22.57 11 R24.57 285/75R24.5 or 295/75R22.5 will be warranted for covered warranty conditions for an unlimited number of retreads up to seven (7) years from new tire manufacture or new tire purchase. All Goodyear premium casings beyond seven (7) years from date of new tire manufacture or new tire purchase, if proof of purchase is available, are excluded from coverage by this warranty. Casing credit is based on local currencies in the country where the adjustment takes place. Refer to the Goodyear Commercial warranty for the casing values. Goodyear Marathon LHS°, Marathon LHD°, Marathon LHTTM Marathon RSA°, Marathon RSS°, Marathon RSD° and Marathon RTD° casings will be warranted for covered conditions for an unlimited number of retreads for a period of six (6) years from the date of new tire manufacture or new tire purchase, if proof of purchase is available. All Goodyear Marathon LHS, Marathon LHD, Marathon LHT, Marathon RSA, Marathon RSS, Marathon RSD and Marathon RTD casings beyond six (6) years from date of new tire manufacture or new tire purchase, if proof of purchase is available, are excluded from coverage by this warranty. Casing credit is based on local currencies in the country where the adjustment takes place. Refer to the Goodyear Commercial warranty for the casing values. Dunlop premium casings (refer to the Dunlop Commercial warranty for the premium tire lines) in sizes 11R22.5, 111324.57 285/75R24.5 or 295/75R22.5 will be warranted for covered warranty conditions for an unlimited number of retreads up to six (6) years from new tire manufacture or new tire purchase, if proof of purchase is available. All Dunlop premium casings beyond six (6) years from date of new tire manufacture or new tire purchase, if proof of purchase is available, are excluded from coverage by this warranty. Casing credit is based on local currencies in the country where the adjustment takes place. Refer to the Dunlop Commercial warranty for the casing values. All Goodyear G392 SSDT'DuraSeal + Fuel MaXTM G392A SSD DuraSeal + Fuel Max & G394 SST° DuraSeal + Fuel Max TM, Fuel Max SSD DuraSeal, Fuel Max SST DuraSeal tires will be warranted for covered conditions for one retread for a period of four (4) years from the date of the casing DOT serial number or proof of purchase, if available. All other Goodyear, Dunlop and Kelly radial truck tire casings will be warranted for covered warranty conditions for an unlimited number of retreads up to four (4) years from new tire manufacture or new tire purchase, if proof of purchase is available, and are eligible for a credit equal to the predetermined casing allowances. See your servicing dealer for these values at the time of adjustment. All other Goodyear, Dunlop and Kelly non -premium casings beyond four (4) years from date of new tire manufacture or new tire purchase, if proof of purchase is available, are excluded from coverage by this warranty. See applicable commercial warranty for full details. In addition, brands other than Goodyear, Dunlop or Kelly medium truck tire radial casings, retreaded by a Goodyear Authorized Retreader using Goodyear brand retreads, that become unserviceable due to a covered warranty condition within the first 25% wear of the first retread or four (4) years from new tire manufacture or new tire purchase, if proof of purchase is available, (whichever occurs first) are eligible for a credit equal to the predetermined casing allowances. See your servicing dealer for these values at the time of adjustment. All brands other than Goodyear, Dunlop and Kelly casings beyond the first 25% wear of the first retread or four (4) years from date of new tire manufacture or new tire purchase, if proof of purchase is available, (whichever occurs first) are excluded from coverage by this warranty. HOW WILL THE RETREAD CREDIT BE DETERMINED WHEN THE CASING BECOMES UNSERVICEABLE DUE TO A COVERED WARRANTY CONDITION? Full credit for the retreading or repair costs will be issued, based on the current retail selling price of the retread during the first 2/32" (inch) (or the first 25% for UniCircle° retreads) of usable treadwear if the casing becomes unserviceable within the coverage period due to a covered warranty condition. Retreading costs that are not eligible for full credit will be prorated. The replacement price will be calculated by multiplying the current Goodyear retail selling price of the retread by the percentage of usable tread remaining at the time of adjustment. You must pay for mounting, balancing, applicable taxes, government -mandated charges and any additional services you order at the time of adjustment. EXAMPLE: If your disabled tire had an original 16/3" (inch) of usable tread depth and is worn to 8/32" (inch) of usable tread remaining, you have used 50% and therefore must pay 50% of the advertised selling price of a comparable retread tire. If the price of the comparable tire is $150.00, the cost to you would be $75.00 plus mounting, balancing, any other applicable taxes and government -mandated charges. Amount Of Value Of Prorated Price Tread Used X Comparable Tire — Of New Tire Original Tread (Plus applicable taxes, government -mandated charges, and mounting and balancing.) WHAT IS THE COVERAGE ON GOODYEAR° AUTHORIZED RETREADER REPAIRS AND RETREADS? Every retread/repair performed by a Goodyear Authorized Retreader on any radial casing using Goodyear authorized retread/repair materials and bearing a valid Department of Transportation (DOT) shop number of the Authorized Retreader is warranted to be free from a covered warranty condition and to give satisfactory service under normal operating conditions for the usable tread life of any retread. Full replacement of the retread or repair costs will be issued, based on the current retail selling price of the retread or repair during the first 2/32" (inch) (or the first 25% for UniCircle° retreads) of usable treadwear if the retread or repair becomes unserviceable due to a covered warranty condition. If a retread or repair becomes unserviceable due to a covered warranty condition beyond the no -charge period, a credit for the retread/repair cost will 162 054288gytk2l GYCommercialWarranty70086293257000.indd 1 3/22/21 10:42 AM DocuSign Envelope ID: AA50E662-5AEO-4138-A985-C7DA74A5CD6C be issued on a prorated basis. The credit will be determined by multiplying the current Goodyear retail selling price of the retread by the percentage of usable tread remaining at the time of adjustment. You must pay for mounting, balancing, applicable taxes, government -mandated charges and any additional services you order at the time of adjustment. IN ADDITION: Radial casing allowances will be given on all qualifying radial retreaded casings if the retread became unserviceable due to a covered warranty condition. In cases where the retread became unserviceable due to a covered warranty condition and the casing is outside the terms of this warranty, a credit for the retread only will be calculated. All credits must be used toward the purchase of new or retreaded Goodyear, Dunlop° or Kelly° commercial products. REMEMBER YOUR NEW TIRE WARRANTY This limited warranty provides you with certain benefits as the owner of a radial casing that has been retreaded or repaired by a Goodyear Authorized Retreader. If you purchased a new Goodyear, Dunlop or Kelly commercial radial truck tire, you are also entitled to the benefits and are subject to the same Adjustment Limitations of the new tire limited warranty that was in effect at the time of purchase. Please consult your new tire warranty for details. WHAT IS NOT COVERED UNDER THIS LIMITED WARRANTY? • Wear conditions or tire damage due to road hazards (including punctures, cuts, snags, impact breaks, etc.), wreck, collision, fire, fast wear, irregular wear, heel and toe wear or other wear conditions. • Improper inflation, overloading, high-speed spinup, misapplication, misuse, negligence, racing, chain damage, or improper mounting or demounting. • Mechanical condition of the vehicle. • Chip/chunk conditions on tires intended for highway service. • Ride disturbance after the first 2/32" (inch) treadwear or due to damaged wheels or any vehicle condition. • Any tire intentionally altered after leaving a Goodyear factory producing tires to change its appearance (example: white inlay on a black tire). • Tires with weather cracking which were purchased more than four (4) years prior to presentation for adjustment. If you have no proof of purchase date, tires manufactured four (4) or more years prior to presentation are not covered. • Material added to a tire after leaving a Goodyear factory producing tires (example: tire fillers, sealants, or balancing substances). If the added material is the cause of the tire being removed from service, the tire will not be adjusted. • Any Goodyear commercial tire with the word "Mileage" on the sidewall. • Tires removed from service due to improper repairs. • Loss of time, inconvenience, loss of use of vehicle, incidental or consequential damage. Note: Some states or provinces do not allow the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. This limited warranty is applicable only in the U.S. and Canada. ADJUSTMENT LIMITATIONS The retread warranty ends when the treadwear indicators become visible. For casing warranty information refer to section "WHAT IS THE CASING COVERAGE?" If you are within 100 miles (160 kilometres) of where the retread was purchased, you must return the tire to that outlet to receive warranty consideration. WHAT ARE YOUR LEGAL RIGHTS? DISCLAIMER: THIS WARRANTY IS IN LIEU OF, AND GOODYEAR HEREBY DISCLAIMS, ANY AND ALL OTHER WARRANTIES AND REPRESENTATIONS, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, AND NO OTHER WARRANTY OR REPRESENTATION OF ANY KIND IS MADE BY GOODYEAR OR SHALL BE IMPLIED BY LAW. LIMITATION OF DAMAGES: IN NO EVENT AND UNDER NO CIRCUMSTANCE SHALL GOODYEAR BE LIABLE TO THE BUYER FOR CONSEQUENTIAL, LOST PROFIT, LOSS OF BUSINESS, LOSS OF GOODWILL OR REPUTATION, PUNITIVE OR OTHER DAMAGE, COST (INCLUDING FOR REPLACEMENT TRANSPORTATION), EXPENSE OR LOSS OF ANY KIND. SOME STATES OR PROVINCES DO NOT ALLOW THE EXCLUSION OR LIMITATION OF INCIDENTAL OR CONSEQUENTIAL DAMAGES, SO THE ABOVE LIMITATIONS OR EXCLUSIONS MAY NOT APPLY TO YOU. This warranty gives you specific legal rights and you may also have other rights that vary from state to state and province to province. Note: No Representative or Dealer has authority to make any representation, promise or agreement on behalf of Goodyear except as stated herein. Any tire, no matter how well constructed, may fail in service or otherwise become unserviceable due to conditions beyond the control of the manufacturer. Under no circumstances is this warranty a representation that a tire failure cannot occur. Tires replaced on an adjustment basis become the property of The Goodyear Tire & Rubber Company or Goodyear Canada Inc. SAFETY WARNINGS: Property damage, serious injury or death may result from: • TIRE FAILURE DUE TO UNDERINFLATION/ OVERLOADING/MISAPPLICATION. Follow the vehicle owner's manual or tire placard in vehicle. • TIRE FAILURE DUE TO IMPACT DAMAGE/IMPROPER MAINTENANCE. Tires should be inspected regularly by a qualified technician for signs of damage, such as punctures or impacts. • TIRE FAILURE DUE TO IMPROPER REPAIRS. See U.S. Tire Manufacturers Association (USTMA) established repair procedures at www.ustires.org and/or go to www.goodyear.com/truck for information on proper repair procedures. • EXPLOSION OF TIRE/RIM ASSEMBLY DUE TO IMPROPER MOUNTING. Only specially trained persons should mount tires. When mounting tires, use safety cage and clip -on extension air hose to inflate. • FAILURE TO MOUNT RADIAL TIRES ON APPROVED RIMS. • FAILURE TO DEFLATE SINGLE OR DUAL ASSEMBLIES COMPLETELY BEFORE DEMOUNTING. • TIRE SPINNING. On slippery surfaces such as snow, mud, ice, etc., do not spin tires in excess of 35 mph (56 kph), as indicated on the speedometer. • EXCESSIVE WHEEL SPINNING. This can also result in tire disintegration or axle failure. FOR SERVICE ASSISTANCE OR INFORMATION: First contact the nearest Authorized Goodyear Commercial Tire Retailer. 2. If additional assistance is required: • In the U.S., write to — Goodyear Customer Assistance Center Department 728 200 Innovation Way Akron, OH 44316 • In Canada, write to — Goodyear Customer Assistance Center 450 Kipling Avenue Toronto, Ont. M8Z 5E1 163 054288gytk2l GYCommercialWarranty70086293257000.indd 2 3/22/21 10:42 AM DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C LIMITED AVARRANTY 4, Foi,- 20, to 39 11n.ch, R.1111 Dha]neter Th7es WHO IS ELIGIBLE? Youare eligible for the benefits, of this Limited Warrant'�7 if" you, are the original purch,aser or -aii ithorized, agent - �c 7 va of the original puretia,ser ofnew Goodyear 20 to 39 itrich, rim diameter Cii:,Cader or Ea 1111111ONerr fires beai ing our serial numbers. MMATJSCOVERIEDANDFOR HOW LONG" ter This, Limited Warranty covers all G"'oodyear 2 20 to 39 inch rini ditani.eter tires presented, for, adjustment on or af a rranty is III e, Septemb,er 1, 2013., The, Limited, Wa, ff�,ct fc,),r,4 'years, eommeneing on the date, of.purchase. if .proof of -the purchase date is, not a-vailabLe, the date of ma,nufc�,cttire indicated on the serial nunIbe'l-117ifi be used, I .1 .1111 SIX, ,f renaova,l as the warranty coninnencement date. Tires mustbe presented fic-)r consideration will months o C"overage If" any Uood,yeia,1-22.0 to 39 inch rim diarneter tire covered, by, this Lini,ited Warranty becoii"ies m-iserviceable due to a, covered warranty conditioiti, such tire ill* the., option of Goodyear be repaired or, replaced with a coin,parableneaw Goodyear tire, di I scounted on a Pro rata bas i's, or, at G, 00d year"" s opt ion, Goodyear wi 11, tsstie an -iate r i a ,Ilatecl by multiplying Goodyear's current a.ppr pi c edit. The eusto.iner clI.anciz for re C11 I 4n placement w 11 be C 1cl replaceinent, tire pri,ce, at t,,I,i,,e ad" int locatioii (exclusive of taxes),by the percentage deteni,,iined from, the, just,111'e- � L, � �. "I foflowing,,, eliat-t. 1h the e-�7enl Goodyear s, a credit,, t1le, creditv,�,ifl reflect the d1scolutit that �Nvou,ldliave been incltided in the fbir-egoing cliarge. This Limited WaiTanty is appliecabIe -to -tires purcliased froin Tlie Goodyear, Tire & Rubber Compalnv', Goodyear, ir "11"Gooldyear" -poration and, the, I subsidia ies, CjL, IL, A �,c. _ ., anada, lh,c. or, Goodyear h1tern,ationa''I of r -anty or agreement on blehalf No representative or dealer has authority to make any representation,,, proniise,, wa,i.i C f Good -year, ex,c,ept asMate d hereill'. 11, a, ri servi I ce or o heliNvise become iins,erk,�7,iceablz du.e, to Any re, no n.iatier how well consti-Licted, may ft il i t conditions beyond the, contriol of" the, mamificicturer. T_Tnder no, circtirl'istances is this, hni.ifted, �Tiy r, arra nty' a represientati,on that a tire, faillure cannot occiin, NATHAT'IS, NOT COArTERED BY THE'S' NA"ARIUANTY9. is t Tires piarehasied more than 48 nion-ths prior to presentati.011 101' ad i, - !tmen Without proof of purch�ase date, I ths, prior to presentatio , are nolt covered,. tires rn,anulictu,red, 48',' 1 iloti n Tires renio'�red from sei-vice 111oreth(an, six mion-'IW hs prior to presentation to, Goodyeal 164 20NIV7 �9 nch RiD,imeter 'Tire eaercent of ort tio 3Im al non-sk-i'd used), % to 11 d to 21 ,'b: to 3 19/9 to 41 P�,6 to 51 "x,,@ to 6111 40: t 71 �/b, to 8 1 46 to 1oq,b 20P,,-6 3,0q,6 4 0 R:b 5001 1116 1001110 PURCHASE, DATE, CUSTUNIER CHARGE 12 'Nlonths oil- L,ess, 10P,"6 20P,,-6 301,�, 40q:b 50016 60% 701,�, 801116 10#N 24,'_Vlonths or Less 25P,,� 35P,,,6 45PA6 -5 5 0,,b 6,5q,,6 75q,,� - 851PA6 95q`,� 1 GO PI/O ----------- 36 'N1011ths oil- Les s, 50P,116 610P,,-6 701,1 80q:,o ­­__ 900/6 - P? P? P?5 951/ —11,11,111,111,1111, 10 „° 100 11311461 IGOIN 48'NI'lonths oi,- Less .............. ....................................................................................................................................................................................... 7501,,� 8P101 9P`6 915PIA101 ................. . .. ....................................... loop?, I 0 1.0011116 100 ql�6 Nlore than 48months iwv6 1 6 10011,10" 1W11 100N 10011116 10011,10" 10011q�16 100 9�"O` This Limited WaiTanty is appliecabIe -to -tires purcliased froin Tlie Goodyear, Tire & Rubber Compalnv', Goodyear, ir "11"Gooldyear" -poration and, the, I subsidia ies, CjL, IL, A �,c. _ ., anada, lh,c. or, Goodyear h1tern,ationa''I of r -anty or agreement on blehalf No representative or dealer has authority to make any representation,,, proniise,, wa,i.i C f Good -year, ex,c,ept asMate d hereill'. 11, a, ri servi I ce or o heliNvise become iins,erk,�7,iceablz du.e, to Any re, no n.iatier how well consti-Licted, may ft il i t conditions beyond the, contriol of" the, mamificicturer. T_Tnder no, circtirl'istances is this, hni.ifted, �Tiy r, arra nty' a represientati,on that a tire, faillure cannot occiin, NATHAT'IS, NOT COArTERED BY THE'S' NA"ARIUANTY9. is t Tires piarehasied more than 48 nion-ths prior to presentati.011 101' ad i, - !tmen Without proof of purch�ase date, I ths, prior to presentatio , are nolt covered,. tires rn,anulictu,red, 48',' 1 iloti n Tires renio'�red from sei-vice 111oreth(an, six mion-'IW hs prior to presentation to, Goodyeal 164 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C Tires,, for which an alt,erniLile warm nty/gu,arantee hcas' beeei,,,,i negotiated. .1 -fo'r ac ustnient., 10 C n M prior to, presentati:on Uhifbi,-mity or vibratioti chainis on ti,..res 1-1 irch,ased..i, ore tl-.i,cqn 16 onths I'' M. - er the maimfacture date. or if proof ofpu,rchase is not Ci,,va,iIab.Ie,,.M,o,Ie thLiin 6.monfli,s aft Air retention, c1a.iins on, tires purchased inore than,3 ni,onths prior to presentat i"on a(�J-ustment, or if proof of purchase is not avaitab le, niore than 3 inorith,s cafter the date'. Irregular wear or tire, da,magLe/ due to,,#. impact breaks, cuts, ciiit, sepicarations. sna.,,gs, 1 niage, wreck, n achine d.a,i on o sa -1,11SUS"e, 'I hgetice, operation, at exicessive colhsion,l fire. knproperinflat'i" Vel,loading 'nivsllp 11callon I 11e P dzmage, catised by ti., e Mec, C iical condition of the vehicle. speed rina or chaiii, daiii,alge oi, n Ii at I 10 Tires,, operating in, ,excess of their rated Ton -Mi I e -Per -H our, (TMPH) or Toniie-,K..iloni,,e,,tre-P'er-Hour,,�'.TKPH') I., I 'S., ( I I g, led, description, of factor Goodyear uses a 4 hour roll,inlg average fo,r'TN4PH'/'TKPH calci,fla,tion k detali TMPH'i/ TIUH rzaings inaly, be foiind in Goodyear Publication: Off-Ttie,-R,oad Tire'tngine ,g Data w ich can be found al N,,,NTNNrA,,r.,go,odyearotr.,c,om"). Tiresopertating in, eXcess, Of t1ile rated, 'Work, C-'apability Fit-tc-tor (WCF). 0.- I., Tires operated, in applications that are, inconsistent iNvi.th the Equipiilent's specifications or, restrictions. 10 Tires,, witti iinproperly sealled beads. Knu..r1ing 11"nPres,sions, fi-oin the n,mthat contfi,11,ie tai-ound th,e bead -heel are sufficient evidence ol" iniproper seatin,g. 10 Tires,, inounted, with,. "01" ringS th,Cit are not approved by Goodyear f( -),r use, Nvith, its Earthinover tires. Ti.res that have fti4l,ed due to..nialei' 'itril. aiddled after original manufacture (exa-Inple: bcatlast I or balancin., 'S I-emo-ved troIn seii�-ice, tt ey, wil,l ,g sti,bstances). if the added inaterial i fl, e, catise of the,, tirebeing i not bt, a(I ju,sted.. bah"Incing The cosi,t of inaterial add -ed, after 111anufacti,,j,re, (exaniple: tire fillers la, it ballast or sea r substances) regai,-dles,s of reinoval, cause. 10 Repa,i.rs or Retreads. GOODYEAR EXPRES,:SLY DISCLAIMS ANY WARRANTY OF FITNESS,, MER It 0 7, CHANTABILITI I R. FITNESS FOR. A PARTIf"ITTLAR PURPOSE. THIS JIB A.RKXNTrte. DOES NOT IN"CUT", DE LOSS 0FTI. E, LOSS OFITSE OFEQUIPMENT, LOST PROF.ITS , INCON'VENIENCE, COST OF R-EPL,,�C",EMEN' 'EQtTIPMEN, OR ANY OTHER INC.'IDENTAL I G OR CONSEQU"ENTIAL DAMA "ES,. S,Oine statesand. provi I nces, do not a1low the exelvision or Unlitation of incidental or conseqUential, dainages,, so, t1ile, above'limitati"ons, or exchi'sions may not apply to you. OWNERS OBLIGATIONS A. You inust present the tire U-) be coi,�isid-ered for ad ustnient,to an authorized Goodyear dea,ler or Goodyear I Seti,dce Representative within 6 nionths of re,-,�moval. See back, cover, f6,i- addresses atid teleplione -,e numbers of'Good-year S,ei-�,,,ice repli-sientatives. 17' Ing ,idditionc,,,il sei ICeS y0tI order atthe, ti.n,�ie of qjusti.nent. B. You must pay for tca,,Xes, inounti. , and anv a M. 165 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C For tires ii.11ported, by, or sp,ecifica.11y for a, Buyer(or 1:1�is,.agent), Goodyear"s respoil.sibilitywil.l. be based 1 "ie t of import duties. upon the (""o�st & Frei,,�,Iit Poll, of'Entr�y fireN7alue pr"'or� to, payn n C -N 'No claiin will bt recogjiized uilliess the product Is insip,ected, and a, claiin is ,niitted electronically or on a Goodyear claim fbnn into Goodyear's, OTR Adji-istment database by a, Goodyear Representative. All a4justment-s, al,re, confirnied by mail., �� Do, Oi-,�lboa,rci,.iic,I,line, cycle, payload atid prodivi,,ty'i'nf6ril"ia.tion.mst'be i.gym ialde alvailable to, the, atft1loi.-ized Goodyear Dealer ot- Goodyear S,ell',ice Re resentative, if requested,,, P E* Ad u,sted tires, may be! incapaci,tated. Disposal of t , he tire is d"le re,spo'nsibility of"the ow"ner., I'1111k1' -ious Injury or DeathInay result ffi:nn: Property, Damage.,, S'-'ei,. , , # FAMURE DUE TO t,TNDERI.NFLATI'ON/01('ERLOADING,,.- Foltow owner's mana. or tire .cr laced in -the vehicle. E I I z # XPLOSION OF TIRE / FdM ASSEMBLY DUE TO BIP'ROPER MOUNTING: Consider using, nitrc-)gen to inflate, OTR tires to, reduce the risk of explosive, tire, fil.ilure. 'SIna 1)�,i,o,pei",, M qui,pl,l,ien.t should mount tires., Only specially trained, ger ons u- # FAILURIE, TO D,EFLAT'E SINGLE OR DtTAL ASSE.'�MBL.IES CO, 17NIPLETELYBEFORE, D,EN1'01.'7N'T'IN'G,- Before loosening ally, clainp,s or nuts ha altach, a niulti-pliece, rnii assembly to a vet'licte, always completely deflate the tii:-e' mounted as a single or'both tires, i"'n a,, di,,ia.1, assembly by removimz thle valve, Core(s). Never attenipt to reniove a,, til-efroin a,, rini unless the tire i's, colil,pletely deflated. 1111 o�11 btti, cases above check the va,I.Ve StM by rumim"g a ce of wire throi,igh the stem -to sure it 1 11 s 1".10t 113111!gjged, WELDING,, BRAZING OR USING ANY TYPE OF HEAT S'017RCE ON A, MOUNTED TIRE,,/ RI M ASSEM'BLY: Do.li,ot'," under any eircurnstances, atteniptto rework, vreld,''heat or braze any ri.n,'i coinponelits t1lat, are cracked, broken ot-dan-1ag"ied"'. Rep'lace With ne-AV parts or parts th.at are, not cracked.1 broken or dcalinlia,szed. and w1lich, are, the sa.n'ie size,,, type and maniifikaixer. Consult the rini inanu.facturer conceming pro.perreplaceinent components,,. I all 944 xM sing. IM HUM C1 I IK' WN Mcl i� k 11 1 1 Ka 3 M 12 -.10) MV11 Please, contact the Goodyear Off -The -Road Tire Action Line, I., 200 Ininovation, )XITca Y Akroti, 0H,. 4,4316, 3,30 796-06,10 C'.'A.NA.DI..AN'D,ISTR.1,C,T'OF'FICE :1 450 Kip,hiilgz Ave. I., ar o, Tbronto, Ontic 1 MSZ-5'E.1 166 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C 6 GOODYEAR INTERNATIONA, L OFFICES,,. 111S Eui,-opean ManagerEMS-11, Goodyear S.A. 'I Avenue, G"ordon. Smitt L e 352-8,199-21,12, - 7750, Cohnar-Beriz h 4, 4W- * f W * ,ft A, A H d & h i+ h 1 4 k d -k N N, 4, a M, * f W * ,ft d, A H d & h Phon G CU. �Iy �of Fax 352-18,199-2131. rand Di,,,I,C,l Uixembout:g.. m m d, 4, w m �. N i, M, h 6, 1 4 - Vice Pii-esident OTR Operah"'ons (Asia Pacific') site 1, 19 Bishop S.1treet Johniont WA, 60.14 + Pho ie, 10 11-619-9,478-9200 Austl"-Lalia, FlaxO.11-618-94781-60II 50 Companhia Goodyelea i,- do, Brasil -Trodutos,de Borracha SAC - C14 ustomer Senrice, Avenida Paulista, 854 -8/9 andar C 11 "ep: 013.10-913 Rdo Pauto - SP Brasil & + Ptlone 0,800 725 7638 Fax,55-41'esu 2,81-4432, III Goodyear de C"hile SI.A.I.C. SAC"' - CustomerS ervice, infc-)cls,,L�/",goc),dlTle,,,,a.r.coiii Hendaya 60 Piso, 9 Las, Condes - Sleu iti'ago de C11ile.4-4 4, 4, N & ** 0) *,M i A -A N, + * M, * M M-64 1+,% 4, 4, N & .4 Phone 08,0 0 00 18 1. Fair 56-2-530-1333 Goodyear del Peru, S.A., SAC"' - CiistomerService L7oodl"e�I'll".,C,,Ol�l",l.]),e/c,ont,,act usltn,�,fl A,"Iel,ln,.�id�,a,.Argen,tin,a,, 6,037'C"artilen de Ica Legua, CI "aflao, Lima, Phone 0800, 1 90 80 Fax +51151. 7 3 30, 1, Goodyear de Colombia S.A,. SAC'l - C14,111stolme.1- Service V-, littlp �Ne eor coin.co/contact us.htm.1 C I 111 . "afle .10 D No, 1.5 - 39 Cor-r'egimi.en,t,o.A..IToyohonid,o Yu.mbo, Valle det Cauca. . A ri -H 4, + N 6, + R h 0, 4-H 4, + A * 4 rW W A ri -H 4, + N 6, R h 0, 4-H W Phone 57 2 vu" 0,88 5215 * 6 W* A W 4 Al to R *, y., Wb W 4, *. .* M W * 6 W* A WA W. * * 6, 4, *.-1 k 4 .4 Fax +5 7" .2 60 ,8 8, 413, 167 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C LIM1TED AVARRANTY 0 FOR 45, 4,91,51,157,(& 63 1nch, Rim, Diameter, Titles WHO ISS ELMIBLE? are eligible fo,rl the beneffits of this LIMilted' NNTZLITanty1f YoUare the, ,ginual purchaser or authorized agent 11.1 , , 'e i,ll of thel original plii-rchaser ofne,�NT, Goodyear 4,5 — 63, iii,cli rin,,i�, diameter, tires, beari.ng Good'yealt pi seribed. slerili I caj (IN lit' , ., and your''i1se ofthese fires has, bleen, pre -certified to eonf6nn to thel"i X%TH'A'T' ISS (,'OVER,'1ED AND, FOR, HOW LONG This, Li1nited Warranty covers all Good year 4,5 — 63 inch. rim dia,ineter tires, presentedfor adjustment on or after Septen-lb—er 1, 2 01 1. 3. The Limited, Warral"Ity is, ii -I effect f6r I S.,' months conimencing on tlie datlel of purchase. if proof'ofthe purch4asea date is, no, t lcaLva,ila,blel the date ofmantifikture indicated on the siltl nuni,bel will 'be u.sed as, the NvN,,,,ai-i,-anty corni'll,encenient, date. Tires n1u,,st 'be presented r consideration -within six tilonths of reni,oval filom S,erg--ice. Coverage If any Goodyear 145 — 63, inch ri.in. diameter brel ewy,ered by this, Limited NVarraiity beconi(els unser�,7"Iceable, due to ed. with, a a covereld, warranty condition, slilIch tire, will, at the option of Goodyear, be repaired, or repkac, comparabIe tiew Goodyear tire, discounted on a pro rata basi's 01r. at G-lood-year"s opl-tion', Goodyear will issu-e an a d.t. T'I,,,,l,e cusitoiner chle for replacement NNTi.1.1 be calculated, by 1.nultiplvitag Goodyear's cur lit ppropriate ere i re replacenilent tirel Price at the a4justmenl locafioil.i ("exclu,''si've of taxes),, by tdie iercentagel determined ti-lom the P following chart. Iii the event Goodyear issties a credit," the cred,it will be, in, the same, aniount as ttie discount thalt would hlave been usect to calculate the aforementioned custonilei- cliarge oln replacenient. 0 X1101 to ioq`� 11 Ill to 20Pt 2" 1 �Ib toll 5P,0 3 Pvb to 40 0/lb 41 to 5 1 P,�b to 50 q",b 60 61 P,/0", to 70'q�lb, 711 P,,b, t,o So'll"D S 1, `�"6 to 100 % 7 TIREAGE CUSTONIER CEURGE, (asayercent of current replacement t1re,_Mce, 6 '-N,,I,'on,tb s or Less, ioq`� 201t 50 �,'o 400/lb 50qb W,,� 70'q�lb, SOP"D 100 % 12'Alloinths or, Less 309,o 4011/� 50 16 609vb 70'ql, % ­j� 9P,,04 10,0,ql'� 1001% .Nlonthsolcr Less 510 ql�6 601-'6 '7 0 �/b 8 0 q"6 l� llb / �6 i6l­0�110_ o0q,181 1000�lb Nxlol-e, than 18 months 100'9-b 1W,1 1010116 100 9"'bi IW 10108" 0 ioolP"', 10,01""b 1001% MOLMOMMOKINPIM11111EMN You,r apph,cation niust be pre-ceftified by a Goodyearl, Repres,eiritall,ve (0TR Regional, Sales Manager,, OTR FieldEn,aineer or OTR Product Support Mati,ager),. This cert.i.fication n1cay inclu,del any of the tollowina,­ Job site ltn' t74. audit, TMPH analysis, GPS stu,dy, teinperature sti,,idy, atid. or a revieN�,T of on.board iilachine cy cle, payload and productivity ii,iforination. You will receive a nui,libereld Warranty letter, for prioducts thal, illeet t1lie, pre,�- cei-tification requi,rellient". This Li.Mited Warritanty is, applicable to, tiresl, P1L1rc,,h,,C,.�iS_ed fi-otil, Ttie Golodyear Tire & Rubber Conipany or Goodyear, Canada, 1ne., as t1le ca.slie may be., No representative or dealer has,, authority to nica.,,,ke any relpres,entati,on, P11,0 1111se'll', waiTanty or agrelen'lent on behalf of Goodyea,17 except assitated herein, c,in,11.1 -1 e unserviceable due to Antteo y tire, no, 1'.1tar how welf clnstfail iiieted, may , se,,,rierwco ,�7,ce orl othise bem III, control. of the nia,nufkturer. Under no circumstances is tt I rrant ted, way a conditiol'is DeNrond -the,1, s nnii cannot occui% represientati,on that a tire, failure 168 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C 'Tires, purcliased more than IS, nioricths, prior to pre sentati.on f6r ad.1 ustment. Without proof of.purchase datel tires 'Inariu,factu-red I S mon.ths prior to pre si entati on, Cir "not covered,. 'Tires, removed of .l sel-VICe Mo,re th.ail, Six .11 nthprior to, presentation to, Good,.)Tear Tires opercat''e'd iti, a1i aficcaltion that h.as not been pre-cer-lified. (id su,ich gLiarantee doctinien.ted in Tires for which, ia,ti alternate warranty/gii,caranteebeen negotiated at gr ng by ail authorized Go,o,dyea,i--ep,r,es,,e,,,i,-i'tative., Unif6tni,iiioin, chirl-inis on tires pused, more than 6 months, prior to presentation for adj ,ustine ,or if.pro,of'of'purcha-se is not available, more, thaii 6 moiiths: after, the manufictu,re date. Airretention clainis on tires purchased inore than, 3 ii:io,iiths prior to preselitation for adjustment'. oi,­ ifproof ,of purchase i,s trio,t avaitable,,, more thaii,3 .nhs after the ma,ni,,i,,fa,,ct­Li;,re, date. 11 irregu,,Iar wearor tire damage due to,'. illipact breaks, Cuts, cut separations,, snags,,, inIcichille, daniage, wreck-,, Collision, fire, 1Inproper' inflation, overload,,m,g, misapp'h,cat.ion , ii'x isusle. lie gl,igen,ce, operation at excessive peed 1 o r d, amage, c aU sby t he 1.11'eci . sri,"io n r cl ain, daniacre:d hanical, condition of" the, N,,e icle. ("TMPH) or Ton.,i,-i,e,-,K.i,'I,ometr,e�-�'Per,-Hoiir (TKPH) Tires (:)perat'nw, in exce,ss, of their rated Ton -Mile -Per -How, C, t7 H I cri,ptio factor,., Goodyear uses a. 4 hour a rollinu N,,era,ge for TX1PH'/T1 calcutatio, is., (A detailed des n of' Off -The -Road 'Tires, Nvhich TMPH. / TIUH ratings may be foui,.id in Goodyear Publica,tioi,.i _ringDc can be fioutid, al FNNr,o,odyearIL)tr.coi'li Tires operIcating, i , excesis, of, the mated, Woi�k Capability Factor ('WCF). 'Tires, operating in. a,pplicaatiotis th,at are inconsistentwith. -the Eq.i,,Il,pn'lent�,,S,sp,ecilfic',C,i,tio,ns orrestrictions. Tires with fii,:iproperly seated beads. Knurting iinp,ressioiris: f:rofm the rim that continue, aroutid flie beadheel a.re sufficient evidetilce of improper sealln,g". Tirestnounted, with "0" fin.gs tliat are not, a proved by Goodyear f( -),r, use with, its Eartluno,ver tires. .P 4 ballast Tires, that have, failed due to inciterial added after original inkanll-fcii�-cture* (exa,inple:, tire, fillers sea.l.ant, ,or ba,hancing stibstances lftt'Ietadded nmterial is the cau,se, ofttietire being reni,oNTed from. service, suchtire NN,17i.11.11,iot, be adJusted. 1 1 � A, � 1 41 - bala j The cost of n"iaterial added after original maritificture (exatnple- fire tdllerss, sealai.1,t,, baltast ot IIC1111f sub,stances) regardless of removal. cause. * Repail'"s, Or Retreads,. GOODYE.AREXPRE,,,SSL'Y'DISS LAI.MSA,�iNY'WARRAN-,T'7ir"'O,F.Fl iTNE,SS,,NIERC'H'.ANTAB,IL,ITS ,.,OR FITNESS, FOR. A PARTICULAR PURPOSE. THIS, WARRANTY DOES N(,),T INCLUDE LOSS, OF TIME,1 LOSS O,F' t,,TSE OF EQUIPMENT.11 rNt'ONVENIENCJou , COST' OF REPLACEMENT EQUTIPMENT. OR ANYE'�CIDENTAL AND, CONSEQ1,TENTIAL DAN4AGES. 169 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C IIIII I 1OWMAI ''I I -ial chani,ai Some stiates, and provinces do n�,ot all the exclusion, or Limitation of incidental or, conseqi1ent,U1 ,ze's so Z-, t1ile, above'limitat'i"Ons, or exelti'sions may not apply to youu. 'I OWNERS OBLIGATIONfS, A. you mu,st present 'the tire to be considered f6r adju,stnientto an ai,itliorized, Good -year deci,ler or Good -year Seti,dce Representative wn 6 nionths of reini-,wat See, back cover for a,dd.resses, and telephone nulinber's ofiGood,year Sei-viice repiresentati I ves. 17' Ing ,idditionc,,il sei ICeS y0tT ord,er atthe, tin,�ie of Baqjustinent. . 'You must pay for tca,,Xes, inounti. , ancl anv a CU -'s respol- sibility, will, be based t�or tires imported bly or specifically for a. 'Buyer (o,r his, agen't"')I!, Goodyeall I upon the C"ost &Frei,,II_�,Iit Poll., of"Entry fire N7a,IU,e prior" to, paynient of import duties. Celectionically into * No claim, will be recognized,'iInless the produc,t is inspected and C -i claini "i's subi,.nit ned Goodyear's, OTR A4,justment database, by a, Good,year Representative. D. (11boltard iiaiachiiie cycle, payload , pro,dii,c-tivity.,"lo,l"I i,,nu.st be niade available to tlie titithorized C f I., '1'uested. Goodyet ,-Dealer or, Goodyear Sei-vice, Representative if red E. Actiusted tires, will I. -)e a acitated. Disposal of the tire in ftill confo mity ivith P applicable, laws entirelly the responsibi,111ty ot ttie owner. % ,z ............. vv 30"i„ % 1 f /r/ or Death may result from: Propefty, Daniage,.Sei,-ioils hjju-r� FAILURE DUE TO t,TNDERI.NFLATI'ON/101('ERLOADING,,.- Foltmv' oN.Nvner's manual ortit placard, phiced in -the vehicle. E I I z X7PLO,S,ION OfF TIRE / FdM ASSEMBLY DUE TO IN,11PROPER MOUNTING: 1. Only specially trained ersons using proper equipn:ient shmild motu-it tires. A 11WOMMIX Blefore loosiening- atly clanips ornuts that attach a, mult' " .11 C -I I I-Iplece",rlm .9'sSenibly toa velikle, always, IW - o deflate the tire mounted, as, asingle, or both firesinti"al a-sisembly by removing the valve core(s). Never attempt to, remove a, it from a rini unless, the tire i.s completely deflated. In I -iake sur bothl cases above check t1le, valve sten'l by' rLinning a, piece, of ivire tluoulgh t iesteni to, n e it, is not plugged. WELDZING 0RATSING ANY TYPE OF AT RCON A MIOUNTEDTIRE / RIM AS,SEMBLY: Ia,t or braze any riin conipoiients Do not, unc.ler, any circu,nislatrices, atten"ipt to weldl he thfilt Care, Icnacked, broken or danizged. Replace with, new parts or pat-ts that atv not cracked,,, broken or dain�,i,� , ' 1. Consult , I I-er. the rin,1 11,zed and -which, are 'the,, sic-,InleSize' ty)e and ni.anufa,ctm mfinu,ficicturer concerning pro er repla-ce',lin,ent, conlipofi,,ents. .p 170 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C FOR, ASSISTANCE OR TO FINDTHE GOODYEAR DENLER, NEAREST YOU. Please, contact the year Off-The-Road Tire Action Line 200 Inilovall"on Way, Akron,, 0,H.,4,431.6 .1 -33(l) -796-06,U), 1 I CANADIAN DIST. RIC"',TOFFICE.-, Goodyear, Canada hIc 450i Kipfiiig ANTe,. Toronto, Onta,rio,.MS,Z-5E 1 ........4,16-20 1 -4,300 171 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C LENUTED WARRANTY S,LO& PERMAIFOAN1 ADJUSTIVIENT POLICY WER SEA1NI(t7"jN,,fS) TIR]Ek- ELIGIBILITY You are eligible for the benefits of thl"'SU011c"N' 1&1�70U We the orivina.] I in purclhaser or authoriz�,�d, agetit ofthe original purchaer of new Goodvear: Bra nded U.NIS t 'Ires whIch ar� defined, as those 1,i,,ho,,se prii,icipal. �appllcatioxl Is, for speciallized sen7lce in,. sulx�urfhce UINIS tiresare. 110t, intended f6j," 10 7 er-the- agnicultural or other non-undergro-und muling Uses., -1 Perniafbam tire till,, wlalch Is, a flat- proofing filling a,' gent exclusP;re to The Gocdyear Tire & Rubber Compan), 7 Thl,,s, Policy covers al] Gooicl,-ear bratided U'MS tireS, err. Permafbana submitted, f6r, adjustinent on,"after Se, tember 1. 2013. If proof" of" P purchase is, not aVailable to esi,tablish time in senice-, the tire date, of manufacture 1xill be used- Tires, must be presented for cGnsideration �N-Ithill SlIxerror iths of Any tire covered by this pohc.N,-- whether Perina.foami filled or not, that be,comes, un,sen--iceable due to a c-ov er rl rr r t conditloti 11NI-111- at the otion, of'Good-Year., be repalredor replaceid,�,%,-ith, a com arabln: e eiv P P Goodyear tire on a pro, rata basls.. W1 th reglard,,,!; to Perniafoam, inflated. tires, the, Pennafcaain it-selfw"I'll be Pro rated. ore thesame basis a,sthe t1re', In i,,-hich it 1�vias- used., The custorn er charge for pro rats. rrT-,Iacenment "'.-Illbe calcukited, bv muftTlying Good'Vear- s cui-renit'Tire,�,"'P,ei-.n-i,afc)l,,,,,i.iii price at the ad ustin, ent U of taxes)., by the ercentag,-e det-ennMed ftoini the P folknu.n. chart® TIRE NNTEAR (percen't ofori,91nal I non skid used MV111chine Dcamx,ige, Wrecks, I Ax"t OR/,6 1111�6 2 3 1146 4 1 PA6 51% . . . . 61 ......... . 71% 811d� Ib NS to to to to, to to to to, t '0 10% 201�� 30'lve6 4/,P,� 500/6, 6011�6 701,1a 8,01/o 1 004,,b' .ALAU e* I, 'Ln -Cha C.Ustoimei I e . ...................... 6 I 09�111� 20�zi 30","p 4)01,6 50'�` 30,9,� 100% Less or Less 3 0`0 4011il)", 6CYo 7C a 8011,10', t, f�cn I 00o 'IS CT 9" Less i . than 1, 8 ............................................................................................................. "o . 10 . ........................................................................................................... 1 00'� ........................................................................................................... ............................................................................................................. 10,11101 110 1 &01`,O, .............................. ............................................................................. I ocf�111� ............................................................................................................. 10 a O�' ........................................................................................................... 1100,111", .................................................................................................................. 1 rj,(�'B"6 I- *Tii-el Age- in Months, znl' I "S 2ALDJ1L7/'4STX1E.NT POLICY LI1\,1IT.ATI0'-7S7 Tli,is Linuted, Warri'Ellity.polic y is �appliciable to Gooidyea.r B ra.nd ed 17W S tiros, a n d Pe rm,af ba, ru pu rch e -i sed fro m Th e Good)Year Tire, & Rulbber C'oinpany or Goodyear Canadeei 1111c-, L,md is hinited to th,e 17nited States Lir ildC"anada. T I he, following, are, NOT covered by this policy. Th -es than, 18 ialonth,SPI'101% NO prfaofofpurcl�,ase or.inaniffelicture date. Tires renicived from once, rnor e, thcali lisix inonths prior to presentation to Goodyear. Is Irrem-, �ivear or tire, claim-tge due to:: C11 1111 act breaks Cuts, Siia,czs, MV111chine Dcamx,ige, Wrecks, icM 011ision Fire Electrical Sh,ock (Dverloadiiiig Misape ication -N, e gl i 12, el 11 C, e MechanicalC',01'.'iditionl Oil Exposuxe 01fthe Vlehlicle C"'li,einical silr,e 6 Ribbhi, Tires iv'hicli ha,,ve fiiailed, as a result oto adding fill interial other, thari, Perinafoi�n,,i applied by (--Tioodyear or its enahorized, cigent to the tire ca,vity.Exxlin.1"'ple's, i.1.1"ell'ttle balaiichrig substan,,ces, ballast orolther, fills. Addition,-Ldly,, r adjustinencredit vill beissued for such ri,,iaterials, regardless of'Nvii,effier or not th,e t itseffis sul,bject to adjustment, Loss, of time, hl.colivenience,,, 10-sscl,f use -of Vehicle, con,,sequential daniage. WHAT AREYOUR LEGAL RIGHTS? ,Some states or prc-n,,,h,ij.,ces donor alloNv the exch"Ision orlhilitation of incidental. or conseqlUelitial klaniiige, so the aboN,-,e limiteitioii, or, e.cls "I'Sion, 1,1.19�y not Pply to you-. afi�),e or dealer has auffiority to make lily rel',x-esentation, pnonuse, ,or, agreenlleiit oii bol. ,,alfof Goodyear, except, as stated hereiii,. An.y, tire,, no inafte. oNv, Nvell coiastmeted, iniaylail hi sei-vdce or otherris,e to, conditions btyoiad the c , c t I I is this ii� 'o I c) fthe ina nu facti- rer. LUTnd er )Varrantya representation a thattiire falhi,re, cannot occur. 'This ivai-raiity giVeS N1011 Specific legal, rights and you ia-i�y a1s0, have 0, tlie,r rig!"Its that are " fro,111" ste to State or province to prm,ln,ce. M&W Forany ilndergrot.uid, applic-eit,11011, 111y U MIS 'T'i-,,"Permaf�)a,,i,,i.i, product deenled I icea,ble, yoi,,i nainst coiltact The,,Good�ear Tire and Rii,�bber C,bmpaiiT, or atitilori zed, Go,o,dye,,,ir deAler fbr assisUiii,.ce., See fisting oii, back cm,Ter. Yoil, int,,i,,stpay for taxes,, additi,onal slel .Tice s roti o, rd, ei,,- a t time c)f'A,dj u stine'llt''. No claim %vill be recognized unless, silbmitted oii, a Goodyear', clahn, foriai. This form ili:ust be col"'npletely filled otit,and submitted by you, the origiiial pui-chaserof tlie tire,, or yc),-ur authorized agent., Z11 zLWARNINGPrope rty, Damage, Serious 1,njul, 7 or Death, MaY Result From. Ti-refailmme dueto overloading. I,mproperly mounted tires W! Only specia]13', trained persons using Proper equipinent,shoUrld mount fires. 172 Certificate Of Completion Envelope Id: AA50E6625AE0413BA985C7DA74A5CD6C Subject: Signature request on Contract Iowa Department of Administrative Services Source Envelope: Document Pages: 66 Signatures: 1 Certificate Pages: 5 Initials: 0 AutoNav: Enabled Envelopeld Stamping: Enabled Time Zone: (UTC -05:00) Eastern Time (US & Canada) Record Tracking Status: Original 4/4/2024 1:20:12 PM Signer Events Ryan Waldron ryan_waldron@goodyear.com President, North America Consumer The Goodyear Tire & Rubber Company Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 2/13/2024 3:48:05 PM ID: 9836de74-1607-488c-b8c9-cel e51 acde05 Vimarie Luna -Bryant vimarie_lunabryant@goodyear.com The Goodyear Tire & Rubber Company Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 11/21/2023 10:09:53 PM ID: 01 a5dd2d-0339-4a5d-8479-2d43698eal24 In Person Signer Events Editor Delivery Events Agent Delivery Events Intermediary Delivery Events Certified Delivery Events Carbon Copy Events Witness Events Notary Events Envelope Summary Events Envelope Sent Envelope Updated Envelope Updated Certified Delivered Holder: The Goodyear Tire & Rubber Company gcs_support@goodyear.com Signature DocuSigmed by: OUA` �UJAJnvu 919EFQE$FE024C ... Signature Adoption: Pre -selected Style Using IP Address: 167.232.248.15 Signature Status Status Status Status Status Signature Signature Status Hashed/Encrypted Security Checked Security Checked Security Checked Status: Delivered Envelope Originator: The Goodyear Tire & Rubber Company 200 Innovation Way Akron, OH 44316 gcs_support@goodyear.com IP Address: 35.170.89.44 Location: DocuSign Timestamp Sent: 4/4/2024 1:46:20 PM Resent: 4/9/2024 11:03:00 AM Resent: 4/9/2024 12:29:36 PM Viewed: 4/9/2024 3:34:43 PM Signed: 4/9/2024 3:34:56 PM Sent: 4/9/2024 3:34:59 PM Viewed: 4/9/2024 3:35:53 PM Timestamp Timestamp Timestamp Timestamp Timestamp Timestamp Timestamp Timestamp Timestamps 4/4/2024 1:46:20 PM 4/9/2024 11:03:00 AM 4/9/2024 12:29:36 PM 4/9/2024 3:35:53 PM 173 Payment Events Status Electronic Record and Signature Disclosure Timestamps 74 Electronic Record and Signature Disclosure created on: 3/27/2014 4:27:03 PM Parties agreed to: Ryan Waldron, Vimarie Luna -Bryant ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, The Goodyear Tire & Rubber Company (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per -page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. 175 How to contact The Goodyear Tire & Rubber Company: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: gcs—support@goodyear.com To advise The Goodyear Tire & Rubber Company of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at gcs_support@goodyear.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from The Goodyear Tire & Rubber Company To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to gcs—support@goodyear.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with The Goodyear Tire & Rubber Company To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check -box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to gcs—support@goodyear.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetSca e 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the Internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. 176 Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and Until or unless I notify The Goodyear Tire & Rubber Company as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by The Goodyear Tire & Rubber Company during the course of my relationship with you. 177 178 Government Retread Sales Base Reference Book - Effective 02/01/2025, Expires 06/30/2025 254537926 190337 Precure PCT LCT 11 UVC 10.00-20 $ 393.27 $ 97.33 254537027 52629 Precure PCT G159 10.00-20 $ 477.56 $ 118.20 254537072 99720 Precure PCT G177M 27 10.00-20 $ 659.32 $ 163.18 254537134 104009 Precure PCT G159 Siped 10.00-20 $ 489.71 $ 121.20 254537384 234896 Precure PCT Winter Trac 2 10.00-20 $ 666.06 $ 164.85 254537410 182921 Precure PCT G622 10.00-20 $ 675.83 $ 167.27 254537530 133882 Precure PCT G372 10.00-20 $ 673.88 $ 166.79 254537707 52701 Precure PCT G159 HS 10.00-20 $ 438.66 $ 108.57 254027027 50007 Precure PCT G159 10.00R15 $ 468.37 $ 115.92 254027528 86471 Precure PCT G314 10.00R15 $ 511.67 $ 126.64 254027707 50024 Precure PCT G159 HS 10.00R15 $ 415.71 $ 102.89 254044707 50284 Precure PCT G159 HS 10.00R20 $ 481.63 $ 119.20 254044456 237431 Precure PCT Endurance WTD 10.001120 $ 929.14 $ 229.96 254044027 50200 Precure PCT G159 10.001120 $ 525.47 $ 130.05 254044072 50209 Precure PCT G177M 27 10.00R20 $ 722.66 $ 178.86 254044073 163018 Precure PCT G177M 32 10.00R20 $ 922.77 $ 228.39 254044134 50220 Precure PCT G159 Siped 10.00R20 $ 533.88 $ 132.14 254044198 224420 Precure PCT G619 RST 10.00R20 $ 738.05 $ 182.67 254044199 224485 Precure PCT All Position 18 10.00R20 $ 567.55 $ 140.47 254044369 234654 Precure PCT Endurance WHD 10.00R20 $ 923.69 $ 228.61 254044378 235122 Precure PCT Unigrip 10.00R20 $ 557.83 $ 138.06 254044384 235052 Precure PCT Winter Trac 2 10.00R20 $ 700.81 $ 173.45 254044389 235145 Precure PCT Lug Logger 32 10.00R20 $ 942.22 $ 233.20 254044410 182920 Precure PCT G622 10.001120 $ 760.35 $ 188.19 254044416 183085 Precure PCT G338 10.00R20 $ 893.85 $ 221.23 254044440 215477 Precure PCT G289 WHA 10.00R20 $ 828.27 $ 205.00 254044528 86481 Precure PCT G314 10.00R20 $ 573.81 $ 142.02 254044702 50281 Precure PCT G167 22 10.00R20 $ 611.86 $ 151.44 254044759 158120 Mold Cure MCT G177M 27 10.00R20 $ 679.59 $ 168.20 254044925 189760 Precure PCT DWT 14 UVC 10.00R20 $ 446.29 $ 110.46 254044926 190336 Precure PCT LCT 11 UVC 10.00R20 $ 429.80 $ 106.38 254046184 224086 Precure PCT G292 WHD 10.00R22 $ 920.97 $ 227.94 254046369 234653 Precure PCT Endurance WHD 10.001122 $ 923.69 $ 228.61 254046378 235109 Precure PCT Unigrip 10.001122 $ 557.83 $ 138.06 254046384 235041 Precure PCT Winter Trac 2 10.001122 $ 728.45 $ 180.29 254046389 235149 Precure PCT Lug Logger 32 10.00R22 $ 980.73 $ 242.73 254046410 182930 Precure PCT G622 10.00R22 $ 794.32 $ 196.59 254046440 217912 Precure PCT G289 WHA 10.00R22 $ 866.66 $ 214.50 254046948 129032 Precure PCT Winter Trac 10.00R22 $ 681.73 $ 168.73 254046464 195349 Precure PCT G182 10.00R22 $ 933.36 $ 231.01 254053389 235142 Precure PCT Lug Logger 32 1000/90R20 $ 925.71 $ 229.11 254117925 189718 Precure PCT DWT 14 UVC 10-15LT $ 369.05 $ 91.34 254528009 180668 Precure PCT G362 10-16.5 $ 666.14 $ 164.87 254528072 157624 Precure PCT G177M 27 10-16.5 $ 560.50 $ 138.72 254528199 224455 Precure PCT All Position 18 10-16.5 $ 450.01 $ 111.38 254528702 131540 Precure PCT G167 22 10-16.5 $ 504.31 $ 124.82 254530410 182939 Precure PCT G622 10-22.5 $ 680.13 $ 168.33 254530411 183055 Precure PCT G622 LT 10-22.5 $ 587.12 $ 145.31 254530429 195903 Precure PCT G622 Siped 10-22.5 $ 790.54 $ 195.66 254530702 135337 Precure PCT G167 22 10-22.5 $ 553.40 $ 136.97 On factor 0.2475 179 254073027 50625 Precure PCT G159 10R16.5LT $ 438.49 $ 108.53 254073389 235153 Precure PCT Lug Logger 32 10R16.5LT $ 777.29 $ 192.38 254076027 50643 Precure PCT G159 10R17.5LT $ 425.69 $ 105.36 254076378 235049 Precure PCT Unigrip 10R17.5LT $ 511.34 $ 126.56 254076410 182898 Precure PCT G622 10R17.5LT $ 594.37 $ 147.11 254076418 169096 Precure PCT G647 10R17.5LT $ 570.71 $ 141.25 254076464 201309 Precure PCT G182 10R17.5LT $ 715.78 $ 177.16 254076702 133966 Precure PCT G167 22 10R17.5LT $ 489.99 $ 121.27 254076707 50651 Precure PCT G159 HS 10R17.5LT $ 395.61 $ 97.91 254076926 190314 Precure PCT LCT 11 UVC 10R17.5LT $ 357.25 $ 88.42 254085418 169117 Precure PCT G647 101122.5 $ 640.96 $ 158.64 254085464 206676 Precure PCT G182 101322.5 $ 798.49 $ 197.63 254085456 237425 Precure PCT Endurance WTD 101322.5 $ 905.42 $ 224.09 254085049 217127 Precure PCT G661 10R22.5 $ 754.86 $ 186.83 254085199 228639 Precure PCT All Position 18 101122.5 $ 487.38 $ 120.63 254085352 229250 Precure PCT G505D FuelMx LHD 101322.5 $ 815.20 $ 201.76 254085384 235019 Precure PCT Winter Trac 2 101122.5 $ 662.45 $ 163.96 254085429 195904 Precure PCT G622 Siped 101122.5 $ 780.45 $ 193.16 254085431 199303 Precure PCT G622 LT Siped 101122.5 $ 590.49 $ 146.15 254085482 50757 Precure PCT G286 22 101122.5 $ 799.82 $ 197.96 254085528 86477 Precure PCT G314 10R22.5 $ 529.41 $ 131.03 254085530 133877 Precure PCT G372 101322.5 $ 669.53 $ 165.71 254085707 50779 Precure PCT G159 HS 101322.5 $ 436.39 $ 108.01 254085925 189770 Precure PCT DWT 14 UVC 101122.5 $ 437.18 $ 108.20 254085702 50775 Precure PCT G167 22 101122.5 $ 547.06 $ 135.40 254085410 182938 Precure PCT G622 101122.5 $ 671.55 $ 166.21 254085378 235047 Precure PCT Unigrip 101122.5 $ 557.83 $ 138.06 254085009 175436 Precure PCT G362 10R22.5 $ 769.19 $ 190.37 254085587 242563 Precure PCT RDA 101122.5 $ 564.61 $ 139.74 254085027 50734 Precure PCT G159 101122.5 $ 475.00 $ 117.56 254085948 157432 Precure PCT Winter Trac 101122.5 $ 570.25 $ 141.14 254085072 50737 Precure PCT G177M 27 101322.5 $ 655.25 $ 162.17 254085198 227573 Precure PCT G619 RST 101322.5 $ 620.61 $ 153.60 254085411 183054 Precure PCT G622 LT 101322.5 $ 580.33 $ 143.63 254085926 190350 Precure PCT LCT 11 UVC 10R22.5 $ 391.34 $ 96.86 254551027 52997 Precure PCT G159 11.00-20 $ 568.57 $ 140.72 254551369 234567 Precure PCT Endurance WHD 11.00-20 $ 1,004.37 $ 248.58 254551707 53049 Precure PCT G159 HS 11.00-20 $ 511.91 $ 126.70 254553384 235017 Precure PCT Winter Trac 2 11.00-22 $ 703.84 $ 174.20 254045494 240832 Precure ARMOR MAX MSD 11.001120 $ 939.19 $ 232.45 254045456 237430 Precure PCT Endurance WTD 11.001120 $ 959.06 $ 237.37 254045072 50319 Precure PCT G177M 27 11.00R20 $ 778.89 $ 192.78 254045129 214335 Precure PCT G287 MSA 11.001120 $ 1,060.39 $ 262.45 254045351 229204 Precure PCT G686 11.001120 $ 674.35 $ 166.90 254045378 235111 Precure PCT Unigrip 11.001120 $ 586.89 $ 145.26 254045384 235051 Precure PCT Winter Trac 2 11.001120 $ 738.42 $ 182.76 254045528 86498 Precure PCT G314 11.001120 $ 590.18 $ 146.07 254045702 50368 Precure PCT G167 22 11.001120 $ 679.12 $ 168.08 254047494 240782 Precure ARMOR MAX MSD 11.001122 $ 968.29 $ 239.65 254047456 237427 Precure PCT Endurance WTD 11.001122 $ 988.24 $ 244.59 254047351 229205 Precure PCT G686 11.001122 $ 693.65 $ 171.68 254047369 234566 Precure PCT Endurance WHD 11.001122 $ 1,036.84 $ 256.62 254047378 235107 Precure PCT Unigrip 11.001122 $ 586.89 $ 145.26 254047384 235031 Precure PCT Winter Trac 2 11.001122 $ 758.64 $ 187.76 254047464 201318 Precure PCT G182 11.001122 $ 1,007.58 $ 249.38 254047579 204715 Precure PCT Ultima WHR-HM 11.00R22 $ 850.30 $ 210.45 254047702 50525 Precure PCT G167 22 11.001122 $ 698.62 $ 172.91 254047926 190344 Precure PCT LCT 11 UVC 11.001122 $ 465.40 $ 115.19 254050494 240786 Precure ARMOR MAX MSD 11.001124 $ 1,009.87 $ 249.94 180 254050456 237358 Precure PCT Endurance WTD 11.00R24 $ 1,030.25 $ 254.99 254050009 180648 Precure PCT G362 11.00R24 $ 944.10 $ 233.66 254050188 224350 Precure PCT G572 11.00R24 $ 1,157.51 $ 286.48 254050198 224432 Precure PCT G619 RST 11.00R24 $ 818.52 $ 202.58 254050369 234565 Precure PCT Endurance WHD 11.00R24 $ 1,083.55 $ 268.18 254050378 235105 Precure PCT Unigrip 11.00R24 $ 586.89 $ 145.26 254050384 234898 Precure PCT Winter Trac 2 11.00R24 $ 787.74 $ 194.97 254050389 235151 Precure PCT Lug Logger 32 11.00R24 $ 1,035.68 $ 256.33 254050482 50572 Precure PCT G286 22 11.00R24 $ 1,043.59 $ 258.29 254050702 108389 Precure PCT G167 22 11.00R24 $ 726.52 $ 179.81 254335410 182969 Precure PCT G622 11/80R24.5 $ 770.05 $ 190.59 254545009 180635 Precure PCT G362 11-22.5 $ 789.01 $ 195.28 254545027 52825 Precure PCT G159 11-22.5 $ 485.32 $ 120.12 254545072 99721 Precure PCT G177M 27 11-22.5 $ 671.49 $ 166.19 254545134 104023 Precure PCT G159 Siped 11-22.5 $ 497.75 $ 123.19 254545188 224329 Precure PCT G572 11-22.5 $ 968.13 $ 239.61 254545410 182941 Precure PCT G622 11-22.5 $ 688.72 $ 170.46 254545464 201322 Precure PCT G182 11-22.5 $ 835.81 $ 206.86 254545528 100813 Precure PCT G314 11-22.5 $ 541.37 $ 133.99 254545530 136140 Precure PCT G372 11-22.5 $ 686.93 $ 170.02 254545579 204734 Precure PCT Ultima WHR-HM 11-22.5 $ 754.25 $ 186.68 254545702 52879 Precure PCT G167 22 11-22.5 $ 559.75 $ 138.54 254545707 52882 Precure PCT G159 HS 11-22.5 $ 445.47 $ 110.25 254545925 189773 Precure PCT DWT 14 UVC 11-22.5 $ 446.29 $ 110.46 254545926 190353 Precure PCT LCT 11 UVC 11-22.5 $ 398.94 $ 98.74 254549027 52911 Precure PCT G159 11-24.5 $ 503.28 $ 124.56 254549188 224354 Precure PCT G572 11-24.5 $ 1,013.34 $ 250.80 254549464 195417 Precure PCT G182 11-24.5 $ 873.80 $ 216.27 254549702 135640 Precure PCT G167 22 11-24.5 $ 581.81 $ 144.00 254549708 52969 Precure PCT G186 MSA 11-24.5 $ 858.08 $ 212.37 254077027 50653 Precure PCT G159 11R17.5 $ 481.97 $ 119.29 254077378 235119 Precure PCT Unigrip 11R17.5 $ 552.02 $ 136.62 254077418 169097 Precure PCT G647 11R17.5 $ 653.12 $ 161.65 254077528 86473 Precure PCT G314 11R17.5 $ 525.13 $ 129.97 254077702 134546 Precure PCT G167 22 11R17.5 $ 558.08 $ 138.12 254077707 50662 Precure PCT G159 HS 11R17.5 $ 443.32 $ 109.72 254086925 189772 Precure PCT DWT 14 UVC 11R22.5 $ 463.36 $ 114.68 254086740 117955 UniCircle UCT G314 11R22.5 $ 567.88 $ 140.55 254086178 222091 UniCircle UCT G316 AT 11R22.5 $ 667.35 $ 165.17 254086418 169118 Precure PCT G647 11R22.5 $ 719.10 $ 177.98 254086708 50874 Precure PCT G186 MSA 11R22.5 $ 823.50 $ 203.82 254086346 229288 UniCircle UCT G186 MSA 11R22.5 $ 825.10 $ 204.21 254086482 50837 Precure PCT G286 22 11R22.5 $ 910.88 $ 225.44 254086389 235146 Precure PCT Lug Logger 32 11R22.5 $ 942.22 $ 233.20 254086073 158499 Precure PCT G177M 32 11R22.5 $ 922.77 $ 228.39 254086080 199327 Precure PCT G182 Siped 11R22.5 $ 989.68 $ 244.95 254086129 214336 Precure PCT G287 MSA 11R22.5 $ 1,025.93 $ 253.92 254086134 50814 Precure PCT G159 Siped 11R22.5 $ 533.88 $ 132.14 254086189 224750 UniCircle UCT G572 11R22.5 $ 1,017.34 $ 251.79 254086327 230482 Mold Cure MCT G316 AT Fuel Max 11R22.5 $ 563.92 $ 139.57 254086352 229251 Precure PCT G505D FuelMx LHD 11R22.5 $ 868.34 $ 214.91 254086360 229183 Precure PCT G619 RST 11R22.5 $ 760.36 $ 188.19 254086429 195905 Precure PCT G622 Siped 11R22.5 $ 884.88 $ 219.01 254086431 199307 Precure PCT G622 LT Siped 11R22.5 $ 663.26 $ 164.16 254086579 204718 Precure PCT Ultima WHR-HM 11R22.5 $ 799.76 $ 197.94 254086719 100768 Mold Cure MCT G314 11R22.5 $ 456.37 $ 112.95 254086722 50881 Precure PCT G186 11R22.5 $ 825.66 $ 204.35 254086748 164380 Mold Cure MCT G372 11R22.5 $ 633.74 $ 156.85 254086759 158121 Mold Cure MCT G177M 27 11R22.5 $ 679.59 $ 168.20 181 254086702 50870 Precure PCT G167 22 111322.5 $ 611.99 $ 151.47 254086587 242552 Precure PCT RDA 111322.5 $ 612.72 $ 151.65 254086184 224067 Precure PCT G292 WHD 111322.5 $ 879.69 $ 217.72 254086440 215479 Precure PCT G289 WHA 111122.5 $ 828.25 $ 204.99 254086410 182940 Precure PCT G622 111122.5 $ 760.35 $ 188.19 254086351 229197 Precure PCT G686 111322.5 $ 627.72 $ 155.36 254086027 50795 Precure PCT G159 11R22.5 $ 525.58 $ 130.08 254086072 50803 Precure PCT G177M 27 111122.5 $ 722.62 $ 178.85 254086199 224494 Precure PCT All Position 18 111122.5 $ 567.55 $ 140.47 254086009 175437 Precure PCT G362 111122.5 $ 822.79 $ 203.64 254086530 136139 Precure PCT G372 111122.5 $ 698.16 $ 172.79 254086369 234564 Precure PCT Endurance WHD 111322.5 $ 923.69 $ 228.61 254086473 238728 UniCircle UCT G622A 111322.5 $ 923.66 $ 228.61 254086464 195352 Precure PCT G182 11R22.5 $ 896.76 $ 221.95 254086467 204207 UniCircle UCT G182 111122.5 $ 932.35 $ 230.76 254086144 214972 UniCircle UCT G282 MSD 111322.5 $ 990.33 $ 245.11 254086707 50873 Precure PCT G159 HS 111122.5 $ 481.63 $ 119.20 254086049 217126 Precure PCT G661 111122.5 $ 774.01 $ 191.57 254086561 232274 Precure PCT Endurance WHA 111122.5 $ 936.63 $ 231.82 254086477 214150 Precure PCT G282 MSD 111122.5 $ 888.36 $ 219.87 254086494 240823 Precure ARMOR MAX MSD 11R22.5 $ 881.25 $ 218.11 254086384 235053 Precure PCT Winter Trac 2 111322.5 $ 700.81 $ 173.45 254086198 224425 Precure PCT G619 RST 111322.5 $ 760.36 $ 188.19 254086378 235115 Precure PCT Unigrip 111122.5 $ 586.89 $ 145.26 254086741 118478 UniCircle UCT G362 111122.5 $ 819.01 $ 202.70 254086411 196221 Precure PCT G622 LT 111122.5 $ 651.32 $ 161.20 254086375 233531 Precure PCT G182A 111122.5 $ 879.56 $ 217.69 254086592 244558 Precure PC G177M2 26 11R22.5 $ 722.62 $ 178.85 254086050 216585 UniCircle UCT G661 111122.5 $ 755.22 $ 186.92 254086416 183087 Precure PCT G338 111122.5 $ 919.79 $ 227.65 254086188 224330 Precure PCT G572 111122.5 $ 996.98 $ 246.75 254086471 216365 UniCircle UCT G622 111322.5 $ 849.01 $ 210.13 254086948 129023 Precure PCT Winter Trac 111322.5 $ 654.27 $ 161.93 254086175 217553 Precure PCT G316 AT 11R22.5 $ 608.38 $ 150.57 254086318 226565 Precure PCT G741 MSD 111122.5 $ 886.31 $ 219.36 254086528 86482 Precure PCT G314 111322.5 $ 573.98 $ 142.06 254086926 190352 Precure PCT LCT 11 UVC 111122.5 $ 429.79 $ 106.37 254086305 226323 Precure PCT G558 111122.5 $ 864.17 $ 213.88 254086362 226398 Precure PCT G677 111122.5 $ 881.25 $ 218.11 254086456 237432 Precure PCT Endurance WTD 111122.5 $ 929.39 $ 230.02 254086394 236102 UniCircle UCT Endurance LHD 11R22.5 $ 1,068.20 $ 264.38 254086032 50796 Mold Cure MCT G159 HS 111122.5 $ 461.38 $ 114.19 254086358 229604 Precure PCT G682 RSD 111322.5 $ 884.42 $ 218.89 254086586 242435 Unicircle UC ENDURANCE RST 18/32 111322.5 $ 808.07 $ 200.00 254090740 117978 UniCircle UCT G314 111124.5 $ 590.35 $ 146.11 254090530 165449 Precure PCT G372 111124.5 $ 725.01 $ 179.44 254090418 169133 Precure PCT G647 111124.5 $ 745.50 $ 184.51 254090050 216586 UniCircle UCT G661 11R24.5 $ 769.40 $ 190.43 254090049 217129 Precure PCT G661 111124.5 $ 803.02 $ 198.75 254090741 118498 UniCircle UCT G362 111124.5 $ 841.45 $ 208.26 254090708 51104 Precure PCT G186 MSA 111124.5 $ 854.89 $ 211.59 254090346 229289 UniCircle UCT G186 MSA 111124.5 $ 861.43 $ 213.20 254090305 226326 Precure PCT G558 111324.5 $ 897.68 $ 222.18 254090362 226399 Precure PCT G677 111324.5 $ 912.59 $ 225.87 254090375 233532 Precure PCT G182A 11R24.5 $ 914.24 $ 226.27 254090473 238729 UniCircle UCT G622A 111124.5 $ 943.14 $ 233.43 254090482 51068 Precure PCT G286 22 111324.5 $ 946.40 $ 234.23 254090561 232692 Precure PCT Endurance WHA 111124.5 $ 974.04 $ 241.07 254090456 237429 Precure PCT Endurance WTD 111124.5 $ 1,003.25 $ 248.30 182 254090188 224355 Precure PCT G572 11R24.5 $ 1,057.40 $ 261.71 254090032 51028 Mold Cure MCT G159 HS 11R24.5 $ 478.48 $ 118.42 254090073 208498 Precure PCT G177M 32 11R24.5 $ 959.12 $ 237.38 254090080 199330 Precure PCT G182 Siped 11R24.5 $ 1,028.69 $ 254.60 254090129 214339 Precure PCT G287 MSA 11R24.5 $ 1,066.94 $ 264.07 254090134 51045 Precure PCT G159 Siped 11R24.5 $ 551.69 $ 136.54 254090189 225655 UniCircle UCT G572 11R24.5 $ 1,088.32 $ 269.36 254090327 230483 Mold Cure MCT G316 AT Fuel Max 11R24.5 $ 583.12 $ 144.32 254090352 229279 Precure PCT G505D FuelMx LHD 11R24.5 $ 869.75 $ 215.26 254090358 229023 Precure PCT G682 RSD 11R24.5 $ 862.44 $ 213.45 254090389 235148 Precure PCT Lug Logger 32 11R24.5 $ 975.22 $ 241.37 254090411 209286 Precure PCT G622 LT 11R24.5 $ 674.51 $ 166.94 254090579 204720 Precure PCT Ultima WHR-HM 11R24.5 $ 830.21 $ 205.48 254090719 89699 Mold Cure MCT G314 11R24.5 $ 473.08 $ 117.09 254090748 164383 Mold Cure MCT G372 11R24.5 $ 658.89 $ 163.08 254090925 189808 Precure PCT DWT 14 UVC 11R24.5 $ 482.52 $ 119.42 254090926 190380 Precure PCT LCT 11 UVC 11R24.5 $ 442.65 $ 109.56 254090477 214254 Precure PCT G282 MSD 11R24.5 $ 923.54 $ 228.58 254090384 235042 Precure PCT Winter Trac 2 11R24.5 $ 742.37 $ 183.74 254090410 182965 Precure PCT G622 11R24.5 $ 789.49 $ 195.40 254090184 224070 Precure PCT G292 WHD 11R24.5 $ 915.28 $ 226.53 254090027 51027 Precure PCT G159 11R24.5 $ 542.89 $ 134.37 254090702 51100 Precure PCT G167 22 11R24.5 $ 633.37 $ 156.76 254090072 51035 Precure PCT G177M 27 11R24.5 $ 749.44 $ 185.49 254090587 242554 Precure PCT RDA 11R24.5 $ 646.80 $ 160.08 254090440 215532 Precure PCT G289 WHA 11R24.5 $ 861.35 $ 213.18 254090369 234563 Precure PCT Endurance WHD 11R24.5 $ 961.04 $ 237.86 254090009 175446 Precure PCT G362 11R24.5 $ 854.14 $ 211.40 254090464 195418 Precure PCT G182 11R24.5 $ 910.02 $ 225.23 254090351 229196 Precure PCT G686 11R24.5 $ 650.00 $ 160.88 254090175 217554 Precure PCT G316 AT 11R24.5 $ 618.30 $ 153.03 254090144 214974 UniCircle UCT G282 MSD 11R24.5 $ 1,026.62 $ 254.09 254090198 224435 Precure PCT G619 RST 11R24.5 $ 770.94 $ 190.81 254090318 226566 Precure PCT G741 MSD 11R24.5 $ 921.38 $ 228.04 254090948 129034 Precure PCT Winter Trac 11R24.5 $ 677.82 $ 167.76 254090707 51103 Precure PCT G159 HS 11R24.5 $ 496.95 $ 123.00 254090416 183090 Precure PCT G338 11R24.5 $ 928.53 $ 229.81 254090528 86494 Precure PCT G314 11R24.5 $ 593.31 $ 146.84 254090467 204205 UniCircle UCT G182 11R24.5 $ 941.50 $ 233.02 254090199 224519 Precure PCT All Position 18 11R24.5 $ 586.93 $ 145.27 254090378 235110 Precure PCT Unigrip 11R24.5 $ 598.51 $ 148.13 254090494 240829 Precure ARMOR MAX MSD 11R24.5 $ 912.59 $ 225.87 254090394 236103 UniCircle UCT Endurance LHD 11R24.5 $ 1,100.89 $ 272.47 254090471 216366 UniCircle UCT G622 11R24.5 $ 867.89 $ 214.80 254090586 242437 Unicircle UC ENDURANCE RST 18/32 11R24.5 $ 817.38 $ 202.30 254565072 102412 Precure PCT G177M 27 12.00-20 $ 792.87 $ 196.24 254099494 240792 Precure ARMOR MAX MSD 12.00R20 $ 956.68 $ 236.78 254099456 237359 Precure PCT Endurance WTD 12.00R20 $ 1,015.69 $ 251.38 254099072 51290 Precure PCT G177M 27 12.00R20 $ 792.87 $ 196.24 254099073 134426 Precure PCT G177M 32 12.00R20 $ 971.21 $ 240.37 254099199 224489 Precure PCT All Position 18 12.00R20 $ 593.42 $ 146.87 254099369 234657 Precure PCT Endurance WHD 12.00R20 $ 1,024.16 $ 253.48 254099378 235108 Precure PCT Unigrip 12.00R20 $ 598.51 $ 148.13 254099384 234899 Precure PCT Winter Trac 2 12.00R20 $ 750.77 $ 185.82 254099389 235150 Precure PCT Lug Logger 32 12.00R20 $ 986.19 $ 244.08 254099440 215579 Precure PCT G289 WHA 12.00R20 $ 924.54 $ 228.82 254099482 51298 Precure PCT G286 22 12.00R20 $ 988.29 $ 244.60 254099579 204722 Precure PCT Ultima WHR-HM 12.00R20 $ 910.06 $ 225.24 254099948 129040 Precure PCT Winter Trac 12.00R20 $ 721.53 $ 178.58 183 254309072 51464 Precure PCT G177M 27 12.00R24 $ 904.55 $ 223.88 254309456 237357 Precure PCT Endurance WTD 12.00R24 $ 1,053.74 $ 260.80 254309494 240787 Precure ARMOR MAX MSD 12.00R24 $ 1,095.04 $ 271.02 254309073 134453 Precure PCT G177M 32 12.00R24 $ 1,049.89 $ 259.85 254309129 215433 Precure PCT G287 MSA 12.00R24 $ 1,169.46 $ 289.44 254309362 227831 Precure PCT G677 12.00R24 $ 1,095.04 $ 271.02 254309369 234655 Precure PCT Endurance WHD 12.00R24 $ 1,109.68 $ 274.65 254309378 235104 Precure PCT Unigrip 12.00R24 $ 604.32 $ 149.57 254309384 234897 Precure PCT Winter Trac 2 12.00R24 $ 804.01 $ 198.99 254309440 215580 Precure PCT G289 WHA 12.00R24 $ 1,001.07 $ 247.76 254309482 51468 Precure PCT G286 22 12.00R24 $ 1,068.17 $ 264.37 254309530 165224 Precure PCT G372 12.00R24 $ 854.19 $ 211.41 254309702 112735 Precure PCT G167 22 12.00R24 $ 758.31 $ 187.68 254309351 229192 Precure PCT G686 12.00R24 $ 775.34 $ 191.90 254309184 224085 Precure PCT G292 WHD 12.00R24 $ 1,056.83 $ 261.57 254564073 134436 Precure PCT G177M 32 12.5-22.5 $ 946.76 $ 234.32 254564702 53309 Precure PCT G167 22 12.5-22.5 $ 671.04 $ 166.08 254092410 182944 Precure PCT G622 12.5R22.5 $ 835.96 $ 206.90 254092429 195909 Precure PCT G622 Siped 12.5R22.5 $ 973.92 $ 241.05 254092464 201323 Precure PCT G182 12.5R22.5 $ 969.68 $ 240.00 254088027 50982 Precure PCT G159 12.75R22.5 $ 565.33 $ 139.92 254088188 224335 Precure PCT G572 12.75R22.5 $ 1,065.34 $ 263.67 254088464 195356 Precure PCT G182 12.75R22.5 $ 969.91 $ 240.05 254088482 50989 Precure PCT G286 22 12.75R22.5 $ 963.71 $ 238.52 254088702 50994 Precure PCT G167 22 12.75R22.5 $ 675.04 $ 167.07 254560073 157560 Precure PCT G177M 32 12-16.5 $ 759.34 $ 187.94 254560072 114880 Precure PCT G177M 27 12-16.5 $ 602.09 $ 149.02 254559410 182943 Precure PCT G622 12-22.5 $ 825.61 $ 204.34 254559464 195353 Precure PCT G182 12-22.5 $ 957.29 $ 236.93 254075378 235046 Precure PCT Unigrip 12R16.5LT $ 464.85 $ 115.05 254075389 235154 Precure PCT Lug Logger 32 12R16.5LT $ 793.79 $ 196.46 254075410 182891 Precure PCT G622 12R16.5LT $ 672.16 $ 166.36 254075411 183024 Precure PCT G622 LT 12R16.5LT $ 547.09 $ 135.40 254075418 169093 Precure PCT G647 12R16.5LT $ 600.33 $ 148.58 254087708 50960 Precure PCT G186 MSA 12R22.5 $ 874.50 $ 216.44 254087482 50925 Precure PCT G286 22 12R22.5 $ 963.71 $ 238.52 254087456 237360 Precure PCT Endurance WTD 12R22.5 $ 990.78 $ 245.22 254087073 134433 Precure PCT G177M 32 12R22.5 $ 946.98 $ 234.38 254087080 199329 Precure PCT G182 Siped 12R22.5 $ 1,065.04 $ 263.60 254087129 214338 Precure PCT G287 MSA 12R22.5 $ 1,053.28 $ 260.69 254087188 224332 Precure PCT G572 12R22.5 $ 1,065.65 $ 263.75 254087305 226327 Precure PCT G558 12R22.5 $ 953.63 $ 236.02 254087389 235147 Precure PCT Lug Logger 32 12R22.5 $ 964.22 $ 238.64 254087418 169119 Precure PCT G647 12R22.5 $ 736.70 $ 182.33 254087528 86499 Precure PCT G314 12R22.5 $ 608.57 $ 150.62 254087530 165436 Precure PCT G372 12R22.5 $ 771.44 $ 190.93 254087579 204845 Precure PCT Ultima WHR-HM 12R22.5 $ 820.06 $ 202.96 254087707 50959 Precure PCT G159 HS 12R22.5 $ 509.13 $ 126.01 254087925 189774 Precure PCT DWT 14 UVC 12R22.5 $ 477.66 $ 118.22 254087926 190354 Precure PCT LCT 11 UVC 12R22.5 $ 451.98 $ 111.87 254087592 244560 Precure PC G177M2 26 12R22.5 $ 773.97 $ 191.56 254087410 182942 Precure PCT G622 12R22.5 $ 836.19 $ 206.96 254087416 186761 Precure PCT G338 12R22.5 $ 1,030.21 $ 254.98 254087184 224069 Precure PCT G292 WHD 12R22.5 $ 950.00 $ 235.13 254087477 214251 Precure PCT G282 MSD 12R22.5 $ 957.82 $ 237.06 254087464 195354 Precure PCT G182 12R22.5 $ 951.46 $ 235.49 254087351 229194 Precure PCT G686 12R22.5 $ 670.27 $ 165.89 254087702 50956 Precure PCT G167 22 12R22.5 $ 675.04 $ 167.07 254087948 129041 Precure PCT Winter Trac 12R22.5 $ 704.77 $ 174.43 184 254087009 175438 Precure PCT G362 121322.5 $ 873.04 $ 216.08 254087027 50905 Precure PCT G159 121322.5 $ 565.34 $ 139.92 254087199 224495 Precure PCT All Position 18 121322.5 $ 580.46 $ 143.66 254087369 234568 Precure PCT Endurance WHD 121122.5 $ 997.51 $ 246.88 254087440 215531 Precure PCT G289 WHA 121122.5 $ 900.70 $ 222.92 254087072 50910 Precure PCT G177M 27 121322.5 $ 773.97 $ 191.56 254087494 240831 Precure ARMOR MAX MSD 12R22.5 $ 933.02 $ 230.92 254087198 224426 Precure PCT G619 RST 121122.5 $ 809.94 $ 200.46 254087375 233536 Precure PCT G182A 121122.5 $ 955.87 $ 236.58 254087561 232695 Precure PCT Endurance WHA 121122.5 $ 1,018.53 $ 252.09 254087587 242559 Precure PCT RDA 121122.5 $ 639.43 $ 158.26 254087049 217550 Precure PCT G661 121322.5 $ 830.21 $ 205.48 254087362 227818 Precure PCT G677 121322.5 $ 933.02 $ 230.92 254087378 235112 Precure PCT Unigrip 12R22.5 $ 604.32 $ 149.57 254087318 228407 Precure PCT G741 MSD 121122.5 $ 993.62 $ 245.92 254087384 234900 Precure PCT Winter Trac 2 121322.5 $ 733.99 $ 181.66 254087471 216367 UniCircle UCT G622 121122.5 $ 948.04 $ 234.64 254091199 224520 Precure PCT All Position 18 121124.5 $ 603.21 $ 149.29 254091440 215540 Precure PCT G289 WHA 121124.5 $ 942.28 $ 233.21 254091494 240783 Precure ARMOR MAX MSD 121124.5 $ 974.65 $ 241.23 254091375 233537 Precure PCT G182A 12R24.5 $ 999.70 $ 247.43 254091561 232289 Precure PCT Endurance WHA 121324.5 $ 1,065.58 $ 263.73 254091009 175447 Precure PCT G362 121324.5 $ 911.42 $ 225.58 254091080 201380 Precure PCT G182 Siped 121124.5 $ 1,113.75 $ 275.65 254091129 214395 Precure PCT G287 MSA 121124.5 $ 1,101.37 $ 272.59 254091362 227834 Precure PCT G677 121124.5 $ 974.65 $ 241.23 254091410 182967 Precure PCT G622 121124.5 $ 873.45 $ 216.18 254091416 201920 Precure PCT G338 12R24.5 $ 1,077.08 $ 266.58 254091477 218703 Precure PCT G282 MSD 121124.5 $ 1,001.59 $ 247.89 254091482 51149 Precure PCT G286 22 121124.5 $ 1,006.95 $ 249.22 254091702 51167 Precure PCT G167 22 121124.5 $ 702.92 $ 173.97 254091708 51171 Precure PCT G186 MSA 121324.5 $ 912.70 $ 225.89 254091948 130536 Precure PCT Winter Trac 121324.5 $ 734.27 $ 181.73 254091184 224082 Precure PCT G292 WHD 121324.5 $ 994.26 $ 246.08 254091464 201330 Precure PCT G182 12R24.5 $ 1,014.41 $ 251.07 254091351 229219 Precure PCT G686 121124.5 $ 733.66 $ 181.58 254091072 51137 Precure PCT G177M 27 121324.5 $ 807.19 $ 199.78 254091587 242565 Precure PCT RDA 121124.5 $ 665.39 $ 164.68 254091369 234656 Precure PCT Endurance WHD 121124.5 $ 1,043.96 $ 258.38 254091318 228430 Precure PCT G741 MSD 121124.5 $ 1,039.34 $ 257.24 254091378 235106 Precure PCT Unigrip 121124.5 $ 604.32 $ 149.57 254049384 235013 Precure PCT Winter Trac 2 13/80R20 $ 717.72 $ 177.64 254051351 229185 Precure PCT G686 14/801320 $ 737.79 $ 182.60 254346410 182875 Precure PCT G622 215/751116 $ 543.07 $ 134.41 254346411 183008 Precure PCT G622 LT 215/751116 $ 458.02 $ 113.36 254346418 169063 Precure PCT G647 215/751116 $ 499.62 $ 123.66 254311411 183035 Precure PCT G622 LT 215/751117.5 $ 470.65 $ 116.49 254311410 182905 Precure PCT G622 215/751117.5 $ 532.77 $ 131.86 254311027 51501 Precure PCT G159 215/75R17.5 $ 391.08 $ 96.79 254311378 235102 Precure PCT Unigrip 215/751117.5 $ 517.15 $ 127.99 254311429 195860 Precure PCT G622 Siped 215/751117.5 $ 618.85 $ 153.17 254311431 199281 Precure PCT G622 LT Siped 215/751117.5 $ 478.13 $ 118.34 254311528 135306 Precure PCT G314 215/751117.5 $ 451.71 $ 111.80 254311707 121916 Precure PCT G159 HS 215/751117.5 $ 346.52 $ 85.76 254311926 190317 Precure PCT LCT 11 UVC 215/751117.5 $ 332.35 $ 82.26 254311418 169099 Precure PCT G647 215/75R17.5 $ 514.02 $ 127.22 254347418 169058 Precure PCT G647 215/801116 $ 484.94 $ 120.02 254339027 120179 Precure PCT G159 215/851116 $ 371.84 $ 92.03 254339411 183007 Precure PCT G622 LT 215/851116 $ 445.18 $ 110.18 185 254339418 169060 Precure PCT G647 215/85R16 $ 484.92 $ 120.02 254339442 237366 UniCircle UCT ENDURANCE RSA 16/32 215/85R16 $ 547.06 $ 135.40 254339378 235103 Precure PCT Unigrip 215/85R16 $ 493.91 $ 122.24 254339410 182874 Precure PCT G622 215/85R16 $ 525.76 $ 130.13 254339428 192512 Precure PCT G647 215/85R16 $ 484.80 $ 119.99 254339431 199247 Precure PCT G622 LT Siped 215/85R16 $ 452.04 $ 111.88 254339528 215390 Precure PCT G314 215/85R16 $ 439.72 $ 108.83 254337418 169102 Precure PCT G647 225/70R19.5 $ 547.44 $ 135.49 254337428 192514 Precure PCT G647 225/70R19.5 $ 547.44 $ 135.49 254337009 180684 Precure PCT G362 225/70R19.5 $ 650.51 $ 161.00 254337047 214323 Precure PCT G647 225/70R19.5 $ 527.55 $ 130.57 254337072 192201 Precure PCT G177M 27 225/70R19.5 $ 558.02 $ 138.11 254337134 51664 Precure PCT G159 Siped 225/70R19.5 $ 422.82 $ 104.65 254337188 224308 Precure PCT G572 225/70R19.5 $ 786.54 $ 194.67 254337378 235113 Precure PCT Unigrip 225/70R19.5 $ 534.59 $ 132.31 254337384 235020 Precure PCT Winter Trac 2 225/70R19.5 $ 571.50 $ 141.45 254337429 195874 Precure PCT G622 Siped 225/70R19.5 $ 628.51 $ 155.56 254337431 199286 Precure PCT G622 LT Siped 225/70R19.5 $ 506.87 $ 125.45 254337528 206122 Precure PCT G314 225/70R19.5 $ 457.80 $ 113.31 254337530 165209 Precure PCT G372 225/70R19.5 $ 565.29 $ 139.91 254337707 195281 Precure PCT G159 HS 225/70R19.5 $ 382.12 $ 94.57 254337926 190321 Precure PCT LCT 11 UVC 225/70R19.5 $ 345.93 $ 85.62 254337948 172532 Precure PCT Winter Trac 225/70R19.5 $ 489.70 $ 121.20 254337411 183040 Precure PCT G622 LT 225/70R19.5 $ 498.70 $ 123.43 254337410 182909 Precure PCT G622 225/70R19.5 $ 568.80 $ 140.78 254337473 238801 UniCircle UCT G622A 225/70R19.5 $ 577.20 $ 142.86 254337458 237462 UniCircle UCT G647A 225/70R19.5 $ 595.24 $ 147.32 254337027 51661 Precure PCT G159 225/70R19.5 $ 413.16 $ 102.26 254337702 95544 Precure PCT G167 22 225/70R19.5 $ 471.05 $ 116.58 254337587 242558 Precure PCT RDA 225/70R19.5 $ 485.19 $ 120.08 254337478 239242 UniCircle UCT G647A 225/70R19.5 $ 595.24 $ 147.32 254368456 237426 Precure PCT Endurance WTD 225/70R22.5 $ 822.37 $ 203.54 254368378 235114 Precure PCT Unigrip 225/70R22.5 $ 534.59 $ 132.31 254368384 235021 Precure PCT Winter Trac 2 225/70R22.5 $ 609.24 $ 150.79 254368410 182949 Precure PCT G622 225/70R22.5 $ 611.52 $ 151.35 254368411 183056 Precure PCT G622 LT 225/70R22.5 $ 532.63 $ 131.83 254368702 181599 Precure PCT G167 22 225/70R22.5 $ 502.63 $ 124.40 254348411 182991 Precure PCT G622 LT 225/75R15 $ 452.83 $ 112.08 254350027 79252 Precure PCT G159 225/75R16 $ 389.84 $ 96.49 254350418 169069 Precure PCT G647 225/75R16 $ 512.18 $ 126.76 254350428 192517 Precure PCT G647 225/75R16 $ 512.32 $ 126.80 254350134 72270 Precure PCT G159 Siped 225/75R16 $ 398.61 $ 98.66 254350378 235045 Precure PCT Unigrip 225/75R16 $ 493.91 $ 122.24 254350431 199248 Precure PCT G622 LT Siped 225/75R16 $ 475.35 $ 117.65 254350411 183009 Precure PCT G622 LT 225/75R16 $ 467.93 $ 115.81 254350410 182876 Precure PCT G622 225/75R16 $ 530.03 $ 131.18 254350442 236873 UniCircle UCT ENDURANCE RSA 16/32 225/75R16 $ 547.06 $ 135.40 254349411 183011 Precure PCT G622 LT 235/75R16 $ 510.75 $ 126.41 254369027 157559 Precure PCT G159 235/75R17.5 $ 407.89 $ 100.95 254369410 222862 Precure PCT G622 235/75R17.5 $ 560.07 $ 138.62 254369411 183036 Precure PCT G622 LT 235/75R17.5 $ 491.78 $ 121.72 254369528 190117 Precure PCT G314 235/75R17.5 $ 451.71 $ 111.80 254369418 169100 Precure PCT G647 235/75R17.5 $ 539.49 $ 133.52 254369707 153104 Precure PCT G159 HS 235/75R17.5 $ 377.52 $ 93.44 254340027 51670 Precure PCT G159 235/80R22.5 $ 473.93 $ 117.30 254340378 235132 Precure PCT Unigrip 235/80R22.5 $ 534.59 $ 132.31 254340384 235018 Precure PCT Winter Trac 2 235/80R22.5 $ 628.34 $ 155.51 254340410 182950 Precure PCT G622 235/80R22.5 $ 665.09 $ 164.61 254340418 169121 Precure PCT G647 235/80R22.5 $ 633.89 $ 156.89 186 254340948 169456 Precure PCT Winter Trac 235/801122.5 $ 569.98 $ 141.07 254340411 183057 Precure PCT G622 LT 235/801122.5 $ 576.32 $ 142.64 254202411 183010 Precure PCT G622 LT 235/851116 $ 510.75 $ 126.41 254202418 169071 Precure PCT G647 235/851116 $ 559.33 $ 138.43 254202428 192513 Precure PCT G647 235/851116 $ 559.33 $ 138.43 254202027 51385 Precure PCT G159 235/851116 $ 423.95 $ 104.93 254202072 139069 Precure PCT G177M 27 235/85R16 $ 556.31 $ 137.69 254202175 217559 Precure PCT G316 AT 235/851116 $ 474.63 $ 117.47 254202378 235050 Precure PCT Unigrip 235/851116 $ 505.52 $ 125.12 254202410 182877 Precure PCT G622 235/851116 $ 582.77 $ 144.24 254202528 200884 Precure PCT G314 235/851116 $ 461.82 $ 114.30 254202707 195331 Precure PCT G159 HS 235/851116 $ 378.97 $ 93.80 254202925 189729 Precure PCT DWT 14 UVC 235/851116 $ 375.87 $ 93.03 254715528 214293 Precure PCT G314 245/70R17.5 $ 461.06 $ 114.11 254715418 204088 Precure PCT G647 245/701117.5 $ 558.32 $ 138.18 254715198 228526 Precure PCT G619 RST 245/701117.5 $ 536.60 $ 132.81 254715411 204089 Precure PCT G622 LT 245/701117.5 $ 510.02 $ 126.23 254715707 204319 Precure PCT G159 HS 245/701117.5 $ 378.40 $ 93.65 254310027 51488 Precure PCT G159 245/701119.5 $ 452.99 $ 112.12 254310948 160555 Precure PCT Winter Trac 245/701119.5 $ 556.21 $ 137.66 254310428 192515 Precure PCT G647 245/70R19.5 $ 609.13 $ 150.76 254310478 239243 UniCircle UCT G647A 245/701119.5 $ 667.05 $ 165.09 254310009 180685 Precure PCT G362 245/701119.5 $ 692.45 $ 171.38 254310046 204317 UniCircle UCT G647 245/701119.5 $ 608.23 $ 150.54 254310049 234272 Precure PCT G661 245/701119.5 $ 604.09 $ 149.51 254310199 224477 Precure PCT All Position 18 245/701119.5 $ 486.69 $ 120.46 254310358 229563 Precure PCT G682 RSD 245/701119.5 $ 749.16 $ 185.42 254310378 235129 Precure PCT Unigrip 245/70R19.5 $ 546.22 $ 135.19 254310384 235062 Precure PCT Winter Trac 2 245/701119.5 $ 601.59 $ 148.89 254310429 195875 Precure PCT G622 Siped 245/701119.5 $ 742.03 $ 183.65 254310431 199287 Precure PCT G622 LT Siped 245/701119.5 $ 564.35 $ 139.68 254310464 195343 Precure PCT G182 245/701119.5 $ 744.65 $ 184.30 254310528 166054 Precure PCT G314 245/701119.5 $ 492.65 $ 121.93 254310530 165433 Precure PCT G372 245/701119.5 $ 603.59 $ 149.39 254310579 204726 Precure PCT Ultima WHR-HM 245/70R19.5 $ 672.85 $ 166.53 254310587 242561 Precure PCT RDA 245/701119.5 $ 532.51 $ 131.80 254310707 216175 Precure PCT G159 HS 245/701119.5 $ 417.94 $ 103.44 254310410 182910 Precure PCT G622 245/701119.5 $ 638.92 $ 158.13 254310411 183041 Precure PCT G622 LT 245/701119.5 $ 554.79 $ 137.31 254310473 238730 UniCircle UCT G622A 245/701119.5 $ 665.62 $ 164.74 254310471 216363 UniCircle UCT G622 245/701119.5 $ 598.79 $ 148.20 254310458 237463 UniCircle UCT G 647A 245/701119.5 $ 667.05 $ 165.09 254310702 89700 Precure PCT G167 22 245/701119.5 $ 522.22 $ 129.25 254310418 169103 Precure PCT G647 245/701119.5 $ 609.13 $ 150.76 254290027 165862 Precure PCT G159 245/701122.5 $ 473.93 $ 117.30 254290410 212733 Precure PCT G622 245/701122.5 $ 665.29 $ 164.66 254705027 53595 Precure PCT G159 245/751116 $ 418.40 $ 103.55 254705418 169075 Precure PCT G647 245/751116 $ 550.85 $ 136.34 254705428 192518 Precure PCT G647 245/75R16 $ 550.85 $ 136.34 254705009 180661 Precure PCT G362 245/751116 $ 625.53 $ 154.82 254705080 201336 Precure PCT G182 Siped 245/751116 $ 738.10 $ 182.68 254705134 53599 Precure PCT G159 Siped 245/751116 $ 424.18 $ 104.98 254705378 235130 Precure PCT Unigrip 245/751116 $ 511.34 $ 126.56 254705410 182879 Precure PCT G622 245/751116 $ 573.64 $ 141.98 254705431 199251 Precure PCT G622 LT Siped 245/751116 $ 511.78 $ 126.67 254705442 236861 UniCircle UCT ENDURANCE RSA 16/32 245/75R16 $ 595.12 $ 147.29 254705411 183012 Precure PCT G622 LT 245/751116 $ 503.47 $ 124.61 254190410 195594 Precure PCT G622 245/751119.5 $ 614.78 $ 152.16 254628027 53481 Precure PCT G159 245/75R22.5 $ 473.93 $ 117.30 187 254628411 183058 Precure PCT G622 LT 245/75R22.5 $ 576.31 $ 142.64 254628351 229216 Precure PCT G686 245/75R22.5 $ 579.50 $ 143.43 254628378 235133 Precure PCT Unigrip 245/75R22.5 $ 540.41 $ 133.75 254628418 169122 Precure PCT G647 245/75R22.5 $ 633.89 $ 156.89 254628410 182951 Precure PCT G622 245/75R22.5 $ 665.09 $ 164.61 254628702 53512 Precure PCT G167 22 245/75R22.5 $ 554.97 $ 137.36 254886528 86474 Precure PCT G314 255/70R22.5 $ 511.67 $ 126.64 254886175 217560 Precure PCT G316 AT 255/701122.5 $ 529.15 $ 130.96 254886378 235125 Precure PCT Unigrip 255/701122.5 $ 552.02 $ 136.62 254886530 131342 Precure PCT G372 255/701122.5 $ 603.90 $ 149.47 254886072 99723 Precure PCT G177M 27 255/701122.5 $ 623.06 $ 154.21 254886482 53914 Precure PCT G286 22 255/701122.5 $ 779.49 $ 192.92 254886080 201365 Precure PCT G182 Siped 255/701122.5 $ 849.06 $ 210.14 254886129 215438 Precure PCT G287 MSA 255/70R22.5 $ 923.44 $ 228.55 254886134 53910 Precure PCT G159 Siped 255/701122.5 $ 475.30 $ 117.64 254886305 226329 Precure PCT G558 255/701122.5 $ 803.30 $ 198.82 254886362 226431 Precure PCT G677 255/701122.5 $ 793.60 $ 196.42 254886389 235152 Precure PCT Lug Logger 32 255/701122.5 $ 859.74 $ 212.79 254886416 190465 Precure PCT G338 255/701122.5 $ 800.15 $ 198.04 254886429 195917 Precure PCT G622 Siped 255/701122.5 $ 762.06 $ 188.61 254886456 237438 Precure PCT Endurance WTD 255/70R22.5 $ 840.15 $ 207.94 254886477 214145 Precure PCT G282 MSD 255/701122.5 $ 800.44 $ 198.11 254886561 235605 Precure PCT Endurance WHA 255/701122.5 $ 804.72 $ 199.17 254886925 189785 Precure PCT DWT 14 UVC 255/701122.5 $ 412.19 $ 102.02 254886926 190365 Precure PCT LCT 11 UVC 255/701122.5 $ 381.76 $ 94.49 254886592 244641 Precure PC G177M2 26 255/70R22.5 $ 623.06 $ 154.21 254886702 53919 Precure PCT G167 22 255/70R22.5 $ 547.99 $ 135.63 254886199 224504 Precure PCT All Position 18 255/701122.5 $ 495.33 $ 122.59 254886410 182953 Precure PCT G622 255/701122.5 $ 655.95 $ 162.35 254886587 242556 Precure PCT RDA 255/701122.5 $ 540.96 $ 133.89 254886464 201320 Precure PCT G182 255/701122.5 $ 739.60 $ 183.05 254886027 53899 Precure PCT G159 255/701122.5 $ 468.37 $ 115.92 254886411 183060 Precure PCT G622 LT 255/701122.5 $ 569.02 $ 140.83 254886049 217138 Precure PCT G661 255/701122.5 $ 701.48 $ 173.62 254886198 224427 Precure PCT G619 RST 255/701122.5 $ 627.31 $ 155.26 254886440 217742 Precure PCT G289 WHA 255/701122.5 $ 745.50 $ 184.51 254886948 129018 Precure PCT Winter Trac 255/701122.5 $ 562.70 $ 139.27 254886009 175441 Precure PCT G362 255/701122.5 $ 714.72 $ 176.89 254886418 169124 Precure PCT G647 255/701122.5 $ 625.58 $ 154.83 254886707 53924 Precure PCT G159 HS 255/701122.5 $ 415.71 $ 102.89 254886188 224339 Precure PCT G572 255/70R22.5 $ 870.69 $ 215.50 254886384 235061 Precure PCT Winter Trac 2 255/701122.5 $ 620.61 $ 153.60 254886708 53925 Precure PCT G186 MSA 255/701122.5 $ 671.11 $ 166.10 254886586 242436 Unicircle UC ENDURANCE RST 18/32 255/701122.5 $ 664.95 $ 164.58 254706134 120201 Precure PCT G159 Siped 255/751115 $ 446.91 $ 110.61 254707411 183013 Precure PCT G622 LT 255/751116 $ 532.77 $ 131.86 254708410 182881 Precure PCT G622 255/801116 $ 610.21 $ 151.03 254708418 169077 Precure PCT G647 255/80R16 $ 584.04 $ 144.55 254708702 131535 Precure PCT G167 22 255/801116 $ 513.04 $ 126.98 254305009 175440 Precure PCT G362 255/80R22.5 $ 739.47 $ 183.02 254305027 51447 Precure PCT G159 255/801122.5 $ 482.28 $ 119.36 254305378 235131 Precure PCT Unigrip 255/801122.5 $ 552.02 $ 136.62 254305410 182952 Precure PCT G622 255/801122.5 $ 678.81 $ 168.01 254305411 183059 Precure PCT G622 LT 255/801122.5 $ 587.23 $ 145.34 254305418 169123 Precure PCT G647 255/80R22.5 $ 646.32 $ 159.96 254305440 217917 Precure PCT G289 WHA 255/801122.5 $ 773.09 $ 191.34 254305464 195359 Precure PCT G182 255/801122.5 $ 781.24 $ 193.36 254305482 117333 Precure PCT G286 22 255/801122.5 $ 807.19 $ 199.78 254305528 157430 Precure PCT G314 255/801122.5 $ 541.37 $ 133.99 188 254305707 51461 Precure PCT G159 HS 255/801122.5 $ 427.23 $ 105.74 254305708 117471 Precure PCT G186 MSA 255/801122.5 $ 689.61 $ 170.68 254305702 84783 Precure PCT G167 22 255/801122.5 $ 565.46 $ 139.95 254709378 235128 Precure PCT Unigrip 255/851116 $ 511.34 $ 126.56 254724411 207038 Precure PCT G622 LT 265/701117 $ 532.60 $ 131.82 254634027 108382 Precure PCT G159 265/701119.5 $ 446.20 $ 110.43 254634528 97086 Precure PCT G314 265/70R19.5 $ 499.16 $ 123.54 254634418 169104 Precure PCT G647 265/701119.5 $ 592.37 $ 146.61 254634009 180621 Precure PCT G362 265/701119.5 $ 674.88 $ 167.03 254634049 224914 Precure PCT G661 265/701119.5 $ 662.82 $ 164.05 254634175 226420 Precure PCT G316 AT 265/701119.5 $ 501.81 $ 124.20 254634198 231127 Precure PCT G619 RST 265/701119.5 $ 570.62 $ 141.23 254634411 183042 Precure PCT G622 LT 265/701119.5 $ 539.88 $ 133.62 254634429 195876 Precure PCT G622 Siped 265/70R19.5 $ 719.01 $ 177.95 254634440 227239 Precure PCT G289 WHA 265/701119.5 $ 701.35 $ 173.58 254634464 195344 Precure PCT G182 265/701119.5 $ 710.34 $ 175.81 254634530 165434 Precure PCT G372 265/701119.5 $ 586.85 $ 145.25 254634702 150669 Precure PCT G167 22 265/701119.5 $ 529.41 $ 131.03 254634707 80927 Precure PCT G159 HS 265/701119.5 $ 397.29 $ 98.33 254634410 182911 Precure PCT G622 265/701119.5 $ 619.35 $ 153.29 254634080 201347 Precure PCT G182 Siped 265/70R19.5 $ 838.92 $ 207.63 254242027 51426 Precure PCT G159 265/751119.5 $ 454.49 $ 112.49 254242188 224311 Precure PCT G572 265/751119.5 $ 838.21 $ 207.46 254242378 235126 Precure PCT Unigrip 265/751119.5 $ 546.22 $ 135.19 254242410 182912 Precure PCT G622 265/751119.5 $ 633.09 $ 156.69 254687702 53575 Precure PCT G167 22 265/75R22.5 $ 572.46 $ 141.68 254687456 237280 Precure PCT Endurance WTD 265/75R22.5 $ 881.69 $ 218.22 254687009 175442 Precure PCT G362 265/75R22.5 $ 749.37 $ 185.47 254687199 224506 Precure PCT All Position 18 265/75R22.5 $ 516.44 $ 127.82 254687378 235124 Precure PCT Unigrip 265/75R22.5 $ 557.83 $ 138.06 254687384 235060 Precure PCT Winter Trac 2 265/75R22.5 $ 646.98 $ 160.13 254687411 183061 Precure PCT G622 LT 265/75R22.5 $ 594.52 $ 147.14 254687416 187341 Precure PCT G338 265/75R22.5 $ 840.00 $ 207.90 254687418 169125 Precure PCT G647 265/75R22.5 $ 654.63 $ 162.02 254687464 201321 Precure PCT G182 265/75R22.5 $ 792.16 $ 196.06 254687528 86480 Precure PCT G314 265/75R22.5 $ 533.59 $ 132.06 254687530 133879 Precure PCT G372 265/75R22.5 $ 652.13 $ 161.40 254687587 242564 Precure PCT RDA 265/75R22.5 $ 564.97 $ 139.83 254687707 53579 Precure PCT G159 HS 265/75R22.5 $ 431.82 $ 106.88 254687948 129020 Precure PCT Winter Trac 265/75R22.5 $ 588.08 $ 145.55 254687410 182954 Precure PCT G622 265/75R22.5 $ 687.94 $ 170.27 254687027 53536 Precure PCT G159 265/75R22.5 $ 487.82 $ 120.74 254878926 190368 Precure PCT LCT 11 UVC 275/701122.5 $ 418.36 $ 103.54 254878587 242560 Precure PCT RDA 275/701122.5 $ 584.11 $ 144.57 254878418 190446 Precure PCT G647 275/701122.5 $ 670.53 $ 165.96 254878198 227572 Precure PCT G619 RST 275/701122.5 $ 695.64 $ 172.17 254878708 99649 Precure PCT G186 MSA 275/701122.5 $ 792.59 $ 196.17 254878352 229268 Precure PCT G505D FuelMx LHD 275/701122.5 $ 832.16 $ 205.96 254878494 240822 Precure ARMOR MAX MSD 275/70R22.5 $ 844.40 $ 208.99 254878456 237279 Precure PCT Endurance WTD 275/701122.5 $ 897.44 $ 222.12 254878561 232694 Precure PCT Endurance WHA 275/701122.5 $ 909.06 $ 224.99 254878009 183531 Precure PCT G362 275/701122.5 $ 791.31 $ 195.85 254878072 99724 Precure PCT G177M 27 275/701122.5 $ 703.14 $ 174.03 254878080 201371 Precure PCT G182 Siped 275/701122.5 $ 961.16 $ 237.89 254878129 221413 Precure PCT G287 MSA 275/701122.5 $ 950.49 $ 235.25 254878189 225610 UniCircle UCT G572 275/70R22.5 $ 1,035.29 $ 256.23 254878199 224507 Precure PCT All Position 18 275/701122.5 $ 531.98 $ 131.67 254878318 228417 Precure PCT G741 MSD 275/701122.5 $ 896.27 $ 221.83 254878362 227824 Precure PCT G677 275/701122.5 $ 844.40 $ 208.99 189 254878378 235123 Precure PCT Unigrip 275/701122.5 $ 569.46 $ 140.94 254878410 208837 Precure PCT G622 275/701122.5 $ 706.90 $ 174.96 254878416 197766 Precure PCT G338 275/701122.5 $ 886.02 $ 219.29 254878477 214147 Precure PCT G282 MSD 275/701122.5 $ 864.32 $ 213.92 254878528 100817 Precure PCT G314 275/701122.5 $ 557.36 $ 137.95 254878530 131346 Precure PCT G372 275/701122.5 $ 685.54 $ 169.67 254878707 99632 Precure PCT G159 HS 275/70R22.5 $ 468.86 $ 116.04 254878948 129019 Precure PCT Winter Trac 275/701122.5 $ 611.14 $ 151.26 254878440 224911 Precure PCT G289 WHA 275/701122.5 $ 767.34 $ 189.92 254878027 53873 Precure PCT G159 275/701122.5 $ 518.58 $ 128.35 254878464 201326 Precure PCT G182 275/701122.5 $ 875.11 $ 216.59 254878049 217703 Precure PCT G661 275/701122.5 $ 753.25 $ 186.43 254878702 99675 Precure PCT G167 22 275/701122.5 $ 615.61 $ 152.36 254878384 235059 Precure PCT Winter Trac 2 275/70R22.5 $ 656.91 $ 162.59 254878188 224342 Precure PCT G572 275/701122.5 $ 959.96 $ 237.59 254878175 217558 Precure PCT G316 AT 275/701122.5 $ 589.16 $ 145.82 254878351 230944 Precure PCT G686 275/701122.5 $ 582.15 $ 147.31 254330926 190369 Precure PCT LCT 11 UVC 275/801122.5 $ 434.12 $ 107.44 254330925 189797 Precure PCT DWT 14 UVC 275/801122.5 $ 462.61 $ 114.50 254330199 224508 Precure PCT All Position 18 275/801122.5 $ 554.72 $ 137.29 254330740 117957 UniCircle UCT G314 275/80R22.5 $ 567.35 $ 140.42 254330378 235120 Precure PCT Unigrip 275/801122.5 $ 581.08 $ 143.82 254330528 86487 Precure PCT G314 275/801122.5 $ 581.43 $ 143.90 254330175 217556 Precure PCT G316 AT 275/801122.5 $ 616.07 $ 152.48 254330178 222093 UniCircle UCT G316 AT 275/801122.5 $ 671.23 $ 166.13 254330530 136141 Precure PCT G372 275/801122.5 $ 698.31 $ 172.83 254330384 235057 Precure PCT Winter Trac 2 275/801122.5 $ 701.46 $ 173.61 254330418 169126 Precure PCT G647 275/80R22.5 $ 701.70 $ 173.67 254330583 232983 UniCircle UCT Fuel Max LHT 275/801122.5 $ 704.77 $ 174.43 254330072 51527 Precure PCT G177M 27 275/801122.5 $ 736.38 $ 182.25 254330050 217937 UniCircle UCT G661 275/801122.5 $ 758.67 $ 187.77 254330198 224429 Precure PCT G619 RST 275/801122.5 $ 774.31 $ 191.64 254330049 217139 Precure PCT G661 275/801122.5 $ 789.49 $ 195.40 254330009 175443 Precure PCT G362 275/801122.5 $ 829.45 $ 205.29 254330741 118480 UniCircle UCT G362 275/80R22.5 $ 830.43 $ 205.53 254330708 51564 Precure PCT G186 MSA 275/801122.5 $ 841.74 $ 208.33 254330440 217918 Precure PCT G289 WHA 275/801122.5 $ 853.71 $ 211.29 254330352 229269 Precure PCT G505D FuelMx LHD 275/801122.5 $ 873.93 $ 216.30 254330305 226321 Precure PCT G558 275/801122.5 $ 879.46 $ 217.67 254330494 240825 Precure ARMOR MAX MSD 275/801122.5 $ 886.02 $ 219.29 254330184 224087 Precure PCT G292 WHD 275/801122.5 $ 899.98 $ 222.75 254330473 238725 UniCircle UCT G622A 275/801122.5 $ 914.65 $ 226.38 254330482 51542 Precure PCT G286 22 275/801122.5 $ 914.79 $ 226.41 254330416 183088 Precure PCT G338 275/801122.5 $ 921.48 $ 228.07 254330467 204401 UniCircle UCT G182 275/801122.5 $ 927.66 $ 229.60 254330561 232275 Precure PCT Endurance WHA 275/801122.5 $ 965.38 $ 238.93 254330456 237436 Precure PCT Endurance WTD 275/801122.5 $ 973.21 $ 240.87 254330188 224343 Precure PCT G572 275/801122.5 $ 1,008.37 $ 249.57 254330394 236448 UniCircle UCT Endurance LHD 275/80R22.5 $ 1,080.37 $ 267.39 254330080 201372 Precure PCT G182 Siped 275/801122.5 $ 1,009.61 $ 249.88 254330129 215440 Precure PCT G287 MSA 275/801122.5 $ 998.88 $ 247.22 254330134 104027 Precure PCT G159 Siped 275/801122.5 $ 549.72 $ 136.06 254330189 225458 UniCircle UCT G572 275/801122.5 $ 1,028.94 $ 254.66 254330318 228418 Precure PCT G741 MSD 275/801122.5 $ 941.95 $ 233.13 254330327 230485 Mold Cure MCT G316 AT Fuel Max 275/801122.5 $ 574.14 $ 142.10 254330358 229021 Precure PCT G682 RSD 275/80R22.5 $ 873.73 $ 216.25 254330362 227803 Precure PCT G677 275/801122.5 $ 886.02 $ 219.29 254330389 235141 Precure PCT Lug Logger 32 275/801122.5 $ 920.46 $ 227.81 254330471 217530 UniCircle UCT G622 275/801122.5 $ 875.41 $ 216.66 190 254330477 214148 Precure PCT G282 MSD 275/80R22.5 $ 908.35 $ 224.82 254330579 204727 Precure PCT Ultima WHR-HM 275/80R22.5 $ 779.65 $ 192.96 254330587 242555 Precure PCT RDA 275/80R22.5 $ 612.45 $ 151.58 254330719 99796 Mold Cure MCT G314 275/80R22.5 $ 459.03 $ 113.61 254330729 157419 Mold Cure MCT G362 275/80R22.5 $ 683.51 $ 169.17 254330748 164382 Mold Cure MCT G372 275/80R22.5 $ 656.60 $ 162.51 254330948 129024 Precure PCT Winter Trac 275/80R22.5 $ 638.75 $ 158.09 254330592 244642 Precure PC G177M2 26 275/80R22.5 $ 736.38 $ 182.25 254330464 201327 Precure PCT G182 275/80R22.5 $ 901.84 $ 223.21 254330351 229200 Precure PCT G686 275/80R22.5 $ 639.05 $ 158.16 254330369 234570 Precure PCT Endurance WHD 275/80R22.5 $ 944.98 $ 233.88 254330707 51563 Precure PCT G159 HS 275/80R22.5 $ 487.65 $ 120.69 254330027 51523 Precure PCT G159 275/80R22.5 $ 540.40 $ 133.75 254330702 51560 Precure PCT G167 22 275/80R22.5 $ 643.49 $ 159.26 254330410 182955 Precure PCT G622 275/80R22.5 $ 767.38 $ 189.93 254330375 233534 Precure PCT G182A 275/80R22.5 $ 906.04 $ 224.24 254330586 242432 Unicircle UC ENDURANCE RST 18/32 275/80R22.5 $ 806.43 $ 199.59 254331707 51614 Precure PCT G159 HS 275/80R24.5 $ 495.69 $ 122.68 254331027 51577 Precure PCT G159 275/80R24.5 $ 549.74 $ 136.06 254331740 117980 UniCircle UCT G314 275/80R24.5 $ 578.10 $ 143.08 254331528 99891 Precure PCT G314 275/80R24.5 $ 591.49 $ 146.39 254331175 217557 Precure PCT G316 AT 275/80R24.5 $ 627.54 $ 155.32 254331178 222094 UniCircle UCT G316 AT 275/80R24.5 $ 701.19 $ 173.54 254331009 175448 Precure PCT G362 275/80R24.5 $ 845.81 $ 209.34 254331741 118500 UniCircle UCT G362 275/80R24.5 $ 875.80 $ 216.76 254331494 240827 Precure ARMOR MAX MSD 275/80R24.5 $ 903.49 $ 223.61 254331464 195420 Precure PCT G182 275/80R24.5 $ 920.46 $ 227.81 254331473 238802 UniCircle UCT G622A 275/80R24.5 $ 962.36 $ 238.18 254331456 237434 Precure PCT Endurance WTD 275/80R24.5 $ 992.67 $ 245.69 254331188 224360 Precure PCT G572 275/80R24.5 $ 1,026.03 $ 253.94 254331394 236551 UniCircle UCT Endurance LHD 275/80R24.5 $ 1,104.69 $ 273.41 254331049 217140 Precure PCT G661 275/80R24.5 $ 804.64 $ 199.15 254331050 217936 UniCircle UCT G661 275/80R24.5 $ 754.73 $ 186.80 254331072 51581 Precure PCT G177M 27 275/80R24.5 $ 750.34 $ 185.71 254331080 201382 Precure PCT G182 Siped 275/80R24.5 $ 1,030.38 $ 255.02 254331184 224088 Precure PCT G292 WHD 275/80R24.5 $ 918.59 $ 227.35 254331189 225656 UniCircle UCT G572 275/80R24.5 $ 1,036.38 $ 256.50 254331198 224437 Precure PCT G619 RST 275/80R24.5 $ 784.24 $ 194.10 254331199 224523 Precure PCT All Position 18 275/80R24.5 $ 564.31 $ 139.67 254331305 226324 Precure PCT G558 275/80R24.5 $ 923.30 $ 228.52 254331318 228433 Precure PCT G741 MSD 275/80R24.5 $ 961.18 $ 237.89 254331327 230486 Mold Cure MCT G316 AT Fuel Max 275/80R24.5 $ 584.22 $ 144.59 254331346 229290 UniCircle UCT G186 MSA 275/80R24.5 $ 856.41 $ 211.96 254331351 229198 Precure PCT G686 275/80R24.5 $ 650.66 $ 161.04 254331369 234660 Precure PCT Endurance WHD 275/80R24.5 $ 964.77 $ 238.78 254331378 235117 Precure PCT Unigrip 275/80R24.5 $ 598.51 $ 148.13 254331384 235055 Precure PCT Winter Trac 2 275/80R24.5 $ 713.77 $ 176.66 254331389 235143 Precure PCT Lug Logger 32 275/80R24.5 $ 936.73 $ 231.84 254331410 182970 Precure PCT G622 275/80R24.5 $ 782.62 $ 193.70 254331416 183091 Precure PCT G338 275/80R24.5 $ 949.00 $ 234.88 254331418 169205 Precure PCT G647 275/80R24.5 $ 714.73 $ 176.90 254331467 214821 UniCircle UCT G182 275/80R24.5 $ 951.14 $ 235.41 254331471 217529 UniCircle UCT G622 275/80R24.5 $ 886.49 $ 219.41 254331477 214255 Precure PCT G282 MSD 275/80R24.5 $ 926.74 $ 229.37 254331530 165454 Precure PCT G372 275/80R24.5 $ 733.10 $ 181.44 254331702 51611 Precure PCT G167 22 275/80R24.5 $ 655.23 $ 162.17 254331708 117519 Precure PCT G186 MSA 275/80R24.5 $ 869.02 $ 215.08 254331719 158180 Mold Cure MCT G314 275/80R24.5 $ 466.43 $ 115.44 254331925 189813 Precure PCT DWT 14 UVC 275/80R24.5 $ 465.44 $ 115.20 191 254331926 190385 Precure PCT LCT 11 UVC 275/801124.5 $ 440.78 $ 109.09 254331586 242433 Unicircle UC ENDURANCE RST 18/32 275/801124.5 $ 816.57 $ 202.10 254363528 127218 Precure PCT G314 285/701119.5 $ 505.44 $ 125.10 254363175 224743 Precure PCT G316 AT 285/701119.5 $ 536.66 $ 132.82 254363027 220047 Precure PCT G159 285/701119.5 $ 476.18 $ 117.85 254363049 223862 Precure PCT G661 285/701119.5 $ 722.74 $ 178.88 254363188 224364 Precure PCT G572 285/70R19.5 $ 892.50 $ 220.89 254363351 229215 Precure PCT G686 285/701119.5 $ 587.87 $ 145.50 254363369 234658 Precure PCT Endurance WHD 285/701119.5 $ 858.96 $ 212.59 254363410 182913 Precure PCT G622 285/701119.5 $ 646.78 $ 160.08 254363702 192875 Precure PCT G167 22 285/701119.5 $ 550.90 $ 136.35 254363707 182320 Precure PCT G159 HS 285/701119.5 $ 452.74 $ 112.05 254363440 217921 Precure PCT G289 WHA 285/701119.5 $ 776.69 $ 192.23 254816926 190386 Precure PCT LCT 11 UVC 285/75R24.5 $ 440.86 $ 109.11 254816707 53719 Precure PCT G159 HS 285/75R24.5 $ 495.78 $ 122.71 254816027 53660 Precure PCT G159 285/75R24.5 $ 549.84 $ 136.09 254816199 224524 Precure PCT All Position 18 285/75R24.5 $ 564.44 $ 139.70 254816740 117981 UniCircle UCT G314 285/75R24.5 $ 578.13 $ 143.09 254816528 86497 Precure PCT G314 285/75R24.5 $ 591.66 $ 146.44 254816587 242557 Precure PCT RDA 285/75R24.5 $ 621.14 $ 153.73 254816178 221980 UniCircle UCT G316 AT 285/75R24.5 $ 701.21 $ 173.55 254816530 165455 Precure PCT G372 285/75R24.5 $ 712.35 $ 176.31 254816384 235054 Precure PCT Winter Trac 2 285/75R24.5 $ 713.77 $ 176.66 254816418 169136 Precure PCT G647 285/75R24.5 $ 714.87 $ 176.93 254816050 217935 UniCircle UCT G661 285/75R24.5 $ 754.75 $ 186.80 254816410 182971 Precure PCT G622 285/75R24.5 $ 782.82 $ 193.75 254816198 224438 Precure PCT G619 RST 285/75R24.5 $ 789.07 $ 195.29 254816049 217128 Precure PCT G661 285/75R24.5 $ 804.85 $ 199.20 254816009 175449 Precure PCT G362 285/75R24.5 $ 846.01 $ 209.39 254816708 53720 Precure PCT G186 MSA 285/75R24.5 $ 869.02 $ 215.08 254816440 215533 Precure PCT G289 WHA 285/75R24.5 $ 871.42 $ 215.68 254816741 118502 UniCircle UCT G362 285/75R24.5 $ 875.81 $ 216.76 254816494 240828 Precure ARMOR MAX MSD 285/75R24.5 $ 903.75 $ 223.68 254816464 195421 Precure PCT G182 285/75R24.5 $ 920.69 $ 227.87 254816375 233535 Precure PCT G182A 285/75R24.5 $ 924.95 $ 228.93 254816416 183092 Precure PCT G338 285/75R24.5 $ 949.27 $ 234.94 254816467 204402 UniCircle UCT G182 285/75R24.5 $ 951.17 $ 235.41 254816473 238727 UniCircle UCT G622A 285/75R24.5 $ 962.36 $ 238.18 254816369 234659 Precure PCT Endurance WHD 285/75R24.5 $ 964.77 $ 238.78 254816561 232693 Precure PCT Endurance WHA 285/75R24.5 $ 985.43 $ 243.89 254816456 237433 Precure PCT Endurance WTD 285/75R24.5 $ 992.67 $ 245.69 254816144 214973 UniCircle UCT G282 MSD 285/75R24.5 $ 1,020.20 $ 252.50 254816394 236552 UniCircle UCT Endurance LHD 285/75R24.5 $ 1,104.69 $ 273.41 254816072 53669 Precure PCT G177M 27 285/75R24.5 $ 750.54 $ 185.76 254816129 214340 Precure PCT G287 MSA 285/75R24.5 $ 1,019.38 $ 252.30 254816134 53680 Precure PCT G159 Siped 285/75R24.5 $ 559.31 $ 138.43 254816189 225611 UniCircle UCT G572 285/75R24.5 $ 1,036.38 $ 256.50 254816305 226325 Precure PCT G558 285/75R24.5 $ 923.54 $ 228.58 254816318 228434 Precure PCT G741 MSD 285/75R24.5 $ 961.44 $ 237.96 254816327 230484 Mold Cure MCT G316 AT Fuel Max 285/75R24.5 $ 584.33 $ 144.62 254816346 229291 UniCircle UCT G186 MSA 285/75R24.5 $ 856.41 $ 211.96 254816351 229218 Precure PCT G686 285/75R24.5 $ 650.81 $ 161.08 254816352 229284 Precure PCT G505D FuelMx LHD 285/75R24.5 $ 915.99 $ 226.71 254816362 227804 Precure PCT G677 285/75R24.5 $ 903.75 $ 223.68 254816378 235116 Precure PCT Unigrip 285/75R24.5 $ 598.51 $ 148.13 254816389 235144 Precure PCT Lug Logger 32 285/75R24.5 $ 936.93 $ 231.89 254816411 215482 Precure PCT G622 LT 285/75R24.5 $ 616.79 $ 152.66 254816471 217528 UniCircle UCT G622 285/75R24.5 $ 886.53 $ 219.42 254816477 214256 Precure PCT G282 MSD 285/75R24.5 $ 927.00 $ 229.43 192 254816482 53695 Precure PCT G286 22 285/75R24.5 $ 933.22 $ 230.97 254816719 100770 Mold Cure MCT G314 285/75R24.5 $ 466.43 $ 115.44 254816748 164384 Mold Cure MCT G372 285/75R24.5 $ 669.43 $ 165.68 254816925 189814 Precure PCT DWT 14 UVC 285/75R24.5 $ 465.53 $ 115.22 254816948 129037 Precure PCT Winter Trac 285/75R24.5 $ 650.51 $ 161.00 254816702 53716 Precure PCT G167 22 285/75R24.5 $ 655.37 $ 162.20 254816188 224361 Precure PCT G572 285/75R24.5 $ 1,026.03 $ 253.94 254816175 217555 Precure PCT G316 AT 285/75R24.5 $ 627.68 $ 155.35 254816184 224081 Precure PCT G292 WHD 285/75R24.5 $ 918.83 $ 227.41 254816586 242434 Unicircle UC ENDURANCE RST 18/32 285/75R24.5 $ 816.57 $ 202.10 254817926 190370 Precure PCT LCT 11 UVC 295/75R22.5 $ 434.05 $ 107.43 254817925 189798 Precure PCT DWT 14 UVC 295/75R22.5 $ 462.49 $ 114.47 254817740 117958 UniCircle UCT G314 295/75R22.5 $ 567.34 $ 140.42 254817378 235121 Precure PCT Unigrip 295/75R22.5 $ 581.08 $ 143.82 254817411 220002 Precure PCT G622 LT 295/75R22.5 $ 660.76 $ 163.54 254817948 129025 Precure PCT Winter Trac 295/75R22.5 $ 663.39 $ 164.19 254817530 136142 Precure PCT G372 295/75R22.5 $ 698.31 $ 172.83 254817384 235058 Precure PCT Winter Trac 2 295/75R22.5 $ 701.46 $ 173.61 254817583 232984 UniCircle UCT Fuel Max LHT 295/75R22.5 $ 704.77 $ 174.43 254817418 169127 Precure PCT G647 295/75R22.5 $ 715.05 $ 176.97 254817050 216584 UniCircle UCT G661 295/75R22.5 $ 758.63 $ 187.76 254817198 224430 Precure PCT G619 RST 295/75R22.5 $ 771.13 $ 190.85 254817049 216587 Precure PCT G661 295/75R22.5 $ 789.27 $ 195.34 254817708 53813 Precure PCT G186 MSA 295/75R22.5 $ 841.74 $ 208.33 254817440 215480 Precure PCT G289 WHA 295/75R22.5 $ 853.45 $ 211.23 254817352 229270 Precure PCT G505D FuelMx LHD 295/75R22.5 $ 873.71 $ 216.24 254817494 240824 Precure ARMOR MAX MSD 295/75R22.5 $ 885.76 $ 219.23 254817184 224068 Precure PCT G292 WHD 295/75R22.5 $ 899.74 $ 222.69 254817482 53788 Precure PCT G286 22 295/75R22.5 $ 914.52 $ 226.34 254817416 183089 Precure PCT G338 295/75R22.5 $ 921.24 $ 228.01 254817318 228419 Precure PCT G741 MSD 295/75R22.5 $ 941.70 $ 233.07 254817456 237437 Precure PCT Endurance WTD 295/75R22.5 $ 973.21 $ 240.87 254817394 236101 UniCircle UCT Endurance LHD 295/75R22.5 $ 1,080.37 $ 267.39 254817032 53751 Mold Cure MCT G159 HS 295/75R22.5 $ 471.51 $ 116.70 254817080 199328 Precure PCT G182 Siped 295/75R22.5 $ 1,009.61 $ 249.88 254817129 214337 Precure PCT G287 MSA 295/75R22.5 $ 1,037.38 $ 256.75 254817134 53772 Precure PCT G159 Siped 295/75R22.5 $ 549.61 $ 136.03 254817327 230481 Mold Cure MCT G316 AT Fuel Max 295/75R22.5 $ 574.01 $ 142.07 254817351 229195 Precure PCT G686 295/75R22.5 $ 638.86 $ 158.12 254817358 229022 Precure PCT G682 RSD 295/75R22.5 $ 873.73 $ 216.25 254817360 229184 Precure PCT G619 RST 295/75R22.5 $ 769.58 $ 190.47 254817362 227776 Precure PCT G677 295/75R22.5 $ 885.76 $ 219.23 254817389 235080 Precure PCT Lug Logger 32 295/75R22.5 $ 955.98 $ 236.61 254817429 195921 Precure PCT G622 Siped 295/75R22.5 $ 893.21 $ 221.07 254817471 216364 UniCircle UCT G622 295/75R22.5 $ 875.39 $ 216.66 254817561 234806 Precure PCT Endurance WHA 295/75R22.5 $ 965.38 $ 238.93 254817579 204746 Precure PCT Ultima WHR-HM 295/75R22.5 $ 809.72 $ 200.41 254817719 81906 Mold Cure MCT G314 295/75R22.5 $ 459.03 $ 113.61 254817729 157418 Mold Cure MCT G362 295/75R22.5 $ 680.73 $ 168.48 254817748 164381 Mold Cure MCT G372 295/75R22.5 $ 657.17 $ 162.65 254817759 158123 Mold Cure MCT G177M 27 295/75R22.5 $ 672.06 $ 166.33 254817592 244643 Precure PC G177M2 26 295/75R22.5 $ 736.20 $ 182.21 254817199 224509 Precure PCT All Position 18 295/75R22.5 $ 565.33 $ 139.92 254817702 53809 Precure PCT G167 22 295/75R22.5 $ 643.49 $ 159.26 254817027 53750 Precure PCT G159 295/75R22.5 $ 540.40 $ 133.75 254817175 217552 Precure PCT G316 AT 295/75R22.5 $ 616.07 $ 152.48 254817587 242553 Precure PCT RDA 295/75R22.5 $ 624.29 $ 154.51 254817464 198643 Precure PCT G182 295/75R22.5 $ 901.84 $ 223.21 254817178 222092 UniCircle UCT G316 AT 295/75R22.5 $ 671.21 $ 166.12 193 254817375 233533 Precure PCT G182A 295/75R22.5 $ 888.69 $ 219.95 254817528 86484 Precure PCT G314 295/751122.5 $ 581.43 $ 143.90 254817009 175444 Precure PCT G362 295/75R22.5 $ 829.45 $ 205.29 254817369 234661 Precure PCT Endurance WHD 295/751122.5 $ 944.98 $ 233.88 254817707 53812 Precure PCT G159 HS 295/75R22.5 $ 487.65 $ 120.69 254817188 224344 Precure PCT G572 295/75R22.5 $ 1,008.37 $ 249.57 254817477 214252 Precure PCT G282 MSD 295/75R22.5 $ 908.10 $ 224.75 254817473 238726 UniCircle UCT G622A 295/75R22.5 $ 914.65 $ 226.38 254817467 204206 UniCircle UCT G182 295/75R22.5 $ 927.66 $ 229.60 254817410 182956 Precure PCT G622 295/75R22.5 $ 767.38 $ 189.93 254817189 224771 UniCircle UCT G572 295/751122.5 $ 1,028.94 $ 254.66 254817072 53759 Precure PCT G177M 27 295/75R22.5 $ 736.20 $ 182.21 254817741 118481 UniCircle UCT G362 295/75R22.5 $ 830.39 $ 205.52 254817305 226322 Precure PCT G558 295/75R22.5 $ 879.24 $ 217.61 254817586 242431 Unicircle UC ENDURANCE RST 18/32 295/75R22.5 $ 806.43 $ 199.59 254819707 53867 Precure PCT G159 HS 295/801122.5 $ 495.69 $ 122.68 254819528 134066 Precure PCT G314 295/801122.5 $ 591.49 $ 146.39 254819494 240826 Precure ARMOR MAX MSD 295/801122.5 $ 903.49 $ 223.61 254819456 237435 Precure PCT Endurance WTD 295/801122.5 $ 992.67 $ 245.69 254819009 175445 Precure PCT G362 295/801122.5 $ 845.78 $ 209.33 254819027 53836 Precure PCT G159 295/80R22.5 $ 549.74 $ 136.06 254819072 53839 Precure PCT G177M 27 295/801122.5 $ 750.34 $ 185.71 254819080 201375 Precure PCT G182 Siped 295/801122.5 $ 1,030.38 $ 255.02 254819134 53846 Precure PCT G159 Siped 295/801122.5 $ 559.17 $ 138.39 254819184 224091 Precure PCT G292 WHD 295/801122.5 $ 918.83 $ 227.41 254819188 224345 Precure PCT G572 295/801122.5 $ 1,030.40 $ 255.02 254819198 224431 Precure PCT G619 RST 295/801122.5 $ 784.24 $ 194.10 254819199 224510 Precure PCT All Position 18 295/80R22.5 $ 575.18 $ 142.36 254819318 228420 Precure PCT G741 MSD 295/801122.5 $ 961.18 $ 237.89 254819369 234569 Precure PCT Endurance WHD 295/801122.5 $ 965.17 $ 238.88 254819378 235118 Precure PCT Unigrip 295/801122.5 $ 586.89 $ 145.26 254819384 235056 Precure PCT Winter Trac 2 295/801122.5 $ 710.07 $ 175.74 254819410 182957 Precure PCT G622 295/801122.5 $ 782.62 $ 193.70 254819418 169128 Precure PCT G647 295/801122.5 $ 714.73 $ 176.90 254819440 217944 Precure PCT G289 WHA 295/80R22.5 $ 871.42 $ 215.68 254819464 195411 Precure PCT G182 295/801122.5 $ 938.31 $ 232.23 254819477 214253 Precure PCT G282 MSD 295/801122.5 $ 927.00 $ 229.43 254819482 53848 Precure PCT G286 22 295/801122.5 $ 932.97 $ 230.91 254819530 165444 Precure PCT G372 295/801122.5 $ 733.10 $ 181.44 254819587 242562 Precure PCT RDA 295/801122.5 $ 620.99 $ 153.70 254819702 53864 Precure PCT G167 22 295/801122.5 $ 655.23 $ 162.17 254819708 117520 Precure PCT G186 MSA 295/801122.5 $ 847.19 $ 209.68 254819741 118503 UniCircle UCT G362 295/801122.5 $ 771.96 $ 191.06 254819925 189799 Precure PCT DWT 14 UVC 295/801122.5 $ 465.44 $ 115.20 254819948 129038 Precure PCT Winter Trac 295/801122.5 $ 650.33 $ 160.96 254840456 237423 Precure PCT Endurance WTD 305/701122.5 $ 953.74 $ 236.05 254840369 234672 Precure PCT Endurance WHD 305/701122.5 $ 1,019.86 $ 252.42 254822440 216829 Precure PCT G289 WHA 305/701122.5 $ 835.98 $ 206.91 254840410 227644 Precure PCT G622 305/70R22.5 $ 777.99 $ 192.55 254840440 217741 Precure PCT G289 WHA 305/701122.5 $ 835.98 $ 206.91 254840707 235547 Precure PCT G159 HS 305/701122.5 $ 468.66 $ 115.99 254840449 237448 Precure PCT Endurance TSD 305/701122.5 $ 1,058.82 $ 262.06 254840464 209533 Precure PCT G182 305/701122.5 $ 873.32 $ 216.15 254351494 240830 Precure ARMOR MAX MSD 305/851122.5 $ 932.84 $ 230.88 254351449 237450 Precure PCT Endurance TSD 305/851122.5 $ 1,139.31 $ 281.98 254351369 234662 Precure PCT Endurance WHD 305/85R22.5 $ 1,096.63 $ 271.42 254351384 235016 Precure PCT Winter Trac 2 305/851122.5 $ 733.99 $ 181.66 254351440 234518 Precure PCT G289 WHA 305/851122.5 $ 896.87 $ 221.98 254351560 233630 Precure PCT G152A 305/851122.5 $ 1,058.61 $ 262.01 194 254351561 232858 Precure PCT Endurance WHA 305/851122.5 $ 1,018.29 $ 252.03 254089494 240784 Precure ARMOR MAX MSD 315/75R22.5 $ 981.11 $ 242.82 254089456 237421 Precure PCT Endurance WTD 315/75R22.5 $ 1,018.61 $ 252.11 254089027 51004 Precure PCT G159 315/75R22.5 $ 562.20 $ 139.14 254089073 134449 Precure PCT G177M 32 315/75R22.5 $ 940.93 $ 232.88 254089184 224093 Precure PCT G292 WHD 315/75R22.5 $ 1,039.20 $ 257.20 254089199 224512 Precure PCT All Position 18 315/75R22.5 $ 577.24 $ 142.87 254089369 234671 Precure PCT Endurance WHD 315/75R22.5 $ 1,091.16 $ 270.06 254089384 235011 Precure PCT Winter Trac 2 315/75R22.5 $ 730.02 $ 180.68 254089410 182958 Precure PCT G622 315/75R22.5 $ 830.89 $ 205.65 254089528 206376 Precure PCT G314 315/75R22.5 $ 605.16 $ 149.78 254089702 135560 Precure PCT G167 22 315/75R22.5 $ 685.07 $ 169.55 254089169 222081 Precure PCT G278 315/75R22.5 $ 1,496.53 $ 370.39 254096027 51227 Precure PCT G159 315/80R22.5 $ 562.20 $ 139.14 254096049 225290 Precure PCT G661 315/801122.5 $ 825.10 $ 204.21 254096410 182959 Precure PCT G622 315/801122.5 $ 830.89 $ 205.65 254096494 240785 Precure ARMOR MAX MSD 315/801122.5 $ 981.11 $ 242.82 254096318 228422 Precure PCT G741 MSD 315/801122.5 $ 987.15 $ 244.32 254096456 237422 Precure PCT Endurance WTD 315/801122.5 $ 1,018.61 $ 252.11 254096397 235578 Precure PCT Endurance WHA 315/801122.5 $ 1,038.47 $ 257.02 254096368 234142 Precure PCT G289 WHA 315/80R22.5 $ 11069.89 $ 264.80 254096926 190374 Precure PCT LCT 11 UVC 315/801122.5 $ 449.77 $ 111.32 254096925 189802 Precure PCT DWT 14 UVC 315/801122.5 $ 475.21 $ 117.61 254096707 51249 Precure PCT G159 HS 315/801122.5 $ 506.43 $ 125.34 254096199 224513 Precure PCT All Position 18 315/801122.5 $ 577.24 $ 142.87 254096528 100816 Precure PCT G314 315/801122.5 $ 605.16 $ 149.78 254096948 130525 Precure PCT Winter Trac 315/801122.5 $ 700.55 $ 173.39 254096384 235012 Precure PCT Winter Trac 2 315/80R22.5 $ 730.02 $ 180.68 254096009 180645 Precure PCT G362 315/801122.5 $ 867.60 $ 214.73 254096708 51250 Precure PCT G186 MSA 315/801122.5 $ 869.02 $ 215.08 254096530 165446 Precure PCT G372 315/801122.5 $ 766.54 $ 189.72 254096579 203578 Precure PCT Ultima WHR-HM 315/801122.5 $ 917.53 $ 227.09 254096416 186762 Precure PCT G338 315/801122.5 $ 1,023.55 $ 253.33 254096080 201373 Precure PCT G182 Siped 315/801122.5 $ 1,058.08 $ 261.87 254096129 214391 Precure PCT G287 MSA 315/80R22.5 $ 1,271.45 $ 314.68 254096440 215534 Precure PCT G289 WHA 315/801122.5 $ 1,021.06 $ 252.71 254096351 229187 Precure PCT G686 315/801122.5 $ 728.96 $ 180.42 254096184 222161 Precure PCT G292 WHD 315/801122.5 $ 1,100.09 $ 272.27 254096561 231363 Precure PCT Endurance WHA 315/801122.5 $ 1,147.70 $ 284.06 254096369 234673 Precure PCT Endurance WHD 315/801122.5 $ 1,155.10 $ 285.89 254096464 201328 Precure PCT G182 315/801122.5 $ 998.34 $ 247.09 254096449 237449 Precure PCT Endurance TSD 315/801122.5 $ 1,132.22 $ 280.22 254096073 134441 Precure PCT G177M 32 315/801122.5 $ 940.93 $ 232.88 254096072 51228 Precure PCT G177M 27 315/801122.5 $ 813.39 $ 201.31 254096562 231364 Precure PCT Endurance WHA 315/801122.5 $ 1,154.65 $ 285.78 254096084 220001 Precure PCT G289T WHA 250MM 315/801122.5 $ 855.14 $ 211.65 254096482 51237 Precure PCT G286 22 315/801122.5 $ 1,076.13 $ 266.34 254096702 51247 Precure PCT G167 22 315/801122.5 $ 685.07 $ 169.55 254096186 222516 UniCircle UCT G289 315/80R22.5 $ 1,225.81 $ 303.39 254096362 227827 Precure PCT G677 315/801122.5 $ 981.11 $ 242.82 254096477 214149 Precure PCT G282 MSD 315/801122.5 $ 951.60 $ 235.52 254096375 233538 Precure PCT G182A 315/801122.5 $ 983.85 $ 243.50 254096592 244644 Precure PC G177M2 26 315/80R22.5 $ 813.39 $ 201.31 254354051 218339 Precure PCT G296 365/801120 $ 1,197.35 $ 296.34 254354129 215443 Precure PCT G287 MSA 365/80R20 $ 1,331.55 $ 329.56 254355984 128155 Precure PCT Wide Base Rib 385/65R22.5 $ 873.52 $ 216.20 254355073 165137 Precure PCT G177M 32 385/651122.5 $ 991.75 $ 245.46 254355169 222083 Precure PCT G278 385/651122.5 $ 1,428.36 $ 353.52 254355440 215535 Precure PCT G289 WHA 385/65R22.5 $ 1,057.12 $ 261.64 195 254355482 51735 Precure PCT G286 22 385/65R22.5 $ 1,233.31 $ 305.24 254355051 218340 Precure PCT G296 385/65R22.5 $ 1,218.90 $ 301.68 254375440 215538 Precure PCT G289 WHA 425/65R22.5 $ 1,100.11 $ 272.28 254375984 128157 Precure PCT Wide Base Rib 425/651122.5 $ 1,013.55 $ 250.85 254375051 217562 Precure PCT G296 425/65R22.5 $ 1,328.49 $ 328.80 254375392 237451 UniCircle UCT G278 MSD 30/32 425/65R22.5 $ 1,551.82 $ 384.08 254375169 222084 Precure PCT G278 425/65R22.5 $ 1,487.14 $ 368.07 254712469 204879 Precure PCT G394 SST 445/501122.5 $ 976.21 $ 241.61 254712333 227884 UniCircle UCT G394A Fuel Max 445/501122.5 $ 1,028.38 $ 254.52 254712365 232409 UniCircle UCT G394A Fuel Max 445/501122.5 $ 1,086.60 $ 268.93 254712468 204878 Precure PCT G392 SSD 445/501122.5 $ 1,399.73 $ 346.43 254712169 231895 Precure PCT G278 445/501122.5 $ 1,527.89 $ 378.15 254712332 227883 UniCircle UCT G392A Fuel Max 445/501122.5 $ 1,531.18 $ 378.97 254712194 223390 Mold Cure MCT G394 445/50R22.5 $ 1,091.74 $ 270.21 254712195 223831 Precure MCT G392 ESD 24 445/501122.5 $ 1,208.86 $ 299.19 254712197 225832 UniCircle UCT G394 SST 445/501122.5 $ 1,095.26 $ 271.08 254377051 218601 Precure PCT G296 445/65R22.5 $ 1,366.75 $ 338.27 254377169 222085 Precure PCT G278 445/65R22.5 $ 1,681.98 $ 416.29 254377392 235822 UniCircle UCT G278 445/65R22.5 $ 1,825.34 $ 451.77 254377469 214794 Precure PCT G394 SST 445/65R22.5 $ 1,059.96 $ 262.34 254377984 128161 Precure PCT Wide Base Rib 445/65R22.5 $ 11041.61 $ 257.80 254725469 204855 Precure PCT G394 SST 455/55R22.5 $ 1,006.98 $ 249.23 254036027 50061 Precure PCT G159 8.251315 $ 400.15 $ 99.04 254036072 154146 Precure PCT G177M 27 8.251315 $ 537.56 $ 133.05 254036464 201300 Precure PCT G182 8.251315 $ 655.76 $ 162.30 254080410 182907 Precure PCT G622 8R19.5LT $ 568.80 $ 140.78 254080027 50668 Precure PCT G159 8R19.5LT $ 412.71 $ 102.15 254080188 224306 Precure PCT G572 8R19.5LT $ 831.73 $ 205.85 254080378 235101 Precure PCT Unigrip 8R19.5LT $ 522.97 $ 129.44 254080418 169101 Precure PCT G647 8R19.5LT $ 546.79 $ 135.33 254080428 192516 Precure PCT G647 8R19.5LT $ 546.79 $ 135.33 254080707 139691 Precure PCT G159 HS 8R19.5LT $ 364.01 $ 90.09 254080411 183038 Precure PCT G622 LT 8R19.5LT $ 476.24 $ 117.87 254518027 52414 Precure PCT G159 9.00-20 $ 477.56 $ 118.20 254040410 182918 Precure PCT G622 9.001320 $ 671.55 $ 166.21 254040530 133875 Precure PCT G372 9.001320 $ 669.53 $ 165.71 254040702 50176 Precure PCT G167 22 9.001320 $ 586.43 $ 145.14 254040708 50181 Precure PCT G186 MSA 9.001120 $ 711.86 $ 176.19 254921411 183030 Precure PCT G622 LT 9-17.5LT $ 486.57 $ 120.43 254511027 52369 Precure PCT G159 91117.5 $ 405.50 $ 100.36 254511707 52384 Precure PCT G159 HS 91117.5 $ 391.09 $ 96.79 254511926 190312 Precure PCT LCT 11 UVC 9R17.5 $ 343.10 $ 84.92 254084027 50694 Precure PCT G159 91122.5 $ 441.60 $ 109.30 254084072 50698 Precure PCT G177M 27 91122.5 $ 634.96 $ 157.15 254084378 235048 Precure PCT Unigrip 91122.5 $ 528.78 $ 130.87 254084418 169116 Precure PCT G647 91122.5 $ 621.45 $ 153.81 254084428 203502 Precure PCT G647 91122.5 $ 590.43 $ 146.13 254084429 195902 Precure PCT G622 Siped 91122.5 $ 718.18 $ 177.75 254084431 199301 Precure PCT G622 LT Siped 9R22.5 $ 520.33 $ 128.78 254084482 50715 Precure PCT G286 22 91122.5 $ 773.82 $ 191.52 254084702 50723 Precure PCT G167 22 9R22.5 $ 531.20 $ 131.47 254084708 50728 Precure PCT G186 MSA 91122.5 $ 667.55 $ 165.22 254084926 190348 Precure PCT LCT 11 UVC 91122.5 $ 381.89 $ 94.52 254084410 182936 Precure PCT G622 91122.5 $ 530.56 $ 131.31 254084411 183052 Precure PCT G622 LT 91122.5 $ 537.57 $ 133.05 254822027 149247 Precure PCT G159 B305/70R22.5 $ 531.04 $ 131.43 254822080 209534 Precure PCT G182 Siped 6305/701122.5 $ 988.84 $ 244.74 254822188 224348 Precure PCT G572 6305/701122.5 $ 988.40 $ 244.63 254822198 224443 Precure PCT G619 RST 6305/701122.5 $ 694.99 $ 172.01 196 254822482 208341 Precure PCT G286 22 B305/70R22.5 $ 973.03 $ 240.82 254822579 203649 Precure PCT Ultima WHR-HM B305/70R22.5 $ 826.32 $ 204.51 254822702 138633 Precure PCT G167 22 B305/70R22.5 $ 644.37 $ 159.48 254822351 229188 Precure PCT G686 B305/70R22.5 $ 658.32 $ 162.93 254822464 209532 Precure PCT G182 B305/70R22.5 $ 900.41 $ 222.85 254822560 136338 Precure PCT G152A CCC 29 B305/70R22.5 $ 1,031.43 $ 255.28 254884456 237424 Precure PCT Endurance WTD B305/75R22.5 $ 979.69 $ 242.47 254884073 134450 Precure PCT G177M 32 B305/75R22.5 $ 946.76 $ 234.32 254884369 234663 Precure PCT Endurance WHD B305/75R22.5 $ 1,047.40 $ 259.23 254884384 235015 Precure PCT Winter Trac 2 B305/75R22.5 $ 705.40 $ 174.59 254883027 53890 Precure PCT G159 B305/75R24.5 $ 565.33 $ 139.92 254880440 217945 Precure PCT G289 WHA B305/85R22.5 $ 900.46 $ 222.86 254880482 181871 Precure PCT G286 22 B305/85R22.5 $ 1,047.43 $ 259.24 254880464 221511 Precure PCT G182 B305/85R22.5 $ 969.68 $ 240.00 254885198 231896 Precure PCT G619 RST B315/80R22.5 $ 852.16 $ 210.91 254328027 51507 Precure PCT G159 LT215/85R16 $ 371.72 $ 92.00 254328134 51514 Precure PCT G159 Siped LT215/85R16 $ 379.80 $ 94.00 197 Off Factor 0.7525 198 ///00" JCorporate Office �Ip � � q� a �~ �qi pi 3� i LI,� (SII � � III ,III iii III �w � iii iii Ni-w,i d uil , 33511 December 20, 2024 We regret to inform you that PRIDE's Retread Tire Industry will be closing its operations effective February 28th, 2025. Despite our best efforts to sustain the business, ongoing market volatility and economic circumstances have forced us to make this difficult decision. Our primary focus at this time will be to ensure a smooth transition for our customers, suppliers, and partners. We are committed to fulfilling any outstanding obligations to the best of our capabilities before the closure date. In the coming weeks, our team will be reaching out to you to discuss any unsettled business and ways to conclude it effectively. We want to extend our deepest appreciation for your trust and partnership throughout the years. It has been a pleasure having you as a business partner. Should you have any questions or concerns related to this, please do not hesitate to contact us. Thank you for your understanding and support. Regards, uwl/z u Blake iro n irese nt [ E E' in t e r iris s e s www.r)r,ide-ei-iterpr-ises.org 199 6.D Consent Agenda 05/20/2025 Proposed Resolution No. R25-127- Approve the release of performance bond No. SU 40079, for the completion of construction work and required public improvements in association with Casa Del Mar-Dimick Road Improvements, in the amount of $186,256.40. Requested Action: Staff recommends approval of Proposed Resolution No. R25-127. Explanation of Request: Per Part 3, Chapter 2, Article III. Section B of the City's Land Development Regulations, a 110% performance bond for the Land Development Permit was collected for Casa Del Mar- Dimick Road Improvements, based on the cost estimate of the duly licensed professional in the State of Florida. The total cost estimate for the improvements was $169,324, and the 110% performance bond was $186,256.40. Following a comprehensive final inspection of the paving, grading, and drainage improvements, conducted by Boynton Beach Utilities staff one-year post -construction, and confirming the absence of any defects or outstanding issues, the construction performance bond shall hereby be released. This action signifies the complete fulfillment of all contractual obligations by the contractor, demonstrating the satisfactory completion of the project to the agreed-upon standards. The successful inspection and subsequent release of the bond validate the quality and integrity of the work performed, concluding the warranty period with a clean record. How will this affect city programs or services? N/A Account Line Item and Description: N/A Fiscal Impact: N/A Attachments: R25-127 Agenda—item-3093- 2025—Resolution—for Casa—Del—Mar performance_bond_release. docx 200 Original Bond SU40079 - 2016.pdf 201 I RESOLUTION NO. R25-127 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVING THE FULL RELEASE OF PERFORMANCE 5 BOND NO. SU40079 IN THE AMOUNT OF $186,,2S6.40 FOR 6 COMPLETING THE CONSTRUCTION WORK AND REQUIRED PUBLIC 7 IMPROVEMENTS ASSOCIATED WITH CASA DEL MAR-DIMICK ROAD 8 IMPROVEMENTS; AND FOR ALL OTHER PURPOSES. 9 10 WHEREAS, Pursuant to the City Code of Ordinances, a 110% performance bond for the 11 Land Development Permit was collected for Casa Del Mar-Dimick Road Improvements, based on 12 the cost estimate of the duly licensed professional in the State of Florida. The total cost estimate 13 for the improvements was $169,324.00, and the 110% performance bond was $186,256.40; and 14 WHEREAS, Aspen American Insurance Company, a surety company authorized to do 15 business in the state of Florida, submitted Performance Bond No. SU40079, for the Casa Del Mar - 16 Dimick Road Improvements Project, in the amount of $186,256.40; and 17 WHEREAS, the construction project has been completed; and 18 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 19 best interests of the City's citizens and residents to approve the full release of Performance Bond 20 No. SU40079 in the amount of $186,256.40 for completing the construction work and required 21 public improvements associated with Casa Del Mar-Dimick Road Improvements. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 23 BEACH, FLORIDA, THAT: 24 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specific part of this Resolution upon adoption. 26 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 27 approve the full release of Performance Bond No. SU40079 in the amount of $186,256.40 for 28 completing the construction work and required public improvements associated with Casa Del 29 Mar-Dimick Road Improvements. 30 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 31 authorizes the Mayor to execute any ancillary documents as may be necessary to accomplish the 32 purpose of this Resolution. 33 SECTION 4. This Resolution shall take effect in accordance with the law. 34 202 35 PASSED AND ADOPT 36 37 38 39 40 41 42 43 44 45 46 47 48 49 ATTEST: 50 51 52 Maylee De Jesus, M PA, M MC 53 City Clerk 54 55 56 (Corporate Seal) 57 58 59 60 ED this day of CITY OF BOYNTON BEACH, FLORIDA Mayor — Rebecca Shelton Vice Mayor —Woodrow L. Hay Commissioner — Angela Cruz Commissioner — Thomas Turkin Commissioner —Aimee Kelley VOTE YES NO Rebecca Shelton Mayor APPROVED AS TO FORM: Shawna G. Lamb City Attorney 2025. 203 Bond No. SU40079 EXHIBIT "N,395 " (LIAR, Chap. 2, Art. III, Sec. 6.C. PERFORMANCE BOND KNOW ALL IVIED BY THESE PRESENTS: That [1] [we], Hovsite II Casa Del Mar ILC, hereinafter call PRINCIPAL, and As en American Insurance Coni an , a surety company authorized to do business in the State of Florida, hereinafter referred to as SURETY, are held and firmly bound unto the Cily of BoMton Beach, a political subdivision of the State ofFlorida., hereinafter called CITY, the full and jest sum of One Hundred Eijzhty Six Thousand Two Hundred Fifty Six and 40/100 U. S. Dollars ($186,256.40 , lawful money of the United States of America, to be paid to the City of Boynton Beach, to which payment will and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, finrnly by these presents: WHEREAS, the above bound PRINCIPAL has received approval from the CITY for the recording of a certain subdivision plat known as Casa Del Mar, and such recording is prior to completion of construction of the Required Improvements as prescribed by the Subdivision, Flatting and Required Improvements Regulations, Chapter 2, Article III, Section 2 C.2.c, and Chapter 4, Article VIII, Section 2 and 3 respectively of the Land Development Regulations of the City of Boynton Beach, hereinafter the REGULATIONS, pertaining to said subdivision.;] or WHEREAS, the above bound PRINCIPAL has received approval from the CITY for the construction of a certain project known as Casa Del Mar, and such project shall construct and install the required public improvements to support the Project pursuant to the terms of the Permit, and WHEREAS, PRINCIPAL has been issued that certain Off -Site Land Development, Permit Number er , hereinafter the PERMIT, for construction of said Required Improvements, a copy of which is attached hereto and by reference made a part hereof; and WHEREAS, it was one of the conditions of said REGULATIONS and PERMIT that this bond be executed. NOW, THEREFORE, the conditions of this obligation are such that if the above bound PRINCIPAL shall in all respects comply or cause others to comply with the terms and conditions f said PERMIT, within the time specified, and shall in even respect ffilill [its] [his] [her] [their] obligation thereunder and under the plans therein referred t, then this obligation to be void; otherwise, it shall remain in full force and effect, The PRINCIPAL and CITY agree that the City ' Engineer may, y, in writing, reduce the initial amount stated above in accordance with the requirements of said REGULATIONS. Page 1 of 4 pages 204 Bond No. SU400 79 The SURETY UNCONDITIONALLY COVENANTS AND AGREES that if the PRINCIPAL fails to perform all or any part of the construction work required by said PERMIT and REGULATIONS within the time specified, the SURETY, upon thirty days written notice from the CITY or its authorized agent or officer, of the default, to the PRINCIPAL Or its authorized agent or officer, will forthwith perform and complete the aforesaid construction work and pay the cost thereof, including, but not limited t0, engineering, legal, and contingent costs, together with any damages either direct Or consequential, Should the SURETY fail or refuse t perform and complete the said improvements, CITY, in view of the public interest, health, safety and welfare factors involved and the inducement in approving and filing the said plat, shall have the right to resort to any and all legal remedies against the PRINCIPAL and/or SURETY, or both at lav and in equity including specifically the specific -performance, to which the PRINCIPAL and SURETY unconditionally agree. The PRINCIPAL AND SURETY FURTHER JOINTLY AND SEVERALLY AGREE that the CITY, at its option, shall have the right to construct or, pursuant to public advertisement and receipt of bids, cause to be constructed the aforesaid improvements in case the PRINCIPAL should fail or refuse to do so in accordance with the terms ofsaid PERMIT. In the evert CITY should exercise and give effect to such right, the PRINCIPAL and SURETY shall be jointly and severally liable hereunder to reimburse the CITY the total cost thereof, including but not limited t0, engineering, legal, and contingent costs, together with any damages, either direct Or consequential, which may be sustained on account Of the failure Of the PRINCIPAL to carry Out and execute all the obligations for construction of Required Improvements pursuant t0 the REGULATIONS and PERMIT. IN WITNESS WHEREOF, the PRINCIPAL has executed these presents this 11 day of February, 2016. (CORPORATESEAL) ATTEST: [a Florida corporation] [a corporation, licensed to do business in Florida] BY: (signature of Pres. or Vice -Pres.) (typed name) — (title) (signature of other corporation officer) (typed name) — (title) (Impressionable corporate seal) ADDRESS: Page 2 of 4 pages 205 Bond N. SU40079 STATE OF } COUNTY OF ) BEFORE ME personally appeared _ - - (print narn who is personally known to ane, or has produced 7777:. _ as identification and who executed the foregoing instrument as [Vice] President of (coa2orate name , a corporation, and severally acknowledged to and before me that [he] [she] executed such ins rpt as such officer ofsaid corporation, and that the seal affixed to the foregoing instrument is the corporate seal ofsaid corporation and that it was.ffi ed to said instrument by due and regular corporate authority, and that instrument is the free act and deed Of said corporation. WITNESS my hand and official seal this My commission expires: (INDIVIDUAL PRINCIPAL) LIQ (SURETY SIGNATURE BLOCK) WITNESS: day of .720 Notary Public (Seal) ARES S . Aspen American Insurance Company, SURETY 4 JlGt& 'nnn'"I (,j�' ro ,gigqi BY: q Christine Marotta, its attorney -in -fast (power of attorney must be attached) Page 3 of 4 pages ADDRESS: 175 Capital Blvd., Suite 100. 206 Fir -r day of .720 Notary Public (Seal) ARES S . Aspen American Insurance Company, SURETY 4 JlGt& 'nnn'"I (,j�' ro ,gigqi BY: q Christine Marotta, its attorney -in -fast (power of attorney must be attached) Page 3 of 4 pages ADDRESS: 175 Capital Blvd., Suite 100. 206 Bond No. SU40 79 STATE OF Illinois COUNTY OF Will BEFORE TIME personally appeared Christine .Marotta who is personally known to ane or has produced Driver's License, respectively as identification, and who executed the fore oin instrument, and acknowledged before ane that she executed said instrument for the purpose expressed therein. WITLESS n hand and official seal this � dad of 20 My commission expires: 10/22/201 Al Notary Public OFFICIAL SEAL NICOLE MICHALAK (Seal) Notary Public + 'tMe c f Illinois VIII uommlWon Ms Oct. 22; 2019 Page 4 of 4 pages 207 Engineer's Estimate For Casa Del Mar = Dimick Road Improvements Casa Del Mar - Dirnick Road Improvements LF --..--.Total Cost November 119 5 I" DIP (Off-Sifte) 100% Developer LF Unit .01 DIP (Off -Site) 100% Qh crpp�§Ing Dim.ick at Lake Quantity- PHIq.. Total GV (100 % develpippr Nc!rlh of Dlmlgc 2 �r_rosion Control (Silt Fi MW Ba IVI GV (100% C! South of Dimick). 515 644 . . . ....... a-_les. 18" RCP (100% City to southwepA comer of Dimick/Lak WIA Fittinp Hor. & Ver ),Dimick NDeye1qpR . .... 29. —­IP160 011.4" RCP (Upgrade from 18 " to 24" from OS1 - OS2) _(Penqp -rpm WM ngf� 49 : 50 :1 2?L450 110"RCP (50 % CityLo Ot4jall -LBepds Sam le Points. 50 % C 4 1741 65'. . ... ............. . 11j310 T 100% Developer Ditch Boftom Inlet w/Conc Aprqn 30"Pipe). OS2 EA_l EA 500"1 –2 _ypq.0 1�ypq C Ditch Bottom In let w/Cqnc on < 30 1 e) 1100% CH !EA E- A-- WE 2500 ptor.InIet Struqture'(4pgMdq fq from normal catch ba Strormpe E A . 12500 1 30" Outfall thru Seawall (50% City)- EA 0Q0j =--i Pavement Restoration Dimick Road 314-a M 11 Asphalt Oveday: 50% Ci 60 .. .. ........... otal: ---- 38,584 _ C Off -Site) 100% Developer LF I" DIP (Off-Sifte) 100% Developer LF 44. .01 DIP (Off -Site) 100% Qh crpp�§Ing Dim.ick at Lake LF GV (100 % develpippr Nc!rlh of Dlmlgc 2 IVI GV (100% C! South of Dimick). A WIA Fittinp Hor. & Ver ),Dimick NDeye1qpR . .... _(Penqp -rpm WM ngf� EA -LBepds Sam le Points. 50 % C EA Fire Hydrant As§pp lqq 6" GV and 6" PVC) EA 3500,1 Remove Vx Fire..Hydraq!,(50% C'I!Y) E- A-- 7561 erylnstall Single S ce Service & Connect to E�x. g!�4e 6q..0 gi!y 4' Pavement Re storation 131mick f�qad emppE�y),.. 225 314-a M 11 Asphalt Oveday: 50% Ci or aa�n Pvement MrkiqlLs. 4 �jaqq _§LWM in Dirnick at US I Y� 100% DeVopper Wet,jqp Exiging•lncludes_p 5000 ..' I. - Connect to Existing_A: _WM in Dimick Road, 100% CAy EA — 2.500 MOT, 50% City I LS 500011 SPOOO Sod, landqgVe restoration on south side of Dimick Road, 100% C 2500' 2500 �%760 FIRL Pole Surial .. .... Erosion Co'n�Tj 1 50000 50,000 _LS 1�lt fqn y P@! LS $01000 Totak GRAND TOTAL: I $169j324 page I 208 ASPFN Asper, American 1.nsurauce Company 175 Capital Boulevard, l3ocky Hill; CT 06067 POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PUSENT , -THAT Aspen American Insurance ompa]ay, a corporation duly organized urnde�r the laws t State of Texas, acrd having its pjiacipaI off ices ire ,pocky j11, Con nectjcut, (hereinafter the "Co parry" des herebymak con d a �� �� br�l,s tin e Ma�'otta• Pe bra oh)man# � ppoint; Thunm s fuss of ampaiRies its true all lawful Attorneys)=iri -Fac t, with full power and autbority beireby conferred to sign, execute and acknowledge on behalf of the Company, at airy place w0in the United States the following instrument(s) .his/her sole sipature and act; any and all bonds, recd ni auces, and other writings obligatory in the nature o a bond recd izme conditional onditia al � undertaking and any and all consents incident thereto, and to bind the Company thereby as a11,y and to the some extent as i the same were si duly authorized officers of the Company. All a� of said ,ttome sin -Fact done pursuant to the authors }terein given are hereby ratified by the -' � � g �► t and confirmed, This appoirkent is made under apd by authority Of the follo �+i Resolutions of the Board o Directors of said Cori ny effective air April2011, w 'ch , eso11itions are now in full force and effect, p � h� VOTED. All Executive COcers ofthe Company including the .Pre id axe �1 or motive, for or Assistt Nice President any Vice president, any Treasure Assistant � or mist t Secretary) r ay appoint keys -in -Fact to act for and on beh f ofthe Company to sign with The CoWan s name jwd seal with e C'Vrnpaun} s seal, bonds �gniz mcm and other Ings obligatory in the nature ofa bondL tecogn,i e, or d liaW u dmWdn and of aid any a may mnov such dicers at any appo�itee and revoke tie power given him vx her. VOTED. 7e ftWiV auority fm cetah, gasses oformw offt CompaUY#o appot toeys-gin-Fac# by v ofa dower o#'itoeto sign and seal hnn r'"pmnces, and other vffftgs obi gatoly in the nature Oft bond recogni nc or oondidonal undw along as vx1l as to revoi a any such Power ofAttomey, iis h=by SV0CfflCaBY to Tae following ladividual o iiic rs afA,spen eciajty Wurance Mana a en� c,: MIC h,ael Toppt Executive Vice Fresiden, Scott sitda sk , S enjor Vice Ptesjden the ► Raino, Vice President, Kevin iiiex, Senior Vice Pres dent and cyan field, Assistapt Vice resid L This Power of Attorney may be sigiRad and sealed by facsimile (mechanical or printed) v dcr and by nutbority of the followiug Resolution voted the Boards of #rectos of Aspen AMe�rJenn Ins urauee Cornpan which Resolution is now in full force and effect: by TED. That the signature of any of the kers ideptifled by title or spec kcal ly ,named above may be affixed by facsimile to only o�'eecut and a#testi�g bods d utxdertak Power o�'Atto,ey dor purposes cgs aad other wntigp obligatory in the nature a and any and all consents inc ;dent tbereto and any such Power ofAtkuncy or catfimto bearing sub facsimile signature or ficsimfle seal shill be valid a bin upon the Company. Any suchoyer so cmuted and cert' ed by such facsimile signature and/or facsimile seal shall be mid and binding upon the Company with ct to any bond or undertaking in so executed. IN WffNESS VVUEREOF, Aspen American Insurance Company has caused this instrument to be signed and its co�rpotate seal to be hereto affixed ed this 288 day of ,February, 2014, h STATE OF CONNECTICUTAspen American Insumnoe Company It ' 5 S. ROCKY DILL 11 COUNTY, F 'ffD t Scott Sadowsky, Senior Vice President On this 28" day of Februa , 2014 before me personally canine Scott Sadowsky to pane know, who being by ane duly sworn, did depose and say; t Vice President, of Aspen American Insurance Company, the Company de!=*bed in and ,%bM ==Wed the above � + #hat �e n that h she is Senior that seal a.�aixed to e s �t is such ows a seal o'said corporation; �te,seal, and he/she meted the said fi strment on behalfofthe Company by authority of his/her off! ce under the above Resolutions thereof. �;iN���� �Nm��moull�l�lll�ull�l'��illm��ioioll�i��ull�lpullpulll �ololool�ul�a�o� imuu,�uumuon�m�hllul�1�m�mul��o�l��boioo„u��01� �h�m�iuoloullmlllmllolololollmna�olo�oMa Nftry Public My cOnMission expires; 5/31/2016 01 ICERTTFICATE 1, the unde�of As xsjd,, Scott ado sky pen American Insurance Company, ofAttorney re�nnas in full faraoe and has not been revok * and furthenm a stock �ota�an oft/ t �'� do hereby certify # the fpgo�g Power ed, ores at the esolut: the Boards of u�ectors, as set north above, are now and remain EEB 2 016 in full force and effect. Given under my hand and seal of said Company, in Rocky Hill, Comecticut, this day o sn R',= By: "Ot Marne: Scott Sadowsky, Senior Vice President # For verification of the authenticity of the Power of Attorney you may call (860) 760-7728 for emWI:Patrici&Taber@aspen-insurance.com _ NkL �' #0 M. y� r #00% LID L fr. *• •sjM++ thy. •*= 209 6.E Consent Agenda 05/20/2025 City of Boynton Beach Agenda Item Request Form Meeting Date: 05/20/2025 Proposed Resolution No. R25-128- Approving Modification No. 1 to the Hazard Mitigation Grant Program Contract No. H0712 between the City and the Florida Division of Emergency Management to reinstate and extend the term until December 31, 2025, and increase the Federal Funding by $632,972.75 for a total funding of $1,433,724.75. Requested Action: Staff recommends approval of Proposed Resolution No. R25-128. Explanation of Request: The Lakeside Gardens community is prone to flooding during spring and king tides, storm events, and periods of prolonged rain and implementation of the drainage improvements will provide an improved level of service that reduces nuisance flooding and standing water in the neighborhood. In October 2021, the City Commission approved and authorized the Hazard Mitigation Grant Programs cost -reimbursement Contract (No. H0712) for Phase II of Lakeside Gardens Neighborhood. The grant provided a reimbursable matching grant in the amount of $800,752.00 in Federal funds with a local cost -share of $ 425,580.00. In this Modification No. 1, the Agreement is amended to increase the federal funding by $632,972.75, for the maximum amount payable of $1,433,724.75. The project's construction has a Period of Performance through December 31, 2023. This Agreement is now being extended to December 31, 2025. The Hazard Mitigation Grant Program project will provide an upgraded drainage system along Dimick Road, Potter Road, and North Lake Drive in Lakeside Gardens Neighborhood, located in Boynton Beach, Florida 33435. The HMGP Phase II — Construction scope of work proposes an upgraded drainage system that includes roadway drainage and stormwater piping activities. Pavement and curbing shall be demolished and removed before the roadways are regraded on Dimick Road, Potter Road, 210 and North Lake Drive. Proposed grading may constitute elevation and widening activities, but the primary improvements are road slope, new curbs, and catch basins. All work shall tie back to the existing grade. New 24" RCP stormwater piping and corresponding structures shall be installed along Dimick Road. New 15", 18", 24," and 36" RCP stormwater piping and corresponding structures shall be installed along Potter Road, as well as 6" PVC stormwater outfall piping. New 18" RCP stormwater piping and corresponding structures shall be installed along North Lake Drive. 6" and 8" water line work shall take place on Potter Road and North Lake Drive to prevent utility conflicts. The drainage system shall tie into the existing infrastructure and includes the retrofit of the existing North Lake Drive stormwater outfall. An additional outfall location is proposed at the end of Potter Road, this shall also be 36" RCP and 6" PVC stormwater piping. Both locations are proposed as the discharge points into the intercostal waterway. The project shall provide protection against a 100 -year event. Activities shall be completed in strict compliance with Federal, State, and Local applicable Rules and Regulations. How will this affect city programs or services? The City of Boynton Beach, dedicated to the health and well-being of its residents, finds it imperative to accept and approve Modification No. 1. This critical construction project will provide an improved level of service that reduces nuisance flooding and standing water in the Lakeside Gardens neighborhood. Budgeted Item: Yes Account Line Item and Description: 403-5000-538.65-09 UTIL CONST IN PROGRESS / R&R - STORMWATER 403-5000-533.65-02 UTIL CONST IN PROGRESS / R&R - WATER 403-5000-535.65-04 UTIL CONST IN PROGRESS / R&R - SEWER SANITARY Fiscal Impact: The Hazard Mitigation Grant Program offered by the Florida Division of Emergency Management is expected to fund up to (75%) $1,433,724.75 with a $477,908.25 (25%) City match. Attachments: R25-128 Agenda_Item_3105-2025 Resolution for Modification 1 to_Grant agmt.docx Exhibit A to Resolution - 4337-121-A MOD #1 -For Subrecipient Signature - (04-16-25).pdf Phase II Executed Contract 4337-121-A.pdf R21-139.pdf 211 I RESOLUTION NO. R25-128 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVING MODIFICATION NO. 1 TO THE HAZARD 5 MITIGATION GRANT PROGRAM CONTRACT NO. H0712 BETWEEN THE 6 CITY AND THE FLORIDA DIVISION OF EMERGENCY MANAGEMENT TO 7 REINSTATE AND EXTEND THE TERM UNTIL DECEMBER 31,202S, AND 8 INCREASE THE FEDERAL FUNDING BY $632,972.75 FOR A TOTAL 9 FUNDING OF $1,433,724.75; AND FOR ALL OTHER PURPOSES. 10 11 WHEREAS, the City and Florida Division of Emergency Management entered into the 12 Hazard Mitigation Grant Program Contract No. H0712 for Lakeside Gardens Improvements 13 Drainage Project, Phase II, approved by Resolution No. R21-139 on October 19, 2021; and 14 WHEREAS, the Federal Funding amount was in an amount of $800,752.00; and 15 WHEREAS, the Agreement expired on December 31, 2023; and 16 WHEREAS, the parties desire to reinstate and extend the term and increase the Federal 17 Funding by $632,972.75 under the Agreement; and 18 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 19 best interests of the City's citizens and residents to approve Modification No. 1 to the Hazard 20 Mitigation Grant Program Contract No. H0712 between the City and the Florida Division of 21 Emergency Management to reinstate and extend the term until December 31, 2025, and increase 22 the Federal Funding by $632,972.75 for a total funding of $1,433,724.75. 23 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 25 BEACH, FLORIDA, THAT: 26 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 27 being true and correct and are hereby made a specific part of this Resolution upon adoption. 28 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 29 approve Modification No. 1 to the Hazard Mitigation Grant Program Contract No. H0712 between 30 the City and the Florida Division of Emergency Management to reinstate and extend the term until 31 December 31, 2025, and increase the Federal Funding by $632,972.75 for a total funding of 32 $1,433,724.75 (the "Modification"), in form and substance similar to that attached as Exhibit A. 33 212 34 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 35 authorizes the Mayor to execute the Modification. The Mayor is further authorized to execute any 36 ancillary documents required under the Agreement or necessary to accomplish the purposes of 37 the Agreement and this Resolution, including any term extensions as provided in the Agreement, 38 provided such documents do not modify the financial terms or material terms. 39 SECTION 4. The Mayor -executed Modification shall be forwarded to Mirna Crompton 40 to obtain execution of the Modification by the Florida Division of Emergency Management. Mirna 41 Crompton shall be responsible for ensuring that one fully executed Modification is returned to 42 the City, to be provided to the Office of the City Attorney for forwarding to the City Clerk for 43 retention as a public record. 44 SECTION S. This Resolution shall take effect in accordance with the law. 45 46 47 48 49 50 51 [SIGNATURES ON THE FOLLOWING PAGE] 213 52 PASSED AND ADOPTED this day of 2025. 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 ATTEST: Maylee Ue Jesus, MPA, MMC. City Clerk (Corporate Seal) CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Rebecca Shelton Vice Mayor —Woodrow L. Hay Commissioner — Angela Cruz Commissioner — Thomas Turkin Commissioner —Aimee Kelley VOTE Rebecca Shelton Mayor APPROVED AS TO FORM: Shawna G. Lamb City Attorney 214 SUB -RECIPIENT AGREEMENT CHECKLIST DIVISION OF EMERGENCY MANAGEMENT MITIGATION BUREAU FISCAL OPERATIONS UNIT HMGP REQUEST FOR REVIEW AND APPROVAL SUB -RECIPIENT: City of Boynton Beach PROJECT #: 4337-121-A PROJECT TITLE: City of Boynton Beach, Lakeside Gardens Improvement, Drainage -Phase 11 CONTRACT #: H0712 MODIFICATION #: One SUB -RECIPIENT REPRESENTATIVE (POINT OF CONTACT Jose C. Huertas Engineer IV 124 East Woolbright Road Boynton Beach, FL 33435 Enclosed is your copy of the proposed contract/modification between City of Boynton Beach and the Florida Division of Emergency Management (FDEM). COMPLETE ® This form is required to be included with all Reviews, Approvals, and Submittals ® Reviewed and Approved ® Signed & Dated Electronic Copy by Official Representative ® Copy of the organization's resolution or charter that specifically identifies the person or position that is authorized to sign, if not Chairman, Mayor, or Chief ❑ Attachment I Federal Funding Accountability and Transparency Act (FFATA) - completed, signed, and dated ® N/A for Modifications or State Funded Agreements_ ❑ Attachment K — Certification Regarding Lobbying - completed, signed, and dated ® N/A for Modifications or State Funded Agreements_ ® Attachment L — FACTS - completed, signed, and dated ❑ N/A for Modifications or State Funded Agreements F-] Attachment M — Foreign County of Concern Affivadit completed, signed, and dated ❑ N/A for Modifications or State Funded Agreements ® Electronic Submittal to the Grant Specialist If you have any questions regarding this contract, or who is authorized to sign it, please contact your Project Manager at (850) 427-1704 or email me at nadeen.shaheen@em.myflorida.com. 215 Contract Number H0712 Project Number: 4337-121-A MODIFICATION TO SUBGRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND CITY OF BOYNTON BEACH This Modification Number One made and entered into by and between the State of Florida, Division of Emergency Management ("the Division"), and City of Boynton Beach ("the Sub -Recipient") to modify Contract Number H0712, dated January 27, 2022, ("the Agreement"). WHEREAS, the Division and the Sub -Recipient have entered into the Agreement, pursuant to which the Division has provided a subgrant to the Sub -Recipient under the Hazard Mitigation Grant Program of $800,752.00, in Federal Funds; and WHEREAS, the Division and the Sub -Recipient intend to modify the Agreement; and WHEREAS, the Agreement expired on December 31, 2023; and WHEREAS, the Division and the Sub -Recipient intend to reinstate and extend the terms and increase the Federal Funding by $632,972.75 under the Agreement. NOW, THEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. The Agreement is hereby reinstated and extended as though it had never expired. 2. Paragraph 8 of the Agreement is hereby amended to read as follows: (8) PERIOD OF AGREEMENT This Agreement shall begin January 27, 2022 and shall end December 31, 2025, unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. 3. The Agreement is amended to increase the Federal Funding by $632,972.75, for the maximum amount payable under the Agreement to $1,433,724.75, (One Million Four Hundred Thirty Three Thousand Seven Hundred Twenty Four Dollars and Seventy Five Cents) 4. The Budget and Scope of Work, Attachment A to the Agreement, are hereby modified as set forth in 1St Revised Attachment A to this Modification, a copy of which is attached hereto and incorporated herein by reference. 5. All provisions of the Agreement being modified and any attachments in conflict with this Modification shall be and are hereby changed to conform with this Modification, effective on the date of execution of this Modification by both parties. 6. All provisions not in conflict with this Modification remain in full force and effect, and are to be performed at the level specified in the Agreement. 7. Quarterly Reports are due to the Division no later than 15 days after the end of each quarter of the program year and shall be sent each quarter until submission of the administrative close-out report. The ending dates for each quarter of the program year are March 31, June 30, September 30 and December 31. 8. Attachment L - Florida Accountability Contract Tracking System (FACTS) Requirements for Non- profit Organizations Under Section 216.1366, Florida Statutes, Instructions and Worksheet is hereby incorporated into the Agreement and is required to be completed by the subrecipient and 216 returned the Division. IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set out below. SUB -RECIPIENT: CITY OF BOYNTON BEACH By: Name and Title: Date: STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: Name and Title: Kevin Guthrie, Director Date: 217 Attachment A (1St Revision) Budget and Scope of Work STATEMENT OF PURPOSE: The purpose of this Scope of Work is to improve drainage in the Lakeside Gardens Neighborhood in Boynton Beach, Palm Beach County, Florida, funded through the Hazard Mitigation Grant Program (HMGP) DR -4337-121-A, as approved by the Florida Division of Emergency Management (Division) and the Federal Emergency Management Agency (FEMA). The Sub -Recipient, City of Boynton Beach, agrees to administer and complete the project per sealed engineering designs and construction plans as submitted by the Sub -Recipient and subsequently approved by the Division and FEMA. The Sub -Recipient shall complete the work in accordance with all applicable Federal, State and Local Laws, Regulations and Codes. PROJECT OVERVIEW: As a Hazard Mitigation Grant Program project, the Sub -Recipient proposes to provide an upgraded drainage system along Dimick Road, Potter Road, and North Lake Drive in Lakeside Gardens Neighborhood located in Boynton Beach, Florida 33435. The HMGP Phase II — Construction scope of work proposes an upgraded drainage system that includes roadway drainage and stormwater piping activities. Pavement and curbing shall be demolished and removed before the roadways are regraded on Dimick Road, Potter Road, and North Lake Drive. Proposed grading may constitute elevation and widening activities, but the primary improvements are in road slope and new curbs and catch basins. All work shall tie back to existing grade. New 24" RCP stormwater piping and corresponding structures shall be installed along Dimick Road. New 15", 18")24 YY and 36" RCP stormwater piping and corresponding structures shall be installed along Potter Road, as well as 6" PVC stormwater outfall piping. New 18" RCP stormwater piping and corresponding structures shall be installed along North Lake Drive. 6" and 8" water line work shall take place on Potter Road and North Lake Drive to prevent utility conflicts. The drainage system shall tie into the existing infrastructure and includes the retrofit of the existing North Lake Drive stormwater outfall. An additional outfall location is proposed at the end of Potter Road, this shall also be 36" RCP and 6" PVC stormwater piping. Both locations are proposed as the discharge points into the intercostal waterway. The project shall provide protection against a 100 -year event. Activities shall be completed in strict compliance with Federal, State and Local applicable Rules and Regulations. Project Locations: ID# Name/Station Location Coordinates 1 NE Palm Beach Count, Boynton Beach, FL 33435 26.552624, -80.05296............. y . . . .................0 2 NW Palm Beach Count , Bo nton Beach, FL 33435 26.553065, -80-055216)------- 3 SE Palm Beach Count , Bo nton Beach, FL 33435 5511571-80-052975) 4 SW Palm Beach County, Bo..................... .ynton Beach, FL 33435 (26.5511871-80.0555,1"" .................. ............ .TASKS 8c DELIVERABLES: A) Tasks: 1) The Sub -Recipient shall procure the services of a qualified and licensed Florida contractor and execute a contract with the selected bidder to complete the scope of work as approved by the Division and FEMA. The Sub -Recipient shall select the qualified, licensed Florida contractor in accordance with the Sub -Recipient's procurement policy as well as all federal and state laws and regulations. All procurement activities shall contain sufficient source documentation and be in accordance with all applicable regulations. The Sub -Recipient shall be responsible for furnishing or contracting all labor, materials, equipment, tools, transportation, and supervision and for performing all work per sealed engineering designs and 218 construction plans presented to the Division by the Sub -Recipient and subsequently approved by the Division and FEMA. The Sub -Recipient and contractor shall be responsible for maintaining a safe and secure worksite for the duration of the work. The contractor shall maintain all work staging areas in a neat and presentable condition. The Sub -Recipient shall ensure that no contractors or subcontractors are debarred or suspended from participating in federally funded projects. The selected contractor shall have a current and valid occupational license/business tax receipt issued for the type of services being performed. The Sub -Recipient shall provide documentation demonstrating the results of the procurement process. This shall include a rationale for the method of procurement and selection of contract type, contractor selection and/or rejection and bid tabulation and listing, and the basis of contract price. The Sub -Recipient shall provide an executed "Debarment, Suspension, Ineligibility, Voluntary Exclusion Form" for each contractor and/or subcontractor performing services under this agreement. Executed contracts with contractors and/or subcontractors shall be provided to the Division by the Sub - Recipient. The Sub -Recipient shall provide copies of professional licenses for contractors selected to perform services. The Sub -Recipient shall provide a copy of a current and valid occupational license or business tax receipt issued for the type of services to be performed by the selected contractor. 2) The Sub -Recipient shall monitor and manage the installation to improve the drainage and provide flood protection. The project shall be implemented in accordance with sealed engineering designs and construction plans previously presented to the Division by the Sub -Recipient and subsequently approved by the Division and FEMA. The Sub -Recipient shall ensure that all applicable state, local and federal laws and regulations are followed and documented, as appropriate. The project consists of the general construction and furnishing of all materials, equipment, labor and fees to minimize recurring flooding and reduce repetitive flood loss to structures and roadways. The Sub -Recipient shall fully perform the approved project, as described in the submitted documents, in accordance with the approved scope of work, budget line item, allocation of funds and applicable terms and conditions indicated herein. The Sub -Recipient shall not deviate from the approved project terms and conditions. Construction activities shall be completed by a qualified and licensed Florida contractor. All construction activities shall be monitored by the professional of record. The Sub -Recipient shall complete the project in accordance with all required permits. All work shall be completed in accordance with applicable codes and standards. Upon completion of the work, the Sub -Recipient shall schedule and participate in a final inspection of the completed project by the local municipal or county official, or other approving official, as applicable. The official shall inspect and certify that all installation was in accordance with the manufacturer's specifications. Any deficiencies found during this final inspection shall be corrected by the Sub - Recipient prior to Sub -Recipient's submittal of the final inspection request to the Division. Upon completion of Task 2, the Sub -Recipient shall submit the following documents with sufficient supporting documentation and provide a summary of all contract scope of work and scope of work changes, if any. Additional documentation for closeout shall include: a) Copy of permits(s), notice of commencement. b) Local Building Official Inspection Report and Final Approval. c) Signed and Sealed As -built project plans (drawings) by the Professional of Record, electronic submittal (via email). d) Letter of Completion: 219 1. Affirming that the project was completed in conformance with the approved project drawings, specifications, and scope; and 2. Certifying Compliance with all applicable codes. e) Letter verifying compliance with the National Historic Preservation Act, to include if archaeological features or deposits, prehistoric or historic artifacts, or human remains were encountered during project activities, if so, how they were handled in accordance with Florida Statutes, Section 872.05. f) Verification of compliance with the United States Army Corps of Engineers (USACE) permit number SAJ-2019-04552. g) Verification of compliance with the South Florida Water Management District (SFWMD) Environmental Resource Permit (ERP) number #50-103510-P. Verification of compliance with the USACE NMFS JAXBO dated 11/20/2017, General Project Design Criteria (PDC) AP.1-14 and Activity Specific PDCs A2.1-15. h) Verification of compliance with the Sea Turtle and Smalltooth Sawfish Construction Conditions and Standard Manatee Conditions for In -Water Work. i) Proof of compliance with Project Conditions and Requirements contained herein. 3) During the course of this agreement, the Sub -Recipient shall submit requests for reimbursement. Adequate and complete source documentation shall be submitted to support all costs (federal share and local share) related to the project. In some cases, all project activities may not be fully complete prior to requesting reimbursement of costs incurred in completion of this scope of work; however, a partial reimbursement may be requested. The Sub -Recipient shall submit an Affidavit signed by the Sub -Recipient's project personnel with each reimbursement request attesting to the completion of the work, that disbursements or payments were made in accordance with all agreement and regulatory conditions, and that reimbursement is due and has not been previously requested. The Sub -Recipient shall maintain accurate time records. The Sub -Recipient shall ensure invoices are accurate and any contracted services were rendered within the terms and timelines of this agreement. All supporting documentation shall agree with the requested billing period. All costs submitted for reimbursement shall contain adequate source documentation which may include but not be limited to cancelled checks, bank statements, Electronic Funds Transfer, paid bills and invoices, payrolls, time and attendance records, contract, and subcontract award documents. Construction Expense: The Sub -Recipient shall pre -audit bills, invoices, and/or charges submitted by the contractors and subcontractors and pay the contractors and subcontractors for approved bills, invoices, and/or charges. Sub -Recipient shall ensure that all contractor/subcontractor bills, invoices, and/or charges are legitimate and clearly identify the activities being performed and associated costs. Sub -Recipient Management Costs (SRMC) expenditure must adhere to FEMA Policy #104-11-1 HMGP Management Costs (Interim) signed November 14, 2018. FEMA defines management costs as any: Indirect costs, Direct administrative costs, and other administrative expenses associated with a specific project. Administrative costs are expenses incurred by a Sub -Recipient in managing and administering the federal award to ensure that federal, state requirements are met including: solicitation, development, review, and processing of sub -applications; delivery of technical assistance; quarterly progress and fiscal reporting; project monitoring; technical monitoring; compliance activities associated with federal procurement requirements; documentation of quality of work verification for quarterly reports and closeout; payment of claims; closeout review and liquidation; and records retention. Any activities that are directly related to a project are not eligible under management costs. For example, architectural, engineering, and design services are project costs and cannot be included under management costs. Similarly, construction management activities that manage, coordinate, and supervise the construction process from project scoping to project completion are project costs. These activities cannot be included under management costs. Due to Strategic Funds Management (SFM), SRMC Interim Policy requires management costs to be obligated in increments sufficient to cover Sub -Recipient needs, for no more than one year, unless contractual agreements require additional funding. FEMA has established a threshold where annual 220 increments will be applied to larger awards allowing smaller awards to be fully obligated. Obligations will be handled by the size of the total subaward. The Sub -Recipient shall pre -audit all SRMC source documentation — personnel, fringe benefits, travel, equipment, supplies, contractual, and indirect costs. A brief narrative is required to identify what the funds will be used for. Documentation shall be detailed and clearly describe each approved task performed, hours devoted to each task, and the hourly rate charged including enough information to calculate the hourly rates based on payroll records. Employee benefits and tasks shall be clearly shown on the Personnel Activity Form, and all Personnel or Contractual SRMC shall be invoiced separately from all other project costs. Project Management Expenses (only applies to disasters prior to August 1, 2017, all others adhere to FEMA Policy #104-11-1 for SRMC): The Sub -Recipient shall pre -audit source documentation such as payroll records, project time sheets, attendance logs, etc. Documentation shall be detailed information describing tasks performed, hours devoted to each task, and the hourly rate charged for each hour including enough information to calculate the hourly rates based on payroll records. Employee benefits shall be clearly shown. The Division shall review all submitted requests for reimbursement for basic accuracy of information. Further, the Division shall ensure that no unauthorized work was completed prior to the approved project start date by verifying vendor and contractor invoices. The Division shall verify that reported costs were incurred in the performance of eligible work, that the approved work was completed, and that the mitigation measures are in compliance with the approved scope of work prior to processing any requests for reimbursement. Review and approval of any third -party in-kind services, if applicable, shall be conducted by the Division in coordination with the Sub -Recipient. Quarterly reports shall be submitted by the Sub -Recipient and received by the Division at the times provided in this agreement prior to the processing of any reimbursement. The Sub -Recipient shall submit to the Division requests for reimbursement of actual construction and managerial costs related to the project as identified in the project application, sealed engineering designs, and construction plans. The requests for reimbursement shall include: a) Contractor, subcontractor, and/or vendor invoices which clearly display dates of services performed, description of services performed, location of services performed, cost of services performed, name of service provider and any other pertinent information; b) Proof of payment from the Sub -Recipient to the contractor, subcontractor, and/or vendor for invoiced services; c) Clear identification of amount of costs being requested for reimbursement as well as costs being applied against the local match amount. The Sub -Recipient's final request for reimbursement shall include the final construction project cost. Supporting documentation shall show that all contractors and subcontractors have been paid. B) Deliverables: Mitigation Activities consist of an upgraded drainage system along Dimick Road, Potter Road, and North Lake Drive in the Lakeside Gardens Neighborhood located in Boynton Beach, Florida 33435. Proposed grading may constitute elevation and widening activities, but the primary improvements are in road slope and new curbs and catch basins. All work shall tie back to existing grade. The project shall provide protection against a 100 -year event. Activities shall be completed in strict compliance with Federal, State and Local applicable Rules and Regulations. Provided the Sub -Recipient performs in accordance with the Scope of Work outlined in this Agreement, the Division shall reimburse the Sub -Recipient based on the percentage of overall project completion. PROJECT CONDITIONS AND REQUIREMENTS: C) Engineering: 221 1) The Sub -Recipient shall submit to the Division an official letter stating that the project is 100% complete and ready for the Division's Final Inspection of the project. 2) The Sub -Recipient shall submit a signed and sealed final copy of the completed project's As -built drawings and all necessary supporting documentation and provide a summary of all contract scope of work changes, if any. 3) The Sub -Recipient shall provide a copy of the Notice of Commencement, and any local official Inspection Report and/or Final Approval, as applicable. 4) The Sub -Recipient shall submit a certified letter of completion from Engineer of Record. The Sub - Recipient's Engineer of Record shall provide a formal certificate or letter affirming that the project has been completed in conformance with the approved project drawings, specifications, scope, and applicable codes. 5) All installations shall be done in strict compliance with the Florida Building Code or any local codes and ordinances. All materials shall be certified to exceed the wind and impact standards of the current local codes. 6) The Sub -Recipient shall follow all applicable State, Local and Federal Laws, Regulations, and requirements, and obtain (before starting project work) and comply with all required permits and approvals. Failure to obtain all appropriate Federal, State, and Local permits and clearances may jeopardize federal funding. D) Environmental: 1) Sub -Recipient shall follow all applicable state, local and federal laws, regulations, and requirements, and obtain (before starting project work) and comply with all required permits and approvals. Failure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. 2) Any change, addition or supplement to the approved Scope of Work that alters the project (including other work not funded by FEMA, but done substantially at the same time), regardless of the budget implications, shall require re -submission of the application to FEMA through the Division for National Environmental Policy Act (NEPA) and National Historic Preservation Act (NHPA) re-evaluation before starting project work. 3) The Sub -Recipient shall monitor ground disturbing activities during construction, and if any potential archeological resources are discovered, shall immediately cease construction in that area and notify the Division and FEMA. If human remains or intact archaeological features or deposits (e.g., arrowheads, pottery glass, metal, etc.) are uncovered, work in the vicinity of the discovery shall stop immediately and all reasonable measures to avoid or minimize harm to the finds shall be taken. The Sub -Recipient shall ensure that archaeological discoveries are secured in place, that access to the sensitive area is restricted, and that all reasonable measures are taken to avoid further disturbance of the discoveries. The Sub -Recipient's contractor shall provide immediate notice of such discoveries to the Sub - Recipient. The Sub -Recipient shall notify the Florida Division of Historic Resources, the Division's State Mitigation Environmental Lead and FEMA within 24 hours of the discovery. Work in the vicinity of the discovery may not resume until FEMA and the Division have completed consultation with SHPO, Tribes, and other consulting parties as necessary. In the event that unmarked human remains are encountered during permitted activities, all work shall stop immediately, and the proper authorities notified in accordance with Florida Statutes, Section 872.05. 4) The Sub -Recipient must comply with the conditions of the South Florida Water Management District (SFWMD) Environmental Resource Permit (ERP) #50-103510-P. Failure to comply with this condition may jeopardize FEMA funding; verification of compliance shall be required at project closeout. 5) The Sub -Recipient must comply with the terms and conditions of the United States Army Corps of Engineers (USACE) Permit No. SAJ-2019-04552 and associated guidance. The Sub -Recipient must obtain permit modifications as necessary. Failure to comply with these conditions may jeopardize FEMA funding; verification of compliance shall be required at project closeout. 222 6) The proposed project must adhere to the USACE NMFS JAXBO dated 11/20/2017, General Project Design Criteria (PDC) AP.1-14 and Activity Specific PDCs A2.1-15. The Sub -Recipient must also adhere to the Sea Turtle and Smalltooth Sash Construction Conditions and Standard Manatee Conditions for In -Water Work. Failure to comply with these conditions may jeopardize FEMA funding; verification of compliance will be required at project closeout. 7) Construction vehicles and equipment used for this project shall be maintained in good working order to minimize pollutant emissions. E) Programmatic: 1) A change in the scope of work must be approved by the Division and FEMA in advance regardless of the budget implications. 2) The Sub -Recipient must notify the Division as soon as significant developments become known, such as delays or adverse conditions that might raise costs or delay completion, or favorable conditions allowing lower costs or earlier completion. 3) The Sub -Recipient must "obtain prior written approval for any budget revision which would result in a need for additional funds" [44 CFR 13(c)], from the Division and FEMA. 4) Project is approved with the condition that the enclosed list of deliverables shall be submitted, 30 days prior to the Period of Performance date, for review and approval by the Division, for submittal to FEMA for closeout. 5) Any extension of the Period of Performance shall be submitted to FEMA 60 days prior to the expiration date. Therefore, any request for a Period of Performance Extension shall be in writing and submitted, along with substantiation of the new expiration date and a new schedule of work, to the Division a minimum of seventy (70) days prior to the expiration date, for Division processing. 6) A copy of the executed subcontract agreement must be forwarded to the Division within 10 days of execution. 7) The Sub -Recipient must avoid duplication of benefits between the HMGP and any other form of assistance, as required by Section 312 of the Stafford Act, and further clarification in 44 CFR 206.191. 8) If the Sub -Recipient is not the current title holder of the affected properties, the Sub -Recipient shall provide documentation confirming the property acquisition and easement rights were obtained voluntarily. If condemnation or eminent domain is used to obtain easement rights, FEMA shall not pay for any associated costs or payments to the property owner. Furthermore, FEMA shall not consider it an eligible contribution to the non -Federal cost share requirement and shall not financially participate in that component of a project if land or easements are obtained involuntarily. 9) Special Conditions required on implementation of project: a) NHPA CONDITION: If human remains or intact archaeological features or deposits (e.g.arrowheads, pottery, glass, metal, etc.) are uncovered, work in the vicinity of the discovery will stop immediately and all reasonable measures to avoid or minimize harm to the finds will be taken. The Sub -Recipient will ensure that archaeological discoveries are secured in place, that access to the sensitive area is restricted, and that all reasonable measures are taken to avoid further disturbance of the discoveries. The Sub -Recipient's contractor will provide immediate notice of such discoveries to the Sub -Recipient. The Sub -Recipient's shall contact the Florida Division of Historic Resources and FEMA within 24 hours of the discovery. Work in the vicinity of the discovery may not resume until FEMA has completed consultation with SHPO, Tribes, and other consulting parties as necessary. In the event that unmarked human remains are encountered during permitted activities, all work shall stop immediately, and the proper authorities notified in accordance with Florida Statutes, Section 872.05. Source of Condition: National Historic Preservation Act (NHPA) Monitoring Required: No b) NHPA CONDITION: Any changes to the approved scope of work will require submission to, and evaluation and approval by, the State and FEMA, prior to initiation of any work, for compliance with Section 106. Source of Condition: National Historic Preservation Act (NHPA) Monitoring Required: No 223 c) CWA CONDITION: The Sub -Recipient must comply with the terms and conditions of USACE Permit No. SAJ-2019-04552 (NWP-RHF) and associated guidance. The Sub -Recipient must obtain permit modifications as necessary. Failure to comply with these conditions may jeopardize FEMA funding; verification of compliance will be required at project closeout. Source of Condition: Clean Water Act (CWA) Monitoring Required: No d) CZMA CONDITION: The Sub -Recipient must comply with the conditions of the SFWMD ERP (#50-103510-P). Failure to comply with this condition may jeopardize FEMA funding; verification of compliance will be required at project closeout. Source of Condition: Coastal Zone Management Act (CZMA) Monitoring Required: No e) ESA CONDITION: The proposed project must adhere to the attached USACE NMFS JAXBO dated 11/20/2017, General Project Design Criteria (PDC) AP.1-14 and Activity Specific PDCs A2.1-15. The Sub -Recipient must also adhere to the attached Sea Turtle and Smalltooth Sawfish Construction Conditions and Standard Manatee Conditions for In- Water Work. Failure to comply with these conditions may jeopardize FEMA funding; verification of compliance will be required at project closeout. Source of Condition: Endangered Species Act (ESA) Monitoring Required: No 10) Per FEMA Hazard Mitigation Assistance Guidance Part VI, D.3.4 — Contingency funds are not automatically available for use. Prior to their release, contingency funds must be re -budgeted to another direct cost category and identified. Post -award changes to the budget require prior written approval from the Division (FDEM). The written request should demonstrate what unforeseen condition related to the project arose that required the use of contingency funds. 11) Sub -Recipient Management Costs (SRMC), implemented under the Disaster Relief and Recovery Act of 2018 (DRRA), amended Section 324 of the Stafford Act, and the Hazard Mitigation Grant Program Management Costs (Interim) FEMA Policy 104-11-1, provides 100% federal funding under HMGP to Sub -Recipients to efficiently manage the grant and complete activities in a timely manner. a) SRMC must conform to 2 CFR Part 200, Subpart E, applicable program regulations, and Hazard Mitigation Assistance (HMA) Guidance (2015), ensuring costs are reasonable, allowable, allocable, and necessary to the overall project. b) Funding is for approved indirect costs, direct administrative costs, and administrative expenses associated with this specific project and shall have adequate documentation. c) SRMC cannot exceed 5% of the total project costs awarded. d) SRMC is 100% federally funded and will be reimbursed based on actual costs incurred for each individual Request for Reimbursement (RFR) submitted with the required documentation. e) SRMC shall be reconciled against actual costs on a quarterly basis and annual basis. f) If the Final Project Reconciliation results in a reduction of total project costs, any resulting SRMC overpayment shall be reimbursed back to the State for return to FEMA prior to FEMA Closeout. This is FEMA project number 4337-121-R, and shall be reported under 4337-121-A. It is funded under HMGP, FEMA -4337 -DR -FL and must adhere to all program guidelines established for the HMGP in accordance with the PAS Operational Agreement for Disaster 4337. FEMA awarded this project on July 15, 2021; this Agreement was executed on January 27, 2022, and the Period of Performance for this project shall end on December 31, 2025. F) FINANCIAL CONSEQUENCES: If the Sub -Recipient fails to comply with any term of the award, the Division shall take one or more of the following actions, as appropriate in the circumstances: 1) Temporarily withhold cash payments pending correction of the deficiency by the Sub -Recipient. 2) Disallow all or part of the cost of the activity or action not in compliance. 3) Wholly or partly suspend or terminate the current award for the Sub -Recipient's program. 4) Withhold further awards for the program; or 224 5) Take other remedies that may be legally available. SCHEDULE OF WORK Phase II— Line Item Budget* State Contracting: 11 Months Construction Plan/Technical Specifications: 2 Months Bidding / Local Procurement: 2 Months Construction / Installation: 14 Months Local Inspections / Compliance: 3 Months State Final Inspections / Compliance: 11 Months Closeout Compliance: 10 Months Total Period of Performance: 53 Months BUDGET Line Item Budget* Phase II Project Cost Federal Cost Non -Federal Cost Materials: $6897700.00 $5177275.00 $1727425.00 Labor: $11167,638.00 $875,728.50 $2917909.50 Fees: $8,959.00 $65719.25 $27239.75 Initial Agreement Amount: $1,8665297.00 $1,3999722.75 $4663574.25 ***Contingency Funds: $935314.00 $69,985.50 $233328.50 Project Total: $15959,611.00 $11469,708.25 $4899902.75 ****SRMC SRMC: $341002.00 $34,002.00 SRMC Total: $34,002.00 $34,002.00 *Any line item amount in this Budget may be increased or decreased 10% or less, with the Division's approval, without an amendment to this Agreement being required, so long as the overall amount of the funds obligated under this Agreement is not increased. *** This project has an estimated $93,314.00 in contingency funds. Per FEMA Hazard Mitigation Assistance Guidance Part Vl, D.3.4 — Contingency funds are not automatically available for use. Prior to their release, contingency funds must be re -budgeted to another direct cost category and identified. Post - award changes to the budget require prior written approval from the Division (FDEM). The written request should demonstrate what unforeseen condition related to the project arose that required the use of contingency funds. 225 Project Management costs are included for this project in the amount of $0.00. **** Sub -Recipient Management Costs (SRMC) are included for this project in the amount of $34,002.00 in Federal funding. Per the Hazard Mitigation Grant Program Interim FEMA Policy 104-11- 1, SRMC provides HMGP funding to Sub -Recipients to efficiently manage the grant and complete activities in a timely manner. SRMC must conform to 2 CFR Part 200, Subpart E, ensuring costs are reasonable, allowable, allocable and necessary to the overall project. SRMC cannot exceed 5% of the approved total project costs awarded and shall be reimbursed at 5% for each Request for Reimbursement (RFR) submitted with the required documentation. If the Final Project Reconciliation results in a reduction of total project costs, any resulting SRMC overpayment shall be reimbursed back to the State for return to FEMA prior to FEMA Closeout. Funding Summary Totals Federal Share: $114693708.25 (75.00%) Non -Federal Share: $489,902.75 (25.00%) Total Project Cost: $159595611.00 (100.00%) SRMC (100% Federal) $347002.00 226 Attachment L Florida Accountability Contract Tracking System (FACTS) Requirements for Non-profit Organizations Under Section 216.1366, Florida Statutes Instructions and Worksheet PURPOSE: Section 215.985, Florida Statutes (F.S.), amended in 2023, requires that each contract for which a state entity makes a payment pursuant to a contract executed, amended, or extended on or after July 1, 2023, the Division shall post any documents submitted pursuant to s. 216.1366, F.S., which indicates the use of state funds as remuneration under the contract or a specified payment associated with the contract on the contract tracking system. CONTRACT DOCUMENTATION REQUIREMENTS Section 216.1366, F.S., amended in 2023, establishes new documentation requirements for any contract for services executed, amended, or extended on or after July 1, 2023, with non-profit organizations as defined in s. 215.97 (2)(m). F.S. The contract must require the contractor to provide documentation that indicates the amount of state funds: • Allocated to be used during the full term of the contract for remuneration to any member of the board of directors or an officer of the contractor. • Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the contractor. The documentation must indicate the amounts and recipients of the remuneration. Such information must be included in the contract tracking system maintained pursuant to s. 215.985 F.S. and must be posted on the contractor's website if the contractor maintains a website. • As used in this subsection, the term: o "Officer" means a Chief Executive Officer (CEO), Chief Financial Officer (CFO), Chief Operating Officer (COO), or any other position performing an equivalent function. o "Remuneration" means all compensation earned by or awarded to personnel, whether paid or accrued, regardless of contingency, including bonuses, accrued paid time off, severance payments, incentive payments, contributions to a retirement plan, or in-kind payments, reimbursements, or allowances for moving expenses, vehicles and other transportation, telephone services, medical services, housing, and meals. o "State funds" means funds paid from the General Revenue Fund or any state trust fund, funds allocated by the Federal Government and distributed by the state, or funds appropriated by the state for distribution through any grant program. The term does not include funds used for the state Medicaid program. Note: This "Instructions and Worksheet" is meant to explain the requirements of the Section 216.13663 F.S., amended in 2023, and give clarity to the attached form distributed to recipients and sub -recipients for completion. All pertinent information below should be filled out, signed, and returned to the project manager. NON-PROFIT ORGANIZATION REMUNERATION INFORMATION 1. Is your business or organization anon -profit organization as defined in s. 215.97 (2)(m). F.S.? Yes ❑ No X If the answer to Question 1 is "Yes," continue to Question 2. If the answer to Question 1 is "No", move to the signature block below to complete the certification and submittal process. 2. Will state funds be used as remuneration to any member of the board of directors or an officer in your business or organization? Yes ❑ No ❑ If the answer to Question 2 is "Yes," provide the information required in the "Total Compensation Paid to Non -Profit Personnel Using State Funds" form below. A separate form should be completed for each member of the board of directors or officer being compensated using state funds. If the answer to Question 2 is "No", move to the signature block below to 227 complete the certification and submittal process. Total Compensation Paid to Non -Profit Personnel Usinq State Funds Name: Title: Agency Agreement/Contract # Total Contract Amount Contract Term: Line Item Budget Category Total Amount Paid Amount Paid from State Funds Salaries Fringe Benefits Bonuses Accrued Paid Time Off Severance Payments Retirement Contributions In -Kind Payments Incentive Payments Reimbursements/Allowances Moving Expenses Transportation Costs Telephone Services Medical Services Costs Housing Costs Meals CERTIFICATION: I certify that the amounts listed above are true and accurate and in accordance with the approved budget. Name: Signature: Title: Date: 228 DIVISION OF Ron DeSantis Governor R STATE OF FLORIDA EMERGENCY January 27, 2022 Ms. Angela Prymas, Senior Engineer City of Boynton Beach 124 East Woolbright Road Boynton Beach, Florida 33435 MANAGEMENT Kevin Guthrie Director Re: Project # 4337-121-A City of Boynton Beach, Lakeside Gardens Improvements Drainage Project, Phase II Dear Ms. Prymas: Enclosed is the executed Hazard Mitigation Grant Program (HMGP) contract number H0712 between the City of Boynton Beach and the Division of Emergency Management. Please email all Requests for Reimbursement (Attachment D) to the project manager at Debbie,.Nlliaims The Project Manager for this contract is: Ms. Debbie Williams, Project Manager Florida Division of Emergency Management 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 If you have any specific questions regarding the contract or the Request for Reimbursement form, please contact Ms. Debbie Williams at (850) 815-4522. MEA/mya Enclosure Respectfully, Laura Dhuwe Digitally signed by Laura Dhuwe DN: cn=Laura Dhuwe, o=DEM, ou=Mitigation, email=Laura.Dhuwe@em.myflorida. Com, c=US Date: 2022.01.27 12:50:59 -05'00' Miles E. Anderson for Bureau Chief, Mitigation State Hazard Mitigation Officer DIVISION H E A D Q U A R T E R S Telephone: 850-815-4000 STATE LOGISTICS RESPONSE CENTER 2555 Shumard Oak Boulevard www.,IFlloirlidalDlisas-teir,.oira 2702 Directors Row Tallahassee, FL 32399-2100 Orlando, FL 32809-5631 229 Agree Number-. H0712 Project Number4337-121 -A 111' 1111 `�Iliil 11 1111 1 i1q, 1171 2 C.F.R. §200A states that a subaward may be provided through any form of liegal agreement, including an, agreement -that the) pass-through entity considers a coas It As defined by 2 C.F,.R. §200.1, pass-through entity means "'a non-Fecleral entity that provides v subaward to a subrecipient to, carry out part ofa Federal program. 3) As d efi n ed by 2 C. F'. R. 1§2010.1 5 " S u b-Relcipie nt IF means "an entity, usually but not limited to nori- Federalentities that receives a subaward from a, pass-throulgh entity to carry out part of a Federal 3SHM "Federal award" means "'Federal financial assistance that a non- -As Federal entity receives directly from a Federal awarding agency or indirectly, from a pass-through entity., As defined by 2 C.F. R . §200.1 t Usubaward 71 means "'an award provi'ded by a pass-through entity to a Sub -Recipient for 'the Sub -Recipient to carry out part o1fa Federal award received ' the pass-through entity. ly The following information is provided pursuant to 2 C.F.R. §200.332. Sub-Reciplent's name- City of Boynton Beach Sub-Recipientis, uniquie enfity identifier (FEIN)i, Federal Award Identification Number TAIN)* Fedieral, Award Date: Amount of FederalFunds Obligated by this Agreement. Total Amount of Federal Funds Obligated to, the Sub ­Recipient by the pass-through entity to include thAgreement 'T'otall Amount of thie Federal Award committed to the Sub - Recipient by the pass-through entity Federal award project descript] I on (slee FFATA)- Name of Federal awarding agency: Name of pass-through entity: Contact information for the plass-through entity: Catalog of Federal Domestic Assistance (CFDA) Number and Name: Whether the award is R&D: 59-6000282 FEMA- DR ­4337 -FL 2021 Upon execution, through December 31, .2023 $8001752.00 $800,752,00 $800752.00 Drainage, Phase 11 Federal Emergency Maa�nement Agency FL Division of Emergency com DielbbieMilliaMs Dem my lori'da. Indirect cost rate for the Federal award,- N/A 230 THIS AGREEMENT is entered into by the State of Florida, Division of Emergency Management, with headquarters 'in Tallahassee, Florida (hereinafter referred to as the "Division"), and the City of Boynton Beach, (hereinafter referred to as the "S u bi-Rel p lent"'). For the purposes of this Agreement, the Division serves as the pass-through entity for a Federal I 13!� 1 01 A. The Sub -Recipient represents that 'it 'I's fully qualified and eligible to receive these grant funds to provide the services 'Identified herein, B. The State of Florida received these grant funds from the Federal government, and the Division has the authority to subgrant these funds to the Sub -Recipient upon the terms and conditions outlined below; and, C. The Division has statutory authority to'disburse the funds under this Agreement. OWN ......... . . . IIIII III iq;j III III I Not award inaccordance with state laws and procedures for expending and accounting for the state's own funds." Therefore, section 215,971, Florida Statutes, entitled "Agreements funded with federal or state assistance", applies to this Agreement. UP; 200, entitled "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. L A provision specifying a scope of work that clearly establishes the tasks that must be received and accepted 'in writing by the Division before payment. Each deliverable must be directly related to the scope of work and specify the required minimum level of service to Wwwrmed and the criteria for evaluating the successful completion of each deliverable. P ��111 I � I � � � � I I I I I I I I I I � � I I I I I 111111i�ll Ifl. A provision speci 1 i Ii 1111111 111111111i;i� # =10 V. A provi 1p q Iliq MUM =11=* 111111I I I IN 6 231 vi. A provision specifying that any funds paid in excess of the amount to which the Sub -Recipient is entitled under the terms and conditions of the agreement must be refunded to the Division. c. In addition to the foregoing,, the Sub -Recipient and the Division shall be governed by all applicabl�e State and Federal laws, rules and regulations I including those identified in Attachment B. Any express reference in this Agreement to a particular statute, rule, or regulation in no way implies that no other statute, rule, or regulation applies. i. Monitor and document Sub-Reciplent performance; and, ii. Review and document all deliverables for which the Sub -Recipient requests N 232 1. The name and address of the Representative of the Sub -Recipient responsible for the administration of this Agreement is: Ms. Angela Prymas, Senior Engineer City of Boynton Beach 124 East Woolbright Road Boynton Beach, Florida 33435 Telephone-, 561-742-6421 Email: PrymasA@bbfl. us 2. In the event that different representatives, or addresses are designated by either party after execution of this Agreement, notice of the name, title and address of the new representative will (4) TERMa..6ND CONDITIONS Thi's Agreement contains all the terms and conditions agreed upon by the parties. This Agreement may be executed in any number of counterparts, any one of which may Z (6) MODIFICATION Either party may request modification of the provisions of this Agreement. Changes which are agreed upon shall be valid only when in writing, signed by each of the parties, and attached to (7) SCOPE OF WORK The Sub -Recipient shall perform the work in accordance with the Budget and Scope of (8) w"" OF AGREEMENT Thi's Agreement shall begin upon execution by both parties and shall end on December 31, 2023, unless terminated earlier 'in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the, definition of "'period of performance" containedin 2 C.F.R. §200.77, the term Uperiod of agreement " refers to the time during which the Sub-Reciplent "may incur new obligations to carry out the work authorized under" this Agreement. In accordance with section 215.971 (1)(d), Florida Statutes, the Sub -Recipient may expend funds authorized by this Agreement "only for allowable costs resulting from obligations incurred during" the period of agreement. (9) FUNDING a. This is a cost -reimbursement Agreement, subject to the availability of funds. rd 233