Loading...
R24-1721 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 RESOLUTION NO. R24-172 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT WITH THE GOODYEAR TIRE & RUBBER COMPANY FOR THE PURCHASE OF TIRES FOR THE CITY'S FLEET VEHICLES ON AN AS -NEEDED BASIS WITH AN ANNUAL EXPENDITURE NOT TO EXCEED $400,000; PROVIDING AN EFFECTIVE DATE; AND FOR ALL OTHER PURPOSES. 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 contract no. 24155, Tires, Tubes, and Services; and WHEREAS, on June 12, 2024, the State of Florida signed a Participating Agreement for an Alternate Contract Source with The Goodyear Tire & Rubber Company ("Vendor") to utilize the National Association of State Procurement Officials (NASPO) ValuePoint and awarded a three (3) year agreement No. 25172500 -24 -ACS (the "State Agreement"), commencing July 1, 2024, with three (3) additional one-year renewal options; and WHEREAS, the City desires to obtain tires and services on an as -needed basis; and WHEREAS, the City's Purchasing Policy Section X — Alternatives to Formal Sealed Bids, provides authority for the City to acquire or contract for services without utilizing a sealed competitive method or the written quotations methods where the desired services are the subject of an agreement that utilizes another government entity's contract, provided that the contract was awarded based strictly on competitive bidding; and WHEREAS, in order to acquire Tires to be stocked at the Warehouse for the City's Fleet within the City, the City's Materials and Distribution Division is requesting the City enter into a Piggyback Agreement with the Vendor to obtain tires and services; and WHEREAS, the City and Vendor have agreed to allow the City to piggyback the State Agreement; and WHEREAS, the State Agreement utilizes local authorized resellers, which are located statewide for each contractor under this contract, and authorizes eligible users to contact the authorized reseller(s) directly to place an order using the State Agreement; and WHEREAS, pursuant to the State Agreement, payments shall be made directly to the 33 authorized reseller; and 34 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it to be 35 in the best interests of the City's citizens and residents to approve a Piggyback Agreement with 36 The Goodyear Tire & Rubber Company for the purchase of tires and related services for the City's 37 fleet vehicles on an as -needed basis, with an annual expenditure not to exceed $400,000. 38 39 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 40 BEACH, FLORIDA, THAT: 41 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 42 being true and correct and are hereby made a specific part of this Resolution upon adoption. 43 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 44 approve a Piggyback Agreement between The Goodyear Tire & Rubber Company and the City for 45 the purchase of tires for the City's fleet vehicles on an as -needed basis with an annual expenditure 46 not to exceed $400,000 (the "Piggyback Agreement"), in form and substance similar to that 47 attached as "Exhibit A." 48 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 49 authorizes the Mayor to execute the Piggyback Agreement and such other related documents as 50 may be necessary to accomplish the purpose of this Resolution. 51 SECTION 4. The City Clerk shall retain one fully executed original of the Piggyback 52 Agreement as a public record. A copy of the fully executed Piggyback Agreement shall be 53 provided to Michael Dauta to forward to the Vendor. 54 SECTION S. This Resolution shall take effect in accordance with law. 55 56 [signatures on the following page] 57 58 59 60 61 PASSED AND ADOPTED this day of -�_ 2024. 62 CITY OF BOYNTON BEACH, FLORIDA 63 YE� NO 64 65 66 67 C� 68 69 70 71 72 73 74 75 ATTEST. 76 77 78 Maylee De J s s 79 City Clerk 80 81 82 (Corporate Seal) 83 84 85 86 PA, M ���' QORP Rgo•l,� v: til : r; 'INCORpoRATED. '...1920 VOTE APPROVED AS TO FORM: Shawna G. Lamb City Attorney YE� NO Mayor — Ty Penserga Vice Mayor — Aimee Kelley C� Commissioner — Angela Cruz Commissioner —Woodrow L. Hay Commissioner — Thomas Turkin ���' QORP Rgo•l,� v: til : r; 'INCORpoRATED. '...1920 VOTE APPROVED AS TO FORM: Shawna G. Lamb City Attorney PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND THE GOODYEAR TIRE & RUBBER COMPANY laS�- This Piggyback Agreement is made as of this(��day of4u , 2024, by and between THE GOODYEAR TIRE & RUBBER COMPANY, with a principal address 200 Innovation Way, Akron, OH 44316, hereinafter referred to as "Vendor," and the CITY OF BOYNTON BEACH, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as "City." RECITALS WHEREAS, the State of Iowa, acting by and through National Association of State Procurement Officials (NASPO) ValuePoint, competitively procured tires, tubes, and services and executed 24155, Tires, Tubes and Services WHEREAS, on June 12, 2024, the State of Florida, signed a Participating Agreement for an Alternate Contract Source with Vendor to utilize the National Association of State Procurement Officials (NASPO) ValuePoint and awarded a three (3) year agreement No. 25172500 -24 -ACS (the "Master Agreement"), commencing July 1, 2024, with three (3) additional one-year renewal options; and WHEREAS, the City desires to obtain Tires and services on an as -needed basis; and WHEREAS, the City's Purchasing Policy Section X — Alternatives to Formal Sealed Bids, provides authority for the City to acquire or contract for services without utilizing a sealed competitive method or the written quotations methods where the desired services are the subject of an agreement that utilizes another government entity's contract, provided that the contract was awarded based strictly on competitive bidding; and WHEREAS, in order to acquire Tires to be stocked at the Warehouse for the City's Fleet within the City, the City's Materials and Distribution Division is requesting the City enter into a Piggyback Agreement with Vendor to obtain Tires and services; and WHEREAS, the City and Vendor have agreed to allow the City to piggyback the Master Agreement, a copy of which is attached as Exhibit "A;" and WHEREAS, The Master Agreement utilizes local authorized resellers, which are located statewide for each contractor under this contract, and authorizes eligible users to contact the authorized reseller(s) directly to place an order using the Master Agreement; and Piggyback Contract - Easy Pay Tires WHEREAS, pursuant to the Master Agreement, payments shall be made directly to the authorized reseller. NOW, THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT 1. The foregoing recitals are true and correct and are hereby incorporated into this Agreement 2. TERM: The term of this Agreement commences on July 1, 2024, and will remain in effect until June 1, 2027, with three (1) one-year renewal options ("Term"). The City Manager is authorized to execute amendments renewing the Agreement on behalf of the City. The initial term and any subsequent renewals of this Agreement are subject to the renewal or extension of the Master Agreement. If the Master Agreement expires or is terminated during the Term, this Agreement shall terminate no later than six months after such expiration or termination of the Master Agreement. 3. CONTRACT TERMS: The Vendor agrees to provide Supplies and Services to the City on an as -needed basis through authorized resellers, on the same terms and in the same manner as set forth in the Master Agreement, a copy of which is attached hereto as Exhibit A, except as otherwise provided herein. All recitals, representations, and warranties of Vendor made by Vendor in the Master Agreement are restated as if set forth fully herein, made for the benefit of the City, and incorporated herein, except that all references to the "State of Florida" are hereby replaced with the "City of Boynton Beach." The City shall compensate Vendor, through its authorized resellers, pursuant to the rates set forth in the Master Agreement for the Supplies and Services in an annual amount not to exceed $400,000.00. 4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 Piggyback Contract — Easy Pay Tires 5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be mailed to: Boynton Beach Materials and Distribution Department Attn: Michael Dauta 222 NE 9t' Ave Boynton Beach, FL 33435. Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rates shall show the actual hours worked, person performing services, nature of the service, hourly rate, and dates(s) of service. Invoices may be submitted no more frequently than monthly. However, all services rendered prior to September 30th of any given year are required to be invoiced by September 30th of that year. Vendor shall provide W-9 with first invoice. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Vendor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Vendor of liability for the defective, faulty or incomplete rendition of the services. 6. TAX EXEMPT: Prices applicable to City do not include applicable state and local sales, use, and related taxes. The City is exempt from state and local sales and use taxes and shall not be invoiced for the same. Upon request, City will provide Vendor with proof of tax- exempt status. 7. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein shall be considered nor construed to waive City's rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 8. ATTORNEY'S FEES: In the event that either Party brings suit for enforcement of the Agreement, each Party shall bear its own attorney's fees and court costs. 9. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall comply with Florida's Public Records Law. Specifically, the Vendor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City's custodian of public records, provide the City 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, Fla. Stat. or as otherwise provided by law; Piggyback Contract — Easy Pay Tires C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Vendor shall destroy all copies of such confidential and exempt records remaining in its possession once the Vendor transfers the records in its possession to the City; and D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the City, all public records in Vendor's possession All records stored electronically by Vendor must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityCIerk(aD-bbfl.us 10. SCRUTINIZED COMPANIES - 287.135 AND 215.473: By execution of this Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel. The Vendor further certifies that Vendor 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 Vendor 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 the Vendor of the City's determination concerning the false certification. The Vendor 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, the Vendor 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 the Vendor 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. 11. E -VERIFY: Vendor shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including the registration and use of the E -Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall result in termination of this Agreement. Any challenge to termination under this provision Piggyback Contract — Easy Pay Tires must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this Agreement is terminated for a violation of the statute by Vendor, Vendor may not be awarded a public contract for a period of one (1) year after the date of termination. 12. DISPUTES: Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 13. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute the Addendum on behalf of the Party for whom he or she is signing and to bind and obligate such Party with respect to all provisions contained in this Agreement 14. TERMINATION FOR CONVENIENCE: This Agreement may be terminated by the City for convenience upon fourteen (14) calendar days of written notice by the terminating party to the other party for such termination in which event the Vendor shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. In the event that the Vendor abandons the Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. 15. TERMINATION FOR CAUSE: In addition to all other remedies available to City, this Agreement shall be subject to cancellation by City for cause, should Vendor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) calendar days' after receipt by Vendor of written notice of such neglect or failure. 16. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City, its elected and appointed officers, agents, assigns and employees, consultants, separtAe Vendors, an from and against claims, demands, or causes of action whatsoever, and the resulting losses, damages, costs, and expenses, including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders, judgments, or decrees, sustained by the City arising out of or resulting from (A) Vendor's P breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Vendor's, its agents, employees, subeentme-ters-, pwlieipmls, and d (C) Vendor's failure to take out and maintain insurance as required under this Agreement. Vendor's shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of the Agreement. For the avoidance of doubt, Vendor's authorized independent dealers are not ubcontractors for purposes of this agreement. 17. INSURANCE: At the time of execution of this Agreement, Vendor shall provide the City with a copy of its Certificate of Insurance reflecting the insurance coverage required by the Piggyback Contract — Easy Pay Tires Master Agreement. The Certificate of Insurance shall name the City of Boynton Beach, and its officers, employees and agents as an additional insured. 18. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Vendor beyond the amount remaining due to Vendor under the Agreement, regardless of whether said liability be based in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for punitive or exemplary damages or for lost profits or consequential damages. 19. INDEPENDENT CONTRACTOR: The Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that Vendor is an independent contractor pursuant to the Agreement and shall not be considered the City's employee for any purpose. 20. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times material to the Agreement, Vendor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes. Non-compliance may constitute a material breach of the Agreement. 21. ASSIGNMENT: In the event this Agreement and any interests granted herein shall be assigned, transferred, or otherwise encumbered, under any circumstances by Vendor, Vendor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any change of ownership of Vendor shall constitute an assignment that requires City's approval. Notwithstanding the foregoing, Vendor may, without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement. Vendor shall provide City written notice of any such corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement within thirty (30) calendar days of such event. 22. AGREEMENT SUBJECT TO FUNDING: The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. Early termination by City due to loss of funding shall not obligate Vendor to refund any prepaid fees. 23. ENTIRE AGREEMENT. The Agreement, including the Master Agreement, sets forth the entire Agreement between the City and the Vendor with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. 24. SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted Piggyback Contract — Easy Pay Tires 6 by law. 25. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF BOYNTO BEACH, FLORIDA THE GOODtR 'I RE RUBBER COMPANY i 110- Tns ,Mayor t s (Signature), Company Brian Dougherty Print Name of Authorized Official Approved as to Form: .A4cm tJ 6&b Shawna G. Lamb, City Attorney Attested/Authenticated: Maylee DJe s, City r(3cjR SEAL s ;INCORPORATED 1920./ Piggyback Contract — Easy Pay Tires Channel Manager Government Sales Title Attest/Authenticated: 7L-- �� (Signature), Witness Kenneth Miller Print Name (Corporate Seal) EXHIBIT A ALTERNATE CONTRACT SOURCE NO. 25172500 -24 -ACS FOR TIRES, TUBES, AND SERVICES, BETWEEN THE DEPARTMENT OF MANAGEMENT SERVICES, AN AGENCY OF THE STATE OF FLORIDA, AND THE GOODYEAR TIRE & RUBBER COMPANY Piggyback Contract — Easy Pay Tires DocuSign Envelope ID: AB3D1 13A-07DB-4B8E-9821 -FB5667848BA7 Department of MANAGEMENT SERVICES We serve those who serve Florida 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 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(c�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(a)goodyear.com Page 2 of 3 DocuSign Envelope ID: AB3D113A-07DB4B8E-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: 1`�w� o� Ryan a dron, Vice President 6/12/2024 1 1:43 PM EDT Date: DEPARTMENT OF MANAGEMENT SERVICES DocuSigned by: Vedi6'A11Me, Secretary 6/12/2024 1 3:36 PM EDT Date: Page 3 of 3 DocuSign Envelope ID: AB3D113A-07DB-4B8E-9821-FB5667848BA7 Department of MANAGEMENT SERVICES We serve those who serve Florida 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.sunbiz.orq), 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://vendor myfloridamarketplace.com). • Have a current W-9 filed with the Florida Department of Financial Services (https://flvendor.mVfloridacfo.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. 1 DocuSign Envelope ID: AB3D113A-07DB-4B8E-9821+B5667848BA7 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) DocuSign Envelope ID: AB3D113A-07DB-488E-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.myflorida.com/business operations/state /myfloridamarketplace/mf mp vendors/transaction fee and reporting. Assistance with transaction fee reporting is also available by email at fee processing CED myfloridamarketplace. 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) 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 30th 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 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) DocuSign Envelope ID: AB3D113A-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), 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) DocuSign Envelope ID: AB3D 1 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) 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), 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(a-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) 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) DocuSign Envelope ID: AB3D113A-07DB4B8E-9821-FB56678486A7 EXHIBIT B SPECIAL CONTRACT CONDITIONS JULY 1, 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 SECTION6. 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 60A-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 DocuSign Envelope ID: AB313113A-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 2 DocuSign Envelope ID: AB3D113A-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 DocuSign Envelope ID: AB3D113A-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), 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 DocuSign Envelope ID: AB3D113A-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 DocuSign Envelope ID: A13313113A-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 at httl)s://www.respectofflorida.org. 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 https://www.pride-enterprises.org. 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 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 DocuSign Envelope ID: AB3D113A-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 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 DocuSign Envelope ID: AB3D113A-071384HE-9821-F135667848BA7 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 Certification(s) 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 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)(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 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 DocuSign Envelope ID: AB3D113A-07DB-4B8E-9821+B5667848BA7 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 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 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 Department's 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 DocuSign Envelope ID: AB3D113A-07DB4B8E-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 DocuSign Envelope ID: AB313113A-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 DocuSign Envelope ID: A13313113A-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; Q) 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 uocubign tnvelope lU: AAbUtbbZ-bAtu-413t$-AaaS-UtUA14Abl UbU SECTION 3 PRICING EXHIBIT C 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# %e 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 (Per Tire) 3b. Bias 48% Goodyear Tire & Rubber Company 1/1/2024 Light Duty Trucks Medium Commercial/Heavy Duty Trucks/Buses 60%y Goodyear Tire & Rubber Company 1/1/2024 BS Off Road 30% Goodyear Tire & Rubber Company 1/1/2024 SV Sa. Off Road Radial 30% Goodyear Tire & Rubber Company 1/1/2024 - COMPUTER SPIN Sb. Off Road Bias 30% Goodyear Tire & Rubber Company 1/1/2024 B6 Agriculture/Farts NA NA NA B7 Industrial Tires 30% Goodyear Tire &Rubber Company 1/1/2024 88 Specialty Tires NA NA NA B9 EV Tires 48% Goodyear Tire & Rubber Company 1/1/2024 810 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 uOcubign tnveiope IU: AAbUttlbL-SAtU-413t3-AUbb-LIuAt4AbUUbU 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) STEMHeavy 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, Pursuit, Performance, Used tire recycle/disposal fee (per tire) SCRAP CHARGE 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 $38.007 Retread includes dismount of used tires and OUTSIDE tubes (per tire) Contract — Tires, Tubes, and Services 35 Uocubign Envelope IU: AASULbb2-bALU-413t3-A9tSS-UIUA/4AbUUbU 3.3 Internal Controls Contractor has incorporated internal controls based on product code pricing. Contractor shall not bill the Purchasing Entity for product code line items where the billed price is greater than the contract rate based on their internal controls in an effort to keep billing compliant with the Contract. Contract — Tires, Tubes, and Services 36 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 SV $53.50 Heavy Duty/Bus WITH VALVE (Single) tire) 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. Contractor shall not bill the Purchasing Entity for product code line items where the billed price is greater than the contract rate based on their internal controls in an effort to keep billing compliant with the Contract. Contract — Tires, Tubes, and Services 36 NASPO Pricing Effective 07/01/2024, Expires 01/31/2025 zo(D® '-IM. BPrke Book Date: J m y 01, 2024 ps Preda:t code Tile Type Wrealre susul able 81.nd Wterlele TMs Lia SM and Description 81p Mem subs Dan Det Dl-ld FET9 Aqny Pries 1111202/ 732005583 POYce Pawl Erdmcr 255MR18 108V EAG ENFORCER TL 25560818 Awi4W 5 767.37 S 127.00 S 732010563 Pole a P,," Enforcer 275/55820 113V EAG ENFORCER TL 275155R20 M.A bb 5 3... f 182.00 S 732003558 Police Pawl Ya Goodyes, EVS F darner AN Wa 2256OR18 100V EAG ENFORCER AAV TL 225/80R18 MaKable 5 796." S 141.00 S 732008558 Police Pusan Ya E7darow AN WSWW 23515OR1796V EAG ENFORCER AlW TL 235/50R17 Ava4able $ 2p42 f 157.00 $ 732004558 Police Purauil Yes Ent -AN W.0- 245155R18 103V EAG ENFORCER AM TL 245155R78 Available $ 3363. f 159.78 $ 732005558 Pa . Pursuit Ya Er9orcer AN Wea&- 255MR18 108V EAG ENFORCER A/W TL 25560818AvakEle 5 .7.31 f 140.00 S ures 732001558 POAce Pt Yes Good ErMoI vv AN WsaOA/Ww MAX)R17108V EAG ENFORCER ATL 9580R17 Available 5 296" S 141.00 f 732010558 Poace Pawl yea ll 5S113V EAG ENFORCER AlW TL EMor-AN Weer 275R20 27555R20 Mad. ile $ 37695S 180.00 f 732010567 POMce Pl aw Enforcer Winter 275155R20 113V EAGLE ENFORCER WINTER 275/55820 Available $ 351.6. f 167.00 f 732003567 Ptlice P -M Enforcer Winter 22560R18100V EAGLE ENFORCER WINTER 225MR18 Avulebb 5 2a3x 6 130.00 f 732004567 Poke P -A Enfmw Winler 245/55RIB 103V EAGLE ENFORCER WINTER 245155R18 Avadable 5 3163x S 164.00 f 732009563 Palos Weld Goodyear Eagle Enlacer Winter 25580RIS 108V SL EAG ENFORCER WINTER 255/60818 Available 5 33x.63 $ 158.00 f 732006567 Poke P -u ft Enk.. Winter 26MR17 108H EAGLE ENFORCER WINTER 26580R17 Avrible 5 795.67 S 140.42 f 104017588 Poke Wean Ya EV, 60derale 245145ZR20 XL 103Y EAGLE EXHILARATE 245145ZR20 Available $ 367.72 S 182.65 f 732028500 Poilcs P -d Goodyear E.O. RS -A 24555318 103V EAGLE RS -A VSB TL 245/55818 Med" 5 2"M 6 132.00 $ 732354500 Poilcs Pawl RSA P22WOR16 97V S2 EAG RS -A VSBRPTL P22560R16 A.Mabl. $ 231.59 S 110.00 $ 732312500 Police Pasu4 Godyeer Eagde RS -A P225MOR18 99W SL EAG RSA VSBRPTL P225MR18 Available $ .ze S 120.00 f 732278500 Police Pv RSA P23550818 99W XL EAG RSA VSB TL P23515OR18 Available 5 317.99 $ 151.00 S 732002500 Police Pawl Goodyear Egi, RSA P23515SR17 98W S2 EAG RSA VSBRPTL P235155R17 A-WhIa $ .2.11 $ 110.00 $ 732297500 Poke l asul Goodyear EqW RS -A P235155R17 98W S2 EAG RSA VSBRPTL P235155R17 Avalabl. $ 265.26 $ 126.00 S 732523500 Police Pursue Goodyear E.O. RSA P285/80R17 108V SL EAG RSA VSBRPTL P265MR17 Awiable $ 273" f 130.00 S 732354148 Poice Puwt Goodyear EgI, RSA Pia P22560R16 97V $2 EAG RSA PLUSVSBRPTL P225WRlO Available $ 242.11 S MAO S 109064388 P.bw P-1 A5 235/50R17 96W SL EAGLE SPORT A5 VSSTL 235150R17 Av dab. $ 709.13 f 98.86 $ 147354070 Police Pa Ul" Gnp GW2 P225WR1697V S2 EAG UG GW2BCSRPTL P225150R16 Avaiabls 5 214. 6 102.00 S 166041528 Poke Pasul Ube Grip GW3 235/50RIO 101V XL EAG UG GW3 VSBTL 23550R18 Available 5 370.00 S 152.00 f 186579530 Polies Pasul UMro Grip GW3 P23Sf55R1798V S2 EAG UG GW3 VSBRPTL P23555R17 Avallebb 1 $ .31. f 125.00 $ 748958571 Police Pawl Goodyaw W AT Ad-LT27"SR18 1135 C WRL AT ADVENTURE OWL LT27565R18 Available 5 - S 140,49 f 113007894 Police P-0 W Enforcer AT 27SISSR20 113 H W RL ENFORCER AT 27&551120 AvaiaOb 5 40D... 6 190.00 f 108028861 Pd -P -ft W Erdorcer AT LT285r70R18113HCWRLENFORCERAT LT9570R18 Available 5 42661 S 202.64 $ 407739374 Pa Aawaca AFSaaan 185MOR15 94T SL ASSURANCE ALLSEASON 18518OR15 Available $ 1.42 $ 6751 f 407106374 Passenger Good A-- 185M5R14 88T SL ASSURANCE ALLSEASON 18 5 /8 5111 4 A'.11" 5 11265 f 58.56 f 407259374P Aawrlca AFSes6on 185/85R7588TSL ASSURANCE ALLSEASON 18SM5R15 Available $ ]3493. f 09.88 $ 407787374 Passerger Goodyear Asarnca AILS- 195/55R1687TSL ASSURANCE ALLSEASON 195551118 Msdabls $ m.p S 80.90 f 407740374P Assaars AFSesaan 19S60R1588T SL ASSURANCE ALLSEASON 19SWR15 Available 5 131.31 $ 88.28 f 407477374P A-. 1956587591 T SL ASSURANCE ALLSEASON 195/65R15 Available 5 1.3462 S 70.00 $ 407788374P Aswerlte Al,a- 205150R1887H SL ASSURANCE ALLSEASON 205/50RIO Available $ 17321 S 90.07 f 40758237/ P Asserts AFSpaon 2M50R17 B9V SL ASSURANCE ALL -SEASON 20515DR17 Avaleble $ 197.4. f 102.64 S 407781374 Passwipw Goodyear Ass-cs AFS- 205155RIC 91H SL ASSURANCE ALLSEASON 205155RIO Available $ u2.A $ 74.25 f 407212374 Passenger Goodyear Assaarw AfS- 20560R16 92T SL ASSURANCE ALL -SEASON 205180R18 Miele* $ 157.9 S 82.00 S 40747837/ Pa Aeauer¢s AFSaaen 20565R15 MT SL ASSURANCE ALL -SEASON 205/85R15 M d b. $ x333 $ 74.53 S 407780374P Aaraerlee ABSeswn 20565R1895H SL ASSURANCE ALLSEASON 20565878 Available $ 165.95 $ 86.20 $ 407785374 PwseNw Goodyear Asaaacs Al-Fieswn 20570R15 96T SL ASSURANCE ALLSEASON 205170R15 AvWW* $ I... f 67.94 f 407568374 Pa Aaerrerles Al -Saipan 21514SR178N SL ASSURANCE ALLSEASON 215/45877 Available 5 1%" S 102.20 $ 407790374P A- AFS- 21550R1791H SL ASSURANCE ALL -SEASON 21515DR17 Available $ - f 164.15 S 407525374 Pa Aaavacs ALSpam 21555R1893H SL ASSURANCE ALL -.SEASON 215/55816 M.I.M. 5 "7931 S 87.00 S 407213374 PasserW Goodyear Apaerles Al -Season 215155R1794H SL ASSURANCE ALL -SEASON 215155R/7 Available 5 195.13 f 101.47 f 407562374 Asauncs AOSsasan 21560R1695T SL ASSURANCE ALLSEASON 21560816 Avaable 5 "7.69 f 92.00 f 407348374 P Aawacs Al -S- 215WR17 96T SL ASSURANCE ALL -SEASON 21560R17 Available 5 .621 S 97A7 S 407010374 Pa AEerrnes Al-Sesson 21565RIG 98T SL ASSURANCE ALL -SEASON 21565R16 Available 5 -oo f 00.80 f 407719374 P Aaauana AeS- 21 S65R1799T SL ASSURANCE ALL -SEASON 215MSR17 Available $ lns6 S 93.01 S 407782374P Aasaa¢e AlSeswn 21 S170R1 B 1007 SL ASSURANCE ALLSEASON 215r70R/6 Available 5 lA.a S 93.54 $ 407003374 Pa A- AI-Sesson 225145R1791V SL ASSURANCE ALL -SEASON 225145R17 Available 5 195.9. f 101.91 $ 407938374 P Assents A*,S- 225145R1891V SL ASSURANCE ALLSEASCN 224/45R18 Avdabb 5 7.045 S 104.23 $ 407372374 PaIA--AN-S- 225/WR17 94V SL ASSURANCE ALL -SEASON 22515OR17 Mule* $ 196.7 f 102.37 $ 407165374 P Anwnca All es 225/551118 95H SL ASSURANCE ALL -SEASON 225/551118 Available $ 16690 3 86.79 S 407726374 Passenger Goodyear Asauaice ABS- 22555817 OTT SL ASSURANCE ALL -SEASON 225/55817 Available 5 20659 6 106,47 f 407867374 P Aawerlca AFSepon 225155R18 98H SL ASSURANCE ALLSEASON 22555R18 Available 5 212.3 f 11327 f 407930374 Peasany, Goodyear Aa-AFSeesan 225155R1999V SL ASSURANCE ALL -SEASON 225/55819 Mailable 5 .7.91 f 13027 f 407715374 P Aswrace AFSeasan 22S60R1B 98T SL ASSURANCE ALL -SEASON 225060R16 Available $ 1"916 $ 95.36 f 407723374 Pa A6wrriea AFS- 225,WR17 99T SL ASSURANCE ALLSEASON 225780R17 A.M" $ m... 6 164.00 f 407705374P Anuncs AFSesmn 2256081810011 SL ASSURANCE ALL -SEASON 22580818 A%.dWA. $ 101.92 S 105.00 f 407786374 Passerger Goodyear Aasaarw AI-Seaetn 225/85818 1007 SL ASSURANCE ALL -SEASON 22565818 Available 5 16297 f 84.72 f 407285374 Pa A-AAFS- 22565817 1027 SL ASSURANCE ALL -SEASON 225MSR17 Aa6a140 $ 111.86 S 100.29 f 40737B374P sante AAlSaasan 22YMR16103T SL ASSURANCE ALL -SEASON 22570R16 Available 5 IM27 6 B8A4 S 407991374 P Asarace AIS- 23545818 94V SL ASSURANCE ALLSEASON 23545818 Mod" 5 N1.3a S 125.52 f 407004374 PwswM Goodyear Assents AFSsaecn 235/50818 97H SL ASSURANCE ALLSEASON 2355OR18 AwNabb 1 $ 213.46 f 111.00 f 407598374 Pa Asaracs AIS- 23555317 99T SL ASSURANCE ALL -SEASON 23555817 Availed. 5 M... S 104.00 f 407826374 PssswW Good Assumes AFSpwn 2$$56818 100H SL ASSURANCE ALL -SEASON 235/55718 Available 5 L. S 125.82 6 407924374 Pa Aswrnce AFS- 23555819 101H SL ASSURANCE ALL -SEASON 23555819 Available $ .113 f 146.19 f 407784374 Pa Assvarw AFSessan 23.S60R18 7007 SL ASSURANCE ALL -SEASON 2351WRIO Awlabls 5 17LO S 89.28 f 407323374 P Aasaa¢e AFS- 23560817 1027 SL ASSURANCE ALLSEASCN 23560817 Modebb $ 319.92 S 107.08 $ 407815374 P Acwralce AFS- 23580R18 103H SL ASSURANCE ALL -SEASON 235WRIS Available 5 2..07 f 122.70 f 407207374 P Asarace AIS- 23565818 103T SL ASSURANCE ALLSEASON 23565R78 Avdabla $ 130,41 $ 95.81 $ 407722374 P Assaerca AFS- 23565877 1047 SL ASSURANCE ALLSEASON 23585817 Available $ 21422 f 111.39 S 407885374 P Assante N -S- 23565R/8 106H SL ASSURANCE ALL -SEASON 23565818 Aad b. $ 73.79 f MAT $ 407886374 P Aswan. AlS- 23570R16 LOST SL ASSURANCE ALLSEASON 23517ORIG Mod" $ 19202 1 f 99.96 $ 407005374 PmswW Goodyear Aswan" AFSaaan 24545R18 96V SL ASSURANCE ALL -SEASON 24545318 Available 5 27309 f 142.01 $ 407870374 Pa Assuan. AIS- 24515OR20 102H SL ASSURANCE ALL -SEASON 24515OR20 Avalaida $ -..I f 02.00 $ 407971374 Pp Assurance AKS- 24555819103V SL ASSURANCE ALLSEASON 245155R19 Available $ 759.16 6 134.76 $ 407819374 P Aswan. AFSesean 24SWR18105H SL ASSURANCE ALL.SEASON 24560R18 Available 5 .4.73 S 132.45 $ 407008374 P Aswan. AII-S- 25515OR2010514 SL ASSURANCE ALL-SEASON2W5OR20 Available $ .6" f 130.38 S 413524582 Passenger Ya Goodyear Assueraa C-fort13- 20555R1691H SL ASSURANCE COMFORTDRNE 205155RIC Available 5 199.46 f 103.72 S 413570582 Passenger Yp Goodyear Ass -ince ComlorlDnw 205MOR1692V SL ASSURANCE COMFORTDRIVE 205BOR16 Av llabI. $ 197.50 $ 102.70 $ 413087582 P Ya Goodyear Asearna Camlordkiw 25565R18111H SL ASSURANCE CO4FORTDRNE 25565818 Available 5 30..03 $ 100.10 S 413088562 Passenger Ya Goodyear Assante Com/anDnw 27550820 109H SL ASSURANCE COMFORTDRIVE 2755OR20 Available 5 364. S 190.70 S 413780582 P Ya Goodyw Assaane CamfarlOdw 20565R1895H SL ASSURANCE COMFORTDRIVE 20MR16 Available 5 moa $ 103.00 $ 413032582 PassenW Ya Goodyear Aeaaerne CamlortDrlw 21545R1787V SL ASSURANCE CO4FORTDRNE 21545R17 Avalable 5 239.64 f 124.04 $ 413941582P Yea Goodyear A-ACamfanDnw 21550R1795V XL ASSURANCE COMFORTDRNE 215/50817 Available 5 237.10 f 123.20 S 413507582Passenger Yea Goodyear Asan. ComfonDrlw 215/55R16 97H XL ASSURANCE COMFORTDRIVE 2/555818 Aa ori le 5 .695 $ 104.40 $ 413340582 P Ya A-. ComfartDd- 215155R1794V SL ASSURANCE COMFORTDRNE 21555R17 AVW.N. $ 136" 3 125.06 $ 4138105821P Yea Aswan. CamfonDnw 2155SR18 95H SL ASSURANCE COMFORTDRIVE 215551118 Available 5 2..53 f 140.68 S 413571582 Passenger Ya Assn e C ,d dMw 21518ORIO 95V SL ASSURANCE COMFORTDRIVE 2156OR16 Avaable $ 19446 S 101.12 $ 413546582 P Yp Goodyes, A-. CamfanDnw 21 S60R1796H SL ASSURANCE COMFORTDRIVE 21560R17 A-lable $ 22499 f 119.07 S 413002582 PessenW Yes Goodyear Assam Comta7Dnve 21565R1698V SL ASSURANCE COMFORTDRIVE 21S65R16 Mailable 5 196" S 103.51 $ 413567582P Yes Assante CamlortOiw 2254587791V SL ASSURANCE COMFORTDRNE 22545R17 Available 5 .393 f 12634 $ 413017582 Yee Assam CamfonDn 225/45RIS 95V XL ASSURANCE COMFORTDRIVE 225/45818 Available 5 .2.19 f 136.34 f 413509582 Pa Yes Goodyea, Assaans CorfodDriw 22515OR 1794V SL ASSURANCE COM FORTDRIVE 22515OR17 Awlabb 5 .1.11 f 130.58 f 413003582 P Ya Goodyear Assam ComfortDnw 22550R18 95V SL ASSURANCE COMFORTORNE 22550818 Available $ 290. 6 150.94 f 413502582P Yee Goodyear Aasaans CambnDmb 225155R 1797V SL ASSURANCE COM FORTDRIVE 22555R17 Available 5 1"." s 132.51 f 413033582 P Yp Good Aw-e CamfcnDnw 22555Ri8 BBV SL ASSURANCE COMFORTORNE 225551118 A.W bla $ 27105 f 140.95 S 413019582 P Ya Goodyear Assante CamfodNw 22555819 99V SL ASSURANCE COMFORTDRNE 22555R19 Available 5 315.94 $ 164.9 $ 413005582P Ya GoodYea, Aswan. CamfwDnw 2256OR7799H SL ASSURANCE COMFORTDRNE 225MOR17 Available 5 me f 19.32 S 413363582 P Yp Goodyear Assaans CamlalDnw 225MR18 100H SL ASSURANCE COMFORTDRIVE 225/80R18 Available $ 262.14 $ 136.31 f 413517582 Peasarger Yee Goodyear Assaance CamfortDnw 225MSR17 102H SL ASSURANCE COMFORTDRIVE 22565817 Avalabb 5 7".0l S 126" $ 413021582 P Ya Goodyear Assaance ComlariDnve 23540819 96V XL ASSURANCE CO4FORTDRNE 23514OR19 AwYmla $ 299.24 6 155.80 S 413871582 P Yee Goodyear Assante CornfurtDnw 235/5318 64V SL ASSURANCE COMFORTDRIVE 23545R18 Available $ 413025582 Passarger Ya Goodyear Aswan. ComfonDnw 23545R1965H SL ASSURANCE COMFORTDRNE 23545819 Available $ 299.16 6 156.66 S 413018582P Vp Assaane CambnDriw 23550R189N SL ASSURANCE COMFORTDRNE 23550818 Availebb $ 191.93 f 155.]6 S 413024582P Ya Asante ComlalDnw 235/50R 1999V SL ASSURANCE COM FORTDRNE 1235MR19 I Available 5 300,4 i 166.36 f 413310582 P Ya Goodyear Assaarce ComfonDnw 1235155RI7 9H SL ASSURANCE COMFORTDRNE 1235155R17 I Available 5 2".39 6 157.48 f NASPO Pricing Effective 07/01/2024, Expires 01/3112025 Baan Prim Book Data: Jaxaxary 01, 2024 PrCodllaci I TM Typa I 3Matari b I Braxd I - - I Si.. ab Duerlplbn I - I - 64- on 11/8021 I Fapphcabb - 1-- --. --- 2iv55R1Alffl-I A-DRAM-.FCn4Ftv4 r -W9 2_a5155Rta 1 A,a,Y.1v. 1t asa se i 18744 a 1D).6e le9.p 16/.28 Zx7e3 1eo.ss 1n9s 17674 x�m 229.61 196.03 Ine1 xa90 xxae> 220.02 110930545 Pas 110407545 Pas A-Amex ff. Assuaxse Motii6s 225I55R79 99V SL ASSURANCE MAXLIFE VSB 225410R18 98H SL ASSURANCE MAX FE VSB 22SSSR19 22580R16 Avaaable Avaiable 5 303.63 i 5 3s $ 167.W $ 93.78 S 110979545 Pas Aesvrxce Ma6LIh 225A10R17 99H SL ASSURANCE MAXLIFE VSB 225/80R17 A-Wbb 5 Mia f /25.53 S 110383545 Pas Aawance Mad -ft 225,WR18 tOOH SL ASSURANCE MAXLIFE VSB 225160R78 AvW" 5 237.20 $ 123.34 S 110981545 Pas Aee-e MeA ft 225M5R17 102H SL ASSURANCE MAXLIFE VSB 2259SR17 Avaiabla $ 225.69 $ 117.38 $ 110940545 Pas C-wd ACLarxca Ma&ffe 235'40R18 91V SL ASSURANCE MA7(LIFE VSB 235/40R18 Avaibble 5 .5.12 f 12/.46 S 110918545 Pas Aawnce MaWle 235/40RIO 96V XL ASSURANCE MAXLIFE VSB 235/40R19 Avaaabla $ 2n.16 $ 144.44 f 110998545 Pas A -e Malife 235145RI794V SL ASSURANCE MAXLIFE VSB 23S45R17 A-M&I. $ 35639 S 133.32 $ 110936545 Pa Aswrxca!!.4k 23545R18 94V SL ASSURANCE MAXLIFE VSB 235145R18 Avaiabb 5 26350 f 137.02 $ 110931545 Pas oo G6 A-Malife 235'45R19 95H SL ASSURANCE MAXLIFE VSB 235/45R19 Avalable 5 254.31 $ 132.24 S 110950545 Pas A-M.ILZ 23515OR17 96H SL ASSURANCE MAX, IFE VSB D5/50R17 A. -A" 5 22143 S 115.14 f 110876545 Pas A-AMx de 235/5OR18 97V SL ASSURANCE MAXLIFE VSB 235/50R18 Avallabb 5 23362 f 142.28 $ 110933545 Pas Aawarsce Mabee 235150R19 99V SL ASSURANCE MAXLIFE VSB 235/50819 Avaiable $ 1%.66 S 154.26 S 110319545 P A6warxse MsiBe 235/55817 99H SL ASSURANCE MAXLIFE VSS 235/55R17 Avrhbb 5 237.97 S 123.74 $ 110498545 P Aswarxee Maude 235155R18 100V SL ASSURANCE MAXLIFE VSB 235/55R18 A-Mbls 5 ]9176 $ 151.73 S 110883545 Pas Aawance MniBe 23SSSR19101V SL ASSURANCE MAXLIFE VSB 235155R19 Avaiabla 5 296.01 S 153.93 S 110928545 P Asav>xce M.Lfa 235155R20 102V SL ASSURANCE MAXLIFE VSB 235155R20 Available 5 n4.e1 f 148.10 S 110488545 Pas Ateuaes Maxilla 235BOR17 102H SL ASSURANCE MAXLIFE VSB 23590817 Avaibble 5 zwA9 $ 121.13 S 110934545 Ps,,rgw Goodyear Asauance MaiBe 235WRlB 103V SL ASSURANCE MAXLIFE VSB 23S90R18 Ava9abM 5 2e3so S 147.58 $ 110198545 P A-M.Lff. 235165R1 104H SL ASSURANCE MAXLIFE VSB 235,05R17 Available 5 Z49.Sx S 129.75 S 110022545 P Aawanee Maxilla 23SB5R18 106V SL ASSURANCE IMAXLFE VSB 23SOR18 Avaiabb $ -.671 S 146.47 $ 110927545 P A-AMni6e 24515OR20 102V SL ASSURANCE MAXLFE VSB 245MR20 Available 5 24723 f 149.% S 110971545 P A- Md -ft 245/55819 103V SL ASSURANCE MAXLIFE VSB 245155R19 Avalable $ .7. S 149.81 S 110819545 P Goodyeer Am-ence Mn6.Ile 24WR18 105H SL ASSURANCE MAXLIFE VSB 245/80818 A-lieble $ 265.35 S 148.38 S 110002545 P Ass -e MniBa 25515OR20 105H SL ASSURANCE MAXLIFE VSB 255115OR20 - Low In $ x91 s9 f 151.63 f 110929545 P xca men ft 25555R20 107H SL ASSURANCE MAXLIFE VSB 255155820 Aw,W" $ 267.83 f 149.81 $ 110957545 P Asrraxca Max13a 26WRIS 110H SL ASSURANCE MAXLIFE VSB 26MR18 Avaiable 5 2Ko6 f 149.79 S 110939545 P Aawnxcs Msife P21S55R18 94H SL ASSURANCE MAXLIFE VSB P215155R18 Avaiabls 5 xszn S 131.44 $ 110943545 P A- Maxiee P21S65R17 98V SL ASSURANCE MAXLIFE VSB P215185R17 Aveli" 5 21138 $ 110.44 $ 110932545 Pas oa Gd A-AMnille P255MR19108H SL ASSURANCE MAXLIFE VSB P25516OR19 Ava89bM $ 265.71 f 148.57 S 110067545 Pas A-Maxi6e 255/50820 105V SL ASSURANCE MAXLIFE VSB 255/50820 Aveiable 5 30108 S 156.58 $ 767820537P Aswanc.W 19515R1687HSL ASSURANCE WEATHERREADY 195155RIO Aved" $e2 S 110.15 $ 767928537 Pas Vas Ass -e Waa6wRaad 235155R20102V SL ASSURANCE WEATHERREADY 235/55R20 Avrlabls 03 2022 5 3ss.19 $ 163.90 $ 767489537P Yes Asexrarxce WeMfwRaeO 19S65R1591H SL ASSURANCE WEATHERREADY 19S65R15 Avdable 5 1e).90 $ 97.71 f 767524537 P Vas Assurs ce WoWdwdlody 20S55R1691H SL ASSURANCE WEATHERREADY 205155RIO Avaiable 5 e0 $ 107.02 $ 767570537 Passelge, Yes Goodyw A.-- W 20590R16 92V SL ASSURANCE WEATHERREADY 20590816 Avalads 5 205.13 f 106.67 S 767780537P Vac Goodyear A-WeaBw 205,95R7695H SL ASSURANCE WEATHERREADY 205/85818 Avabble 5 20594 S 107.09 $ 787568537 P Yes Goodyeer A-- W 457 87V SL ASSURANCE WEATHERREADY 21581 215'45877 A.A.W. 5 x55.6a $ 132.61 $ 767988537P Vas Goodyear As -recce W,06,wRmdy 21515OR1796V XL ASSURANCE WEATHERREADY 21S50R17 Avalable 5 N9.Se f /29.73 S 767507537Pas Yes saua AW 21515SR1697HXL ASSURANCE WEATHERREADY 215/55RIO Avaiabb 5 2- $ 110.73 $ 767340537P Vas Assvanc.W 215155R1794V SL ASSURANCE WEATHERREADY 215/55817 Ava6abla $ N395 f 126.55 S 787007537 Pas Yss Asan * W 215/55R18 95H SL ASSURANCE WEATHERREADY 215155RIB Av.d" $ 28112 S 148.70 $ 767820537P Yss Assn W 215MR1695HSL ASSURANCE WEATHERREADY 215AWR18 Avaiable 5 Zola S 105.06 f 767322537P Vas AssuraxceW 215MR170GHSL ASSURANCE WEATHERREADY 21S90R17 A -W*, $ 2¢A f 126.25 3 767874537 Yes esv A . W 21"SR1698HSL ASSURANCE WEATHERREADY 21565R78 Awiabb 5 110.99 3 100.71 $ 787875537 Y-sw A -W 215/65R1799HSL ASSURANCE WEATHERREADY 21S65R17 Avallmle 5 -51 f 128.19 S 767782537 Pas Yes ssorrxce AWeaOwReaO 21SfMR16100T SL ASSURANCE WEATHERREADV 21517OR18 AvolaOb 5 259.00 S 134.68 S 787908537 P Vee Asan . Wea6wRaad 22545818 95V XL ASSURANCE WEATHERREADY 225145RIS A.WWAa 5 27- f 144.48 $ 787372537 Pas Yes Assuraxce WeatlwReaO 22550817 94V SL ASSURANCE WEATHERREADY 22SSOR17 Awlable 5 271.59 3 144.35 $ 787753537 P Vs A -e W..&.rR-dy 225155R1 97H SL ASSURANCE WEATHERREADY 22SI.R17 Avaiable 5 25663 S 134,49 S 787880537 Pas Ves Aasurrxce WealllarReaO 225/55818 98V SL ASSURANCE WEATHERREADY 225155R18 Avaiable 5 Ze6.40 S 148.93 S 787407537 P 787388537 Passaraar Vas Yes Goo06er Assuraxce WetlMrRaad Assvrca WaaBwReaOv 22516OR18 98H SL ASSURANCE WEATHERREADY 225410817 99H SL ASSURANCE WEATHERREADY 225/60RIO 1225MOR17 Ava1ab10 I Avalable 5 215.30 S 15 x66.61 S 111.96 $ 136.75 S - xnancl.._mmn. elxo.k«a )x�x. xe xaxams ul NASPO Pricing ea9n1n1e 07101n024, 6lpire6 olyduzoza Bw Prk:a Book Dab: January 01, 2024 Product Tke TYW Coda Wblabr SlrbkrbM Band m.wi.k TM L.kr 8104/ ab D -4r . IN- 11an16bbr ovt 904/ Ir1/e DM9: Dbeour"d FET 6 1118024 SKY Prb 767363537 Pa Ya Goodym Asvrance W -6 -Read 22590R18 100H SL ASSURANCE WEATHERREADY 22518ORIS A-bble 5 x04279 f 147.05 $ 767517537 Pa Ya Gadd Asaurrlce W.VJ-R-dy 22505817 102HSL ASSURANCE WEATHERREADY 22585R17 Avmbbl. 5 041. S 131.89 $ 767378537 Pa Ya Assumes W.WJ.,R.W 22570R18103T SL ASSURANCE WEATHERREADY 22570816 A -A" 5 251.0 6 130.67 S 767881537 PaGoodym ssumes AW.WJ rRsad 23545817 97V XL ASSURANCE WEATHERREADY 23545817 A-Wlle $ 293% 6 152.65 S 767871537 P Ya Assvance W-&-R-d 23545818 94V SL ASSURANCE WEATHERREADY 23545R18 A -bbl. 5 x9).99 S 154.95 $ 787988537 P Ya Assurrlce Wead-Rmd 23545R1995V SL ASSURANCE WEATHERREADY 235/45RIG Avalabls 5 30109 6 160.21 $ 787970537 P Ya Good Assumes W.WJrR.Wy 23550R1798V SL ASSURANCE WEATHERREADY 235SOR17 A,.dWm $ .9.x0 3 129.56 $ 787878537 P Y. ssumes AWaa0w8sad 23550R18 97V SL ASSURANCE WEATHERREADY 23550R18 Avaiabb 5 30153 f 157.04 S 767010537 P Ya Goodym Assurance Wemillmitmdy 23550RIO 99V SL ASSURANCE WEATHERREADY 23550R79 Avabbls 5 33)./9 6 165.00 $ 767181537 Pa Ya Assumes WWJrR,,dy 23555877 99H SL ASSURANCE WEATHERREADY 23555R17 AvMable 5 x61% f 147.06 S 767877537 P Ya Assumes W..hwR-dy 23555818 100V SL ASSURANCE WEATHERREADY 23555818 A.A ble 5 3ss.4a f 163.61 $ 767883537 P Ya Goodyw Assrncs W 23555819 101V SL ASSURANCE WEATHERREADY 23555R19 AvW" 5 314.92 $ 163.70 S 767488537 Pa Ya Goodyw Aasurrice W 235MR17102H SL ASSURANCE WEATHERREADY 235001117 A-lok" $ 2%A9 f 138.32 $ 767815537 Pa Ya Assurance W 2358OR1810311 SL ASSURANCE WEATHERREADY 235WRIS Awb01s 5 31116 S 161.60 S 787188537 PS,,W Ya Asrrrice W 23"5R17 104H SL ASSURANCE WEATHERREADY 235/85877 AwYsbb $ x75.04 S 143.48 S 767885537 Pa Ya Asv+rics W 235)55R18 106H SL ASSURANCE WEATHERREADY 235ASR18 Aval9ble5 3025/ f 157.32 $ 787014537 P Ya Assurance WoodlwRwd 2454SR181`0V XL ASSUR WEATHERREADV 24545RI8 Av�le 5 3b T7 S 17720 S 787870537 P Ya ssurrwe AWeWJiwftaody 24550R20102H SL ASSURANCE WEATHERREADY 2455OR20 A-Mble 5 33655 f 176.05 S 767890537 P Y. Goodym Assumn W..&.rR.My 24555R19 103H SL ASSURANCE WEATHERREADY 245/55RIO AW" 5 330.50 6 186.06 $ 787819537 Pg.Ya ssurance AW 245WR18 10SH SL ASSURANCE WEATHERREADY 245MOR18 Av*Wa 5 3xlss S 169.90 $ 787905537 P Va Assurrice W 25550819 107H XL ASSURANCE WEATHERREADY 25550819 A.WWIIe $ 36016 S 187.28 $ 787987537 P Ya Goodym Assume. W 25550R20 109V XL ASSURANCE WEATHERREADY 25550820 Avabbls 5 Mon S 164.24 $ 787903537 P Ya Goodym Assurrlce We 25555818 109V XL ASSURANCE WEATHERREADY 255/55818 Avdable 5 35/.54 S 154.52 S 767891537 Pa Ya Goodyw JA- WeatowlRudy 255551120 110H XL ASSURANCE WEATHERREADY 25555820 AVMlable 5 321. f 168.40 $ 767892537 Pa Ya Aarrres W.W- 25589R19109H SL ASSURANCE WEATHERREADY 255MOR19 AvWWd* 5 315.95 $ 164.29 $ 787894537 P Ya Assurance W 255MSRIS IIIT SL ASSURANCE WEATHERREADY 25"SR18 Avalabb 5 31 L. 3 172.17 S 767957537 P Ya Goodym Assurice W.W).,P..Wy 265WRIS IIOH SL ASSURANCE WEATHERREADY 29500818 Avabbla $ M97 S 170.02 S 104040390 Pa FI As A/S ROF 24540R2096V EAGLE F7 ASYM AIS ROF 2454OR20 AvW bls 5 335.% S 164.14 $ 794287347 PassmW Eag F1 Asym SUV 25550R19 SL EAG F1 ASYM SUV NO L 25550819 Avaisble 5 x%.71 S 155.86 S 112072591 P F1 25535ZR20 97Y EAG F1 SUPERSPORTNAO 25535R20 AvW.N. 5 sae% S 332.10 f 112071591 P F1 SupwSpw 315`0ZR21 10 EAG F7 SUPERSPORTNAO 31WWR21 Avdable 5 1... 6 354.40 S 104001568 Ps,,W Ya Egle Eatir 21545ZR/7 XL 91W EAGLE EXHILARATE 21545ZR17 A -A bb 5 x90405 S 108.19 S 104042568 PmswW Ya Ea1YMs 29540ZR22 XL 106Y EAGLE EXHILARATE 28540ZR22 Available $ /33.76 S 225.56 $ 104002588 Ya EWIII a 225140ZR18 XL 92Y EAGLE EXHILARATE 22540ZR18 Avabble 5 x32. 3 120.86 $ 104003588 Pa Va EalirMe 22540ZR19 XL 93Y EAGLE EXHILARATE 225140ZRIO AwMabla $ 3... f 158.10 $ 104004568 P Ya EON 281 225457 XL 94W EAGLE EXHILARATE 22545ZR17 A.WWA. 5 191.93 3 90.00 S 104005568 P Ya Goodym Eagie Eedr 225145ZRIO XL 95Y EAGLE EXHILARATE 22545ZR18 A-bbb 5 x..49 f 137.53 S 104008588 Pa Ya E li 22545ZR79 XL 96W EAGLE EXHILARATE 22545ZR19 AVMabb 5 n S 156.83 S 1040075W P Ya E Ai 22515DZRIS SL 95W EAGLE EXHILARATE 22550ZR18 Avaible 5 N3% 6 126.64 S 104008588 Pa Ya E*d1 23535ZR79 XL 91Y EAGLE EXHILARATE 23535ZR19 Avabble 5 2904% 6 155.46 f 104033568 P Ya Exhil M 23540819 XL 96Y EAGLE EXHILARATE 23540R19 AvW" 5 31). )/ S 16622 $ 104046568 Pa YaGoodym Egb Ex it 21St45ZRIS XL 93Y EAGLE EXHILARATE 21Sf45ZRIS Ava9able $ 230.63 S 11913 $ 104`09588 P Ya Goodyw JEgM EiirMs 23540ZR78 XL 95Y EAGLE EXHILARATE 23540ZR18 Ava9able 5 297.29 f 139.21 $ 104038588 Pa Ya Goodym Emgl, Ei" r 24535819 XL 93Y EAGLE EXHILARATE 24535R19 A -d" 5 336.89 S 175.15 $ 104010588 P Ya E4*r 24535ZR18 XL 92Y EAGLE EXHILARATE 24535ZR18 A..11abb $ x81.11 $ 146.16 S 104011568 Va EiirMs 24540ZR18 XL 97Y EAGLE EXHILARATE 245140ZR18 AwbbM 5 175.704 S 143.41 $ 104012588 PwsmW Ya EAirMe 24540ZR19 XL 98Y EAGLE EXHILARATE 24540ZR19 Awbbb 5 330.02 S171.61 $ 104013568 Paswngw Ya Ee&i 245140ZR20 XL 99Y EAGLE EXHILARATE 245/40ZR20 va AbbM 5 366.66 S 190.67 $ 104014568 Pa Ya Exhl M 245145ZR17 XL 99Y EAGLE EXHILARATE 245/45ZRI7 AwW bla 5 256/04 S 133.37 $ 104015588 Pa Ya Goodyw E,91, Eiirab 245145ZRIS XL 100Y EAGLE EXHILARATE 245/45ZR18 Aw1abM $ 361x6 f 135.86 S 104018588 Pa Ya Exl* M 24545ZR19 XL COZY EAGLE EXHILARATE 24545ZR19 Awhbla 5 329.% S 171.94 $ 104039568 Pa Ya Ennals 24550ZR19 XL 105W EAGLE EXHILARATE 24550ZR19 AvW" 5 32650 6 170.82 $ 104018588 Pa Ya EiirMe 255352818 XL 94Y EAGLE EXHILARATE 255r35ZR18 A,.A bl. 15 330.03 f 171.61 $ 104019568 Pa Ya Goodym Emgl, E lllw s 25595ZR19 XL 96Y EAGLE EXHILARATE 25595ZR19 AvW" 5 33612 f 174.75 S 104020588 Pa Ya Ex ir*. 2554021118 XL 99Y EAGLE EXHILARATE 255140ZRIS Avabbb $ 297.% f 154.93 $ 104021568 P Ya EAWr 255402819 A 1`0Y EAGLE EXHILARATE 28540ZR19 Avabbb 5 u f 154.15 S 104022588 Pa Ya Goodym Eglo EO*r 25545ZR19 XL 104Y EAGLE EXHILARATE 25545ZR79 AvdMtle 5 372.78 $ /0315 S 104023588 Pa Ya Eetl M 25550ZR19 XL 107W EAGLE EXHILARATE 2WSOZR19 Avabbb $ u6% f 201.01 $ 104024568 PS,,Vw Ya E**r 28535ZR19 XL 98Y EAGLE EXHILARATE 2e5/35ZR19 AvM" 5 M f 190.07 S 104025WS P Ya E~A. 28SMZR20 XL 99Y EAGLE EXHILARATE 265135ZR20 Avabbb $ 476u f 248.08 S 104026568 Pa Ya EiirMe 2753DZP20 XL 97Y EAGLE EXHILARATE 27530ZR20 Avalabb 5 38185 f 199.60 $ 104034588 Paswngw Ya E70irMe 27595819 XL 100Y EAGLE EXHILARATE 27538R19 Awbbls 5 357% S 105.98 $ 104035568 Pa Ya ExNlls 27535R20 XL 102Y EAGLE EXHILARATE 27535R20 Av.I b6 5 354 eb f 179.33 S 104027588 Pa Ya E"-" 275r35ZR18 SL 95Y EAGLE EXHILARATE 27535ZRIB Avaiable 5 35753 S 185.92 $ 104028568 Pa Ya EMWI 27540ZR78 SL 99Y EAGLE EXHILARATE 27540ZR18 AvMable 5 3..x2 S 180.39 S 104029588 Ya E*d-" 27540ZR20 XL 108Y EAGLE EXHILARATE 2754OZR20 AvMlable $ 376% 6 197.05 $ 104030588 Ya EiirMs 27545ZR20 XL 110Y EAGLE EXHILARATE 275/45ZR20 Awlable5 .2.46 S 198.05 $ 104032588 Ya Eatirale 28535ZR19 SL 99Y EAGLE EXHILARATE 285135ZRIG Avldable 5 4u.62 S 217.70 $ 104057588 Ya Goodyw Enle E*Ar 20545ZR17 XL 88W EAGLE EXHILARATE 20545ZR17 Ava9abb $ 711.x6 S 109.87 $ 104045588 P Ya EaNlr 23545ZR17 XL 97W EAGLE EXHILARATE 235145ZR17 Awbbk3 5 21933 S 114.05 S 104049588 Ya EdirMa 275140ZR19 XL 101Y EAGLE EXHILARATE 27540ZR19 Avabble $ 4%.% f 211.63 $ 104053588 Ya Goodym Eso E*dr 255/55ZR19 XL 111Y EAGLE EXHILARATE 25555ZR19 Ava lbls 5 3..22 S 109.79 S 104058588 Ya EAAr 2853DZR29 XL 99Y EAGLE EXHILARATE 28530ZR20 AwBable 5 3%90 f 201.19 $ 104052568 P Ya ExNl M 24535ZR20 XL 95Y EAGLE EXHILARATE 245135ZR20 AV.Mble $ 34606 S 707.00 S 104047588 Ya li4d s 25S95ZR20 XL 9TY EAGLE EXHLARATE 255/35ZR20 A-11" 5 3%.% f 17811 $ 104055568 PmwrW Ya E*dr 285/35ZR20 XL 104Y EAGLE EXHILARATE 285135ZR20 Av.Wbi. 5 3%.77 S 154.48 $ 104054568 P Ya Ennals 31 W35ZR20 XL 110Y EAGLE EXHILARATE 31535ZR20 AvWWAs 5 KS.. S 242.15 $ 104051588 P Ya Good Edit 29540ZR20 XL 106Y EAGLE EXHILARATE 2954OZR20 Available $ 526.93 S 275.04 $ 1 010 4 8 5 88 P Ya Gow E*Ar 25545ZR20 XL 105W EAGLE EXHILARATE 25545ZR20 Avalable $ 327.99 S 170.55 $ 104050588 P Ya Good EiirMe 295952821 XL 1OTY EAGLE EXHILARATE 295/35ZR21 Al d" 5 496.. $ 256.27 S 10/044588 P Ya Ed*r 29540ZR21 XL 111 W EAGLE EXHILARATE 29540ZR21 A-Mbe 5 s..71 f 262.45 $ 104058588 Pa Ya Ga EAWr 275401122 XL 10BY EAGLE EXHILARATE 27540822 Awbbb LMe 2022 5 429.% S 223.37 S 784044359 Pa F7 As 2 22540819 BOY SL EAGLE F1 ASYM2 ROF 22514ORIO AvMab e 5 43750 6 227.50 $ 784140358 Pa F7 Asy 2 24S9SR1O 93Y XL EAG F1 ASYM2 MOE R ROF 245MR19 Avabbb 5 49- S 255.91 $ 784318348 P F1 fty2 26590R1993Y XL EAGLE F7 ASYMMETRIC2 2653OR19 Avabble $ 36334 $ 178.54 S 784066348 P F1 As 2 29545ZR18 101Y SL EAGLE F1 ASYM 2 NO R 28545ZR18 Av d" 5471.% f 245.43 $ 784360348 Pa Fi Ay 2 275`0R19 96Y XL EAGLE F1 ASYMMETRIC2 27590R19 Avabble $ w $ 242.55 S 783448388 P F1 Asy 3 22595319 88Y XL EAGLE F7 ASYMMETRIC 3 22513SR19 AvMlabb $ 325.% S 100.02 $ 783390388 P F1 Asy 3 24540ZR2095Y EAGLE F1 ASYMMETRIC 3 245140ZR20 Ava 5 461x0 f 240.76 $ 783390385 P F1 Asy 3 24540ZR2095Y EAGLE F7 ASYMMETRIC3 ROF 245/40ZR20 Avabble $ 467.% f 243.13 $ 783407388 Pa F1 My 3 28535822 102W EAGLE F1 ASYMMETRIC 3 28535822 A-21. 5n f 125.47 $ 29 7834074 Pa Fl As 3 28535R22 102W EAGLE F1 ASYMMETRIC 3 SCT 28535822 Av.md* 5 S 189.12 $ 783220572 Pa F1 Ay 3 285401120 104Y EAGLE FI ASPM 3 AO 285401120 A W bb 5 w S 161.01 S 783137544 P Fl Asy 3 29545R21 10811 XL EAGLE F7 ASYM 3 SUV AD 28545821 Avabble 5 1116. S 277.41 $ 783400385 Pa F7 As 3 275135ZR20 98Y EAGLE F1 ASYMMETRIC3 ROF 275/35ZR20 Avabble 5 47101 S 245.97 S 783411388 Pa Good F1 Asy 3 28595R22 10OW EAGLE F1 ASYMMETRIC 3 28535R22 Avalrtle $ x4056 6 125.10 $ 7 8 3111 3 0 4 P F1 As 3 28535822 1DBW EAGLE F1 ASYMMETRIC 3 SCT 28535R22 Avaiable 5 389.N $ 20217 $ 783428385 Pa F1 My 3 !245402818 93Y EAGLE Fl ASYMMETRIC3 ROF P245140ZRIB Avabl4e $ /2951 S 222.51 S 783432385 Pa F1 Asy 3 P28535ZR19 99Y EAGLE F7 ASYMMETRIC3 ROF P28535ZR19 AVMlabb $ 530.% S 275.78 $ 783723385 Pa F7 Ay 3 ROF 27SMR20 97Y XL EF1 ASYM3 ROF • RSC MOE 275MR20 Avabble 5 677.09 6 352.09 S 783152388 Pa F1 Asym 3 20545R17 SSW EAGLE F7 ASYM 3 STIR MINI 20545R17 Avdlable 5 222.21 S 115.55 $ 783125388 PwsenW Goodyw E,94 F7 As 3 24535ZR20 95Y XL EAGLE F1 ASYM 3 NPA 245135ZR20 Av lab b 5 4MW f 223.91 S 783126388 P F1 ftynI 3 30WWZR21 101 XL EAGLE F1 ASYM 3 NAD 305130ZR21 Ava4able 5 L. f 344.10 $ 783149385 Pa F1 Ay, 3 ROF 205/40RIS 86W EAGLE F1 ASYMMETRIC3 ROF 20514ORIS Avabbk 5 31419 6 163.38 S 783100385 P F1 Aay,,I 3 ROF 20545R17 88W EAGLE F1 ASYMMETRIC3 ROF 205451117 And" 5 x6259 6 14615 $ 783147385 Pmsenw Egl, F1 As 3 ROF 22514OR2094Y EAGLE F1 ASYMM3 ROF STRRSC 22514OR20 A-Uble 5 4.35 $ 251.76 S 7831533851P F7 ftym 3 ROF 5/451R19 96W EAGLE F1 ASYMM3 ROF STRRSC 22545879 Avabbb 5 4s53o 6 236.76 S 783408394 Fl As 3 SCT 26535R21 101Y EAGLE F1 ASYM 3 AO SCT 2e5/35R21 Awbbls 5 49129 S 255.01$ 103001588Goodyw Egl, F1 Aym 5 25540R20 101W XL EAGLE F1 ASYM 5 TO 255401120 Avrable 5 3A.I6 f 192.541$ 103`07595 Pa Gad F1 Ay, 5 25550R19 10TY XL EAGLE F1 ASYM 5 ST FP 25550319 Aw4able 5 52447 S 27212 $ ry n u4y.n m wnr •r •nr 6me.ia w.aevn rou... 1non47r aeoepvxwonua7...7..o..s...ns ul alxr wn B.e Gwwmwx sb..ww w nrHq lar W launr ar�ary inlwm9rmn. 30114 NASPO Pricing Effective 07/01/2024, Expires 01/31/2025 Bean Prba Book Dm: January 01, 2024 ZOO o©;iy,-Ja Product t Tks Typo S` I Bn1d I TN Lkw I 8tb and Ducrpbn I SW I Mem OY1u Oovt 7 /2024 Abeovread FapO aEle 797110538 Pas 797105538P F1 S4mCw F1 311 3R 24535ZR19 93V %L EAGLE F1 SUPERCAR 311 245/40ZR1791Y SL EAGLE FI SUPERCAR 3R 24535ZR10 24540ZR17 Avaatlle AVW4de5 5 519.95 4 9 f Z7va7 i 178.48 E 797051538P Ft 3R 245140ZRI897Y XL EAGLE FI SUPERCAR 3R 245140ZR18 AvWabb 5 4w.A S 213.09 E 797040538 F1 3R 25&40ZR20 B7 L EAGLE F1 SUPERCAR 3R 255/40ZR20 A-Mbls 5 460.x1 f 239.57 E 797107538 Ft 3R 285352Rl.97V %L EAGLE Ft SUPERCAR 3R 26535ZR18 Avakabb 5 4.9.51 f 240.38 E 707111538 P F1 3R 2851352Ri90 V XL EAGLE F1 SUPERCAR 3R 26535ZR19 Avai" 5 n f 253.32 $ 797082538 F1 3R ...ZRI993V SL EAGLE FI SUPERCAR 3R 265140ZR19 Avaiabk 5 543.x3 f 282.48 S 797032538 Good F7 3R 275352R1805Y SL EAGLE F7 SUPERCAR 3R 27535ZR18 Available $ 42122 S 220.07 $ 787108538 Gm0 F1 3R 285I70ZR1893Y SL EAGLE F1 SUPERCAR 3R 285%ZRI8 AvWa lle 5 500.81 f 200.42 E 787031538 F7 3R 285130ZR20 SL EAGLE F7 SUPERCAR 3R 28WWZR20 Meg" 5 [vx.w S 312.56 E 797081538 P GoodFt 3R 285I35ZR1B 10 XL EAGLE F1 EDPRCAR 3R 28535R10 AvWtlb $ 485.62 S 252.52 $ 797082538 P F7 3R 285352R20100V SL EAGLE 11 SUPERCAR 3R 28535ZR20 AvWable 5 530.46 S 275.84 S 797028538 Pas F1 3R 30530282010 V EAGLE F1 SUPERCAR 3R 305MZR20 DisOantkwletl 5 45 S 340.31 f 412581506 P F1 ar EMT P27513= 87V 2 EAG F1 SPRCR EMTVSBTL P27535ZR18 AvaOotNe 5 749.17 S 380.57 S 412582500 P F1 ar EMT P32530ZR19 94V L2 EAG F1 SPRCR EMTVSBTL P32530ZR10 A,.A" 5 93 $ 427.92 f 408581330 P F7 ar G2 P27&35ZR18 87V EAG F1 SUPCR G:2 ROF L P27535ZR18 Avaiabla 5 4e4.w S 251.70 S 408561331 P Gmtl F1 ar G:2 P275235ZR18 87Y EASUPCR G:2 ROF R P275135ZR18 M. 5 w $ 251.70 f 106137625 P GT 11 P27545R20108V S2 EAG GT II VSBRPTL P275/45R20 AvWable 5 x56.10 f 133.54 S 80 1087625 P Goad GT II P28515OR20 111 H S2 EAG GT II VSBRPTL P285/50R20 A -k bb 5 xxo.x3 S 109.58 E 706052025P LS P235EOR17103S X2 EAGLE LS XNWRPTL P235180R17 AvWabM 5 369.as S 192.32 $ 706171183 P LS2 225t50R18 95H SL EAGLE LS2 RPR 22&50818 Ava0lbls 5 M9.46 f 93.84 E 708447183 P LS 225/55R17 97H SL EAGLE LS2 RPTL 225155R17 A -UN. 5 ln.xx S 89.0.7 $ 708038153 P 708588183 Pacsewer Good LS2 Goodway EMM LS2 23565818 B4V SL EAGLE LS2 VSBRPR 235/45R18 94V SL EAGLE LS2 VSBRPTL INM 23&45818 23514SR18 AVW�Is A-Mble 5 5 x0231 3 ...,Is 105.20 E 105.91 1. snonc79e_rme7vyusw h,ur47.y.7�,e s.s�.xws Isl NASPO Pricing ERedive 0710112024, Expires 01/3112025 Bele P61u Book Data: January 01, 2024 Predia:l Code TM Type Conlaft S-tsi abY Bard MaYrlaY T9e Llne bbv and Description sW Dern stabs 0 ---Beet I- Dbecra9ed FET I APIaT epplaable 1/112024 706377308 Pas Good LS2 23545819 95H SL EAGLE LS2 MOE ROF 23514SR19 Avai.le 5 46367 $ 251.01 S 706377575 Passenger Good Emo, LS2 235/45R19 95H SL EAGLE LS2 ROF FCA 23545819 Available 5 3..A S 201.13 $ 706414308 P Good LS2 235155R19 101V SL EAGLE LS2 NOF 23555R79 Available 5 31x16 f 196.93 $ 706356324 Passenger Goad LS2 2355SR19 101H SL EAGLE LS2 AO BLTRPTL 235/55R79 Available 5 395.. f 205.52 $ 706014308 Pas LS2 24&40R18 93H SL EAGLE LS2 BLTRPTL 24540878 D --a d 5 3..26 $ 168.63 S 706387322 P Good LS2 24540R79 98V XL EAGLE LS2 ROF STR-RSC 24540R19 I Avaiads $ 560.14 6 291.27 S 708239308 Goad LS2 245/45R18 100H XL EAGLE LS2 AO RPTL 2451451118 A-UbY $ 460.11 6 239.26 S 706440322 P Godyaa, EV. LS2 245/45878 100V XL EAGLE LS2 ROF STR-RSC 2451451118 Avabbb S 466.53 S 259.24 $ 706110183 P LS2 25550819 107H XL EAGLE LS2 ROF STR-RSC 25&50R19 Av.abb 5 361.91 S 191.31 S 708999183 Pas LS2 25555818 109H XL EAGLE LS2 ROF STR-RSC 25555R18 A-bble 5 36].99 6 18823 S 708385308 Passenger Goodyaor EjgW LS2 2651SORI9 110V XL EAGLE LS2 BLT N7 TL 28&50R79 Avdlable $ ]66.66 S 202.79 f 708386308 Pas LS2 27545R20 110V XL EAGLE LS2 BLT N7 TL 27514SR20 Avalabb 5 4..6p f 264.59 $ 706648163 Pas LS2 P19515R1589S SL EAGLE LS2 VSBRPTL P795M5R15 A-Mbls 5 110.96 S 62.91 S 706611163 Passerger Goodyaor Eftle LS2 P20"R16 96T S2 EAGLE LS2 VSBRPTL P205/70R18 Av.abY 5 1e79n $ 97.32 S 706569163 Passenger Goodyear Eagle LS2 P225155RIS 97H S2 EAGLE LS2 VSBRPTL P22555R18 Av. $ Mr. S 97.32 $ 706018183 P G d LS2 P23550R78 97H SL EAGLE LS2 VSBRPTL P23550R78 Agiable $ 27102 f 140.93 S 708080185 P LS2 P275?55R20 1115 S2 EAGLE LS2 BOIRPTL P275/55R20 Av.able 5 .366 S 126.70 S 708795188 P LS2 ROF 205MR1789H SL EAGLE LS2 ROF B BSWTL 20550817 AvaiabY 5 587.55 S 305.53 $ 706567308 Pas LS2 ROF 22515OR1794H SL EAGLE LS2 ROF TL 22550817 AvalaW 5 414.13 f 215.35 $ 706923322 Pu Good LS2 ROF 2251551117 97V SL EAGLE LS2 • ROF BLT TL 2251551177 Avaisbb 5 409.35 $ 212.86 $ 706578322 P LS2 ROF 245145R77 95H SL EAGLE LS2 ROF MOE 24&45R77 Oisconlaead 5 46099 $ 239.71 $ 708088322 P Good LS2 ROF 245150818 100W SL EAGLE LS2' ROF BLT TL 245MR18 Av.able 5 681.. 6 357.30 S 732401500 Pas Goad RS -A 19SWR15 88H SL EAG RSA VSBRPTL 19SWR15 Awl" 5 115.01 6 59.81 6 732222500 P RS -A 235/55RI8 100V SL EAG RS -A VSB 23&55818 A.W. 5 2.99 S 116.90 S 732803500 Pas RS -A 1245145R20 99V S2 EAG RS -A VSBRPTL 24545820 A-babY 5 26222 f 136.35 S 732016500 Pas RSA 25&451119 100V SL EAG RS -A VSBRPTL 25545R19 Av d.W 5 32593S 109.17 $ 732007741 Pas RSA 25&45R20 101 V SL EAG RSA BSL RPTL 255451120 Aved.le 5 39276 S 264.26 $ 732170500 Pas RS -A P20&SSR18 89H S2 EAG RSA VSBRPTL P20555R78 Avabble $ Imm f 77.15 $ 732874500 Pas RS -A P205155RIS 89H SL EAG RS -A VS8RPTL P205155R78 A imd" 5 146.34 $ 76.10 $ 732882500 P RS -A P215145R17 87W SL EAG RSA VSBRPTL P215/45R17 Av.able $ 165.. f 9542 $ 732282500 P RS -A P215155R17 93V SL EAG RS -A VS8RPTL P21555R17 Avaelable $ 42 6 121.90 $ 732846500 P-orge, Goodyear Eagle RS -A P22545R18 97V S2 EAG RS -A VS8RPTL P225/45RI8 AvaYYb $ I.- $ 103.64 S 732279438 P RS -A P24&45RI8 96V S2 EAG RSA N VSBRPTL P24545R18 Avallabb $ 23293 f 121.12 $ 732899500 Passenger Goodyear Eo, RS -A P24550R20 102H SL EAG RS -A VSBRPTL P24550R20 Avaiabb 5 254.64 $ 13252 S 732550500 P RSd P2555DR20 104V S2 EAG RSA VSBRPTL P2555OR20 AveYde 5 307.92 $ 100.12 S 732587500 Pas RS -A P2558OR19108H S2 EAG RSA VSBRPTL P25580R19 Avabbb 5 276.01 6 143.53 $ 732372500 Pas RS -A P27WRl7110H S2 EAG RS -A VSBRPTL P27516OR17 Av.able $ 235.. S 122.61 $ 107548343 Pas RS -A2 24545Z820 99Y SL EAGLE RS -A2 VSBTL 245145ZR20 Anlable 5 41206 S 214.28 S 107172659 Pas RS -A2 P245145R1998V SL EAGLE RS-A2VSB TL P24545R19 Av.abb $ 25169S 131.92 S 100576366 Pas 5 A 20515DR 17 93V SL EAGLE SPORT A/S VSBTL 20550817 Avabl 1. 5 207.52 S 107.91 S 109907366 Pas A/S 2D5/55R 16 91V SL EAGLE SPORT A5 VSBTL 205/55R16 AnYble $ 17x19 S WAS $ 109053386P A5 21&45111791 W XL EAGLE SPORT AS VSBTL 21545R17 Available 5 96.62 $ 10120 S 1065366 P 90 AIS 215✓45R1893W XL EAGLE SPORT AS VSBTL 21545R18 A -I" 5 219.69 S 114.24 $ 109055388 Pas AIS 225401118 92W SL EAGLE SPORT A5 VSBTL 225/40R18 Ava9abb $ 214.66 f 111.54 S 109044388 P AIS 22545R1794W XL EAGLE SPORT A/S VSBTL 22545817 Available $ 165.63 S 95.63 S 109058366 P A/S 225451118 95W SL EAGLE SPORT AtS VSBTL 225145R78 A-Wble 5 236.. f 123.16 $ 1OW83366 Pas A75 225MR1794W SL EAGLE SPORT A5 VSBTL 22550817 Avaasble 5 21L. S 109.57 $ 109092395P AS 22550R1895V EAGLE SPORT" STR ROF 22515OR18 Avaable $ 3..A S 202.17 $ 109143395 Passenger Good A5 225155R17 07H EAG SPRT A5 ROF STR MOE 2251551117 Avaiable 5 36691 6 100.79 S 109088382 P Good A/S 22&55R78 98V SL EAGLE SPORT A/S VSBTL 22555878 Avalable 5 23x69 6 124.12 S 109132386 A5 22540R18 100V SL EAGLE SPORT AIS VSBTL 22518OR18 Avabble 5 .- 6 127.48 f 109104388 Passanger Goodyear Eagle Sport A/S 235/40RIB 91W SL EAGLE SPORT A5 VS13TL 235/40RIS A -bbl. 5 23LM 6 120.32 S 1 381{ Pas Goad A/S 23614OR18 95W XL EAGLE SPORT AIS VSBTL 235/40RIS Available 5 251.60 f 130.93 $ 1092703811 A5 235458/794W SL EAGLE SPORT A5 VSBTL 23545877 Avtllable 5 30121 S 105.67 S 10WIP1388 P A/S 235145R 18 94V SL EAGLE SPORT AS VSBTL 23545818 Av.abls 5 25263 $ 131.47 S 109087388 Pas G-dyear Eagdo Sport A5 235150818 97V SL EAGLE SPORT AIS VSBTL 23515OR18 Av.&.&. 5 354.. 6 132.52 $ 109152560 P A5 23515DRIO 90H SL EAGLE SPORT A5 AO 23&50R19 Av.able 5 35x63 S 165.66 S 109149569 P AIS 235/55Ri8 190H SL EAGLE SPORT AJS AO 23555818 Avaiabb 5 321.. f 170.42 S 109100388 Pas AIS 235(55R20 102V SL EAGLE SPORT A5 VSBTL 23&55R20 A.M.N. $ -2 6 15627 S 109133388 P A5 23590R18 107V XL EAGLE SPORT A/S VSBTL 235dOR18 AV.sbY 5 166.42 $ 13/.38 $ 109068368 Pas AtS 245351120 95W XL EAGLE SPORT A5 VSBTL 245t35R20 Avaa.le 5 x2.. f 131.23 $ 109080300 Pas AIS 24514OR1791 W SL EAGLE SPORT WS VSBTL 24540R17 Avalabla 5 226.. f 117.43 S 109057386 Passenger Goodyear Eagle SpW A5 24540R18 93W SL EAGLE SPORT AIS VSBTL 24540818 Available 5 .5.02 S 127.41 $ 109077366 Pas A5 245/40R19 94W SL EAGLE SPORT A5 VSBTL 24540819 Affable 5 3..69 f 175.08 S 109140395 Passenger Goodyear Eagle Sport AS 24540R19 98H EAG SPORT AIS ROF STR MOE 24514OR19 Av.able 5 46 S 230.00 S 109056366 P A/S 24545818 96W SL EAGLE SPORT A5 VSBTL 24545818 Av.able S 256.43 f 133.34 $ 1OW93382 P Sport AS 245/45RIO 100 H XL EAGLE SPORT A5 J BLT 245145RIB Avalabb $ 10 S 138.37 S 1OW93395 P WS 24545818 100H EAGLE SPORT A5 ROF 24545818 Av.able $ 41002 6 213.21 S 109069366 Passenger Goodyear Eagle Sport A/S 245/45820 103W XL EAGLE SPORT A/S VSBTL 2451451120 Ava/able 5 30293 6 167.62 $ IOOW9368 P " 245/50818 100V SL EAGLE SPORT A5 VSBTL 24515OR18 Awlable $ 265.63 $ 011.13 S 109111388 A/S 24&5OR20 102V SL EAGLE SPORT AIS VSBTL 24550820 A-Ubls 5 264 W 6 137.73 S 109142557 Passenger Goodyear E.O. Sport A5 2451501120 105V)(1- EAGLE SPORT AIS J BLT 245150820 Amdahl. 5 36102 S 181.09 $ 109113388 P Goodyear A5 245155RIO 103V SL EAGLE SPORT WS VSBTL 24555819 Av.abb 5 29261 6 152.16 $ 109080388 Pas A5 25&35R1894W XL EAGLE SPORT A'S VSBTL 255/35818 Awlads 5 30062 S 156.43 $ 109074366 Pas Sport A/S 25&35R1996W XL EAGLE SPORT AS VSBTL 25535R19 Avabbls 5 32256 6 167.73 $ 109081388 Pas A5 255735R20 97W XL EAGLE SPORT A/S VSBTL 25535820 Av.abb 5 19 f 152.98 $ 108072388 Pas A5 25540R1899W XL EAGLE SPORT A/S VSBTL 25514OR18 Available 5 265.46 f 148.44 $ 109082388 Pas A5 25545R20 101 W SL EAGLE SPORT A5 VSBTL 25545820 A,.d** 5 29261 f 152.10 S 109020388 Pas A5 25515OR19 107V XL EAGLE SPORT A/S VSBTL 25550R19 A -bbl. $ 309.44 S 160.82 $ 709108388 Pas AIS 255501120 109 XL EAGLE SPORT A5 VSBTL 255501120 Available 5 300.52 f 156.27 S 109147557 Passariger Goodyear Eagle Sport AIS 25&501120 109H XL EAGLE SPORT A5 AO 255MR20 A -l" $ 417.95 $ 211.33 $ 109112388 Pas A5 25555R18 1DBV SL EAGLE SPORT A5 VSBTL 25555R18 Av.sble 5 260.47 $ 145.94 $ 1OW97395 Pas Good AS 25&55R1911 IH XL EAGL SPORT A/S ROF AOE 255551119 Av.sbY $ 44x. f 232.27 S 109114388 Passenger GODdym Eagle Sprt A/S 255551120 107H SL EAGLE SPORT AIS VSBTL 255551120 Av.abY 5 255.71 $ 13297 $ 109110386 Pa A/S 25580R19 709H XL EAGLE SPORT AIS VSBTL 25MR19 Av.abb 5 261. f 135.87 S 109098388 Pas A/S 2654SR18 IO1V SL EAGLE SPORT A5 VSBTL 26&45RIB Awiable $ .750 S 232.70 $ 100148399 P A/3 26515OR19 11 OW XL EAGLE SPORT A/S MGT 2851501119 A -l" 5 477.06 S 248.07 S 1090112360 Passenge, Goodyear Eagle Sport A5 275401120 108 W XL EAGLE SPORT A5 VSBTL 275401120 Av.ade $ 31636 3 144.51 E 109138368 P Ars 27555820 11] XL EAGLE SPORT A/S VSSTL 27555R20 Av.ebY 5 01 6 140.93 S 109115388 P A5 28545R22 I IOH SL EAGLE SPORT AIS VSBTL 28545822 Av.abls 5 32903 6 171.10 S 109154395 P A5 ROF 28545820 112H XL FAGL SPORT A5 ROF 28545820 Av.ade 5 46.. S 241 A2 f 102020558 P T 225(55819 103H XL EAGLE TOURING NFO 225155RIG Av.abY5 . 3 161.37 S 102018387 P T 23540R19 96V EAGLE TOURING VSBRPTL 23540879 Av.abls 5 .. 252 S 131.47 $ 102017387 P Tunng 255MOR18108H EAGLE TOURING RPTL 255180RI8 Av.ada 5 22198 S 115.43 $ 102984559 P Goad T 23545R1898V EAGLE TOURING RPR 235/45RI8 Available 5 210.69 f 109.56 f 102928387 Pas T 235/55R20 102V EAGLE TOURING VSB RPR 235551120 A-11able $ 2!076 S 140.80 $ 102972387 P T 24514ORIO 94W EAGLE TOURING RPR 24514OR19 Avtlable 5 251. S 131.92 S 10297238 Pas T 24514OR1994W SL EAGLE TOURING VSBTL. SCT 24540819 A-Ubb 5 37103 $ 192.94 $ 1028503871P T 2454OR20 95W EAGLE TOURING VSB RPR 24514OR20 Available $ -al S 164.64 S 102003387 Passenger Goodyear Egl, Tving 24540820 99W XL EAGLE TOUR VSB RPR SCT 24540R20 Awlabb 5 40217 S 209.13 $ 102907387 P TourTourng 24540R2099W XL EAGLE TOURING VSB RPR 24514OR20 Available $ 272E S 147.59 S 102830387 Passenger Goodyear EgI, T 24545819 98V EAGLE TOURING VSB RPR 24545R19 AvaWble 5 236. f 123.80 $ 102015387 P Tctxft 245451119 98W EAG TOUR SL VSB RPR 24545819 Av.abb $ 21x67 S 118.91 S 102015578 P Twing 245145RI9 98W EAGLE TOURING SCT VSB RPR 24545R19 A -bbl. 5 365A5 3 190.03 $ 102011387 P T 26545820 104V SL EAGLE TOURING NO 1265451120 Av.sble $ 41266 3 245.78 S 102994396 Passenger Goodyear Eagle T 27540822 107W EAG TOUR XL SCT VSB RPR 275401122 Avalable S 574.77 6 298.88 $ 102904387 Taing 275/40R22 107W EAG TOUR XL VSB RPR 27540822 Avwd" $ 3..57 6 207.26 $ 102021559 Goodym Egia T 275145RIO 108H XL EAGLE TOURING NFO 275145R19 AwlabY 5 414.77 6 216.20 S 102863387 Goodyear Eo, T 285145R22 114H EAGLE TOURING VSB RPTL 285451122 Av..ls $ 27343 3 131.78 $ 102012387 Goodyear Eagla T 29&4OR20106V SL EAGLE TOURING NO 29514OR20 AVid" 5 4.A3 S 241.50 $ NASPO Pricing Efledlve 0710112024, Expires 01/3112025 z0coo i Be Prfe Book Date: J-ry 01, 2024 Bee Produeil Tke Type Cab -tak bl 97ara1 Bulakrabla Material. Tba LW Sile and Deeer�tbn SM IN. 6Ylu oN WeR 94 Oa1e: AV-"Dk-FET6 17V2624 Agrary Priv applica0b 102035387 P T 2453R20 99V EAGLE TOURING VSB RFTL 245/451120 A5a0able 5 a7.a S 133.77 S 102043559 Pe T 255145R20121H EAGLE TOURING MO 25&45R20 Available $ .5A9 S 1SSAS S 102044559 P T - 25&45R20 105H XL EAGLE TOURING MO 255145R20 Available 5 319.45 f 161.64 $ 102045559 P T 23560820 108H XL EAGLE TOURING STR 235MR20 Ava6ble 5 321. S 165.24 S 102042559 Pa T 305/30821 104H XL EAGLE TOURING NFO 305"30R21 Available $ -.% S 206.19 $ 102041559 P T -N 265135821 101 H XL EAGLE TOURING NFO 285'35R21 Available 5 416.11 f 248.62 S 102048841 Pe T 23&5OR21 101V SL EAG TOURING B01 RPTL 23560821 Ave9able $ 41615 f 217.75 S 102062559 P T 25515OR21 1D9H XL EAGLE TOURING STR 25SWR21 DiaOarXMted 5 59174 S 261.94 $ 102048842 Pas T SCT 25515OR21 109H XL EAGLE TOURING SCT STR 25&SOR21 Alelable $ 4%.% S 259.99 $ 765001001 P Yes 25&45R19 104W XL ECOREADY VSB 255145R19 A -Sable 5 412.49 f 214.49 S 765002001 P Yes Ec 235/45R18 98W XL ECOREADY VSB 235/45R78 A.Wkble $ 99249 S 172A9 f 112015379 Pas E6oiaM Gto 195155R1687W EFFICIENTGRIP PERFROFSTR 195/55878 Availeble 5 395.07 S 205.4 f 112031344 Pas EBcierH Grip 225/45R18 91V EFFICIENTGRIP' ROF STR-RSC 225145RIS Avail" 5 .679 $ 151.37 S 112014344 Pas Eftoint 235/45RIO M SL EFFICIENTGRIP MOE ROF 235145RIO Avrlebb $ 4x.02 S 223.00 S 112006344 P Ef oc 255/40RIS 95Y SL EFFICIENTGRIP' ROF TL 255/40RIS AvWable 5 411.% S 217AS S 112073534 Pas E6cArd Grp Par/ 22&55R1797W SL EFFIECIENTGRIP PERF STR 225/55877 AwLble 5 16655 S 95.05 S 112084534 P E. -t Gnp PM 205/45R1788V XL EFFICENTGRIP PERF 205145817 A -l" 5 .999 S 129M $ 112081831 E18cw6 GTT PM 25&45R20101T EFFICENTGRIP PERF EDT 255/45820 AvWable $ 4168 S 24.33 S 112ONS34 P Effio-X CkIp PM 23&50R20 1007 EFFICENTGRIP PERF EDT 23515OR20 AwNble 5 4%a S 226A5 $ 11222834 P EftROF 25514DR19 100Y XL EFFICIENTGRIP- ROF AO 25514OR19 AvalaEle $ 70793 S 365.12 S 111003513 P Eacalarce 245/40RIS 9BY XL EXCELLENCE ROF STR-RSC 245/4R19 D soor6kwed $ w163 S 250.4 S 884011293 P E7cabna 255145R20 101 W SL EXCELLENCE AO BLTTL 25&45R20 Available 5 531.66 S 276.47 $ 111045513 Passengar Goodyaar Ert.k- ROF 245/4820 99Y XL EXCELLENCE ROF BLTTL 24514R20 A,.A" $ 671.% S 349.43 S 111016513 P Excel- ROF 245145819 98Y SL EXCELLENCE ROF BLTTL 245/45R19 AvWable 5 63164 S 329.60 S 111446513 P Good EA.elerv;a ROF 275135R79 90Y SL EXCELLENCE' ROF BLT TL 275"35R19 Available $ 62103323M S 111048513 Pas Excel.- ROF 27&35R20 102Y XL EXCELLENCE ROF BLTTL 27&351120 Av bbl. 5 7M 12 f 42.54 f 111017513 P Goad E cele ROF 275/4R19 101Y SL EXCELLENCE ROF BLTTL 27514R19 Available $ -63 S 444.4/ S 402602047 P I 18515SR1582T SL INTEGRITY VSB TL 185/55R15 Available 5 1..50 $ 88.80 S 402478047 Pas I 22565817 1015 SL INTEGRITY VSBRPTL 22565817 A -l" 5 804.97 f 111.78 S 117085648 Pas UG PERF +SUV 235170R16 106T SL ULTRA GRIP +SUV UGS 2357OR16 A-bble $ X9.31 6 105.4 $ 11748864 P UG PERF +SUV 235,WR77102H SL UG PERF +SUV UGS 23560R17 Available 5 229.12 f 119.14 S 117049848 Pas UG PERF +SUV 22SM5R17 102H SL UG PERF +SUV UGS 22565817 Available $ 21616 S 112.4 S 117061645 Passenger Goodyw UG PERF SUV 215MSR1799V SL UG PERF+ SUV UGS 21565R17 Available $ t%.N $ 100.92 $ 117073648 P UG PERF • SUV 235155RI9 105V XL UG PERF +SUV UGS 23&55R19 Available 5 275.67 IS 143AS $ 1170MM PWSWW Goody,, UG PERF +SUV 235MSR1710SH XL ULTRAGRI PERF- SW UGS 235765R17 AvWabls 5 134.21 $ 121.79 S 117076M PmsmW Goodyw UG PERF +SUV 235e5R18110V XL UG PERF +SUV UGS 23565818 AVWW. $ x1.36 6 130.71 f 11707584 Pas UG PERF +SUV 265 ORIS 114H XL UG PERF +SW UOS 26560R18 Avallable 5 245.30 IS 14.40 $ 117054MP UG PERF +SLY 215,17OR16100T SL UG PERF +SLY UGS 21&70R16 Ami"" 177.33 $ 02.21 S 11707784 PwswW Goodyear UG PERF +SUV 21WR17100V XL UG PERF +SUV UGS 215MR17 Available 5 1%.. $ 103.51 $ 11706284 P UG PERF +SW 225,WR78 104V XL UG PERF +SUV UOS 22560818 Available 5 .100 f 125.32 S 1179926MP UG PERF +SUV 23&55R18104H XL UG PERF+ SUV UGS 23565R18 AvWa 5 271.45 $ 141.15 S 117018846 PessmM GoodyaIv UG PERF +SUV 22&55R1999V SL UG PERF+ SW UGS 22565819 AvWWIe 5 271.0 f 141.27 $ 117048848 P UG PERF +SUV 225,WR17103V XL UG PERF +SUV UGS 22560817 AvaiMle 5 231.15 S 120.20 S 11707260 P UG PERF +SUV 225155RIS IOZV XL UG PERF +SUV UGS 225155R18 Available 5 261% $ 130.00 $ 117067650 Pas UG PERF SUV G1 245/SOR20 105V XL UG PERF SUV G7 UGS 245/5OR20 AVWWIe 5 .1.22 f 159.75 6 117037650 P UG PERF SUV G7 2551SOR20 109V XL UG PERF SUV G1 UGS 25&5OR20 AvWabla 5 317.47 $ 165.00 $ 117078650 Pmslg, Goodym UG PERF SUV G7 285/35R22 106V XL UG PERF SW G1 285t35R22 AvWa1ole5 375.40 S 195.00 117847373 P ULT 8 235.WRI8100H SL ULT GRIP 8 PERFORMANCE 56 250R18 Avable W 5 80 S 176.07 S 117838373 Pmwngw Goodym Uba Gp 8 Pskrmrlca 285145R20 112V XL ULT GRIP 8 PERFORM AO 285fI5R20 Available 5 55110 $ 296.57 $ 117195564 Pmsenger Good UK. Grip Perfrmrloe 255(55819 11 IN XL ULTRA GRIP PERF G1 AO 255/55819 Avabble 5 4WA5 S 213.43 $ 117780373 P 8 Purl 20565876 95H SL ULTRA GRIP 8 PERF UGS 205/65816 Available 5 163.91 $ 95.23 S 117820373 P 8 Purl 1OV55RIO 87H SL ULT GRIP 8 PERF STR 19555R16 Avalable 5 X6.63 f 107.4 S 117089373 8 Pert 22&40R18 92V XL ULT GRIP 8 PERFORMANCE 225/4R18 AvWade 5 30121 S 157.67 $ 117778373 Pas Good B PM 245145RIS 100V XL ULT GRIP 8 PERF STR MO 245145RIB Available $ 37281 $ 193.66 S 117799373 P 8 PM ROF 24&45R18 100V XL ULT GRPBPER STR RSC MO 245/45818 AvaYble 5 47161 S 24.34 S 117100373 P 8 PM ROF 245/45RIO 102V XL UG 8 PERF MS ROF FP 245145819 Available 5 431% 6 224.38 S 117080645 P 9+ 205MSR15 94T SL UG 9+ UOS 20565815 Ava/Wle $ .7.16 f 76.52 $ 117059645P W 205MR1692H SL UG 9+ UGS 205WRlO Ava9Wle 5 161E f 84.91 S 117045645 Pwswgw Good 9+ 1956581591 T SL UG 9+ UGS IMSR15 Avdable 5 Iw.os S 74.91 $ 11704445 P 9+ 19560R 15 88T SL UG 9+ UOS IOSMR15 Available 5 ]41Y S 74.61 $ 117051645 P 9+ 185/65815 887 SL UG 9+ UOS 18565815 AvWable $ IM16 S 71.84 $ 117048845 PessmW Goodyaa, ukraGnp9+ 205/55RIS 94H XL UG 9+ UGS 2051551116 Available 5 .1N f 95.18 S 117030679 P PM 3 255145R20 105V XL UG PERF 3 STR 255/45R20 Al ki* $ 41180 S 215.10 $ 117098877 P U*,Grp PM 3 28514OR20 108V XL ULT GRIP PERFORM 3 28514R20 A adable $ 63116 $ 329.25 $ 117123679 Passerger Good Parf 3 19530RIB XL 93H UG PERF 3 19515OR18 AvalWle 5 »l.w f 205.12 S 117098879 P uwcw PM 3 2451501179 10511 XL UG PERF 3 STR 24515OR19 Availada 5 36x55 $ 184.4 S 117038564 P PM G-1 245/35820 )0- ULTRA GRIP PERF GEN -1 AO TL 245f35820 Available 5 w5% $ 242.31 S 1170345&1 P U - Pwf Gr+I 245145R20 XL ULTRA GRIP PERF GEN1 NFO 245f45R20 Avabble $ 137.50 S 175.50 $ 853008580 U Parf G-1 205MR16 96H ULTRAGRIP PERF GEN -1 20560R16 Available 5 21250 f 110.50 S 653006580P u%wv Part G-1 2051ISR1890H ULTRAGRIP PERF GEN -1 2O5f45R18 AVWWle 5 231E S 120.25 $ 117992564 P Good U PM Gen -1 23515SR18 XL ULTRA GRIP PERF GEN -1 AO TL 235/55R18 Available 5 337.13 f 175.31 $ 11704258/ Goodym UWVV PM G-1 235155RIO 105H UG PERF +MO XL 235/55R10 Aviable 5 397.50 S 206.70 $ 117993584 P UbWp PM GaN 28514R20 XL ULTRA GRIP PERF GEN -1 AO TL 28514R20 Av ka 5 u. $ 214.99 $ 117036564 PasswM Goodyear U PM G-1 285/4820 XL ULTRA GRIP PERF GEN1 NFO 2W40R20 Available 5 450.00 f 234.00 S 653009637 P UIC - PMC 1 23SWR20 108H XL ULTRAGRIP PERF G1 STR 2356OR20 Avaibble $ 4168 $ 217.75 S 117069564 P UIvvqV PM GeI I 3DSMR21 104V UG PERF G1 NAO XL 305MR21 AvWoble 5 719.% f 379.11 S 653010637 PosswW Good Ub PM G-1 255/50R21 10911 XL ULTRAGRIP PERF G1 STR 25&50821 Avail bls 5 516.75 S 209.75 $ 117102581 Good UtirWV PMC 1 28514SR20 112V UG PERF G1 NEO XL PO 285/45R20 A -A" $ 46924 S 24.32 $ 117101584POSSWW Goodyaar Ub Pff Gr+1 235/55R20 105V UG PERF G1 NEO XL PO 235/55820 AvWable 5 342.. S 177.94 S 117090580 UWqT PM Gan -1 225/45R18 95H XL UG PERF G1 MO FP TL 225/ISR18 Available $ -.21 S I SSAII $ 117063637 Pnugw Goodym UWGp PM+ 21560R1699HXLUGPERF+DGS 21560R16 AvWable 5 1..21 $ 90.59 S 117079637P UIVOGp Pah 215/55R1697H XL UG PERF+ UGS 215155R16 A-Uble 5 .738 6 105.10 $ 117082837 Pas Good Ub.Crp PM+ 275/45R21 110H XL UG PERF + MO 275f45821 Available 5 59100 S 308.36 S 117016637 Pas uw,--p Perf+ 21565RI6 98T SL UG PERF + UGS 21565816 Available $ 16660 6 96.98 S 117773637 Pas Ub - Pert+ 235/50R18 IO1V XL ULTRAGRIP PERF+UGS 235/50R18 Awlabb 5 .aha S 1425 $ 117753637 Pas U PM+ 22515SR17 97H SL UG PERF + UGS 22&55817 Availvde $ 216.99 6 113.47 S 117064837 Pas UWGp Prh 235/55877 103V XL UG PERF + UGS 235/55R17 Available $ 280.61 S 120.02 $ 11707437 Pas UliaGIip PM+ 26&50R2011 IH XL UG PERF +UGS 28515OR20 AvWsda 5 33128 f 175.39 S 117043837 Pas U - PM+ 245145878 100H XL ULTRAGRIP PERF +STR 245145R18 Available $ 33300 6 172.12 S 117050637 Pas UaraGq, PM+ 22WWR1798H XL UG PERF +UGS 22515OR17 Discob $ 2444 S 127.00 S 117334837 P-srgw GoDdyaar UltraGIp Perf+ 23560R/8100H SL UG PERF+ UGS 235MR16 AvaYabls 5 166.. S 96.56 $ 117028637 Pas UwaGF PM+ 25&4R19 100V XL ULTRAGRIP PERF +STR 255/4R19 A adada $ 361. 6 1SSAS S 117071637 Pas UWGrP PM+ 22515ORIB 99V XL UG PERF + UGS 22515OR18 Awlabb $ 254.s9 S 132.39 $ 117070637 Pas U PM+ 21515OR1795V XL UG PERF+ UGS 21&50R17 AvWable $ 22357 f 115.20 S 117763637 P.srgw Goodyear UWsGnp PM+ 21&55R1798V XL UG PERF +UGS 215155RI7 Avabble 5 .3. S 105.92 $ 117041637 lomsergar Goodym UWGHp PM+ 24514RIO 98V XL ULTRAGRIP PERF +STIR 2454R19 Avelable $ 360.37 6 187.39 S 117050637 Pas Uw.Gv PM+ 725,WR76102V XL UG PERF +UGS 22560R16 AvWable 5 1.,I S 91 M$ 117093837 P Ur.IGIip PM+ 23560R16 103H SL UG PERF+MO 2356OR18 AvWaW $ 2..74 S 14.78 S 117091837 Pms&Vw Good UlyaGIip PM+ 275/35RIO 100V XL UG PERF- MO 27513SR19 Av d" $ 547.43 S 284.BS S 117092637 Pas UW.GIp PM+ 24514RIO 98V XL UG PERF+ MO 245/4R19 Available $ 363.E 6 199.29 S 117OW637 Good UW.GWp PM+ 255145R19 104V XL UG PERF + 255/45R19 Av bble 5 41189 S 215.22 S 117088837 Pas UmraGrip PM+ 22SISSR17 IO1V XL UG PERF + 22&55R17 AvWable $ .650 6 125.18 S 117081637 Pas Good UlwaGrip PM+ 255/41120 IO1V XL UG PERF + 255/4R20 Ava dob $ 413.60 6 215.10 S 117099837 Pas UMalIp PM+ 22SWR17 SL 99H UG PERF+MO MB 22SWR17 Awllmle 5 243% S 126.76 S 117097637 Pas UWGT PM+ 23&5OR20 1047 XL UG PERF + 235/5OR20 AvW Wile $ 471. f 246.14 S 117005637 Pas U Prh 20514OR21 105H XL UG PERF + MO MB 285J4R21 A-lable 5 58141 S 302AS $ 11709437 Pas Ub PM+ 255/55818 10911 XL UG PERF+MO 255/55RIS AvW Wb 5 - S 163.30 S 11 70 818 8 3 Pas U PM+SCT 25&35R2198V XL UG PERF +SCT 255MR21 AvWabb 5 -2 S 300.55 S 117080883 Pas Ub PM+SCT 255/45R19 104V XL UG PERF +SCT FP 25&45819 AtiWM 5 42269 S 219.20 S 1170850631P ood G Ub Pad+SCT 25514OR20 101V XL UG PERF +SCT FP 25&4R20 AwIWb -Is 5 4 256.26 S NASPO Pricing Effective 0710112024, Expires 01/3112025 vJvlCs7Q. BaBasoPrPriceBook OW: Jara2ery 01, 2024 l] Product Tire Type COM Oo teirs 9MAWI.bb Brand MaWble TN Lim 8tra and Deeerlptlon Btra Ibrrl 8tada BeY1 Bw P,te4 Bildt Dbe y Price FET 8 Agency Prb acplcable 11112024 117083663 P Good uIvacni, Parr- SCT 27W5R21 103V XL UG PERF *SCT 27535821 AvWei* $ WAW S 64743 S 787064580 Pa Good U -- Pad - 225/50R17 ULTRAGRIP PERFORMANCE GEN -1 22&WR17 Avaabls 5 349+0 3 181.48 3 187026565 Pa Good Wwd.Oo mead 225/65R17 102T SL WINTERCOMMAND 22545R17 Avalabb $ z05.7s $ 106.99 S 187023565P Gaod WraorC.umlac! 2/555876977 XL WINTERCOMMAND 215/55878 Avaibbls 5 17675S 91.91 S 187058565 P WnWCrmwd 235408181077 XL WINTERCOMMAND 23540R78 AvabW 5 H6. i 128.05 S 187032565P WnWWmad 215155R1798TXL WINTERCOMMAND 215155R77 Ava&bb 5 M9.4B S 98.49 $ 187027585 P Gd oo WntrCartmaW 235155R17 1047 SL WINTERCOMMAND 23545R17 Available 5 .295 8 115.93 f 187011585 Pas,,W Goodyear WnlerCrrmvd 20WR10957 SL WINTERCOMMAND 2DWR16 Mail" 5 156.10 3 81.17 f 187066505 Pa W'nbrCo n and 245/50820 1027 SL WINTERCOMMAND 245/50820 Avalabb $ .Us $ 152.07 S 187037565 P Wnbrc-ena d 225/55RIG 103T XL WINTERCOMMAND 22555R19 Avalabb $ 25665 $ 134.50 $ 187060565P Good WW -Con l 225155R16'IT SL WINTERCOMMAND 225/55R18 A.A.W. 5 MAS 3 13023 S 187064505P GooO W".0 --d 23555R 79101T SL WINTERCOMMAND 235155R78 Avalabb 5 12260 3 136.55 $ 187057565 Pa Wlnbrc-rad 22540R18100T SL WINTERCOMMAND 225,WR78 Awbble 5 zss.. $ 111.90 E 187061565 P Wlnl4rconvne d 235(55R18 100T SL WINTERCOMMAND 23555818 Awbble 5 x645 S 134.30 S 187034565 PS,,W Goodysiv Wo AmCon -d III23UM1799TSLWINTERCOMMAND 235/55R/7 Avaabb $ 209.a5 f 100.12 S 187020565P WnMCannal0 225MR1698T SL WINTERCOMMAND 22540876 Available $ 16430 $87.46 $ 187030565 Pa WeA.Cormald 54 220R179BT SL WINTERCOMMAND 22SWR17 AvaMbb $ 20. 210 $ 114.46 E 187035565P WlnWfiW 215150R1795T XL WINTERCOMMAND 21515OR17 Mae" 5 211W S 110.71 $ 187024565P WFWConmrW 215MSR1799T SL WINTERCOMMAND 215185R17 AvaMbb 5 184.75 6 96.07 E 187000565 Pa windrCwmrW 21517OR16100T SL WINTERCOMMAND 21WOR16 Available $ 16865 $ 87.80 E 187033565P WbbrCommad 225155RI 797T SL WINTERCOMMAND 225155R17 AvWkbW $ 200. S 104.13 $ 187012585 Pa WYMrCrrmaW 215M5R1698T SL WINTERCOMMAND 215185R16 Available 5 1n.eo f 92.35 $ 187059585 Pa whoarc anal 24540818 105T SL WINTERCOMMAND 24580818 Avalade 5 263cs 8 137.10 S 187022555 Pa WnlsCalanad 20555R1894T XL WINTERCOMMAND 20515SR16 Mal" 5 1)425 S 90.61 S 187036565 P-sonim, Goodyear WinerCmmad 22550RI798T XL WINTERCOMMAND 22550817 M.A.M. $ zlvs0 f 120.38 S 187028585P WnbrCmmad 21540RI7100T XL WINTERCOMMAND 21540R17 Avalabb $ 169.50 $ 90.54 S 187056565P Gadd WnterC.nnland 235,45R181067 SL WINTERCOMMAND 235/85818 Affable $ 235.35 S 122.38 $ 187062565 WnWC--.W 225150R1899T XL WINTERCOMMAND 22550R18 A-Mbb $ 239.. S 124.41 S 18701456 Passenger Good W'nWCwmrd 225/85RIO 100T SL WINTERCOMMAND 22545818 Avalabb S 18 L. 3 94.59 f 187018585 WnWWmlad 21540R7695T SL WINTERCOMMAND 21580R16 A -I 5 165.a 6 86.24 S 187017585 God WnWCrtrnrld 2051MR1692T SL WINTERCOMMAND 205,WR18 Avallabb $ sszAs 3 80.83 E 781030579P Good WnWCwmlald Ultra 175/85R1584H SL WNTRCMD ULTRA 17SWR15 Available $ 14370 3 74.72 S 781032579 WnlrCamlad Ultra 18515SR1683T SL WNTRCMD ULTRA 185/55R16 Avaable 5 >d305 i 95.19 $ 781033579 Pa WnWWmWd UBn 18540R1584T SL WNTRCMD ULTRA 18WR15 A -l" 5 ss1.55 S 78.81 $ 781019579 WlntrCamlaW Lane 1854SR1588T SL WNTRCMD ULTRA 185/135R15 Ava/abb 5 -1 i 77.21 S 781001579 Wintrt-rand UNa 19545R1591T SL WNTRCMD ULTRA 19W5R15 Avrlabb 5 156.50 8 80.34 $ 781018579 Pa WnWCamaW Unta 20550R1793H XL WNTRCMD ULTRA 20550R17 Avaeabb 5 2w.w S 126.88 S 781002579 P WntrCamwd Lars 20555816 94H XL WNTROMO ULTRA 20555R16 Avaiabls $ 301.x5 8 104.56 $ 781007579 P WintwlCcnmad Ultra 20560R16 96H XL WNTROMD ULTRA 20WRlS Avalabla 5 37465 S 02.90 $ 781020570 WnlrCanmad U9ra 205/85R16 99H XL WNTRCMD ULTRA 20545R16 A -Mb. 5 Mv65 S 94.40 S 781015579P Wnt.Cmmad Ultra 21545R179111 XL WNTRCMD ULTRA 21545817 Aa" 5 .115 S 130.00 $ 781010579 Passenger Goodyw W.WCamnrd Ufra 21550R1795H XL WNTRCMD ULTRA 21550R17 AVW bb 5 .445 6 134.30 S 781006579 P WnlrCormlaW U1" 21555R1"7H XL WNTRCMD ULTRA 21515SR16 Mab. $ x1445 8 108.30 $ 781005579P WnWComnad Ultra 21555R1798H XL WNTRCMD ULTRA 21555R17 AvaMble 5 2..3 S 117.39 $ 781003579 WntaCrnmand Lira 21516OR1699H XL WNTRCMD ULTRA 21WWR16 Avalabb $ 187.90 S 97.71 S 781010579 WntarCarmlad UBn 21545R16102T XL WNTRCMD ULTRA 21545818 Avalalls S 20345 6 105.79 $ 781021579 PGcodyear WnlrC.-o d Ultra 21585R17103T XL WNTRCMD ULTRA 21545R17 Available $ 2x990 S 109.15 S 781035579 PGoodyear W.WC.-W Ultra 22514OR18 97V XL WNTRCMD ULTRA 22540R16 AvaMbb 5 30645 3 158.63 f 781022579 P W.V Canmald Ultra 22514SR1794H XL WNTRCMD ULTRA 22514SR17 Avalalb 5 26445 S 130.591$ 781013579 Pa W.WC-e am Utre 225/45R78 95V XL WNTRCMD ULTRA 22545818 AvaMbb 5 -ss S 153.17 S 781011579 Pa WnlerCamWd Ulla 22SWR77 96H XL WNTRCMD ULTRA 22550817 Available 5 27310 6 142.01 $ 781017579 Pa WnWCrrmaltl URa 22515ORIS 99H XL WNTRCMD ULTRA 2251SOR18 Avalmla 5 - $ 147.52 $ 781009579 P Wnt c nenand Ultra 2255587710111 XL WNTRCMD ULTRA 22555817 Avaiabla 5 2..x0 $ 124.70 S 781067579 P W -Cor -rd! Ur- 225755818 102V XL WNTRCMD ULTRA 22555818 Available $ 271.60 S 141.23 S 781012579 Pa Wnt.CarmaW Ulla 22540816 102H XL WNTRCMD ULTRA 22540R16 Avdabla 5 193.06 $ 100.39 f 781023579 P WntrWmWd Uha 225/60R18 10011 SL WNTRCMD ULTRA 22560818 Available S 2646D S 138.63 $ 781063579 Pa Gadd WnteRamWld Ultra 2254SR17 102H SL WNTRCMD ULTRA 22545817 Available 5 2- $ 117.70 S 781037579P WnWC WUft. 235/40R1996VXL WNTRCMD ULTRA 23514OR19 Available $ 33650 S 176.02 S 781073579 P WnWC.-nd Ultra 235/45RIS 99V XL WNTRCMD ULTRA 23545818 Available 5 .725 S 154.52 $ 781072579P WinMrCamrW Urfa 23545R1999V XL WNTRCMD ULTRA 23514SR19 A-WhA. 5 3zaR $ 160.87 f 781040579 P WlnlerCmmaW Ultra 235/50RIS 101V XL WNTRCMD ULTRA 23550818 Avaabb 5 .1.. S 151.45 $ 781041579 Passenger Goodyear WnWC-and Ultra 23515DR19103H XL WNTRCMD ULTRA 23550R19 Mail" $ 314mW $ 103.75 S 781008579 Peecanger Goodyear Wedarcl naw U6ry 23555R17 99H SL WNTRCMD ULTRA 23555R17 Available $ .9.50 S 134.94 $ 781014579 P WkerCmmad U6ra 2351558 7 8 100H SL WNTRCMD ULTRA 23555R18 Avabbls 5 201.97 3 146.62 f 781043579 P Wk1WCommaW Lan 2WSSR20102H SL WNTRCMD ULTRA 23555820 Av d bb 5 36aIn 3 191.39 S 781027579 P Wnt.Cornwd Ultra 235MR18107H XL WNTRCMD ULTRA 23540878 AvaMbls $ 269.65 S 150.62 $ 781084579 Pa WnterCnmWW Ultra 235/85R17 104H SL WNTRCMD ULTRA 23545R17 A.&" $ s S 124.00 f 781066579 P WntrConere" Ultra 23545R18106V SL WNTRCMD ULTRA 235/85R78 A-Mble 5 269.60 8 140.19 $ 781044579 P Wnterc- ad Ultra 24540R189TV XL WNTRCMD ULTRA 24514DRIS Mail" 5 9s S 161.00 E 781046579 Possong, Goodyear Wnt.Comrlald Ultra 245145R18 100V XL WNTRCMD ULTRA 24545R18 A.M.M. 5 314.90 8 163.75 $ 781080579 P WntrCon nm d Ultra 245/45R19 102V XL WNTRCMD ULTRA 24545819 AvaMbls 5 3w.40 6 179.09 S 781068579 Pa WntrCalvnad UBn 2455OR20 102V SL WNTRCMD ULTRA 24550820 Mal" 5 336.60 $ 173.99 f 781071579 Pa Wintrc retia d Live 245155R19 107V SL WNTRCMD ULTRA 24555R19 Available 5 370.75 6 168.87 S 781079 Pa W.WC nand Ultra 240R18105V SL WNTRCMD ULTRA 54 2451BOR18 AvaMbls 5 2x3.40 S 147.37 E 7810655W0 79 Pa Wnt.Cmmad Ultra 25W45R20105V XL WNTRCMD ULTRA 255145R20 $ 366.10 $ 189.33 S 781069579 Pa WnWWImiad UOra 2555OR20109V XL WNTRCMD ULTRA 25515OR20 Available 5 35620 S 186.26 S 781050579 Pa WMrConmald Uaa 25515SR19 11 1H XL WNTRCMD ULTRA 25555R19 Mailable 5 40 6 179.09 $ 781070579 Pa WklterCan'nad Urre 26515OR20 107V SL WNTRCMD ULTRA 28550820 A%.Mbb 5 381.856 198.56 E 781057579 Pa WntrC.-and Ultra 275/45820 110H XL WNTRCMD ULTRA 27545R20 Avalabb 5 ... S 204.70 S 781079579 Pa WnWC d!UBre 235155R20 102V SL WNTRCMD ULTRA 23555R20 Avaiabb $ M43 8 175.99 S 781076579 Pa WlnterCanarond U6ro 235/55R19 105H XL WNTRCMD ULTRA 23555R19 Avalabb 5 3m.ao S 190.65 E 483185681 Electric Verecb Va Goodyse, EbcMCDrne 2 SCT 23545818 98W XL ELECTRICDRNE 2 SCT 23545818 New $ 31e.28 8 164.51 $ 483183681 Electric Velecle Va Goodym ElectrdDnsa 2 SCT 23540819 96W XL ELECTRICDRNE 2 SCT 23540R19 New 5 345.95 f 179.89 $ 483812681 Electric W.I. Va EI -Dries 2 SCT 21550817 91 V SL ELECTRICDRIVE 2 SCT 21515OR17 New $ 270.44 f 140.65 S 483150881 Electric Vaecb Va Goodyear EI. -Dna 2 SCT 25545RI9 104W XL ELECTRICDRNE 2 SCT 25545819 New 5 39628 $ 206.07 $ 483201681 EbcW Ver cle Va Ebc-Ori" 2 SCT 24545819 102W XL ELECTRICDMVE 2 SCT 245/45RIO New $ 16464 $ 186.44 $ 483187681 EIc- Vaecla Va God EWcWD-2 SCT 23550R20 104V XL ELECTRICDRrVE 2 SCT 2355OR20 Nee 5 3774] S 196.25 E 483202681 Ebclnc VeNcb va Gccd EI tricD-2 SCT 25535R21 98W XL ELECTRICDRIVE 2 SCT 255/35R21 New $ 503. 6 201.67 $ 483204681 Elsctnc VeNcb va Good Ebctricdi o 2 SCT 25540820 101W XL ELECTRICDRIVE 2 SCT 25514OR20 Nee 5 411.38 6 21342 S 483198681 Electric V4.1a Va EbctncD i o 2 SCT 22515SR19 103H XL ELECTRICDRIVE 2 SCT 22555819 Nee 5 .1. $ /89.05 $ 483101881 Ebcnc Vebcle va EbcncDrta 2 SCT 255/45R20 105V XL ELECTRICDRIVE 2 SCT 25545820 New $ 38370 $ 195.62 $ 483824681 Ebcck Vehicle Va Good EbctricDme 2 SCT 21555817 94V SL ELECTRICDRIVE 2 SCT 21555817 Nee 5 .7e9 3 134.10 S 483194681 Ebctrd V.WM va ElaetrcDna 2 SCT 23555R19 105V XL ELECTRICDRIVE 2 SCT 23555819 New $ 372.38 S 193.64 $ 483103681 Electric Vaincb Va EbcwDme 2 SCT 24545R20 103V XL ELECTRICDRIVE 2 SCT 24545820 Naw $ -A. S 196.25 S 483207681 Ebclnc VeNcb Va Goodyear EW1nicDna 2 SCT 28540819 107W XL ELECTRICDRNE 2 SCT 2854ORIO New $ 50321 $ 261.67 $ 483020881 Electric VaNcb Va Gocdoea, EbcncDriea 2 SCT 25515OR19 107V XL ELECTRICDRME 2 SCT 25515ORIO Nsw 5 4a S 131.21 f 483205681 Elecnc VeNcb Va EI -Dna 2 SCT 27535821 103W XL ELECTRICDRIVE 2 SCT 275/35821 Nae $ 54450 $ 295.22 f 483200881 Electric Vetecle Va EbcincOnee 2 SCT 225MOR18 104H XL ELECTRICDRIVE 2 SCT 225/80RIS Nwv 5 3.73 3 101.681 S 484159035 Electric VeNcb G.Wyear EI. -D- GT 25545819 XL ELECTRICDRIVE GT 25545819 Available $ 331.8 8 175.70 $ 484165656 Eiact,c Val 1. Goodyse, Ebc-Dme GT SCT 23545818 XL 98W ELECTRICDRIVE GT SCT 23545818 MaWle 5 oo S 10240 $ 484103656 Elecnc Vehicle Gmlymma EbctrioDme GT SCT 23514OR1996W XL ELECTRICDRIVE GT SCT 23540819 Diacantkred 5 36676 6 191.76 S 484188856 Elacnc Vatecb ElectncDries GT SCT 23514OR1996W XL ELECTRICDRIVE GT SCT 23540R19 Avaabb 5 3M.M $ 196.50 E 484158858 Electric Velecb Goodyea, Elscft!3 a GT SCT 25545R19 XL 104W ELECTRICDRNE GT SCT 25W45R19 Available 5 3e7.5o $ 201.50 E 783002857 Electric ValAd. Elec-Dries SCT 21515OR1795V XL ELECTRICDRIVE SCT VSB 1215/SOR17 Discanbvrd 5 .1.11 8 146.18 E 763003657 Electric Vehicle Good EW, -Dna SCT 21555R1794V SL ELECTRICDRIVE SCT VSB 2lW55RI7 AvaMbb 5 269.06 $ 139.91 $ 755067383 L 1 buck Aeraace CS Fuel Max 22545817 102H SL ASSUR CS FUEL MAX VSB 22545R17 Available 5 .1.70 8 130.64 S 755907383 L' t Truck Gaud Aswalce CS Fua Ma 25545818 1117 SL ASSUR CS FUEL MAX VSB 25585878 Avalabls 5 .4.sa S 153.18 $ 771811118 L Truck 215785R1SC 102/1008 LR -C CARGO G26 BLTTL 20545R75C Oieralb8ad IS 27671 8 143.89 E 724864519 Ught Truck End+nce Trac ST205175R14 105N LR -D ENDURANCE BSW TL ST205775R14 I Available I 512.45 S 92.27 S 724861519 L' Tuk oo Gd Endurance Tracer ST205f75R15 107N LR -D ENDURANCE BSW TL ST20575R15 Aveiabla 5 18328 3 95.71 E I716nme_aeeA�rw.vOw,ewet-r u,o x» 2- UI vinv d,en rti aa.«nn+n� saw •hdre+w7T e-rw rw Me i�un v do i�bm0m. ) or to NASPO Pricing Eff-dw 0710112024, Expires 01/31/2025 Bus Prk a Book DW: Jrukry 01, 2024 Product Code TN Type CorMlr. &rlalr.bk Bream Ml.Mle I"Llne Slim rd D.-otbn SW 11 -Slab. - - Di -.,td 1/1/2024y �� FET 6 724865519 Light Truck G -,l E,,,1- Tr ST215175R14 108N LR -D ENDURANCE BSW TL ST215/75R14 Avlable 5 1143 f 92.47 $ 724857519 Light-Truek Goodyw Erd.-Tn ST22575R15117N LR -E ENDURANCE BSW TL ST225(75R 15 AvlkbM 5 NTH f 107.71 S 724858519 Light Truok Goodym Erdurance TrmW ST235r80R10 123N LR -E ENDURANCE BSW TL ST235MR10 Avalabb $ x1.00 f 130.52 $ 724860519 Ught Th k Gad End- Tnilr ST235/SW6 125N LR -E ENDURANCE BSW TL ST235185R16 Awiable 5 27641 f 1".77 S 1.32 72488251 Light Truek End- Tra.W ST255MSRIS 12ON LR -E ENDURANCE SSW TL ST255M5R18 Avllb 5 31L73 f 162.10 S 5.48 357013294 L Truck F AIUWde MIT 35X12.501120LT 1210 E FIERCE ATTITUDE MR 3SX12.5OR20LT Ata/ade 5 509.30 f 264.8/ $ 151083203 L' Truck Good Forlorn HL 28515OR20 107T SL FORTERA HL VSB TL 26515OR20 AvaMEb 5 29033 f 150.97 $ 757284203 Light Truck Good Fa HL P245185R17 105T S2 FORTERA HL VSB TL P245185R17 Affable 5 217.74 $ 11332 S 151056203 Light Trlck Fa. HL P245W70R1710BT SL FORTERAHL VSB TL P24517OR17 AvaMbb 5 22743 S 118.20 $ 151559248 I -W Truck Goodyw Fa HL P255195R18 IODS S2 FORTERA HL TL P25595RI8 Avlabb 5 m a f 140.06 S 151774103 LW Truck Fanera SL 30514OR22 114H S2 FORTERA SL VSB TL 305r40R22 Die..&..d 5 4/290 f 245.91 $ 151775103 L' Truck Fortars SL 30W45R22 118H S2 FORTERA SL VSB TL 305145R22 Doo*.W 5 454.S 239.31 E 754587575 L' Truck Ube SUV 4.4 245160R18/0511 SL ULTRAGRIP+ SW UGS 245MORIS Avl 5 aces f 143.98 E 754317575 Light'Truck Goodym UBn - SUV 04 265r7OR16112T SL ULTRA GRIP+ SUV UGS 205/70RI6 Awlabb 5 23930 $ 124." S 7545945751- Truck Ube SUV 4xd 24595R17107H SL ULTRA GNP +SUV UGS 24595R77 Av 5 .2.64 f 126.17 $ 754338575 Ught Truck Ultra SW 4.4 26595R17 112T SL ULTRAGRIP + SUV UGS 28595817 AvaMble 5 25136 f 130.71 $ 184152786 Lqht Truek WlnWCamrM LT LT26570R171210 E WINTERCOMMAND LT LT2657OR17 A-Mble 5 3x.60 3 100.31 S 184432786 Lght Truck Goodyw WnlrColnm.d LT LT2757OR18 1250 E WINTERCOMMAN LT LT275MRIS A -l" 5 35275 $ 186.03 E 1.32 132201788 Light Truck Goodym Wnu-C.T., d LT 26YMR17115S SL WINTERCOMMAND 265f70R17 AwMble 5 25525 f 132.73 E 132244788 Lght Tuek WnlerCmrn.W LT 265WR781105 SL WINTERCOMMAND 26590818 AnMMe 5 271X1 S 14128 S 132124788 U t Truck WMsCmnrd LT 285/50820 107T SL WINTERCOMMAND 265/50R20 Atikole 5 321.10 $ 166.97 S 132256798 Lght T, -A WintwCammd LT 2551501120 1057 SL WINTERCOMMAND 25515OR20 AvaMbb 5 302a f 157.17 S 132128788L- 1Truck WntwComnwd LT 245f75R78111S SL WINTERCOMMAND 245/75R16 AveMde 5 210.50 $ 109." S 132146788 Light Truck Good WnWCmm.d LT 285145R22 114T XL WINTERCOMMAND 285145R22 Avt I.N. $ 359.20 S 186.73 $ 132245788Light Truck WMarCmrrl.d LT 265MSR17112S SL WINTERCOMMAND 2659SR17 AvWWII. $ 34s.>a f 129.94 $ 132073788 L' Truck WmtwCormand LT 2756DR20115T SL WINTERCOMMAND 275MR20 A.A.M. 5 325.95 f 100.49 E 132246788 Light Truck WlntrCmmarW LT 26595R18114S SL WINTERCOMMAND 265MSR18 AwYbb 15 .320 f 146.74 $ 132258788 Lghl Truclt Wnt.Ccmm.d LT 255165R1811 IS SL WINTERCOMMAND 255/65R18 Avnkkbb 5 2- $ 12823 $ 132243788 Light T=k WnlerCaml.d LT 255(70R18 113S SL WINTERCOMMAND 25570RI8 AvaM6b $ actio S 133A3 S 132248788 L' Truck Goodyaw WbA.C.-MLT 27595R18116S SL WINTERCOMMAND 27595RI8 Avlable 5 .270 S 15220 f 132242788 Light Tt-k Goodyw WkWrCarmrd LT 245085R17 107S SL WINTERCOMMAND 245MSR17 Avl4Cle 5 231+0 S 120.12 $ 132203788 Lod Tnck WntrCamurd LT 275*5R20113S SL WINTERCOMMAND 275155R20 AvaMble 5 315.65 f 198.22 $ 132204788 L49 Tack WkA.C.rrn.d LT 2657OR16112S SL WINTERCOMMAND 26517DRIO A-MbN 5 236.50 f 122.06 S 184140786 Light -Truck Gmtl W.WCarmrd LT LT2457OR171/90 E WINTERCOMMAND LT LT245770R/7 Avellkpb 5 310.15 S 16128 $ 184099786 Light Truck WnlrCormud LT LT2657OR18 1248 E WINTERCOMMAND LT LT265/70R18 AvaYkbb $ 3u A5 f 179.32 $ 184290786 Light Truck Goodyw W.WrC mvrd LT LT24575RI71210 E WINTERCOMMAND LT LT24575R17 A-t&le $ 317.'10 $ 165.20 $ 184151788 Lot Truck WnWCarmrd LT LT24575RIO 1200 E WINTERCOMMAND LT LT245/75R16 Avlkble 5 2x350 S 147.42 $ 740036515 L' Truck W AT LT19575R14CWRL AT HBW TL LT19575R14 AvaMbb $ 317.711 S 165.20 S 758089572 L' Truck Goodytw W AT AdSanMn 235,75R77 1097 SL WRL AT ADVENTURE BSL 23W75R17 Avrdeble 5 261.51 f 136.00 $ 758592572 Light Truck Goodyw W AT AdlanWre 245MSR17107T SL WRL AT ADVENTURE BSL 245185R17 A-hble 5 31732 f 165.00 $ 758080572 Light Truck Goodyw WrVW AT Ade b- 2457701117 1IOT SL WRL AT ADVENTURE BSL 24570877 AnMbb 5 z3 S 106.00 f 758050571 L' Truck Wr.VW AT AdvenhXe 2457581811/7 SL WRL AT ADVENTURE OWL 245175816 Avelkde 5 31.56 S 170.64 $ 75817770 Light Truck W AT Adventure 24W7SR17112T SL WRL AT ADVENTURE BSW 24575R77 A -Mbit, 5 23226 f 120.75 $ 758284845 Ligtd Truck W AT Ad-*- 255MOR20 113H WRL A7T ADVENTURE JLR 25"OR20 Avlabb $ 4x.39 S 210.18 $ 758009572 L' Truck W AT Advn4ee 255165R17110T SL WRL AT ADVENTURE BSL 255/65R77 A -AWA. 5 26193 f /39.64 $ 758263545 Light Truck W AT Adventure 255M5R19114H WRL A7 ADVENTURE JLR 255M5R79 A-Mble 5 37264 3 193.00 S Tk 758087571 L' ruc AT Adkbe W nn 25570R17112T SL WRL AT ADVENTURE OWL 25570R17 Avllle 5 3x.00 S 100.00 $ 758074707 LVH Truck Goodyw W AT Adm!- 25570R18113T SL WRL AT ADVENTURE BSW 255/70R78 AwMbb S x265 S 131.38 E 75826084 Light Truck Goodym W AT Adventure 2557OR18116H XL WRL AT ADVENTURE JL R 25500R18 Avl 5 352.35 S 183.12 $ 758124633 Light Truck WrVW AT Advo - 285/50R20 1077 SL W RL AT ADVENTURE VSB 2851501120 Avlkbb 5 3".23 $ 179.00 E 758070571 lUghtTruck W AT Advenkne 265MOR18110T SL WRL ATADVENTURE OWL 265180R78 Avkikde $ 365.38 S 190.00 S 758076830 L' tTruck WIVW AT Adventure 255MOR18110T SL WRL AT ADVENTURE VSB 265MR18 AvaMOb 5 362.65 S 188.58 $ 758061571 Light T -k W AT Advo- 2659SR17112T SL WRL AT ADVENTURE OWL 26595817 AvW" 5 - 3 181.00 E 758088571 Light T, -k W AT Ad -t- 265/65R18114T SL WRL AT ADVENTURE OWL 26595R1B AvaiabM 5 330.1 S 172.0 S 758042572 Light Truek W AT Adventae 20570R17 115T SL W RL AT ADVENTURE BSL 28517OR17 A..[" 5 30365 f 158.00 E 758070571 Light Truck W AT Advenbne 26570RI8 I IST SL WRL AT ADVENTURE OWL 26570R18 Avlable $ 36 S 164.00 S 7WW5572 Light Truck WIVW AT Ad -t- 275155R20 113T SL W RL AT ADVENTURE BSL 275/55R20 Avlable 5 346.06 $ 181.00 E 758085571 Lyht Truek W AT Advenkxe 275/55R20 113T SL W RL AT ADVENTURE OWL 27515SR20 AvWkd e 5 34808 f 181.00 E 758082572 Light Truck Goodyw W AT Advo - 275/60R20 1157 SL WRL AT ADVENTURE BSL 275180R20 AvaMbb 5 35Lu S 183.00 S Light Truck GW W AT Ad -l- 275A30R20 115T SL WRL AT ADVENTURE OWL 275BOR20 A-w6le 5 .1,12 $ 193.00 S Q8073571 8081572 Light Truck Goodyw WmVW AT Ad-*- 27516SR 18 118T SL WRL AT ADVENTURE BSL 27595R18 Avk%de $ 46 $ 176.00 E 758088571 Light Truck WIVW AT Advnlue 2750351178 116T SL WRL AT ADVENTURE OWL 2751CSR18 Aveiabb 5 380.77 f 198.00 E 748517572 Lght Truck Goodym W AT Advanbne LT215MSR18 115R E WRL AT ADVENTURE BSL LT215185R16 A-WIl. $ 3131 S 145.00 $ 748748572 L9,t Truck Goodym W AT Ad -l- LT225775R76 115R E WRL AT ADVENTURE BSL LT225/75R16 A-Uble 5 306.93 f 160.64 $ 748635572 L' Tack WrVW AT Ad -t- LT235ROR1712DR E WRL AT ADVENTURE BSL LT2351SOR17 Av49abls $ 3..92 f 170.00 $ 7484e9572 Light Truck W AT AdvenWre LT24517ORI 7 11 9R E WRL AT ADVENTURE BSL LT24517OR17 A.M bb 5 315.38 S 184.00 $ 748103572 Light Trucit Goodym W AT Ad -l- LT24575R18 1205 E W RL AT ADVENTURE BSL LT24575R16 AveMble 5 348.51 f 181.23 E 748104572 LW Truck AT AdnWre W ve LT24WSR17121S E WRL AT ADVEMURE BSL LT245175R17 Avk/kble 5 33269 S 177.00 S 748007572 Light Trubk Good W AT Adw LT26WBOR20 121 R E WRL AT ADVENTURE BSL LT20590R20 AnMbb 5 u2.31 S 230.00 E 748081572� Truck Good WmVW AT Adv.rkre LT265f70R17121 S E WRL AT ADVENTURE BSL LT265MR17 Avadtble 5 .192 $ 193.00 S 748881571E Truck W AT AdwnWre LT255770R17121S E WRL AT ADVENTURE OWL LT265/70R17 Avdreb 5 ML92 S 153.00 $ 748014572 Light Truek Goodym W AT Adventure LT265170R18124S E WRL AT ADVENTURE BSL LT26517ORIB A-kble 5 3%.15 i 206.00 S 0.19 748748572 Light Truck W AT Ad- LT26575R18123R E WRL AT ADVENTURE BSL LT285175R18 Avlab $ s4 3 188.00 S 748965571 Light Truck W AT Admhn LT2759SR18123S E WRL AT ADVENTURE OWL LT27595R18 AvaMbb $ 44036 S 229.0 E 748303572 Light Truek W AT Adventure LT27S95R20 1265 E WRL AT ADVENTURE BSL LT275/B5R20 Avlade 5 44css f 232.00 f 2.36 148139880 Light Truck Gopdym W AT Ad -t- LT2757OR18 E WRL AT ADVENTURE B01 NSF LT275/70RI8 A-I.M. $ 369.01 S 191.90 $ 1.32 748139571 Light Truck WrWQW AT Adventure LT275MR18 E WRL AT ADVENTURE OWL NSF LT27Sr70RI8 Avlabb 5 37305 f 193.99 f 1.32 748015572 Lqht Truck W AT Advenkne LT285MOR20 125R E WRL AT ADVENTURE BSL LT285WR20 Avlkblk $ Sa.aO S 27LOO S 1.32 748096572 Lght Truck W AT Ad -t- LT28570R17121R E WRL AT ADVENTURE BSL LT285f70R17 AwMble 5 371.15 f 193.00 S 411154177 Light Truck WrmngW AT5 LT215/75R15106/103S D WRL AT5 BSLRPTL LT21575R75 Avni.N. 5 L. S 156.99 S 410422176 Light -Truck W AT/S P26W70R17113S S2 WRL ATS OWL TL P2657OR17 A-I.M. $ 23730 S 12329 E 753007001 L' Truck W Bandy MT 33X12.5OR15LT 1080 C WRL BOULDER MT OWL LT33X12.50RI5 Ave 5 40390 f 210.03 S 7530080021 Truck Goodym W B.A W MT 33X12.5OR20LT 1190 F WRL BOULDER MT BSL LT33X12.5OR20 Auxin. $ wlm40 S 312.73 $ 753009001 Light Truck Good W Balder MT 35X12.50R1SLT 1130 C WRL BOULDER MT OWL LT35XI2.50RI5 AvaMbk $ +751 $ 206.72 E 753011001 L' Truck Wr&VW Badder MT 35X12.50R17LT 1210 EWRL BOULDER MT OWL LT35X72.5OR17 A.Aw* $ 541.51 f 281.59 S 753012001 LtTruck Good W Bald. MT 35X12.50RIBLT 1230 E WRL BOULDER MT OWL -T3SX12.50Rl8 Avlkbb $ 61543 $ 320.02 $ 753013002 Ught Truck W B.Adr MT 35X12.5OR20LT 1250 F WRL BOULDER MT BSL LT35X12.5OR20 I Avlable 5 635.63 f 330.62 $ 1.32 753016002 Lght Truck Good W Bald. MT 35X12.5OR22LT 1210 F WRL BOULDER MT BSL LT35Xl2.50R22 A.W.M. $ 737.74 $ 38.7.62 S 753014002 Lght Truck WrVlw Bald. MT 37X12.5DR17LT 1240 D WRL BOULDER MT BSL LT37X12.WR17 Avkkkde 5 611.51 f 316.03 S 0A 753015002 Light Truck Good Wr Bo Adr MT 37X12.SDR20LT 1260 E WRL BOULDER MT BSL LT37XI2.50R20 AW" 5 ss f 355.13 $ 2.38 753001001 Lght Truck Good W Baia. MT -T26570R171210 E WRL BOULDER MT OWL LT2657OR17 A.W bM 5 39499 f 205.39 S 753DO2001 UghtTruck W Bald. MT LT265175R161230 E WRL BOULDER MT OWL LT26575R16 Avlkikble 5 % $ 196.10 $ 753003001 Light Truak W Baia. MT LT275f70R18125P E WRL BOULDER MT OWL LT275170R18 A-Uble 5 45243 f 237.86 S 1.32 753004001 Light Truck WmVkw Baldy MT 1-1`28570R171210 E WRL BOULDER MT OWL LT2857OR17 Ato l 5 46469 S 243.82 E 753905001 Light -Truck W Bald. MT LT285f7 16120Q E WRL BOULDER MT OWL LT285/75R18 Avlable 5 x1465 f 216.06 $ 2.38 753018002 Light Truck W B." MT LT295039R20 1280 E Will BOULDER MT BSL LT20516OR20 Avkiade 5 6x.69 S 325.95 S 2.38 753917002 L- Truck Good WmQW Balder MT LT29"SR20 1290 E Will. BOULDER MT BSL LT29595R20 AvakbW 5 621mn 3 323.33 S 5.48 753008001 L#d Truck W Balder MT LT29W7OR18 129P E WRL BOULDER MT OWL LT29517OR18 A-ftbk 5 530+5 S 275.631 S 5.48 150875601 Light Truck Goodyw W DxaT- 245f7OR17110S SL WRL DURATRAC BSL TL 245MR17 D,..W..d 5 Mml3 S 172.71 $ 312022142 L' Truck Goad W D-Trkc LT24YMR17 119Q E W RL DURATRAC BSL TL LT24SMR17 Avk9kde $ 33I- $ 172.62 $ 150884574 L' Truck W DeaTroc 255/55819 1110 XL W RL DURATRAC XL FP TL 255155879 Avlkbb 5 n S 209.71 $ 150009601 Light Truck WngM, D,-Tm 255/S5R201/00 XL WRL DURATRAC BLT TL 2551551120 A -MO. 5 4- f 214.26 S 150524601 Ught Trlck Wrtinglor D-Trec 25517ORIS 1135 SL WRL DURATRAC BSL TL 255/MR18 D ---.d $ 367.49 S 201.49 E 150014574 Light Truck W DnTrac 1255rfOR18 1100 XL WRL DURATRAC JLR 25VMR18 Avlade $ - S 195.36 f 150684801 LVA Truck Goodyw WrgW D-Troc 25575RI7 1155 SL WRL DURATRAC BSL TL 255/7SR17 D -.ft d 5 365.15 $ 179.48 S 150525001 L' Truck WrVlw DnT- 26580R18 I 10 SL WRL DURATRAC BSL TL 285MOR78 DacantiXrod $ 400. S 208.12 $ 150153WI L' Truck Goodyw WrwVW DraTroc 205MSR17 112S SL WRL DURATRAC BSL TL 28595817 Avlabb 5 33774 f 175.62 $ 150844801 L Tusk WrwVW DreT- 265MSR18 1145 SL WRL DURATRAC BSL TL 265/65RIS D-.nm.ed 5 3s S 211.92 E 150564W L' Truck WrwVlw D-Tw 265770R18 1125 SL WRL DURATRAC BSL TL 12651MR16 Dieeontir d 5 32x.26 S 1.64 S 57174.97 1501 601 L Tnek W DnnTrkc 2SYMR17 1155S! WRL DURATRAC BSL TL 26SUOR17 DW.W ra 5 s S S NASPO Pricing EHOctiw 0710112024, Expires 01131I2025 vvJ[1L7Q Bua Prime Book Dab: Jeruary 01, 2031 Produel TN Type Cade Con ft 6r.1.w.bl. Brats MaWYY T" LYu Bb and Deecrplbn Btu Gem Bbnu O,M Bas4 P.k4 �': Diiii-i ed AiercY%ke aPPkc+ble 11112024 FET 0 150008601 Light Truck WrVW DxeTrac 275I55R20 113T SL WRL DURATRAC BSL TL 275155820 Discontinued 5 4MmM 6 22361 S 150678601 L" t Truck Wr DraTrec 275908201155 SL WRL DURATRAC BSL TL 27590820 Dumme3ed 5 432.04 $ 225.11 S 150638801 Light Truck Wr DraTrac 275/85818 1185 SL WRL DURATRAC BSL TL 275/65R18 Diacmt,,-I $ 804.12 $ 218.46 $ 312007027 Light Truck Whingisr DraTroc 31X10.5OR15LT 1090 C WRL DURATRAC TL 31Xl0.50R15LT A-kble 5 257.69 S 134.00 $ 312020027 L' Truclt W D -T- 33X12.5OR15LT 1080 C WRL DURATRAC TL 33X12.5ORl5LT A,,W" 5 122% $ 219.94 $ 312064142 U2M Truck WrVW DreTrac 33X12.50R20LT 1140 E WRL DURATRAC BSL TL 33X12. SOR20LT De b -d 5 61)56 3 336.74 $ 312054142 L' 1 Truck WrwVW D -T- 35X12.50R17LT 1210 E W RL DURATRAC BSL TL 35X12.50R17LT M d bb 5 581.63 $ 302.55 S 312085142 L T -k W -ow DXaTroc LT28517SR18 1290 E W RL OURATRAC NSF BSL LT285r75R18 A-Mble 5 499a $ 254.64 S 5.48 312009142 Light Truck W DaaTrac LT225r75R16l l5/ll2O E WRL DURATRAC TL LT22575R78 AVJI" 5 290.36 $ 151.00 $ 312008027 Truck Wr DunTm LT23575R151041101O C WRL DURATRAC TL LT235175RIS AV.M ble 5 ML" $ 155.12 S 312032142 Light'Truck Godyw Wriaro, D -T- LT235/WR171201117O E WRL DURATRAC BSL LT23590R17 A%W ble $ 310.% 3 177.00 S 312036142 L T=k Wr DAaTrac LT23595R18 120/1160 E WRL DURATRAC TL LT23595R18 Aval6bk 5 27306 $ 142.00 $ 312249027 Light'Truck Wr D -T- LT24Y75R16 120/1180 E WRL DURATRAC OWL LT24WSR16 Oiacmbnud 5 30060 6 156.00 $ 312112027 L' Truck W DaaTrac LT2851MR17 1210 E WRL DURATRAC OWLNSPSF LT28570R17 AveYeble $ ..s $ 224.87 $ 312023027 Light T -k Goodyw W D -T- LT24575R17 121/1180 E WRL DURATRAC TL LT245/751117 Dlecorl8rnud 5 336. $ 175.00 $ 312014142 Light T -k WTn& D -T- LT26SMR17121/118O E WRL DURATRAC TL LT26570R17 Disecnblued 5 361.51 $ 186.00 S 312018027 L t Truck W DeeTrac LT26575R/5112/1090 C WRL DURATRAC TL LT26575R18 D --&-d 5 3... $ 181.80 $ 312034142 Light Truck W DuaTroc LT26575R181231120P E WRL DURATRAC BSL LT265/75R78 AA" 5 32665 $ 171.00 $ 312067142 L uck 1 Tr Wr D-T-LT27595R18l l30 C WRL DURATRAC BSL TL LT27595R18 AvaWbb 5 362.% $ 191.13 S 312011142 Light Truck W D -T- LT27595R18123r1200 E WRL DURATRAC TL LT27595R18 D-.nWMed $ 426.92 $ 222.00 $ 312025142 Light Truck W DraTrac LT275165R20128/1230E WRL DURATRAC TL LT27595R20 DscmW.W $ 4.062 $ 252.00 $ 2.30 312088027 Light T-1, W D, -Trac LT27S70R18 121R D WRL DURATRAC BSL NSF LT275170R18 A-Mble $ 41s.. S 216.26 S 312012142 L Truck W D-T-LT27Y70R18 12511220 E WRL DURATRAC TL LT27570R18 D-.nbered 5 77 S 224.00 S 1.32 312065027 Light'Truck Wr DeaTrac LT27570R18 1258 E WRL DURATRAC OWL Ti. LT27570R18 MWIL" 5 116." 3 216.55 $ 1.32 312028142 Light'Truck Goodym W D -T- LT28S90R20 12511220 E W RL DURATRAC TL LT28SWR20 - Lav lnven 5 Stege $ 285.00 $ 1.32 312058027 L- Truck W D -T- LT285MSRIS 1250 E WRL DURATRAC OWL TL LT28595R18 Diucnb.W $ 4%St 6 253.00 $ 1.32 312035142 Light Truck W DeaTrac LT285175R10 128/123P E WRL DURATRAC BSL LT28575R18 I D -- .W 5 ... $ 184.00 S 2.38 312024142 Light T -k Wr D -T- LT295ASR1812711240 E WRL DURATRAC TL LT295MSRIB Discm nud 5 52.31 $ 271.14 S 3.40 312053142 Light Truck WraVIw Du Trac LT295MR171210 E WRL DURATRAC BSL TL LT295MR17 M.A.M. $ 505.55 3 262.80 $ 312030142 Light Truck WrVW DuraTrac LT305155R20121/118O E WRL DURATRAC TL LT305/55R20 Diwan0rx»tl $ 4... $ 254.00 $ 312031142 L' !Truck Goodym WrVW D.T- LT315/70R171211118ODWRLDURATRAC TL LT31Y70R77 M.I.M. 5 st9.. $ 270.12 $ 312029142 Light Truck WrwgW DraTroc LT32516OR201260 E WRL DURATRAC TL LT325MR20 A-Mbls 5 765.01 S 397.81 S 2.38 312016142 Light Truck Gmd WrVW D -T- LT325165R18 127/1240 E WRL DURATRAC TL LT325165R18 Avaiabb 5 613AI 3 318.84 $ 3.40 312110027 Light T -k Good W DraTrac LT285/70R17121O D WRL DURATRAC OWL NSP LT28570R17 A -M" 5 .2.61 $ 230.26 E 312109142 Light'Truck W DeaTrac LT285MR20 1250 E WRL DURATRAC BSL NSP LT28590R20 AvaYebb 5 620.65 3 353.52 $ 1.32 150013574 Light T -k W r DraTrac P 255908201130 XL WRL DURATRAC JLR 255MR20 Avalabb 5 495.69S 2141 $ 150012574 Light Truck W D -T- (P 25595819 1140 XL WRL DURATRAC JLR 255/8 58 7 9 Avtlebb 5 420.63 i 218.30 $ 150021991 L' Truck Good W D -T- RT 245770817 114T XL WRL DURATRAC RT BSL TL 245MR17 Av Mll. 5 33176 3 172.52 $ 150022991 Light Truck W D -T- RT 25595817 114T XL WRL DURATRAC RT BSL TL 25595R77 A -k" $ 349.59 $ 161.79 S 150023991L' t Truck Goodym Wmigliir D -T -DT- RT 255MR17 1127 SL WRL DURATRAC RT BSL TL 255r70R17 AvWable 5 329.01 $ 171.00 S 150028991 L' Truck WrVW DraTrac RT 255/70R18 118T XL WRL DURATRAC RT BSL TL 25570R18 Av4eeble S 41 $ 204.59 $ 150026991 Light Tncls Goo&tw WrVW D -T- RT 25Y75R77115T SL WRL DURATRAC RT BSL TL 25575R77 Avaiebb 5 35711! $ 190.06 S 150035981 Light Ti WrVW D -T- RT 28590R22 112T XL W RL DURATRAC RT BSL TL 28&50R22 M.Mbb $ 555.23 S 288.72 S 150029981 Light T -k Goodym Wrwow D -T- RT 26516CR18114T XL WRL DURATRAC RT BSL TL 26WRl8 Avaiable $ . 3 211 $ 150033981 Light'Truck WrwgW D -T- RT 26590820 112T SL WRL DURATRAC RT BSL TL 26590820 Avid" 5 45378 $ 235.97 S 150032991 Light -Truck WrwVW D -T- RT 20595817 116T XL W RL DURATRAC RT BSL TL 26518SR17 I A -UN. 5 3..N 3 180.36 $ 150030991 Light'Truck Goodym WrVki, D -T- RT 26595818 1187 XL WRL DURATRAC RT BSL TL 285/85818 Avnlable $ 3..54 3 202.04 $ 150020991L Truck Wrtionigisr D -T- RT 26570R18 716T XL W RL DURATRAC RT BSL TL 205MR16 A -d" 5 300.71 $ 156.37 $ 150027991 Light T -k W D -T- RT 26Sf70R17116T XL WRL DURATRAC RT BSL TL 285/70R17 Avalabk 5 32331 3 788.14 $ 150034991 Light Truck Goodyiiii, WrWVW DunTrac RT 265MRIS 1187 SL WRL DURATRAC RT BSL TL 26570R18 Av4ilabb 5 396% 3 207.45 S 150019991 Light'Truck Godyw WrngW D -T- RT 275/S5R20 1137 SL WRL DURATRAC RT BSL TL 275/55820 A.W ble 5 aM.20 $ 227.40 $ 150010991 Light Truek WrwqW D -T- RT 27SWR20 1157 SL WRL DURATRAC RT BSL TL 27MR20 Avaiable 5 3 S 271.10 $ 150031991 L" t Truck Goodym W D -T- RT 27595818 1187 XL W RL DURATRAC RT BSL TL 275/65R18 A.A" 5 403.26 $ 200.66 S 178313991 Light Truck Goodyw W D -T,. RT 33X12. SOR20LT F 1190 WRL DURATRAC RT LT33X12. 50820 Mimbbb $ 3. 3 335.06 $ 178314991 Light Truck Good WmVW D -T- RT 35X12.SOR20LT F 1250 WRL DURATRAC RT -T35X1250R20 Aviiiilebls 5 667.69 $ 347.30 S 1.32 176103981 Light Truck Goodyw W DraTrac RT LT24575Ri6 E 120/1/8R WRL DURATRAC RT LT245775R78 A,.hbe $ 3154.. 6 194.31 $ 176104981L' Truck W D -T- RT LTMOSR17 E 121/1185 WRL DURATRAC RT LT24575R77 A-11"5 ro $ 180.12 $ 176315901 L' Truck W D -T- RT LT25.Ftl7 E 123/1200 WRL DURATRAC RT LT25590R77 Avall" 5 434.59 S 225.00 $ 176204091 Light'Truck Wr DaaTrac RT LT285ROR17 E /2311205 WRL WRATRAC RT LT26570R17 Avairbk 5 W $ 165.31 $ 178098901 L' Truck W D -T- RT LT26VMR18 E 124/121R WRL DURATRAC RT LT26570R18 Avaliable $ 42303 $ 219.05 S 0.19 178301991 Li Truck Goodyw W D6aTrac RT LT275f55R20 E 120/1175 WRL DURATRAC RT LT275/55R20 AvaYmle 5 uL76 3 229.72 $ 176302991 Light'Truck Wr DcaTrac RT LT275M0R20 E 123/12DS WRL DURATRAC RT LT275M0R20 AvaUble 5 4>3e9 S 246.42 S 178092991 UgM Truck GomIrw W D -T- RT LT275BSR18 E 123112OR WRL DURATRAC RT LT2759SR18 AvwI 5 ua. S 233.19 $ 178303991 Light Truck GoodyiIioai, WrarqW DraTroc RT LT275/85R20 E 126/1235 WRL DURATRAC RT LT27595R20 Avalable 5 sM.Ze 3 301.27 $ 2.36 176138891 L' Truck WIVW D -T- RT LT27YMR18 E 1251122R WRL DURATRAC RT LT27570R18 AVail9b4e 5 452.31 $ 235.20 S 1.32 778101991 Light Truck Wr D -T- RT LT285f55R20 E 1221119R WRL DURATRAC RT LT285155R20 A%.d ble 5 63336 3 329.36 E 176311991 Light Truck Goodym Wr D -T- RT LT2859OR20 E 12511225 WRL DURATRAC RT LT285MOR20 A.A.M. $ 99 $ 302.11 S 1.32 170083991 Light Tnrck WrVW D -T- RT LT285MSR18 E 1251122R WRL DURATRAC RT LT285M5RI8 Avrlebb 5 54369 6 282.30 $ 1.32 176318891 Light Truck WrVW D -T- RT LT285ASR20 E 127/1245 WRL DURATRAC RT LT285/65R20 Avaitlb 5 ub.23 $ 332.92 S&40 176317991 Light Truck Goodym WrVW D -T- RT LT2859DR17 E 126/123R WRL WRATRAC RT LT28570R17 Avelebls 5 Naos S 230.30 S 2.35 176585991 Light Truck W D -T- RT LT28575R18 E 126/1238 WRL DURATRAC RT LT285/75R18 Avalable 5 4.6. S 223.85 $ 2.38 176318991 Lght Truck W DraTr. RT LT28575R17 E 128/1250 WRL DURATRAC RT LT28575Ri7 Ava/abM $ SM.. S 270.19 S 4.44 176300991 Light Truck WrwVW D iTrac RT LT28575R18 E 129/1265 WRLDURATRAC RT LT28575R18 Aval6ble 5 520.79 S 209.41 $ 5.48 176319981 LVN Tuk WrrqW D -T- RT LT29595R18 E 127/1240 WRL DURATRAC RT LT29595R18 Av4deds 5 SW.n 3 291.57 $ 3.40 176320991L t Truck Wr D -T- RT LT29Y70R17 E 128/1255 WRL DURATRAC RT LT29Y70R17 A,.Mble 5 4%.W 3 257.35 S 4.44 176188081 Light T -k WrangW DsaTrac RT LT29Y70R18 E 129/1260 WRL DURATRAC RT LT29570R18 AvW" 5 Sm.31 6 296.56 $ 5.48 178312991 Light Truck Goodyw W D -T- RT LTM5155R20 E 125/1220 WRL DURATRAC RT LT305155R20 A-Mll. 5 693m 3 380.72 S 1.32 176321991 Light Truck Goodym WrVW D6aTrac RT LT3O5/85818 F 12811250 WRL DURATRAC RT LT30595R18 Av Mll. 5 591.04 S 300.30 $ 4.44 178475991 Light Truck Goodym Wr D -T- RT LT30Y70R16 E 124/1210 WRL DURATRAC RT LT305/70R18 A.Mbla 5 tm.33 $ 244.52 S 0.19 779025859 Lght Truck Good W Ek- MT 37X12.50R18.5LT 133N E WRL ENFORCER MT 37X12.SOR18.SLT Avaiabls 5 1.159.20 $ 803.07 $ 9.83 779028859 L' 1 Truck Wrw9W Erdurcr MT 37X12.50R76.5LT 127N D WRL ENFORCER MT 37X1250R78.SLT AVad" 5 1.090.. 6 567.27 $ 3.31 403422171 Light Truck W HP P20570R17113S S2 WRL HP VSBRPTL P26570R17 A-Mbb $ 2.65 S 119.94 $ 403074417 Light Truck Good W H P 255770R18113T SL WRLHP VSB 25WORIS Avaiabb 5 5.65 6 285.30 744154900 Light'Truck Goodyw Wmvw 11T LT21575R15100I030 D WRL HT OL BSL TL LT215/75R75 Aweabls 5 2%tl S 153AS $ 7431231 51 L' Truck W MT 37-1250R165LT 127N D WRL MT A BSL TL 37X72.50R78.5LT A-I60b 5 1.015.04 $ 543.6E 3 3.31 183482418 LghtTruok WlVW SR -A P22Sf70R151005 S2 WRL SR -A OWL TL P225170R15 Avaiabb 5 221.ss $ 115.00 $ 183601418 L' ht Tuk W SR -A P25570R16 1095 S2 WRL SR -A OWL TL P25517OR16 Awiabb 5 MS.n $ 133.00 $ 183107418 Light T,-1, Wr SRA P25575R17113S 62 WRL SR -A OWL TL P25Y75R17 Av d" 5 2- 6 145.10 $ 183106418 Light T -k W SR -A P26570R17113R S2 WRL SR -A OWL TL P265MR17 Avail6bb 5 232.26 S 120.78 E 183106436 Light Tnck W SR -A P26570R17113R S2 WRI. SR -A VSB TL P285/70R17 Avaitlle $ 227.. S 118.20 S 183934438 Light Truck W SR -A P27590R20 1145 S2 W RL SR -A VSB TL P275/BOR20 Awiebb 5 207.69 3 134.00 $ 183934492 Light Tack WrVW SR -A P275M0R20 1145 SL W RL SR -A OWL TL P27590R20 Avaieble $ 2s7.. $ 134.00 S 183834470 Light Truck WrWVW SR -A P275MR20 1145 SL W RL SR -A SL VSB TL P27516OR20 Av LEIe 5 2s7.69 3 134.00 $ 773017415 Light Tuk W ST P225/75R16 $2 1045 WRL ST VSB TL P22575RIO Avaiable 5 159.66 S 93.03 $ 741128881 Light T -k Goodym WrVW Triii1mi 9r A/T 23575R75105S SL WRL TRAILRUNR AT BSL 235175R15 Avaiiie $ 345.16 3 75.45 $ 741178681 Light Tuk Gomirw W Tra0r6Vw ArT 275/BOR20115S SL WRL TRAILRUNR AT BSL 27MR20 Avaiebb 5 20465 6 145.94 S 748108571 LightTruck Goodym Wd AT Adv Kellar LT27S70R18125S E WRL AT ADVENTURE OWL LT27Y70Ri8 D...Ibrwetl 5 320.01 $ 195.01 $ 1.32 157561834 Light Truck WH Forebde HT 22595R17 102H SL WRL FORTITUDE HT 225M5R17 Aviiilebls 5 196ss S 102.00 S 157089622 Light Truck Caoad Wd Farti6de HT 2559SR17110T SL WRL FORTITUDE HT BSLTL 255M5R77 A-Mbb $ 235.19 S 122.45 $ 157078822 Light Truck Goodyiw Wd Faebde HT 26590R18 1107 SL WRL FORTITUDE HT BSLTL 20518OR18 A� $ . S 134.00 $ 157045622 Light Truck Wd Fortbde HT 26WOR16 112T SL WRL FORTITUDE HT BSLTL 26570R16 Avaiabb 5 27L 16 S 141.52 $ 157042620 Light Truck WH FaSkde HT 205/70R171IST SL WRL FORTITUDE HT OWLTL 205ROR17 A.W.M. $ E9.. S 135.03 $ 157088708 Light Truck Wd ForOtude HT 27595818 116T SL WRL FORTITUDE HT VSBTL 27505RIS AvnLHe 5 2- 3 142.00 $ 289591969Light Truck GoodyIiii, Wd Strdlasi HT 225185RI 7 102H WRANGLER STEADFAST HT 225/65R17 Avaeable $ .- 3 125AS S 269005889 Light T -k Wd Sleadtaet HT 2051MR17115T WRANGLER STEADFAST HT 12SWOR17 Avad.N. 5 271.20 3 141.12 E 209001969 Light Truck Will SM dlW HT 275155R20 113H WRANGLER STEADFAST HT 275155820 M.A.M. $ 317.26 3 164.98 S 269023889 Light Truck Wd Staadlast HT 24Y90R18105H WRANGLER STEADFAST HT 24590R1B Audible 5 312.16 3 162.32 $ 209007969 L Truck Wd S-dfmt HT 20580878 110H WRANGLER STEADFAST HT 28590R18 AvaiMM 5 322.35 3 167.62 $ 289019889-' ITruck Wd SW l -t HT 23590R18107H XL WRANGLER STEADFAST HT 23WWR18 AwlabM 5 04706 3 759.61 E 289009889 L Truck W H Sir.&-! HT 26595R18 1147 WRANGLER STEADFAST HT 26595R18 A-UbW $ 2%.0 S 164,381$ rant u.,qa. m znan679e_�wq...xwar..,.,a7/-z.,o z-n-zozs nl nww,3v�tM 6ww,..wn Lin,eebrewn.e+ghev Mpane arwmnon, Sof t4 NASPO Pricing EffeetP7e 0710112024, Explres 01131/2025 zo�© 0 -Peaks Book Dab: J. -,y 01, 2024 � Product Tire TYPs Cor4alrs 8-1-bM B -Id AIa WMM TM Lim aw Sbs and Dap6on SMa IWn 8btrs mss' DMeola FET 8 G -t Dew `-Cods A9ancy Prb applcabb 111IZ021 269012988 L ht Truck WHSteadMsl HT 2356SR18 106H WRANGLER STEADFAST HT 23565Rt8 AVWlable 5 296.0 S 153.71 $ 259008969 L ht Truck WH SWdfaA HT 275MSR18 116T WRANGLER STEADFAST HT 27565868 A.111" 5 33255 $ 172.93 $ 259011089 Lght Truck Wd SM df -I HT 265/50820 107H WRANGLER STEADFAST HT 285/50820 A.W bM $ 3M73 $ 170.94 $ 269004989 Ught Truck Wd Steadfast HT 22560817 99H WRANGLER STEADFAST HT 22SUR17 AvWMble S 759.93 S 135.15 $ 288019989 Lght buck Wd Steadfast HT 27S60R20 115H WRANGLER STEADFAST HT 27560R20 Avabble 5 339.0 3 171.80 $ 269017989 L' Truck Goodym WH SteWMsl HT 285/70R18112T WRANGLER STEADFAST HT 205/70816 Avalade 5 271. 6 144.44 $ 289010989 L- 1 Truck Wd SkedMst HT 24570R17110T WRANGLER STEADFAST HT 24570817 AVabds 5 m.76 i 1"." S 289013909 L' Truck Wd Steadfast HT MMR22114H A WRANGLER STEADFAST HT 285/45822 A.4" 5 Seo% S 2!"1 269010989 L' Truck Goodym Wd Steadfast HT 245/55R19103T WRANGLER STEADFAST HT 245/55879 A-A.M. 5 301.51 f 15!.35 $ 289022989L- Truck Wd Steadfast HT 26565817 /12T WRANGLER STEADFAST HT 265MSR17 Av LbM 5 3- $ 165.64 $ 289024989 L' Truck Goodyw WH Steadfast HT 235/55820 102V WRANGLER STEADFAST HT 235/55820 A -L" 5 vim $ 157.65 S 269015909 Light'Truck Good Wd St -&.t HT 255/50R20109H XL WRANGLER STEADFAST HT 255/5OR20 AvWMbM $ 331.26 f 172.27 S 269025989 Light Trutt Wd Steadfast HT 255155R20 107V WRANGLER STEADFAST HT 255155R20 A -l" 5 32363 $ 108.29 S 269020989 L' Truck Wd Steadfatl HT 235/55R19 101V WRANGLER STEADFAST HT 235155R19 AvaiabW $ 310.69 f 161.66 $ 269030988 Light Truck Goodym Wd Steadfast HT 2351508199914 WRANGLER STEADFAST HT 2351SOR19 AVWMbM $ 309.61 3 161.00 s 289027989 Light Tr Wd Steadfast HT 2556SR17110T SL WRANGLER STEADFAST HT 25565R17 A-Mble 5 M7.73 6 149.62 $ 202031Ng Light Truck Wd Steadfast HT 24560R20107H SL WRANGLER STEADFAST HT 245820 AVWM01e 5 w f 100.75 S 269028989 LVW Truck lGoodym Wd Steadfast HT 27SWR22115H XL WRANGLER STEADFAST HT 275150822 MWWA. 5 - 6207.32 f 269033969 Lght Truck Wd Steadfaal HT 285/45820 108V XL WRANGLER STEADFAST HT 265145820 A.M" $ 365.27 S 200.61 $ 734008840 Lsght Truck Goodyw Wd T-- AT 26565R18 114T SL WRL TERRITORY AT BSL 26 5/8 5 818 Avabde 5 266.33 $ 148.89 S 734087640 L' Truck Goodym Wd T AT 27560820 1155 SL WRL TERRITORY AT BSL 27560820 Avabble 5 297.68 $ 164.90 $ 734006586 UghtTruek Goodyw WdT AT 26565R18114T SL WRL TERRITORY AT OWL 205MSRIS AvalabM $ BRM f 152.28 $ 734088640 Light T -k Wd TMy AT 225155877101 H XL WRL TERRITORY AT BSL 225/55877 0 --tined $ 325.51 $ 169.27 S 7348908/0 Light Truck Goodym IWrf T AT 235/55817 10314 XL WRL TERRITORY AT BSL 235/55877 AvaiaOM 5 333a $ 173.20 S 733259838 L' Truck Wd TT" AT LT32565R18 D WRANGLER TERRITORY AT BSL LT325165R78 A --Bide 5 41136 f 213.92 S 734070640 Lqlht Truck Good WH T-tcy AT 209MRIS 112T SL WRL TERRITORY AT BSL 26570R16 A%.kbW 5 22- $ 115.34 $ 734004640 LION Truck Gcw Wd T AT 285608 7 8 11011 SL WRL TERRITORY AT BSL 26560R18 Avaiabls 5 2..M $ 142.92 f 734095640 Light Truck WHT AT 275MOR20116H XL WRL TERRITORY AT BSL 270820 56 M.A.M. $ 3x.50 6 100.261$ 734001640 LTruck W,T AT 27SMSR18 1167 SL WRL TERRITORY AT BSL 27WSR18 Mallabls $ lesw f 150.00 $ 733287838 t Truck Goodyw Wd T AT LT305155R22 E 1225 WRL TERRITORY AT BSL LT305155R22 Avai" 5 56109 6 202.29 S 733295838 L buck Good WH T AT LT265MOR22 E 1237 WRL TERRITORY AT SSL LT265MR22 Avol6bM $ Sn.59 $ 275.39 $ 734002640 L' Truck Wd T ATP 25S70R17 1127 SL WRL TERRITORY AT BSL 255f70R17 Avalahle 5 237.21 6 123.35 $ 734003848 L' Truck Wd T . ATP 2556SR18 1117 SL WRL TERRITORY AT BSL 2 5 5/8 581 8 Avaiabls 5 - 6 139.56 $ 687070885 L' Truck Wd T AT5 25570R18 1187 WRANGLER TERRITORY AT/S 26570818 Avalable 5 270.73 $ 140.78 S 687067885 L Truck Goodyw Wd T AT5 P 25570R17 1127 WRL TERRITORY AT/S OWL 255/70R17 Mail" 5 xM.51 f 137.55 $ 587088885L Truck WdT AT5 P 25565818111 T WRL TERRITORY AT/S OWL 25565R78 AvaYabls $ 227.% S 140.90 $ 844077001 L' Truck Goodym Wd T HT LT24575R17 E 1211118R WRL TERRITORY HT LT245/75R77 Avalable 5 -.. S 167.74 S 827017973 L' Truck Wd T HTP 25565817 1107 SL WRL TERRITORY HT BSL 25565R77 AwiebW $ 235.49 $ 122.45 $ 827018815 Lsght Truck Wd T Hi P 27560820 115H SL WRL TERRITORY HT VSB 275WR20 AvWWA. 5 2e5.w $ 145.65 S 827037815 L' ht T -k Wd Tommy HTP 27560R20 116T XL WRL TERRITORY HT VSB 27560820 Avalede 5 296.49 f 153.65 $ 796272833 Lght Truck Wd T MT LT27570R18 C WRANGLER TERRITORY MT LT27WOR18 ANMbM S 327.69 f 107.90 6 796327833 Lqht Truck Goodym Wd T MT LT31570RI7 C 1135 WRL TERRITORY MT BSL LT31570R17 AVWabls 5 4910 f 256.72 S 796289833 Lght Truck Wd Lmn MT LT305170R78 E 126R WRL TERRITORY MT BSL LT305/70R18 Av.d" 5 436.0 f 226.10 S 2.36 798265833 Lght Truck Wd T MT LT26516OR20 C WRANGLER TERRITORY MT LT265MR20 A-Mble 5 374.0 S 194.84 $ 796285833 E ht Truck Wd TwMory MT LT28S70R17 C 1165 WRANGLER TERRITORY MT LT28570R17 Avaiabb 5 411.M $ 213.87 S 796270833 Lght Truck Wd T MT LT315MR17 C WRANGLER TERRITORY MT LT31570R17 A%M bb 5 40AS S 210.11 $ 788281984 L- t Truck WH T - MT LT285170R17 C 1160 WRL TERRITORY MT BLT LT28570R17 Avasable 5 411.26 $ 213.87 $ 798382833 L' 1 Truck WH T MT LT275MSR18 C 1130 WRL TERRITORY MT BSL LT27565R18 AwiabM 5 361x3 S 198.76 $ 723288933E Truck WH T - RT LT325MSR18 1210 WRANGLER TERRITORY RT LT32565R18 AVWMbM 5 362.. S 198.89 S 710003933 Light -T -k Goodym Wd T RTP 26S70R18116T SL WRANGLER TERRITORY RT 26570R18 AvWlade 5 m5.90 f 146.67 $ 742290881 Lght T -k Goodyw Wd TraeRu AT LT275/BSR20126S E WRL TRAILRUNNER AT LT27565R20 Availade $ 492.49 6 256.09 S 2.38 131195995 L' 1 Truck Yes Wd WH HT 6T 235155R16C E 1211119R WRL WH HT GTYPE 56 235R16C AvalaOM 5 259.62 S 135.00 S 131194995 L' Truck Goodym Wd WH HT C-Typ, 225175R16C E 1211120R WRL WH HT 6TYPE 22575R16C M.M.N. 5 2- S 150.00 $ 131198905 b 1 Truck Wd WH HT C-Typ, 1057SR16C D 107/105R WRL WH HT GTYPE 10WSR16C AvaiWle 5 2.17 S 120.00 $ 480757856 Light T -k Goodym Wd Warkh-AT 22SM5R17102T SL WRL WORKHORSE AT OWL 22565R17 Avaiade 5 nen $ 134.57 S 480129858L Truck Goodym Wd Wah-AT 225175R16 104S SL WRL WORKHORSE AT OWL 22575810 AVWabb 5 205.27 S 107.00 $ 480250855 LVM Tr At Wd Wcrkh-AT 23560R181037 XL WRL WORKHORSE AT BSL 235MORIS Avalmle 5 227.34 S 144.22 $ 481195855 L' Truck Wd Workh-AT 23W5R16C E 121R WRL WORKHORSE AT BSL 23565810 M.N.N. 5 %7.ss $ 139.13 S 480008855 L' Truck Wd Workhorse AT 23565R17104T SL WRL WORKHORSE AT BSL 235M5R17 Avalbb 5 22692 S 118.00 f 4WU3856 Light T -k WH Workhc-AT 23570R18105T SL WRL WORKHORSE AT OWL 235MR16 AvWlable $ 231.04 $ 120.14 f 4BOO78855 Light Truck Goad Wd Wakh-AT 235/70R17109T XL WRL WORKHORSE AT BSL 235MR17 AVWlabb 5 27306 S 142.00 f 400001855 Lot buck Goodyw Wd Wakh-AT 245608181057 SL WRL WORKHORSE AT BSL 24560878 A -Mlle $ 2..13 $ 150.35 $ 480592855 LVA Truck Wd WoAhwea AT 245658171077 SL WRL WORKHORSE AT BSL 245M5R77 AVWIabk 5 3620 S 147.97 S 480762856 Light Truck Wd Workhvse AT 24YMR7810T7 SL WRL WORKHORSE AT OWL 24570R/8 A,.d" 5 25029 f 130.15 S 480ON855 Lght Truck WH Warkhnas AT 24VMR17110T SL WRL WORKHORSE AT BSL 24570R77 A-UbM 5 267.19 $ 149.34 S tTruok WH Warkhorae AT 24Y75R16111S SL WRL WORKHORSE AT OWL 2457SR16 Av.Wi* $ 247.43 f 128.88 f 12128850 27858 Light T -k Wd Workhorse AT 255170R18/ 11S SL WRL WORKHORSE AT OWL 25570R18 A,.Ubb 5 74 5 137.60 S 480D07850 Light Truck WH Warkhoras AT 25570R17112T SL WRL WORKHORSE AT OWL 25517OR17 A-9.1,4. 5 M143 S 152.58 S 480074856 L' Truck Goodym WH Wa I- AT 255170R18113T SL WRL WORKHORSE AT OWL 25570R18 AvrlabM $ 27231 S 152.00 S 480076856 Light Truck Goodym H Warkllorea AT 26SWRl 8110T SL WRL WORK HORSE AT OWL 26560R18 AVWMbM 5 31476 $ 163.80 S 480061856 LVM Tr -k Wd Warkl-AT 26565R17112T SL WRL WORKHORSE AT OWL 285165R17 Avalable 5 nit S 152.68 S 480088856 Light Truck WH Wmkhorea AT 285658181147 SL WRL WORKHORSE AT OWL 205,S5R18 Av.Mbls 5 329.93 $ 171.56 $ 480045856 L' Truck Good Wd Waklxvsa AT 265170R16112T SL WRL WORKHORSE AT OWL 26570R16 Avaeade 5 26854 6 139.64 f 480042856 Light Truck Good Wd Wmkhass AT 255708171157 SL WRL WORKHORSE AT OWL 28570817 Awlable 5 26265 6 147.09 $ 480070856 L T -k Wd Wovkhorse AT MOM 81167 SL WRL WORKHORSE AT OWL 26570R18 Avalvble 5 26646 S 150.00 S 460057856 LVA Truck Good Wd Wakh-AT 25575R18115T SL WRL WORK HORSE AT OWL 28575818 A-lmll. 5 21- S 136.64 $ 48OD65855 Light T -k Wd Workht-AT 2751558201137 SL WRL WORKHORSE AT BSL 275/55820 A-il" 5 338.0 f 176.12 S 480OWS56 Light Truck Wd Warkt-AT 27565RIS 1187 SL WRANGLER WORKHORSE AT 275/85R78 Mailable, 5 289.46 $ 150.00 S 4801768 Light Truck Goodyw Weal Warkhaae AT 285145R22 114H XL WRL WORKHORSE AT BSL 285145R22 A -l" 5 33654 f 175.00 S 481233855Light T -k Goodym Wd Workhaee AT LT21565R18 E 115R WRL WORKHORSE AT BSL LT215/85R78 A -Mlle $ 28227 $ 146.27 $ 481267855 L' T -k Goodym Wd Workhorse AT LT2256SR17 D 1075 WRL WORKHORSE AT BSL LT225/65R77 AVWIaOM 5 269x5 f 139.91 $ 481748855 L' Truck Goodyw WH Wakhorss AT LT22575R16 E 115R WRL WORKHORSE AT BSL LT22575R16 Avalade S 2815 S 140.48 S 481235855 Lod Truck Will Warkh-AT LT2351MR17 E 120R WRL WORKHORSE AT BSL LT235180R17 Avaiable $ 30186 $ 158.00 $ 481745855 L' Truck Wd Wakhvse AT LT235/85R15 E 120R WRL WORKHORSE AT BSL LT235651316 Avaiable 5 20.77 f 148.00 $ 487120855 L' Truck WH WakMea AT LT24Y/OR77E 1195 WRL WORKHORSE AT BSL LT245✓70R17 Avalads 5 x94.z3 3 157.00 f 481103855 L' Truck Wd Workhorse AT LT24517SR16 E 120R WRL WORKHORSE AT BSL LT245175R16 A9WMbM 5 27923 f 140.00 $ 481104855 Light Truck Goodyw Wd Wa khorse AT LT245/75R17 E 1215 WRL WORKHORSE AT BSL LT24575R 17 AvWabM $ 305.77 6 159.00 f 481097855 L' Truck Gm Wd Workhane AT LT265MR20 E 121R WRL WORKHORSE AT BSL LT26560R20 AVWleble $ 23 S 192.00 S 48/535855 L' Truck Goodym Wd Worklnrse AT LT265170R17 E 121R WRL WORKHORSE AT BSL LT265170R17 AvallabM $ 32299 f 170.55 S 481014856 Lght Truck Goodym Wd Workhass AT LT26570R18 E 1245 WRL WORKHORSE AT OWL LT26570R18 AvWabb $ 34961 S 181.00 f 0.19 48174e856 Ughthunk Goodym Wd Workhnse AT LT26575R16 E 123R WRL WORKHORSE AT OWL LT26575R16 AVWMble 5 26127 f 147.05 S 481965856 UghtTruck Goodyw Wd Wakha AT LT275MSR18 E 1235 WRL WORKHORSE AT OWL LT27565R18 Avaiabb $ 359.35 S 186.76 $ 481139858 L' Truck Wd Waltlarea AT LT27570R18 E 125R WRL WORKHORSE AT OWL LT27570R18 Avaeable 5 3023 f 192.00 S 1.32 481098858L- !Truck Weal Workhorse AT LT28570R17 E 121 R WRL WORKHORSE AT OWL LT28570R17 Avalabb 5 334.62 6 174.00 $ 481585858 Light Txuck Wd Wa l -t AT LT28575R10 E 12OR WRL WOPo(HORSE AT OWL LT28575R18 AvdabM 5 1 $ 17333 S 2.38 131092875 Lght Truck Yea Wd Workhorse HT L1`27585R18 123R E WRL WORKHORSE HT BSL LT27565R18 A-1.1,4. 5 355 % 6 184.891 S 116082832 L- ( Truck Wd WcAhc- HT 235)75817 1087 SL WRL WORKHORSE HT BSL 23575R17 AvalaNe $ 2%0 S 133.48 $ I lW83632 LghtT-k Wd We h, -HT 23565R17104T SL WRL WORKHORSE HT BSL 235,65R17 Avalade 5 n $ 107.00 $ 131838875 Lght Truck Yea Wd Warkhcrss HT LT245175R17 121R E WRL WORKHORSE HT BSL LT2457SR17 Avaiable $ 27666 f 145.00 $ 1 M75052 LghtTruck Goodyw WH Workhorse HT 26570RIS 116T SL WRL WORKHORSE HT OWL 26570R18 Ald" S 62 f 135.00 S 118007851E tTr Wd Warkhase HT 26570R17115T SL WRL WORKHORSE KT VSB 28S70R77 Avalable 5 25941 f 134.89 S 131748875 Light Truck Yea Wd Workhorse HT LT22575RIO 1158 E WRL WORKHORSE HT BSL LT225175R10 Avalabb $ . f 124.00 S 116010852Light Trunk WH Wakhu HT 265708771157 SL WRL WORKHORSE HT OWL 265/70R17 DMcmbtued 5 267.15 f 138.92 S 110002652 Loght Trwk Goodym WH Workhorse HT 25VMR17 1127 SL WRL WORKHORSE HT OWL 25570817 MWI, le $ 2- S 137.00 S 131099944 L' Truck Vas Good WH Wort h- HT LT25WMRIS 124R E WRL WORKHORSE HT BSL LT26570R18 AvaBade 5 3x6.92 f 170.00 f 0.19 116086832 L' 1 Truck Good Wd Workhorse HT 235/70R18 1087 SL WRL WORKHORSE HT BSL 235/70818 Avalabb 5 215% S 111.03 $ 1165852L Truck 08 Good Wd Warkharse HT 245708181077 SL WRL WORKHORSE HT OWL 24570816 AvWlabb 5 --Is 108.80 I S 118080052 L' Truck Good Wd Wo Mh-HT 245(70R17110TSLWRLWORKHORSEHTOWL 24570817 AwlabM 5 22-1 S 115.60 S 116008851 L' T -k Goodym Wd Workhorse HT 275'S5R20113T SL WRL WORKHORSE HT VSB 275155R20 AvWMde 5 48036 f 125.001$ 131090944 L' Truck Yes Wd Waklxorse HT LT27SBSRZ0 1288 E WRL WORKHORSE HT BSL ILT275MSR20 I Avdada I 5 .-Is 166.00 1 S 2.38 a Aow �nonsxse_raaayea, x�sro r.a.971t2011 1�1 te w n,Hq 10- tM 4t4n vbn I,Ao-mrvm. 10 of is goLeS LL'9k't f EY59['i S POxxguoag0 9'zzuo95M u ass xvn T3nd I IL9l SZZMoSFSN OsSxVW land 1-1 unpOW CLLZCNSL 9L'9E S OL'Ztr f 9Ltx9'[ s "r —v sZZMootsw Z -N30 S XVW13n3 xLPL/OSL SZZMomez Z-ta'J SHM S mW Pn3 "p -D 401P1 LunWOW LLK 1099L Ez'9Z S tv"s s 9P'[tf'[ s "q".v .9'ZZ891Sez ZooKo u O -ML a18 xVWT3nd S'ZZHSL/sez O1M mW Pnd AWP..D 1-1 u N WSLL995L 9'9L S Loom S T['-1 S -R-1-V S'ZZMulm u H -ML OLM xvW13n3 5'ZZMoLssZ CLU mW Pn3 4-1 u,WOW 90890099L oE'ez S WOLS S [O'Lz✓t 5 OIOOR^v S'ZzM IL HN3 ZO OMOd H -M L a1H xVWT3nd SZzw I a1H mW pnd 4su1 unpOW 808/00861 EZ'9L s 28'095 f rg —1 s "q" .v S ZZM L L u O -M l ala xvwl3nd S ZZMI I Ola mw Pn3 40xu1 _W n 606e006EL EZ SZ S K'Nr f L6'sf['1 s "P v SZZMSLSOZ IHl xvW T3nd O SzzMSL9ez 1Hl xvw T3nd 4-11u "n sr9LIML Cz'Sz S et'tl9 s —Vt S OIPPnV 9'ZLM9LSW 1"OONZ ZOHI XVWl3nd 0 9ZZMSLSBZ ZaMI mW Pnd 40rui u -WOW MKOs9SL EL'Sz S 09'002 f IS%✓[ 5 -m-wv 9ezutL ZCHIXVwl3ndaueLMLszza LL ZOHI mW Pnd 4-1.POW"WOOKL EZ'Sz f tt'K9 f v['nf'1 5 "q" -V 9 ZZM9LSsz avl xVWT3nd O im"L s zzmL/sBz aVL mW pnd 4 l u,4POW SL9L k9SL L9'09 S tl'99 S EE R9'[ 5 OI0OP6v 9 6Laos/Sev u xvw land rook l 9'BLMoSSevJISH w 13nd 4Tw1—."n Z9LL0o9SL M'9t s LS'eZs S Lnx9x s gPR6V 9'ZZMS&99E u L xvW I3n3 MNL l s'zZMS958fW land 1-11 n Z9LOLOVt ZE'C9 $ even s 9r169t s "g v 9'ZZMome u w3svMn0 VHM 30NvNnON3 19ZZMOBSLEVNION3 SOA 1-1—"n OS9m9SL zE E9 f OT99 s ZZ wrT s Ogwv 9zzboaslE u vHM30NvunaN3 I9ZZmstcMnCN3 TOA 4-1P V4!99{0{991 ve es S LO'9L9 f .,—I $ "P v S'Zzbowm u OS130NVNFION3 l SZZHO&StE--W3 40w1 u,4pOW ENSOBBSL Z8'0V f U'LN f 894619'[ 5 ggSIP6V 9ZZMUL/SOE u 0913aNVMnaN3 I5lLMOL50E OSI� 40ru1 u11gAW EV98BLBSL eC'oz S 9'VLV f p✓L 1 S -PWWV 9 ZLMSLSOZ ISM 37Nv8nON3 ICK/WL H SZZMSLSW01P+Pg 4-1 L."n ese9Lo99L 00 lc S ove LS S MIK'[ 5 P--QU.ona 9'VZMSLS9z ISH 3ONVHnON3 H S-VLMSL59Z01a,pu3 1-1 w N ESOLl09SL egK S Zs'CLS f 04x9!1 S OIOOR6v 57ZMLI lSM 3oNVMr1CN3 H S' VZML L01arpu3 4-1P V4 E99EL9Kt eE'eZ S wm S rl urt s gq.1-v SZZMLI LSH 30NV8nON3 H 9 ZZ81t01P,pu3 4-1—"Vq CSBZOOKL EZ'sZ S CP9Ls f 151.1 $ -F*WV 9 MSLW u vsd 3oNVMnON3 oSZRSLSBZ VSM 30NYUnaN3 1-11w nMLLSK4 ISM S ge*v" f M2[i'[ S g v 9 MoLSLZ u VSM 30NVanON3 r S'ZzuoLSLZ VS21----1pu3 40n1lu,"WrLKL9 L L0'9L S L►'S9 f nx9t'[ 5 P. -P.-0 9 MGLG9Z u VSH 30N"nON3 0 9 ZZNSL/99Z VSM 30NY8naN3 40w1 �n vz95Zt99L es 9L s wreft S u-1 S "Wwv 9 zz8oLSsl u VSM 30NW nON3 WLE L/OVL H SZZMOLSSZ VSb 30NvunaN3 4-1 u n VLOK099L 66'9L S Ls't9r S LL 6R1 5 P..9A1A091p SZZMOLme u VSH 30NVMnaN3 H S'ZZHOLSSZ VSM 30NVMnaN3 4-1 u,4POW VLOL909SL 90'1 L s 91PO s TE'190T S gP096V S ZZMSLSVZ u VSM 30NVMnaN3 O S'ZZLISLSVZ VSM o0lenpu3 1-1 U -P -n YL9BB091 w'v S 9'LLZ s %x69 s -FWWV S'LLMSLSLZ VSH 30NVdnON3 OS LLMSLIW VSM O01P,pu3 4-1 u,4PW VL99006EL 099 s 9940C S 95'KL s -nwv 5'L LMS156Z MA 3DNVMnaN3 H S LMSLSEZ VSH 00119 3 1=1P W"eyj VLB800BEI 9L 9E f K's9 f cs'ot✓t S -KRWV 9'ZZMZL u VSM 3ONVMnaN3 H SZZMZL VSM OOiaxpu3 4-1U-WV4 VLKOLOEL 69'K s Le'e9 f F9K✓L s tq".v SKULL u VSH 30NV8IION3 H SK81I VSH o01A,P13 AiPO.0 4-1 U."n vL9EL96L e6'oz s lLICS s ex'Mf'[ 5 o10,L /.V 9ZZMLL u VSM30NVMF1ON3 H SZZMLI vSM—, 3 4-1-^MrW VLgu LKL EZ'Sz S LvIrs S F6'LtY't 5 POx9 --,u 9'zzNkL u VS83ONV8nON3 O 9ZZMll vsb Oaa+W3 4-111,4P9W VL9Z09EL L9'oz S KIP s 5➢1ELT s "q wv S'ZZMOL u VSH 30NVMnON3 O SZZMOL VSH O01Pn9u3 49x111—p9n VLWOLKL 69'K s RvL" S % 5 OIPR^V 9 MSL/SBZ SHI 3ONV8naN3 H'Wt/BVL SZZMSLSBZ SHI---w-3 0 1-1 P V4 ESLOZZO9L Ez'SZ S Lr'95 f LI'i K'[ 5 N9,1,^V 9 MSLAOL SHI 3oNVMnON3 O 1lVVW SZZMSLSeZ SHI O01A,pP3 4-1 u n esuDg SL 00 Lc S ZO'09 s 10'06✓[ s -R"-V S'VZMSL59Z SHI 30NV8naN3 H I"PLK SKZISL/99Z SHI OPu9,qu3 4-111 N C9L50195L EZ'SZ S "'292 S 09Ti✓[ S POx4guoap 9'OZMSL59Z SHI 3ONVMnON3 O IIVLML SVZMSLSSZ SH1 . 4-1 P,4POW ESLKML 89'VE S 9'ls5 s I Z—vl 5 M9fR^v 9VZMLL SHI 3oNv8nON3 H IOVIIBrk S-VZHII SHI---IPu3 1-1 n1nPOW ESLC199CL BE'ez s 9z'08S S MosrT 5 P—Auo0g0 9VZ8II SHI 3ONVMnaN3 O ICV1/9VL 9MRL SHI O01A,pu3 4-1 P,4DOW ESLWOKI K&Z S 94'955 S 06'SK'I s -R"-v SZZMLL SHI 30NV8naN3 H ICOVOK 9ZZHLL SHI o01P,P13 4-1 U.WnmL9LKL EZ'se S Wits S os s PP441Po-U 9M11L SHI 30NYUrIaN3 O IZrl/rrL 9 MLL SHI -OU 3 40w11en9OWESLZOOKE EZ'9Z S SZ'VN SZ9'otr'[ s OIPWV 9zzk19V96z CHI 30NV8nON3 O SZZMSLSBZ aHi OOurpu3 40xu1u V4 YELLLNSL ez'9z s Orr $ rr%✓[ S -P*WV 9ozklsLSOZ alll 3oNVHnaN3 O wNGLIsez alli OaA,Pf3 4-1 U -P -W KLKML 69 40[ s mm f .—VS s gPP6V 9ozMLI CHI 30NVMnON3 H SVZWL alll O.AApu3 1-1u NKLE LeKL oE'oz S WOW s rL'R5'[ s Iqq v 5VZMLL CHI 30NV8r1ON3 O SVZMLL OHI O0IP„pu3 pooO 4-1 ..pm KLOLBBCI e6'ez S 9Z'Le2 S 9[19[ S "qn-V 9Us" alai 30NVMnON3 H SZZMLI OHI r01++P13 4-11 V4 KLWL OEI fz'SZ f Zis[s s ,o1EV[ S ,IPP/.V SRMLL CHI 30NV8naN3 O 9ZZ8 OHI ---IP 13 4-1 u,VPOW VELZ09C1 eG K S 9ZIL S RnK'[ S qqw v 9 VZMkI SVMn0 aSW 3aV80 OMd XVW MOWMV H SVZMLL una aSW OV mW dluv POOO 1-1 „4PVW E99 UKI Be 6z f is'rm s mmet 5 OITR^v S'ZZMLL SVi111(I OSW 30VHO OMd XVW 8OV48V HSZZb Lk —a OSw oy mW --V POE) 1-1 ux,!POW E9968LBEL OUSE S 90'901 S %'MLT S -Rw-V S'ZZMZL u CSW 3CVMO OMd XVW MOWMV H SZZMZL OSW gA1O old mW dLuy 40w1 Lunkwn Z9LZL9EI esK S ZL'o9 S .—I s mqw v S'VZHIL u OS" 3aVMO OMd XVW MOWMV H SVZMtL OSW Op9L.,l 0Ld mW d 40w1 U"Wvi ZS99L9E1 oE'8Z S 91309 s 004021 S OPP9OW 9ZZMLL u osW 3av8O OMd xVW wmv H sZZMLL OSW WWO oy mW—V 4-10 nZS99LBEk Ef Le S SZ'L9 S Z['KF'E S "q.L V 9'ZZMS95zv u T13S1MFIO VSW XVW MOVRIV l 9ZZHS95ZV P.11.10 VSW nW —V 1-1 npaW LNW L9SL eS K S VL'9L f .409644 s -KFWV 9'vz8oO'l1 SO VSW XVW MOWMV H )WL/OVL S'VZML L s0 VSW mW dory 0 4 -1 -r* -n LSVWK9 OC eZ S WOL s La K9[ s POxXglAxp 9ZZMOO LL SO VSW XVW HOYRIV H M W116 l S-ZZML l SO VSW mW --v 4x-1-,14001 LOMOCL E9'ZS f N'LL0 s cs'zWz s g9x196V 9 ZZMO"te so vSW xVW MOWMV l MVSI/LSL 9 ZZ8095LE SO VSW mW -UIV 4-1 un4Ow LB891L9SL 80 OL S 8{4[19 S 56"ZF6'i S O4OP6v 9 MOLSSZ VSW xVW wviwv H We L/ML 9 MoLSSZ VSW mW awry 4=1 Ur"VY L0999999L eE'8Z s 80'986 s R'ou"[ S "q -1-v 9 MOO LL VSW WVt MOWMV H WVVW19'ZLHL I VSW mw --v 4Pxu111."n[898!88 9L K S 9I'9L S tY6%T s "qn-V 9 ZZMZL VSW XVW MOWMV H MLVL/OSL SZRRL vsW _V4 —N 401P1 e,4PW LBSLZLKE 9S'Lr s Wzool f E0906'L S R.PW 9ZZM595rr VSW XVW HOWW M9919'ZZM95M VSW mW dwv 4-1 unPOW L89SL99SL YL Lz S L9'/Se S 9162i'Z s -"M-V 9'ZZHSDSBC VSW XVW MoWMv MBS! 9 ZZHS&SSC VSW V4 —V 4 -1 -,WOW 16KC 999L Ls zE f oross f —VL s "W WV 9 MOLSez vsw xvw Mowav r M9ru9n s zzaoustz vsw mW dwv 4-1 w1w9w L69VZ099L cc Lc f slims f w oto'! s "q".V 9'zzasmzr a vsw xvw MoWMv 19zzHgwgzr vsw mW dluv 1-1 u,4pOW L08o9leSL eE'Oz f 90'009 S 61 OOST S OPR9cV 9 ZZMLL u ISS OS3 XVW MOWMV MEVL/WL H S MILL CS3 mW --N 40xP1 UZZ SOWUKI 6941[ f 9'9L9 s 1!4691 S "gWAV S VZMLL aS3 XVW MOWMV 101/Brl H 9-KblL OS3 mW dory 1-1 wnpW S99BLOCI 099 S evy9p s W090T 5 gPsv.V 9'LI8SL1SEz u SHM 1VNOIO3M IOE=/ H9 LWSL/SEZ SNM P750ig A 11 PP1r11,u00 eLWWL 9L'9E S Z9.m S 504.9 S Olq"mV 26WOL59Z O1W Lin 1 xvm S BLMOLSBZ lin L xVWM 11 PI0AP4POO OVLOLDKL UTZ S ZVOK s KFL6 5 "qwv 9'IWOLIM u Ob13WNI lin 1 xVWN rS LLHOLSK xvra 11R K—D OVLCZSKE f 6191 S M1r1 S gPWV 9L89B/98Z11 u LLOO 39LMS&SEUI !LBO lip! 0d1,1✓oO LOCOBOBEL $ erm f Lo'[[1 S PP441con0 9LM58/SLili u LLeO 39LMS"IZ1I U80 11 P1 ---O LOC LBOBEI 6l 0 S 94EK S 0i'6R S gPs96V 9'BLM9 Il SSM LKD d S'Blbe SSM LVSO 11 m0d1,1n0 o80B gK E9'B s ot'rZt s 9t Ott S OI9gP6v S8lHOLSVZ u SSM LNO O ILCLMEL SOLMOLSK SSM LM SOA 11 PPAuxu00 OWUteeL WV f WOK S mi. S gP1-v 5'e IMOLSZZ u SSMLr9O OSB WOLSZZ SSM LVBO TOA 11 Ploruxwo ESoZLIoEI BL'0 s STLOC s ETTR s pOnu91A0.O S'BLM9 11 CsM EfBo d SBLMB OSH CEO imk0000 11W—u-1u09Z09908CL C9'e s "'let s %xM S "Fwv 5'OLMOLSK I1 OSM ZZ9O O SOLMOL/SVZ aSM lz9O Ll P ---U-0 9om6K Wv f ZC'ttt S Kx9[ s -R"-V S'OIMOLSZZ u asM ZL9O O NOZIISZL SOWOL/9ZZ OsM ZZBO ll MOAw1n0 SOZ99LOCI oEZ f "Em t 0['9Ee s gPR6V 9L8S9SEZll u 1SN »9O O9LHS95EZll 1SM K90 ll pl—AUDO 6e08ZZ8Ct Ol'O S LCLOC f Lr'69L S PO L ---a 9'91M9 u LLLO d SOLMe LLIO 11 F-SUAL oO LoleNKL w e& S Or'tm f 05x50'[ s -FFWV 9'BLMoLSrl 99orro u a1M xvw land s BLMoLSVz III aim mW Pnd 11 W.AUu»O WOZOOKI WV s 84'484 s 69116 5 OIPIP6v 9SIHOLSZZ uLve O -ML a1M xvm3nd SOLHoLSZZlin OlM mW pnd 11 MDAuALxy.) BZLlOEI MI rt s 'Llr s SfxMT s "q wv 9 OLMOLSOZ u v" xvw I3n3 H S 9LMOL/SVZ on vsb mW Pnd ll P—Oo o9Zowl 0141 s 19'WC S 5546% s KFWV 9 U80ttgzz u v" xvW T3nd O 98taoiszz III vsM mW Pn3 11 PIP KWa OM9L8EL S 644th S K'sl9 S "q" -V 9LM9L/9ozll OSb 30NVUrIaN309L WOZI 39LM9LSVZII OSH 001-.VU3 11 P.3AUA 0ZL9SLLeEL S 9949[ f %uL S g061Pnv 9LMSLSZZLI OSM30NWnON30Ztl/SLl3 9LMSL/SZZII asM o0-nw3 11 PPAUAWO ZL9Z9BKL S LC'ZK f 9L 55[ s g7wv 9LMSDSLZ1I OSH 30NYHnaN30ZI MI 3 OWS&SLZI! OSb o0u,4u3 11 p101ou..3 ZL999M8 S 93tt s %R9 S "q.WV 9LUSLISKII a VSM 30NVUnON3 OOL L/M L 39 LMSL/SYZil VSH o01xx,4-3 TOA Ll PfOAu,u00 K9SLLeCL s L9'9kt f L9tK 5 -Rm-V OW90ZZ1I I1 VSM 30NV8nON3 OZ L L/S L L 39l8SLSZUI vsbl o0lAApu3 TOA lI FlOAP6uo0*19Z9961 sI sz'slt S ft'SK s OIPR6V 9tMseSLZlI u VSM 30NVM1ION30ZL L19LL 39/MS95W VSM Ooia,4u3 TOA 11 P0m1T1o0 VL9D98EL l9'tt s eigzK f %496 5 -A"-V 9OLMOLSK u V98 3ONVMnCN3 H sOI MoLSrl VSH OaA,Pg Ll Ptx+u,+10 VL9000eel 00'1 f .'tot s 1[t% $ OI v 9'8I8OLSZZ u VSM 30NVMnaN3 O 9.6WOL/SZZ Vsb 07-Snpu3 AWPOOD 11 Plaau,L -o Vto90006l S mwt S %1R s gPP.AV BLMS&s9Z IS81H3SMOHMWMRIMISIK1 91899s9z d IH OSA44-M PM 4-1101 zmoom S 2L'ZOZ f 6919E s -nn-V oRlo&s9Zll ISS 1H 3SMOHMMOM TIM 3 SLZL OZMO&SKlI 1H —44-M PM TOA 40w1 .l V080ZOLfl ' S 00'90 s If'1[f S gq.WV LLMOL99Zll ISS IH 3SMOHMMOM IMM 3 MtZL LL8OL59Z11 LH OT WM PM TOA It—I N&I SLBSES ICL S 00,ou S 19ZK S "q".V BLM99199Z ISS IH 3SMOHMIOM IMM IS 11" 2I89O59Z LH O-NWM PM 40w1 I u9Eo09Ll S mozl S OETw 5 Olg9psv 9LMSL59Z IMO LH 3SMOHMLgM IMM IS 1911 9lM9L59Z IM-1-4WM PM W01e11 I ZS9umt ZE L f 9'OLL f Zi RE S gPR6V 9LMOLISLUI ISS 1H 3S8OHMMOM RIM 3 MSZL BLMOLSLZII 1H Ouo4V-M PM AMPODC A 40^111 .1 SLOMtCL f 9'Kt S M'LEL S "q".V 9LHSLgvzil ISS 1H 3SHOHMMOM RIM 3 HOZ! OWGLSVZLI 1H 9&d WM PM TOA 4-1 1 SLBLOILEL S 9'Sl/ s Rtii s -Rm-V 9LM0&SK ISS LH 3SMOHMMOM RIM IS ISOL 9LMODSVZ 1H OSO4WM PM 40^111 I Lf9LOBLl S 9'9t s 1946. S "W -V LLHsmvz ISS IH 3SHOHM80M RIM IS ILOI LLMS"K 1H O 7P M PM 1-11 l mmmL S 9'Irl f Rui s OIPWV LLMomeell ISSIH 3SMOHNMOM RIM 3 HDZt L L80B56Z1i 1H -440M PM TOA 4-1101 smem L s 9'941 f 9F'S9i S gPPuV CIM04/9rzil ISS 1H 3SMOHMMOM RIM 3 MOL L LLMOLSKII 1H--4WM PM TOA 40^11 19L98BYmE S WWI S 69'LR S "q" -v DLMSL/S9Z11 IMO 1H 3S210HNHOM RIM 3 MEZL 9tM5bWil 1H O9 WM PM SOA 40w11 1psomLEL S 9a Lk S BFSTZ 5 g9gR'1V 9LM58SLZLl ISS LH3SMOHNMOM RIM 3 HS" 9k8S&SLZ1l 1H -440m PM TOA 40^111 I9,gLlSLe[ S 97fL S 90x1[ S "qM-V OLHS919LZ IMO i1-1 3SMOHNMOM RIM IS loll 9lMSDSLz IH OSdW1oM PM 40x-1 I mowm L ze S 9'EOZ f af'ocf 5 OIPIP6V OZMO&SKil ISS IH 3SMOHMMOM RIM 3 MWt W80" Z11 iH OSdW10M PM SOA 40w1 KAI "%LOLEL s 9096{ S %xOF s OIg9P6V LWOLSOW 1S81H 3S'MOHMMOMTIM3WZL LLMOL59Z11 1H OS1WWOM PM SOA 4-1 iWVV8960LEL S 9'0Zt S LL1K 5 "q wv LLMSDSOZ IMO IH 3SWHX80M IMM is ML LLMS&SK 1H OTA4WM PM 40x-1 I Z99BLO%L s N'9l f M'SK 5 OFWWV ZZM9V59Z 1S9 LH 3SMOHMMOM RIM Ix HK L ZRI9V58z LH OTn1W10M PM 4mu11 .l zE9/L091 t s 9's" s 5➢1Zi s g "V v 9LM5BSEZII ISS LH 3SMOHMMOM TIM 3 MOIL gWg&SEZII LH -N4 -m PM SOA 401Pi 140n"MVLtCt ' S Z6'0ll s aFxli S OIPPO9V BLHSLSVZ IMO LH 3SMOHMMOM TIM IS 1Ll L 9LMSLSVZ 1H OSd140M PM 401P11 IZSBY8M" OIP04dd1 9133 "Id LOPOsV rLOZIHL POPPwagO �,1,g ,91,d Mew -w axLn91Lx19 0 ud—Pu- 9Rpa Po s -n 041 P e "q.4" -s OyOi,1O0 OOoO OSA{ 011 l0nPold M. �J /'j ��,•L �/�/'� KOZ'LO R19191q:gO04008 OgLd Oag L/ l `V1: �.>)1K szoulufo eujdx3'rzoufalo OMi�Oua ��ss 6U131Jd OdSVN NASPO Pricing Eftetlw 0710112024, Eapins 0113112025 ��o®icc Bw PrkA Boats Da4a: Jara4ary 01, 2024 Precool Code Tke Type CorYMs -tk." Bnrld IAAur1aM TM Lk. Sba And Domrotion al. ft -But- aa�BHw �': DM1wNA6W A9Ar )' PrkA appkcabb 1/172024 FET If 756434097 Mwku hook FUEL MAX SST 445/50R225 161L FUEL MAX SST TL "SISOR22.5 Dlecaikm.d 5 1199.03 S 935.61 f 3166 138802647 Maden buck Fue81u RSA 11822.5 1441141L G FUELMAX RSA 11R22.5 Avaiebk $ u. -n S 630.72 S 25.23 136179647 Medlurn T=k FuaMu RSA 11822.5 146/143L H FUELMAX RSA 11R22.5 AVaNa W 5 9s132 LS 541.33 $ 29.39 ium 13BW1647 MedTruck Fua1Mu RSA 11R24.5 14SM43L G FUELMAX RSA 11824.5 Dutcanba2sd $ L... S 651.32 $ 29.39 138813647 MAdm T -k FuelMae RSA 11824.5 149/146L H FUELMAX RSA 11124.5 AVWable $ 2A " S 662.68 S 34.59 756817647 MadiMn Tr FUELMAX RSA 29&75R225 1"141L G FUELMAX RSA 29575R22.5 Dkoaekx W 5 191154 3 525.42 S 25.23 756809647 Mecham Truck FueMu RSA 295/75R225 149/146L H FUELMAX RSA 295/75822.5 AvA4" 5 L3xe0 f 635.92 $ 34.59 756017696 Medco Truck FUELMAX S 295MR22.5 J FUELMAX S 29520R22.5 Avabble $ U77.. 3 751.07 $ 45.08 135576003 Madan buck Goodym G114 1000R15TR J G114 STTT 100OR15TR AvWAW 5 LWi63 S 401.05 $ 32.51 756246567 Median Truck G114 LP 215f75Rl75 H G114 LP STTL 21575R17.5 A -AW IA 5 6".93 S 260.77 S 12.29 758921903 Maden Truck Goodym G150 265MR195G G159 TL 26570819.5 Diaconb.d $ Loam; 3 404.06 $ 17.48 138382231 Medan Truck Goodym G177 110OR20 H G177 TT 11.0OR20 AvWAW $ 1.771% 3 709.34 S 36.76 138391231 Medk buck G177 1200R24 J G177 TT 12.00R24 A -A bb $ 1113.63 3 645.45 S 55.47 138869230 Medium Truck Good G177 12R245 H G177 TL 12824.5 Di-b,,ed 5 ].6%463 S 721.93 $ 40.92 138802111 Medco Truck G182 RSD 118225 G G182 RSO TL 11 R22.5 Av d" $ 137114 S 5".66 S 25.23 138803/85Me -buck G182 RSD 11R225 H G182RSD TL 11822.5 Av.%". 5 1.399.56 S 559.82 S 29.39 138801185 Meilen buck G182 RSD 118245 G G182 RSD TL 11 R24.5 Dib-W..d $ IA%.w S 581.78 f 29.39 138941185 Medium Truck G182 RSD 118245 H G182 RSD TL 11R24.5 AvWAW 5 1."155 $ 593.42 E 34.59 138302669 Medum Truck Goodyw G182 RSD 12R225 150/147 H G182 RSD TL 12822.5 D...rd .-d S 1,577.% S 631.19 S 38.76 756817111 Medum T -k Gcodyw G182 RSD 295/75R225 G G182 RSD TL 29575822.5 AVAiable 5 L3w.69 $ WAS $ 25.23 138057363 Medan Truck G272 MSA 12.00R20154 J G272 MSA TL 12.00820 MWaW 5 1A01.N S 720.51 S 45.08 758428288 Maden Truck Goodym G275 MSA 33565R225 G G275 MSA TL 33525R22E Al.W* $ e3 S 972.73 f 31 00 758122288 Machan Truck Gadd G275 MSA 336MR20145MF G275 MSA TL 1JSO41 3351BOR20 AvWada $ 15xN 3 1,015.30 $ 27.31 758033288 Maden Truck G275 MSA 365WR20 154K G G275 MSA TL 36520820 A-Mbb $ 1310.38 S 924.15 $ 45.08 758123288 Medan Tuk Goodym G275 MSA 35WMR225 152M G G275 MSA TL 38570822.5 AVAiable 5 2.6x74 S 1,134.70 $ 40.92 756513422 Medan Truck G278 MSD 5525R225 159K J G278 MSD TL 38 5/8 5822 5 AvWAW 5 127798 3 910.95 S 27.74 758514422 Medco Truck Goodym G278 MSD 425251225 165K L G278 MSD TL 425/B5R22.5 A..kbb 5 1530.41 S 1,012.16 S 37.33 756515422 Maden Truck Goodyw G278 MSD 415/BSR225 iSSK L G278 MSD TL 44525822.5 Avaeabb $ 2.8614 S 1,103.26 $ 41.58 136307888 Medum Truck G282 MSD 118225 146/143 H G282 MSD TL 11R22.5 A -l" 5 4477" S $70.16 S 29.39 13B308OB8 Maden buck G282 MSD 11R245 149/146 H G282 MSD TL 11824.5 Avaft" $ 1.616.95 S 004.38 f 34.50 136302688 Medco Truck Goodyw G282 MSD 12R225 150/147 H G282 MSD TL 12R225 Av.L ble 5 L619.21 S 655.68 $ 30.76 138382667 Maden Truck G287 MSA 1100820 H G287 MSA TT 11.00R20 Ava66bla $ 1.62. S 049.72 S 38.78 138655715 Medco Truck G288 120OR24 J G288 TT 1IOOR24 AVWabls $ 1A%.13 S 756.05 $ 55A7 756141873 Medco buck G289 WHA 315MR225 L G289 WHA TL 31518OR2205 Av hd* 5 1306." S 523.46 S 63.32 758141814 Ma Truck G289 WHA DURASEAL 315208225 L G289 WHA DURASEAL TL 31520R22.5 AvaiaW $ 1.451.02 S 580.43 f 63.32 758254420 Meilen Truck G291 LP 315208225J G291 LP TL 315/80822.5 Dr -&-d5 40 3 55.30 S 45.08 756256420 Medco Truck G291 LP 315MR225 L G291 LP TL 31520822.5 A,.A" $ 1.36640 $ 65.36 S 52.83 750160387 Medan Try k G -d G296 WHA 42525R225L G296 WHA TL 425/85R22.5 A -WA. 5 1271.25 S 908.5 $ 37.33 758180389 Meilen Truck G296 WHA Duras" 42525R225 L G290 WHA DURASEAL TL 42525822.5 AVAuble $ 2A..a S 972.82 $ 37.33 758817364 Medan Truck Good G316 LHT D -SSW F MAX 29575R225 G G318 LHT FUEL MAX DURASEAL 295/75822.5 A -W. 5 1.23126 S 40330 f 25.23 75W07263 Medco Truck G316 LHT FUEL MAX 255708225 H G316 LMT FUEL MAX 25570822.5 AvaSaW $ t,t16N S 647." f 18.99 756158263 Meilen Truck Goodym G316 LHT FUEL MAX 2757OR225 J G316 LHT FUEL MAX 2757OR22.5 AvWAW 5 1,106." $ 476.30 $ 32.51 758804263 Medco Truck G316 LHT FUEL MAX 28575R245 G G316 LHT FUEL MAX TL 28575R24.5 Avaiabb $ 1,1aa.H S 472.07 $ 25.23 756817283 Meilen Truck G316 LMT FUEL MAX 295751225 G G318 LHT FUEL MAX TL 295f75R22.5 AvWAW 5 1.113.40 S 445.36 S 25.23 138953283 Medco Truck G315 LMT FUELMAX 11R225 G G316 LMT FUEL MAX TL 11R22.5 Avaubb $ L1..12 S 469." f 25.23 138802364 Medco Truck Gcodyw G318 LHT FUELMAX DURA 118225 G G316 LMT FUEL MAX DURASEAL 11822.5 Disoanbv2ed $ 125eA1 S 50.361$ 25.23 138389562 Medan Truck G388 1200120 J G386 UNISTEEL MSS TT 1200820 AvWAW 5 L.763 S 475.06 S 45.08 138953619 Medan Truck G5721AD FUELMAX 11R225 G G572 IAD FUEL MAX TL 11822.5 A -AWA. $ 1259.11 3 503.64 $ 25.23 13894265 Medan Truck 6622 RSD tOR225 G G022 RSD TL 1OR22.5 AvWAW 5 1215.% S 456.38 $ 20.51 138953265 Medan Truck 6822 RSD 11 R225 G G622 RSD TL 11R22.5 Avaitlb 5 1.2".17 S 513.71 $ 25.23 138307285 Medco Truck 6822 RSD 111225 H 6822 RSD TL 11822.5 A -We $ 190992 S 523.97 S 29.39 138WI265 Med-Truck 6822 RSD 11 R245 G 6822 RSD TL 11824.5 AvW 5 136131 3 544.62 $ 29.39 138302265 Medco Truck Good G622 RSD 12R225 H G822 RSD TL 12R22.5 A -K W 5 2,SH." S 809.87 $ 38.78 um 756319265 MedTruck 6822 RSD 24575R22.5 G 0822 RSD TL 245/75822.5 Dmconbrwed $ LM162 3 436.85 $ 11.06 758203265 Medco Truck Goodym 6822 RSD 25570822.5 H G022 RSD TL 25570822.5 Dkca W -d 5 L»732 f 446.93 $ 18.90 756527265 Medkm Truck Goodym 6622 RSD 26575R22.5 G G022 RSD TL 26575822.5 Dkcmbvwd 5 2.17116 S 508." f 16.07 758938265 Medco Truck Gadd 6022 RSD 29Y75R22.5 G G022 RSD TL 295/75822.5 AVAdWA. 5 1.25658 S 60.1.43 S 25.23 136001337 MedTruck um 6881 HSA OR225 1331131L F 6681 HSA TL 9R22.5 AvWaW 5 -42 S 388.97 f 9.83 756306050 Medco Truck 6870 RV 245r75R225 G 6670 RV TL 245/75822.5 AVAW. 5 L -S 012.10 S 11.06 756780050 Maden buck 6870 RV 2 5 570 822 5 H 6870 RV TL 255/70R22.5 Avaad ee $ L411. S 590.66 $ 18.99 756305050 Medium Truck 6870 RV 28575R225 G 6870 RV TL 28575822.5 Al.Able $ 1589." S 035.78 f 10.07 756919050 Medum Truck Goodym 6670 RV 275/708225 H 6670 RV TL 27570R22.5 Av.d" $ L615.77 $ 646.31 f 32.51 756967050 Medum buck Goodyw G670 RV 27520R225 H 6870 RV TL 27520R22.5 Avauble $ 21 S 714.48 f 34.59 756060050 Madam Truck 6670 RV 295208225 H 6870 RV TL 2VWR22.5 AvWable 5 1.»050 3 864.20 S 40.92 756141050 Mecham Truck 6670 RV 315MR225 L 6870 RV TL 315/8OR22.5 A - U". $ 2..T. 3 906.91 S 52.83 138799576 Medan Truck Goodym G751 MSA 11R225 H G751 MSA TL 11822.5 AVAubM $ 1An25 S 501.30 S 29.39 138798576 Medum Truck Good G751 MSA 118245 H G751 MSA TL 1iR24.5 AvWAW 5 1.566.97 S 620.79 $ 34.59 138127578 Malum Try k G751 MSA 12R225 H G751 MSA n 12R22.5 Awiebb 5 1,»aaa 3 65.92 $ 38.76 138889576 Medco Truck Goodym G751 MSA 128245 H G751 MSA TL 12824.5 Avaude $ 1.7"34 S 697.74 $ 40.92 758146570 Medkm Truck Goodyw G751 MSA 3152OR225 L G751 MSA TL 31520822.5 AvAille 5 L921.75 S 768.70 f 52.83 138799577 Medium Truck G751 MSA DURASEAL 11R225 H G751 MSA DURASEAL TL 11822.5 A..I bb 5 L611.31 $ 044.52 S 29.39 158042569 Medium Truck Goodyw INTCTV CRSR 831520R225 J INTCTv CRSR n 31520R22.5 AvWAble $ 4489.. 3 595.74 f 4508 756912750 Mecham Truck KMAX 21575R77.5 128m KMAX S n 21575R17.5 Avaubk $ 932.54 3 375.02 S 4.44 758880641 Medco Truck KMAX 23575R17.5 143) RH KMAX T BLT n 23575R17.5 A -da $ 83653 S 335.41 $ 23.63 758861750 Madura Truck Goodyw KMAX 289MR19.514sM KMAX 5 n 28570R19.5 Av kW 5 1.629.69 3 671.5 S 29.3D 756008796 Maden Truck KMAX D R,0 295208225 152/148L KMAX D TRACTION 29520R22.5 Av bble $ 138199 3 52.80 f 40.92 750016750 Medco Truck KM. S 37WSR22.5 156L KMAX S TL 375145R22.5 Awiabb $ 110098 3 640.30 $ 50.27 758017750 Medan Truck Goodym KMAX S G2 295BOR22.5 15M152M J KMAX S GEN -2 n 29520822,5 Av kble $ 1.3.21 S 550.61 S 45.08 13SW2687 Medco Truck Goodym MARATHON LHD 11R225 G MARATHON LHD GV BSL TL 11R22.5 AvW $ 965." 3 386.19 $ 25.23 138801687 Medco Tuk Good MARATHON LHD 111245 G MARATHON LHD GV BSL TL 11824.5 Avaiabla $ 2 S 401.33 $ 2939 75OW4687 Medium Truck M..d- LHD 28575R24.5 G MARATHON LHD GV BSL TL 285/75824.5 Avaiabb 5 L.- S 401.18 $ 25.23 756817647 Medan Truck Goodyw MARATHON LHD 295+75R225 G MARATHON LHD GV BSL TL 295/75822.5 Avaiable $ %617 S 375.47 S 25.23 138802089 Medan Truck Goodyw MAn6tm LHS 11R225 G MARATHON LHS TL 11822.5 Dk W..d 5 927.% 3 371.18 $ 25.23 138179089 Meilen Truck Goodym Mr LHS 118225 H MARATHON LHS TL 11R22.5 AvWaW $ 13 S 375.01 E 29.39 138801089 Maden Truck Goodyw M.,W- LHS 118245 G MARATHON LHS n 11824.5 Di -w..d 5 %169 S 393." S 29.39 13513089 Madan Truck M.A LHS 11R245 H MARATHON LHS TL 11R24.5 AvWAW 5 1130330 3 401.32 E 34.59 75516089 Man adTruckGoodyw MARATHON LHS 285/758245 G MARATHON LHS n 28575R24.5 A.A W $ %193 f 35.57 f 25.23 75517089 Mecham Truck Gwdym MARATHON LHS 295/758225 G MARATHON LHS TL 29575R22.5 Diac0nb.,.d 5 m m f 363.76 $ 25.23 756809089 Medco Truck MARATHON LHS 295/75R225 H MARATHON LHS TL 295f75R22.5 Av0" $ 927.% S 371.02 $ 34.59 158088531 Medum T=k M.LHS II- 31520R22.5 L MARATHON LHS IH HL 31SWR22.5 AVWable $ 1.560.% 3 624.34 f 575.47 138802892 Maden T -k MARATHON LHT 11822.5 1441142L G MARATHON LHT 11R22.5 Avaiabb $ a 3 319.22 S 25.23 138801692 Medum Truck MARATHON LHT 11R24.5 14SM43L G MARATHON LHT 11824.5 A.A" Is ws.% 3 338.36 $ 29.39 758603692 Maden Truck Mal Om LHT 29Y75R225 144/141L G MARATHON LHT 29575822.5 AvalMle $ 771% 3 312.82 $ 25.23 759441413 Madan Truck Ma LHT SS 38525R225 160K/158L L MARATHON LHT GH 38525822 .5 AVW" 5 11x61 S 854464 $ 30.33 138792737 Maden Truck MARATHON RSA IOR225 G MARATHON RSA TL IOR22.5 AvM bk 5 932.% 3 373.02 $ 20.51 138179737 Medan Truck MARATHON RSA 11R725 H MARATHON RSA n 11822.5 Av l b. 5 %1" S 390.82 $ 29.39 138813737 Madan Truck MARATHON RSA 118245 H MARATHON RSA TL 11 R24.5 Avaiabb 5 1.65157 $ 420.5 $ 34.59 138783737 Md - Truck MARATHON RSA 121225 H MARATHON RSA 128225 AvAiede 5 L34o.% S 45.34 S 38.78 758067737 Maden Truck MARATHON RSA 255/708225 H MARATHON RSA TL 2557OR2295 Awuble 5 %3." S 301.47 f 1899 758804737 Mecham Truck Good MARATHON RSA 28575R24.5 G MARATHON RSA n 285/75R24.5 ObcmUrK d 5 I.oa w 3 410.18 f 25.23 758603737 Madan Truck MARATHON RSA 295/75822.5 G MARATHON RSA n 29575R22.5 AvaSAble $ 972.19 S 35.5 $ 25.23 138803738 Medum Truck Goodym MARATHON RSD 11R225 H MARATHON RSD n 11 R22.5 A,*L" 5 ".-3 417.17 f 29.30 13BB 13738 Maden Truck Good MARATHON RSD 118245 H MARATHON RSD n 11R24.5 AVWable $ 1.105.69 S 442.20 $ 34.59 758804738 Medum Truck MARATHON RSD 28575R24.5 G MARATHON RSD TL 28575R24.5 Divcada3ed $ 31 3 433.35 f 25.23 756603738 Maden T=k MARATHON RSD 295/75R22.5 G MARATHON RSD n 29575822.5 AVWANe $ 1.02106 3 40621 $ 25.23 138170739 Medm Truck MARATHON RSS 11R225 H MARATHON RSS TL 11R22.5 AvWebla $ 9 S 376.60 S 29.38 13513739 Medco Truck MARATHON RSS 118245 H MARATHON RSS TL 11824.5 AVWAble $ 99796 f 649.18 E 34.58 756WT730 Maden Truck MARATHON RSS 25570822.5 H 140/137M MARATHON RSS TL 2557OR22.5 AvWaW S e S 350.22 $ 18.99 758804739 Medium Tarek MARATHON RSS 285/75824.5 G 144/141L MARATHON RSS n 28575R24.5 DivanbX»d S 928.02 f 301.21 E 25.23 756803739 Medco Truck MARATHON RSS 29W5R22.5 G MARATHON RSS TL 2B575R22.5 AvWabe S 3 $ 369.05 $ 25.23 n 6 wANa u W.p n am nm /4166>.imun.n+u. 17N7H>w_aooA�. sveroecti7.t.Hso 6.71.7076 111 HHu Wrk tiv Gawrm,wn SM w6nte a nr6+q b tle 4mt 13"77 u.lam6nen. t2 0l t4 NASPO Pricing ENsclhw 07001/2024, E:pins 01/3112025 Bsw Prim Book Dab: Lnmy 01, 2024 PNd. Tin yp T C oW o GOruim a-lah.61. B -d %.a I. T M LIn $I. 4b D 4...4 n SM bun But- ev464w R 9a4e: DYc4aae4d Aoency Prim appilcable 11712024 FETN 138803824 Med- Tack MARATHON RTD 11 R225 H MARATHON RTD TL 111122.5 AvW" 5 w $ 456.56 $ 29.39 756809924 MWkm Truck Goodyw MARATHON RTD 29575R22S H MARATHON RTD TL 29575R22.5 Available $ 1,146." S 450.56 S 34.59 158713627 Mad- Truck Good Mc Mier B2757OR225 J MM 6652 TL 27570822.5 Avail" 5 125753 $ 503.01 $ 32.51 158706158 Med- Tusk Ya Goodym Metro Mier B305770R225 H MM G152 TL 30570822.5 A -d" $ 1469.24 It 505.74 $ 36.76 158170627 Med- Truck Ya lvl o Mier B30570R225 L MM 6852 TL 30570R22.5 AV.Ible 5 1,656." S 660.16 $ 40.92 158282158 Med m Truck lvl o Mir M505R245 H MM G152 TL 305,75824.5 Dia b -d 5 1S%24 $ 638.70 E 45.08 158877027 Medan Truck Ya Goodyw Metro Mir B305185R225 J MM 6852 TL 305/851122.5 AvWable 5 1611.56 $ 724.63 $ 40.92 158777627 Medan Truck Metro Mir 5315&1R225 L MM 6652 TL 3158OR22.5 AvWable $ 1,7227 S 686.83 $ 52.83 758005234 Med- Truck Oeroad ORD 32595824 162/1606 L OFFROAD ORD TL 325951124 Avaibble 5 2.-1 S 093.55 $ WAS 138745337 Med-Truck Goodyw Ormitrc MSD II 12.00R24 L CNINITRAC MSD II PLUS TT 12.00R24 AvWble $ La1.w S 756.66 S BOSS 756703938 Med- Truck Goodym Onriltrc MSD 11 32S95R24 162/180K OMNITRAC D HD 32595R24 AVWable $ 1TA.04 f 919.95 $ WAS 750019566 Modk- Truck Goodym Omnitrs MSD II 3151WR225 K OMNITRAC MSD II 315/BOR22.5 Avaiobb $ L900.o0 S 760.00 $ 50.27 756703939 Med- Truck Ormitrac S HD 32595R24 162/160K OMNITRAC S HD 32595R24 A -h" $ 2t3 m $ 955.34 S 68.15 271122771 Med- Truck SP381 25WOR225 H DUNLOP SP831 TL 255f7OR22.5 Available 5 -43 6 397.77 $ 18.99 158649771 Medium Truck Goodym luft Dv Mu S 385/55122.5 L ULTRA GRIP MAX S TL 385155R22.5 AvWobb 5 1.243666 S 655.47 S 60.67 138007798 Med-Truck GoDdym 11.1vagnpRTD IlR22S 1431146L G ULTRAGRIP RTD 11R22.5 I AvW M. 5 4.33.06 $ 660.02 S 25.23 138008798 M4diun Truck Goodyw luwa"RTD 11 R22S 143/148L H ULTRAGRIP RTD 11822.5 Available5 L"253 f 561.01 $ 29.39 158007992 Mad- Trude Urban Max BSA EV 31 5/8 0 822.5 L 151/157K URBAN MAX BSA EV 315/80822.5 AvM" 5 1665.67 $ 754.27 $ 63.32 156009518 Med-Truck Urb- MCS 305ROR22.5L 1531150J URBAN MCS 3057OR22.5 AvaMblc $ L736.60 $ 095.52 $ 43.00 138799889 Med- Tock Workhorse MSA 11 R225 145143K H WORKHORSE MSA TL 11822.5 Av 111" $ 933m7l f 373.46 $ 29.39 138798889 Med-Truck Wrkh- MSA 11R2451491146K H WORKHORSE MSA TL 111124.5 A,.Mbb 5 1009.91 S 403.96 $ 34.59 756160889 Med-Truck Good Warkharsc MSA 42595822.5165 L WORKHORSE MSA TL 42585R22.5 AVWable 5 1.79337 S 717.35 S 37.33 756141689 Med-Truck Workhorse MSA 315SOR22.5161/154K L WORKHORSE MSA TL 31580822.5 Anilid* 5 127.32 S 483.73 $ 63.32 756513889 Maden Truck Good Warkhase MSA 3851151122.5 158K WORKHORSE MSA TL 38565R22.5 AvWable $ 1.- S 074.34 S 27.74 138835601 Med-Truck WORKHORSE MSD 11822.514611431 H WORKHORSE MSD TL 11R22.5 Available 5 99417 S 396A7 $ 29.39 138847891 Medium TruckWORKHORSE MSD Il R24.514/146J H WORKHORSE MSD TL 111124.5 1 AVWablc $ 1.066.63 $ 426.66 $ 34.59 123008023 OTR Bias 14.00-20 (TGB) 1400-20 20 ALL SERVICE N.D.C.0 14.00-20 AvW ble 5 Lfil-3 f 1,173.80 E 152705961 OTR Bias 14.0OR20 TGR 140OR20 J AT2A TL PIE5070 14000R20 A -d" $ 3.6".57 S 2,651.20 $ 152168310 OTR Bias Gopdyw 14.0OR25 TGR 14.0OR25NKS 3X RL4J E4 SS TL 14.00R25NHS Available $ 4210.29 S 2,947.20 $ 125509106 OTR Bias 16.00-25 (A21B) 1894-25 32 HR. E3 4S TL i6.OD25 Available $ 7.124.57 $ 4,987.20 $ 125509243 OTR Bias 16.00-25 A21B) 1600-25 32 HRL48 E4 3S NYTL 16.00-25 A.W bb $ 7.77257 S 5,440.60 $ 155022987 OTR Bias 16.00R20 (A21R) 160OR20 M AT2A TL POES051 16.00R20 Awilable 5 412SL43 S 2,976.00 $ 155022003 OTR Bus 1090OR20 (A21 R) 1WOR20 M AT3A TL P9EWW 16.00R20 Available $ 4.53371 S 3,173.00 S 153028741 OTR Blas Gody,, 18.001125 (A21 R) 1800825 2XRL4JE44S TLD% 18.0OR25 A-Ubb 5 44/9.99 $ 4,374.99 $ 153028439 OTR Bias 18.00R25 A21 R 18WR25 2X RL5K L5 6S TLDX D5751 18.00R25 Awbbie 5 9,232.91 S 6,463.04 $ 135706343 OTR Bios Goodym 20.5825 (A21R) 20.5125 Cl GP4D 8S L -4/E4 TL 20.SR25 AvWi* 5 469600 S 3,28710 S 155060688 OTR Bias 20.5825 (A21R) 205125 2X RT -5D HI -STABILITY TL 20.5125 AvWabls $ 6.396.57 S 4,477.80 E 124578596 OTR Bias Good 21.00-25 (A22B) 2100-25 28 SRB 7A 4S NYTL 21.00-25 Availabb 5 5A70A66 4,109.80 $ 153054688 OTR Bias 23.SR25 A21R 235825 3X RL4K 24/24 0.5 TL 23.SR25 AvW Wle 5 8.25734 $ 51750.00 $ 124918989 OTR Bias Goodyw 26.525 A228 265-25 28 GRIL D/L -3A 4S NYTL 26.525 A.AWb $ ss34/ f 4,307.20 $ 124888540 OTR Bios 26.525 (A22B) 26525 32 SMODLSC OS NYTLDX 26.525 AviceaOb 5 12.474.39 S 8,452.07 S 136013873 OTR Bias 28.51125 (A22R) 26.51125 2X RT -3B HI-STAB85 L-3'63 TL 28.51125 Available $ 7m7 f 5140.90 $ 138013365 OTR Bias 26.5R25 A22R 265825 2X RL4K 209A2 TL 26.SR25 Avaik49e 5 10,"9.14 S 7A04AO S 135012713 OTR Bios 26.5825 A22R 265825 3% RLSK HISTAB SS L-5 26.5825 A,.d" 5 1333c.n S 9,476A0 $ 13WI3534 OTR Brass 26.5R25 (A22R) 265R25 GP-4D2XL46S TL 26.5825 AVWadc 5 704.29 6 6,150.40 $ 124920828 OTR Bas 29.5.25 (A22B) 29525 28 GRL DL3A L3 4S TL 29.525 Avaibbb 5 7A A4 S 5,242.40 S 135086494 OTR Bus 29.5825 (A22R) 2VR25 2X RL4K HI -STABILITY 2424 L4 SS 29.51125 A,.d bb $ 13.277.71 S 9.294.40 $ 13WN393 OTR Bias Goodym 29SR25 (A22R) 295R25 2X RL -5K HI -STABILITY 24/24 L5 SS 29.SR25 AvildXe 5 17.451.57 $ 12,496.80 $ 13el"303 OTR Bias 000/85R25A21R 40/O5R251X GP3D 6S TL WMSR25 A,.AbW $ 5A29.71 6 4,040.80 $ 155136890 OTR Bias 850/65825 (A21 R) 650/85R25 C2 GP3D E3 BS TL 650/85825 AVWabb 5 6,476.57 f 4,533.60 $ 205053001 OTR Bias Amricrr Artricrr Mir 130D24TG 12 AMERICAN MINER SL E2 G2 13.00-24TG A%.[" $ 69143 $ 024.00 $ 206054001 OTR Bias ABrban Artrcan Mir 1300-24TG 16 AMERICAN MINER SL E2 G2 13.00-24TG Awicbb $ 971.43 f 650.00 $ 206056001 OTR Bias Amrk:an Amrk:an Mir 140044TG 12 AMERICAN MINER SL 1-2 E2 G2 14.00.24TG Ava9able 5 971.42$ 080.00 S 200057001 OTR Bias A- A-Maar 1400-24TG 16 AMERICAN MINER SL 1-2 E2 G2 14.00-24TG A -49A. $ 0.49371 S 765.80 $ 133909255 OTR Bias Goodyw GGL DAL 2A 4S 23525 20 GGL D1.2A 4S TL 23525 AvWabb $ 3,%3.43 f 2494.40 $ 125901630 OTR Bios GGL DL -2A L2/E2/G 4S 20525 12 GGL DL -2A L2/E21G 4S TL 20.525 Avaiabls 5 1.942.6 S 1,360.00 S 125902830 OTR Bias GGL DL -2A L2/E2/G 4S 20525 16 GGL DL -2A L7/E2/G 4S TL 20.525 AvWabb5 'j- f 1,472.80 $ 123876469 OTR Bias GRL DL 3A 17525 16 GRL DL -3A L3/G3 TL 1725 5 AVWabM 5 166204 $ 1,704.00 E 133WO256 OTR Bias Good GRIL DL 3A 4S 23525 20 GRL D/L 3A 4S TL 23.525 Av.d" 5 4.00&00 S 205.80 $ 123697469 OTR Bias Good GPM D/L -3A 17525 12 GRL D/L -3A L3/G3 TL 17.525 A,.d bb 5 1,rA9.41 6 1,189.00 $ 125903258 OTR B- GRL DL -3A L3/ENG 4S 20525 20 GRL DL -3A L3/E3/G 4S TL 20.525 AVWable 5 3.677.71 $ 2,154,40S 125902258 OTR Bios Goodym JGRL DL -3A L3/E3/G3 4S 20525 16 GRL DL -3A L3/E3/G3 4S TL 20.525 AvW" 5 2.26743 $ 11567.20 $ 123340184 OTR Bias HRL3A 120420 16 HR13A NYTT 12.00-20ML A -d bb $ Lw704 6 1,380.00 $ 123876458 OTR Bra SGLDL2A 17525 16 SGLDL2A NYTL 17.525 Available $ 11241.57 S 1,246.40 S 123877458 OTR Bias Goodym SGLDL2A 17525 20 SGLDL2A NYTL 17.525 Available $ 1024.00 f 1,416.80 $ 123897463 OTR B- SGLDL2A 200 17525 12 $GLDL2A 200 NYTL 17.525 A..k". 5 133629 S 1,076.50 S 123003000 OTR Bra Goodym WRL31A 1400-24 28 WRL3A NYTL 14.00-24NHS AvWabb 5 3,74/.57 S 2,007.20 $ 123426645 OTR Sia WRL3A 1400-20 24 WRL3A NYTT 14.00-20NHS Available 5 3.240.00 $ 2,206.00 S 123448645 OTR Bia WRL3A 1400-24 28 WP13A NYTT 14.00-24NHS A%.Mble 5 3.72457 S 2,007.20 $ 136007425 OTR Ra" Goodyew 17.5825 A3AR 17.5R25 1XGP-3ESS TL 17.51125 AVWWIc $ 3,1119) $ 2,17538 S 272030089 OTR Radai AV134 33580R18 SPT 9 145 A2/134 8 TL DUNLOP 33590818 A..d" 5 1.52 .57 S 738.80 $ 272030109 OTR Radii A2/135 36570818 SPT 9 148 A2/135 8 TL DUNLOP 36570818 AvWable $ 1.294.04 $ 906.40 $ 272030319 OTR Radii A2/136 335SOR20 SPT 9 147 A2/136 B TL DUNLOP 33580820 Available 5 1,699." $ 1,189.60 $ 272030169 OTR Radiai A2/141 365MR20 SPT 9 153 A2/141 B TL DUNLOP 38580820 A -d" 5 I,7e0.57 S 1,246.40 $ 272030119 OTR Radial Dwdop A2/141 45770R76 SPT 9 153 A2/141 BTL DUNLOP 40570R78 A%.d bb $ 133629 f 1,076.80 S 272030219 OTR Radial A2/143 40570820 SPT 9 155 A2/143 B TL DUNLOP 4057OR20 AVWWIe $ 1A62e6 S 1,304.00 $ 152475283 OTR Radai AS -3A 14.0OR24TG 2X AS -3A G3 TL 14.00R24TG A -bbl. $ 2,75200 S 1,926.40 $ 152523252 OTR Radai Goodym AS -3A 175R25 2X AS3A L3/G3 4S TL 17.5825 Ava6abM 5 LN0.0 S 2,266.00 S 155118OW OTR Ratliff Good AS -3A 20SR25171AB ZX AS -3A 4S L3/G3 20.SR25 Awiade 5 3.045.71 S 2,664.00 S 15288W70 OTR R." Goodyw P2B 155825 1X GP2B 6S TL 15.5825 A,.d bb 5 2,3044. $ 1,014.40 E 152524070 OTR RadW GP2B 17SR25 1X GP2B SS TL 17.SR25 AvA" 5 1672.0 $ 1,870.40 E 155903276 OTR R"W GP20 2051125 1X GP2B SS TL 20.5825 A-UbM 5 3,77.71 f 2,154.40 $ 153053272 OTR RadW Goodym GP20 235825 2X GP2B 4S TL 23.51125 A-1 bb 5 4A49.. S 2A34.40 $ 152040069 OTR Redd GP2B 38595825 00 GP2B 170E TL 385tV.R25 AvW WIe 5 3.724.57 f 2,007.20 $ 155214214 OTR Rads GP2B 4595R25 OD GP2B 177E TL 4595R25 5 I.4 . $ 2,721.60 $ 1SW97928 OTR Radai GP4D 235825 GP4D 6S Cl 1STAR+2STARL-4/E4 TL 23.5825 5 6,ss31s f 4,387.20 $ 13WB7095 OTR Radai GPAD 265R25 2XGP406S TL 265R25 $ 6.Mm" S 6,150.40 $ 136090357 OTR Radai GP4D HOSTABILITY 295825 2X GP4D HISTAB 6S L4/E4 TL 295R25 5 12.-.57 S 9,728.00 $ 152714291 OTR Radai RLC 1400824 3X R.41 E4 4S TT 14.00R24NHS5 4,79.4 S 2A74.40 $ 153028748 OTR Radai RL4J 180OR25 2X RL4 E4 6S TL 1SOOR25 5.1 5 714/ 57 $ 4,96720 S 152713208 OTR Rade RL -41- 1404254/145 3X RL4L E4 2S TL 140011254/145 5 4 S 2,830 E 152117476 OTR Rads RL -5K 120DR20NHS 3X RL -5K 12/12 L5 SS TL 1200R20NHS 5 2,%5.43 $ 2,088.80 $ 155010382 OTR Radai RLSK 205R25 2X RL -5K HI -STABILITY 24/24 20.SR25 5 7 $ 4,477.00 $ 153103382 OTR Rodd RL -SK 235R25 2X RL -5K HI -STABILITY L5 6S 24/24 23.5R25 5 .,7-",. $ 6,120.80 $ 152045408 OTR Rads RL -5K HI -STABILITY 175R25 2X RL -SK HI -STABILITY 24/24 TL 17.5R25 5 5,70743 $ 7,94510 S 152524375 OTR Rads RT4B 175R25 176M 1X RT -3B SS TL 17.5125 AVWW. 5 3X124 S 2,360.80 $ 155903375 OTR Radai RT -3B 205R25 IMM 1X RT -3B 8S TL 20.5825 A%.kbb $ 3.405.71 S 2,664.00 $ 153082375 OTR Rodd RT -3B 235R25 195A2 1X RT -3B L3/G3 6S TL 23.5425 Av Webb 5 4,939.43 f 3,457.80 $ 136090358 OTR R. RT-3B HI -STABILITY 295R25 2X RT -3B HI -STAB 8S TL 295R25 Awbble 5 19,66600 $ 7,481.80 S 153103688 OTR Radal RT -5D HI -STABILITY 235R25 2X RT -5D HISTABILITY SS TL 235R25 Avai4bla 5 8,7".00 6 6,120.80 $ 136013688 OTR Radd Goodym RT -51D HISTABILITY 285825 2X RT -SD HI -STABILITY 265R25 Available $ 12.30638 $ 6,614.40 $ 138090889 OTR Ratlial Goodym RT -5D HI -STABILITY 295R25 2X RT -5D HI -STAB BS TL 2951125 Avolable 5 16,355.43 f 11,40.80 S 1527124090TR Rodd SG -2B 14DOR24 1XSG-28G-2 TL 14.00R24TG AvWabb $ 2.1- $ 1,870.4 S 155908351 OTR Radal TL3A+ 175825 TL3A+ Cl 1'+2' 6S L -3 -TIE -3+T TL 17.5825 A -l" 5 3.-.17 6 2,007.20 E 155906351 OTR Redd TL3A+ 205825 TL3A+Cl 1'+2'6S L-3+T/E-3+T TL 120.51125 1 AvWablc Is 4251.43 $ 2,976.00 $ 153097059 OTR Rachel TL30k+ 23SR25 2XTL3A+6S Cl TL I3.SR25 A,.%".5 s-. $ 36.4 $ .42 13608424 OTR Rads TL -3A+ 265R25 C1 TL-3A+6S TL 2851125 A-Imbl. 5 0434171 S 5,979.20 $ 136165082 OTR Rads TL -M+ 7S0765R25 Cl 1+2 STAR TL-3A+6S E -3+T 1750165R25 A-Uk" 5 6.905.14 $ 6,237.00 S 136090465 OTR Radai Good TL -3A+ NISTABILITY 295825 2X TL -3A+ HISTAB SS L-3 T/E-3+T 2951125 Avail" 5 1L"9,43 S 6,161.60 E 152174173 IM VW 4&70 TGR 4570820 A2 POWERLOAD BLT TL 4570820 A -UN. IS 1242.22 $ 387.55 $ NASPO Pricing Effective OV01f2024, Expire. 0113112025 vv®ic Bses Prim Book Data: Jerewy 01, 2024 PreMel Ti. TYM CoM Goslbks 84atekrbb B -d MaWbbAOeKY Tile lJrr Dbe and Description Dbe )ban Melo -Pile. Dbcoul9ed FET 8 Price appacade 111/"24 123250770 Indusbbl Good 14.00-24 (TGB) 1400.24NHS 32 ELV3A INDUSTRIAL NV BSWTL 14.00-24NHS Avelsbb $ 2,36743 S 1,"3.20 S 152126956 IMusbiW G-Jymv 14.00R25 TGR 14.0041253X EV -4R INDUSTRIAL TL BLT 14.0OR25 Avdable 5 4,6%49- S 3,250.20 $ 152135038 IMus 14.00R25 TGR 140OR25 3X EV -4S INDUSTRIAL AS TL 14.06825 Avdable 5 4.939.43 $ 3,457.60 $ 153107957 Induat ml 18.00R25 (A21R) 180OR25 EV -3G INSDUSTRIAL 3X 207 A5 1B.00R25 Available 5 2529.14 S 5,270.411 S 153107491 lntlustrial 18.0OR25 (A21R) 1806R25 3X EV4R INDUSTIRAL TL 18.001125 Avdabb 5 &.622116 S 6,036.00 S 153107%0187 ebW Goodyse 18.00R25 (A21R) I1SDOR25 3X EV4S GEN I1207AS IND4 18.064125 Avdade 5 o.mm $ 7,206.80 $ 1531076931rdssbiW 18.00R25 (A21 R) 1BOOR25 3X EV -5S INDUSTIRAL TL 18.00R25 A -lads 5 942271 S 6,914.40 S 153107011 IM -UW 18.00R25 A21R 18WR253X EV4D AS TL 18.00R25 AvdWle $ s,62246 S 6,038.00 $ 124593282 I d -I ial 21.00-25 (A22B) 2100-25 32 ELV SA NYTL 21.00-25 AvWabb 5 11,1101.71 S 8,331.20 $ 1250101911r sbW Goodyear 21.00-25 (A22B) 21002540 ELV3C IND 4S TL 21.00.25 Avalabis 5 6.257.14 S 5,780.00 S 124W5831rdmirel 24-21 A210 24.21 14 SRB7A 2S NYTL 24-21 AWabls 5 3JNIA7 S 2,607.20 S 155161020 IrMusbial 450854125 450ASR25 EV4M PORT HANDLER TL 450195R25 Avdeble 5 5.505.14 S 3,853.00 $ 155046492IMustrial Goodyear 48ONSR25 (A21 R) 48085R25 EV4C INDUSTRIAL TL 48085825 Av Lbb $ 6.3ssw3 S 4,420.60 S 1550464911ndustriW 480851125 (A21 R) 430/95R25 3X EV -4R INDUSTRIAL 206 AS TL 48085R25 Avabbls 5m 6 S 4,643.00 S 208101008 1ndustid A-A3ne . Backhoe 12.58618 10 AMERICAN BACKHOE F 12.SeO-18 Available 5 mw S 509.110 $ 2060720" 106 .led America) Anwicwl Bskhce 16.9-24 08 AMERICAN BACKHOE 16.9-24 Avdable $ 149371 S 705.80 S 2060780" l d-biW Amwican Amwical Backhoe 17.5L-24 08 AMERICAN BACKHOE 17.SL-24 I AvdWsle 5 1.2u.% $ 650.40 $ 2060830"lmusmd Mesita) AmwWal Backhoe 18.x24 10AMERICAN BACKHOE 18.4-24 Available 5 1,29446 $ 900.40 S 206098004 Ir Ire) A- A-Bakhoe 19.5L-24 10 AMERICAN BACKHOE 19.5L-24 Avdable $ lr2l4mM S 650.40 $ 208100004 IrW"Vel Amerces A--Bakhce 19.5L-24 12 AMERICAN BACKHOE 19.5L-24 Avabda 5 1.254.% S 878.40 S 206126019 IM mtriml A- Amrcan Backhoe 21L-24 12 AMERICAN BACKHOE 21L-24 Avaiable $ 1A17.14 S 992.00 S 206112014 Industrial A- Amaical Sk d Steer 10-16.5NHS 06 AMERICAN SKID STEER SSL -2A 1016.5NHS Avileble 5 -43 s 198.40 S 2061130141Musbii Arrwcas Amwcal Sk Sher 1016.5NHS 06 AMERICAN SKID STEER SSL -2A 10-18.SNHS Avdable 5 32343 S 226.40 S 206114014 Indu$VW Arrecal A- SW Sher 10-16.5NHS 10 AMERICAN SKID STEER SSL -2A 10-18.SNHS AvdW7b 5 32143 S 226.40 $ 206259W3 IrldusbiW Ansbal Amricrl SkW S1er 1016.5NHS 10 AMERICAN SKID STEER SST -3A 1016.5NHS AvWW7le 5 "5.71 S 312.00 S 206259124 industrial Amacal Amwcal Skid Sow 10-165NKS 10 AMERICAN SKID STEER SSI" 10-16.5NHS Avalabb 5 -.71 S 312.00 S 206116014 irld sbiW Arrwcas Amwcan SkW Sher 12-16.5NHS 06 AMERICAN SKID STEER SSL -2A 12-16.5NHS AvdWsle 5 n $ 255.20 $ 206119014 lrsdusVml Mescal A-SkW Steer 12-16.5NHS 10 AMERICAN SKID STEER SSL -2A 12-16.SNHS A-11" 5 4x.57 s M3.20 $ 2OW97003 IMustrd Amricn Mescal Skid Steer 12-16.5NHS 12 AMERICAN SKID STEER SST -3A 12-16.5NHS Available S 525.21 s 366.00 $ 208007124 lndusbiW A- Amwcal SkW Slear 12.165NHS 12 AMERICAN SKID STEER SSI -4A 12-16.SNHS Av hd* $ 566% $ 396.50 $ 20812W14 Ind -brei Amaicn Americrs Skd Slee 1417. SNHS AMERICAN SKIDSTEER SSL -2A 14-17.SNHS Avd" 5 669.14 S 462.40 S 206121014 IrKlusbiW A- Amecal Sksd Steer 1417.5NHS 08 AMERICAN SKID STEER SSL -2A 1417.SNHS Avalable 5 566% $ 396.80 S 206122014 IMusbd Anwcal Amaical SW S1er WT5NHS 10 AMERICAN SKID STEER SSL -2A 14.17.5NHS Avdabb 5 Imes S 424.80 S 206123014 IMsebii America) Artlrcan Sk d Stew 15.19.5NHS 14 AMERICAN SKID STEER SSL -2A 1519.5NHS Avdeble 5 930.29 S 43110 s 2OW69003 Irsdustrbl Amricrl Amrcal Skid Star 238.50/2NHS 8 AMERICAN SKID STEER SST -3A 23X9.50-12NHS Available 5 26343 S 198.40 $ 206119020 IMsstrial Amwcal Amwical SkW Sher 31X15.50-15NHS 08 AM SKID STEER SSV -2A 31X15.5015NHS Available 5 M.71 S 340.00 S 206111020 11 Arrwicas American Sk d Slew 31X15.50-15NHS 12 AM SKID STEER SSV -2A 31X15.50-15NHS Aw19b $ 5x.21 S 368.00 $ 2723300201rKk b* DUNLOP DUN 11.00R20 110OR20157 A3 PG21RC TT 11.00R20 Avdable 5 1,09171 3 765.60 $ 1335404871rd-eiW Goodym ELV4B 180625 40 ELV40 NYTL 18.0025 Avdable $ 6.%143 S 4,674.40 S 1335401921r sbiW Good ELV4D IND 4S 180025 40ELV4DIND4S TL 18.00-25 Avdable $ 06452 S 4,93110 $ 1335401411-.trW ELV5D 180025 40 ELV5D TL 18.0025 Avdabb $ 7M9A4 S 5,214.40 $ 155428440 Industrial EWS 1006R25 3X EWS TL 16.00R25 Avdabb 5 SA]5.14 S 3,797.80 S 125493261 1MusoW PVG 7A 1600-24 12 PVG 7A 4S NYTL 18.0024TG Avok" 5 3.32000 S 2,324.00 S 13353459611r wwl Goodyer JSRB 7A 4S 1800-25 16 SRB 7A 4S NYTL 18.OD-25 Avdabb 5 4p49.. S 2434.40 $ 77tv7n7r_amAr abfrowua2.s.uro sis-m75 UI Hww rho tivraw.mwv SaN e46abar ilr4-870 b U9- Yra Plana Inlarmaon. 19- 0114 helrc[Wa.9 rufaM 9Ms lhTsr. Mss I..sloma.rwy¢a Iv rre lPe. reel su.a0 �; �P.Me�r..uurrroer a rc.lvn r.el ew Nrx Sum w ..Iver mel Nss orrwert ammo. u �uprt r v Drr Iyer and N.ss Wry�� .r, w.lrcr and Nss m nerlwr ertl Sr_n Punurt pe mx �rynr m Mr Iyer artl Si.n $7. Wh rKs,�� T., m ur uer and meal Iyer tlnl a11.W rd.r/«e.w Wh/%.slsrWl r ¢m leer and Sssm M.awm com a.r/«nw WhlanlW.rl mleer r�.<I Sssm m Iyer argil Ssa u or xlr sN.ss wrwrc Pe mne r.uum ulrarn e lc.oF[I WS.m Wryrr-11 mrrwe.amw/p�rcn.+esai�eawea«mo,nr d,,.eaem.�e ven lnr a.el 55155 m arum Punurt Pe mxe erepme.r v.rw.rtm wmmin, diel N>ss rynr W vs¢.yer, „rtrymeer v.r.e.nm wmm In, a.el SL135 veneer ocerymper v.ee s¢mto-neo leer and N-sa N.1a a.suti Pe mmmae wup,rwvueroer. ur u. mel ,., ves 1p•r n.el N -to res leer argil Ss1a0 1Mm Wrn rruw N.m u pwwrt P< mmmne �1rMt acre% rwm.r xe la, mel Sa.m Wn r.•�r. un ncyde/aryn.r ke Iw mel N.m SIOm a.V1«e.w p+ry'/arr+lsv�pel rtcx+e/aupm.r xe lD<, argil an.e<yne/aepr<.r regi Iw argil ss0.m Meeim. [am d.V «e.w pny/&n Ip¢rl rewde/tlnpm.r xelp¢mel ZI.Z .1Z p>_OS sso.m recede/esowi ke Im nrel Mi/psui �xuv xrMpxM WiLOE sN.W Mea.rm comm a.r/«eaw Wh/arn lsnWl m./pu.cnnersm.errcrwesanmanrdweme+.m apeslxronl M*/psM*11.5-.OP xrM pnxs Wrsra MT/pNxr ti.s'laP arM pIJA WrsrW SN.m $SB.W Mee�um comm ra�r/«e.w Wh/eos lSMel me ms¢rr.amw/p�nn.+ero+ere rnrwes aumo-nrdu¢a an..m uee+lar Orel Crv.µe me. arunarnr.m moon 11ITI-r 11.5'6 IP 11M pun C TTI ISN.m u11Wul S.o.m an/«e.w arry/arn local regi rmvNtlm w/purdv+e e.sur<,rrrwe+enmovn d�usee n.es.ra ues Iyer tlr.l uslWul 5w.m d.r/«e.w Wrv/.os Ipwl Ni.m Ni.sa a.i/w.w prry/&al5xyel Mee.rmt a.r/«e.w Wry/Y.r+lair¢I < ne Iver Tagil 1Per reel Ni.m r m me leer irrel v[IWuI 553.50 a /waw pm/eo+lOwrl ve/r,xe s¢m compo la. argil Sn.W a.r/ «e.w Wh/x.s Is.ry.l re+lper m.l Sn.m Metl,rm rm� d.r/w.w Wv/arnlW.rl eslar mel Siam a+leer tr.el ssisa M.eMm ra„m d.r/«e.w Wh/a,s w�eel rt<n.x.,¢m.,mp, 1pe. erel TM Sss.N ,r./v.xe+¢m wmm la. v.el Pnssmvswn .Mouxr. P.sssryvrtwrr N.Wvn Sp.m wear. veru.m.rre, P.ver�aer.wmmmae m.ro�rcr¢¢��+¢.e �n„ne.aame,.,tu,r..tl tln+.m a,ee+me, a.el m./porcn.¢'�o+mernrwn ahmo,nr or,r¢a ans.m men lee. a.el 1on «amrs«a ssai.0 d.r/«e.w Wh/erry nps «n me. w.. - s,�w�memruarr «asry[a Vi «a a Nim d.r/«e.w Wry/a.+ «nM.vim� or.Mw c «azAEx«a 51ps.m an/«e,w Wry/e�+ s e o•tl oxwea r.,.rver «r. -e ms mPm Mom.. m,,,Pnary «sslysx«s slss.m d.r/«e.w Wnrs„+ «rvm.r xr. «xsmPn la«w o sea.N d.r/«e,w Whre� ver sn «,. —PR VI «w ssa.Wd»/«e.w salsa Whre„+ � vrr ore nmec prnrse.+.a,nem.¢d¢..e er�mn a¢..wrdry wdme..m e¢v�mme.. - «xs/vPx «x Npime.i I..ww Wry/ar. «r.mer «r. rpwsmin v: «s sW.W mu «e.w «xsmrp«w su>-m Mea,„m a.u«e.w Wn/s�r+ «never w. 15o.m rir� ,pxM`a m.snOpm Mva.v i¢. rr¢.y ao:saom om xosd.'svxo... «Wrw. a r 1vsm sms.m ox an wo,a I s s. r,..m. m,/vxr xssM�«Mvmw.,,«. Uocubign Envelope IU: AAbUttiti1-bAEU-4j3Li-Aytlb-(;fUAf4Ab(:Uti EXHIBIT I D Iowa Department Ot 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: Contractor: Goodyear Tire & Rubber Company Signature) Date Signed Waldron President, North America Consumer 14/9/2024 Printed Name and Title of Person Signing U0 Tnnnu-tion Way Akron Ob;o 44316 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 Uocu5ign Envelope IU: AAbUEbbZ-bAEU-4133-A98b-UIUA/4Ab(;UbU 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 2 uocualgn tnvelope IU: AAbULbbZ-bALU-4133-A98b-UIUA/4AbUUbU 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 Uocubign tnvelope IU: AAbULbbZ-bALU-41;3b-A96b-UIUA/4AbUUbU 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 uocubign Envelope IU: AASULbb2-5AtU-4133-A96b-UIUAt4AbUDbU 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 ordelivered. 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 Uocusign Envelope IU: AASULbb2-SALU-4133-A9db-UlDA14AbUUbU 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 6 Uocu5ign Envelope IU: AAbULbbZ-bALU-413b-A96b-U(UAi4AbUUbU 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 uocuz:iIgn Envelope IU: AAbULbb2-bAEU-4133-A98b-UtUA/4AbL;UbU 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 pa@naspovaluepoint.org 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 Entity individually. 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 Uocubign Envelope IU: AAbULbbZ-bAEU-41313-A98b-UIUA14AbUUb(; 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 maynot 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 Uocubign Envelope IU: AASULbb2-SAEU-41:3b-A98b-UIUA/4AbUUbU 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 Uo=5ign Envelope IU: AAbULbbZ-bALU-41;36-A9bb-L;IUAi4AbUUbU 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 Uocublgn Envelope IU: AAbOEbbZ-bAEU-41:3B-A9t$b-U/UA/4AbUUbU 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 Uocubign Envelope IU: AAbULbb2-bAtU-4l6t3-A96b-ciuA14AbUUbU 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 Uocubign Envelope lU: AAbOEbbZ-bALU-41JB-A985-C lUAI4AbUUb(; 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 Uocubign Envelope lU: AAbULbb2-bALU-413B-A96b-UIUA14AbcubU 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 Uocu5lgn Envelope IU: AASUEbb2-SALU-4133-A98b-U/UA/4AbUUbU 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 anylntellectual 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 Uocu5ign Envelope IU: AAbOEbb2-bAEU-413B-A9tSb-UIUA/4AbUUbU 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 Uocubign Envelope IU: AAbUE66Y-bALO-4131-A98b-UIUAt4AbUUbU 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 Uocubign Envelope IU: AASUt(it Z-SALU-4133-A96b-UIUA/4Ab(;UbC; 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, (5) 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 Uocu5lgn Envelope IU: AASUtbbZ-bALU-413t3-A98b-UtUAt4AbUUbC 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 UocuSign Envelope IU: AASUEbb2-bALU-413b-A96b-U/UAt4AbUUbU 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 UocuSign Envelope lU: AASUF-bbZ-bALU-416t3-A9t$b-U/UAt4Ab(;UtjU 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 22 UocuSign Envelope lU: AASUEbb;?-SALU-41:3b-A98b-(;/UA/4A5(;Ub(; 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 UocuSign Envelope IU: AASULbb2-!)ALU-4l3E3-A98!)-c;/UA(4AbUUbU 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 Uocubign Envelope IU: AA50t:bbZ-bAt0-41311-AUtIb-(;/UA/4A5UL)b(; 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 Uocu5lgn Envelope lU: AAbUEtitil-SAtU-4133-A98b-UlDA/4AbUUbU 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 UocuSlgn Envelope IU: AASULbbZ-bALU-413B-A9tSS-UIUAI4AbUDb ; 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 (MPUs), 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. Tires must be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles. Contract — Tires, Tubes, and Services 27 Uocubign Envelope IU: AASUEbbZ-bAEU-413t3-A98b- /UAt4AbUUbU 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 Uocubign Envelope IU: AASULbbZ-!)AEU-4133-A98b-GIUA14AbUUbU 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 tubes b. Change tire, dismount and mount Contract—Tires, Tubes, and Services 29 Uocubign Envelope lU: AAbUEbbz-bALU-4l3t3-A96!)-UIUA/4AbGUbU 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 Uocubign Lnvelope IU: AAbOEbbL-bALU-413t3-A98b-UIUAt4AbUUbU 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 Uocubign Envelope IU: AASULbbZ-SALU-4133-A96b-UIUA/4AbUUbU 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: https://calculator.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 UO=5ign Envelope IU: AASULbb2-SALU-4133-A965-UIUA14A!)UUbU 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 uocuSign Envelope IU: AASUEtjbZ-SALu-41638-A98b-UfUA14AbC UbU 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 Bl Pursuit and Performance Tires 52.509/. Goodyear Tire & Rubber Company 1/1/2024 62 Automobile/Passenger Vehicles 48% Goodyear Tire & Rubber Company 1/1/2024 83 Light Duty Trucks: 48% Goodyear Tire & Rubber Company 1/1/2024 3a. Radial 48% Goodyear Tire & Rubber Company 1/1/2024 (Per Tire) 3b. Bias 48% Goodyear Tire & Rubber Company 1/1/2024 Light Duty Trucks Medium Commercial/Heavy Duty Trucks/Buses 60% Goodyear Tire&RubberCompany 1/1/2024 BS Off Road 30% Goodyear Tire & Rubber Company 1/1/2024 SV Sa. Off Road Radial 30% Goodyear Tire & Rubber Company 1/1/2024 - COMPUTER SPIN 5b. Off Road Bias 30% Goodyear Tire & Rubber Company 1/1/2024 B6 Agriculture/Farm NA NA NA B7 Industrial Tires 300/. Goodyear Tire & Rubber Company 1/1/2024 B8 Specialty Tires NA I 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 Uocublgn Envelope IU: AAbULbbZ-bALU-4133-A9bb-GIUA/4AbGUbU 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 fire) 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 fire recycle/disposal fee (per tire) SCRAP CHARGE 040488000 SURRENDERED TIRE SV $4.00 EV Tires Used fire 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 fire recycle/disposal fee (per tire) SCRAP CHARGE Heavy Duty/Bus (Dual) 040488000 SURRENDERED TIRE SV $10.00 Retread Used fire 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 UocuSlgn Envelope IU: AASULbbZ-SALU-4133-A98b-UIUA14AbUUbU 3.3 Internal Controls Contractor has incorporated internal controls based on product code pricing. Contractor shall not bill the Purchasing Entity for product code line items where the billed price is greater than the contract rate based on their internal controls in an effort to keep billing compliant with the Contract. Contract—Tires, Tubes, and Services 36 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 Medium Commercial/ 044218000 GOV WHEEL BALANCE SV $53.50 Heavy Duty/Bus Wheel balance/Valve stem combo (per WITH VALVE (Single) tire) 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 $8.00 Passenger, Automobile , includes dismount of used tires and PASS/PURSUIT tubes (per tire) 3.3 Internal Controls Contractor has incorporated internal controls based on product code pricing. Contractor shall not bill the Purchasing Entity for product code line items where the billed price is greater than the contract rate based on their internal controls in an effort to keep billing compliant with the Contract. Contract—Tires, Tubes, and Services 36 Uocubign Envelope IU: AAbUEbbZ-bAEU-413B-A9t3b-UIUA/4AbUUbU SECTION 4 CONTACTS 4.1 Goodyear Kenny Miller 330.796.4352 kenneth miller@goodyear.com 4.2 State of Iowa — DAS/Procurement Contact Karl Wendt 515.281.7073 karl.wendt@iowa.gov 4.3 NASPO-Valuepoint Josh Descoteaux 589.551.0958 idescoteaux@naspo.org Contract—Tires, Tubes, and Services 37 UocuSlgn Envelope IU: AASULbbZ-bAtU-413B-A9t$b-UIUA/4AbUUbU 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. 2. INSURANCE REQUIREMENTS 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 uocubign Envelope IU: AAbOEbbZ-bALU-41JB-A98b-UIUA14A5C;UbU 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) Date Contract—Tires, Tubes, and Services 39 UOcubign Envelope IU: AAbULbbZ-bALU-4133-A98b-c;IUA14AbULJbU AUTHORIZED DISTRIBUTOR (DEALER) INFORMATION Legal Status: Corporation ' Partnership : Sole Proprietorl Dealer Name: Address: City, State, Zip: Phone: Fax: Contact Name: Email Address: Federal Tax ID #: ************************************************************************************* ❑ 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 Uocu6ign Envelope IU: AAbUEbbZ-bAEU-41:3B-A98b-UIUA14AbUUbU ATTACHMENT 2 THE GOODYEAR TIRE & RUBBER COMPANY 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. LIMITED WARRANTY P TIRE CARE AND MAINTENANCE GUIDE Highway Auto Tires Light Truck Tires Temporary Spare Special Trailer (ST) Tires GOODYEAR. DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C HIGHWAY AUTO, LIGHT TRUCK AND SPECIAL TRAILER TIRE AND ADJUSTMENT POLICY (EXCLUDES GOODYEAR® UNISTEEL® 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 "LT" designation in the sidewall stamping. e.g. LT245/75R16. 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 disabled tire had an original 8/32" of usable treadwear and is worn to 4/32" usable tread remaining, you have used 50% and therefore must pay 50% 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 $65.00 plus F.E.T. (U.S. only) plus any other applicable taxes and government-mandated charges. DocuSign Envelope ID: AA50E662-5AEO-413B-A985-C7DA74A5CD6C WMAI IJ A 6UMf'AKAt$Lt I Ifit! 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. DuPont" and Kevlarl 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: U.S. CANADA TIRE MILES KILOMETRES Assurances All -Season 65,000 105,000 Assurance ComforTredc' 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® 65,000 105,000 Assurancecs Fuel Max° 65,000 105,000 Assurance MaxLife° 85,000 140,000 Assurance WeatherReadyc 60,000 95,000 Assurance ComfortDrive° 60,000 95,000 Eagle Exhilarate T1 45,000 75,000 Eagle® F1 Asymmetric All -Season* 45,000 75,000 Eagle® Sport All -Season" 50,000 80,000 ElectricDriveT" 60,000 95,000 ElectricDriveT" GT 40,000 65,000 Forterac HL 60,000 95,000 Wranglers All -Terrain Adventure with Kevlarc 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 HTO (LT sizes) 50,000 80,000 Wrangler SR -AO (Excludes LT sizes) 50,000 80,000 Wrangler TrailRunner AT� 55,000 85,000 WranglerO WorkhorseO AT 50,000 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. DuPont" and Kevlarl 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: DocuSign Envelope ID: AA50E662-5AEO-413B-A985-C7DA74A5CD6C it the tread wears evenly aown to the treaawear indicators sworn to clic 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) and delivers 56,000 miles (91,000 kilometres) prior to wear -out (down to 2/32"), the tire will be replaced for 70% of the advertised selling price of the comparable tire at the time of adjustment. If the price of the 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 government -mandated charges. 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 WARRANTY? 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). DocuSign Envelope ID: AA50E662-5AEO-4138-A985-C7DA74A5CD6C • sires wan weather-cracKing tear were purchaseu rnure than ruur t`+1 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. WHAT ARE YOUR LEGAL RIGHTS? 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 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 for information on proper repair procedures. DocuSign Envelope ID: AA50E662-5AEO-4138-A985-C7DA74A5CD6C • tXMUJIUN Uh I IKUKIM AJJtMbLY Wt IU IMYKUYtK MUUNIINb. unly specially trained persons should mount tires. • FAILURE TO MOUNT RADIAL TIRES ON APPROVED RIMS. • FAILURE TO DEFLATE SINGLE OR DUAL ASSEMBLIES COMPLETELY BEFORE REMOUNTING. • TIRE SPINNING. On slippery surfaces such as snow, mud, ice, etc., do not spin tires in excess of 35 mph (55 kph), as indicated on the speedometer. • EXCESSIVE WHEEL SPINNING. This can also result in tire disintegration or axle failure. AWARNING vehicle handling, traction, ride comfort and other performance parameters may be significantly affected by a change in tire size or type. 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 on the vehicle placard, (2) The tires have sufficient inflation pressure to carry the load and (3) There is proper clearance with no interference points between the tire and vehicle. The consumer must be aware to always drive safely and obey all traffic laws. Avoid sudden, sharp turns or aggressive lane changes. Failure to follow any of these warnings may result in loss of control of the vehicle, leading to an accident and serious injury or death. TIRE CARE AND MAINTENANCE GUIDE The easiest way to help ensure satisfactory mileage and performance from your Goodyear tires is to give them a simple but frequent (at least monthly) inspection for proper inflation, even treadwear and the presence of 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 an accurate tire pressure gauge. Always check pressures when the tires are cold (when the vehicle has been driven less than one mile). If you must check inflation when the tires are hot, add 4 psi (27 kPa) to the recommended cold inflation pressure. It is difficult to tell just by looking at radial tires whether they are underinflated.* Furthermore, when operating a vehicle equipped with radial tires, it is difficult to notice when a tire has gone flat or nearly flat since the "feel" of the 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 to determine repairability. To avoid injury, NEVER attempt to reinflate 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 or improper adjustment. Leaking valve core or rubber valve components should be replaced 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 or in the vehicle owner's manual. Underinflation is the leading cause of tire failure and may result in severe 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 do to promote tire durability and maximize tread life. Overinflation increases stiffness, which may deteriorate ride and generate unwanted vibration. Overinflation also increases the chances of impact damage. DON'T OVERLOAD YOUR VEHICLE Check your vehicle owner's manual to determine the load limits. Overloading your vehicle places stress on your tires and other critical DocuSign Envelope ID: AA50E662-5AEO-413B-A985-C7DA74A5CD6C vemcie components. uvenoaoing a vemcie can cause poor nanoiing 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. DO CHECK YOUR TIRES FOR WEAR 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. DocuSign Envelope ID: AA50E662-5AEO-4138-A985-C7DA74A5CD6C SPLUTAL IKAILtK (JI) IIKtJ: 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 (27 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. Fallow 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. z1 WARNING 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. DocuSign Envelope ID: AA50E662-5AEO-4138-A985-C7DA74A5CD6C MILK t I I IIKtJ IU A VtHIGLt IHAI HAVt LOO LUAU-GAKKYING 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 chanQinQ 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. TIRE MANUFACTURERS ASSOCIATION (USTMA). A COPY OF THIS BROCHURE CAN BE DOWNLOADED FROM THE USTMA WEBSITE: https://www.ustires.org/publications 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 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. M6MJEHOR0911 12 Digit # = 2000's Production / it Digit # = 1990's Production MM66 Mi EHOR 09T11 I T I I I 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. DocuSign Envelope ID: AA50E662-5AEO-413B-A985-C7DA74A5CD6C IT you are uname to determine the ame a tire was nrst piacea in service, men 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'-""), 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. Zh 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. DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C IU rKULUNU IIKt Litt UUKINU A JYJItM ALtKI The Goodyear Run -Flat tires can be driven up to SO miles (80 km) at sustained speeds of up to SO 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 SO 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). 0 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 DocuSign Envelope ID: AA50E662-5AEO-4136-A985-C7DA74A5CD6C SIX MONTH - 6,000 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 6th 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 16th 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 GOOD Q® 70086291854800 Printed in U.S.A. 052182 — 04/23 ©2023 The Goodyear Tire & Rubber Company. All rights reserved. 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 quality 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 Comparable Tire — Of New Tire Original Tread (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, 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 G5721AD Fuel Max G3160 LHT'" DuraSeal + Fuel Max'" Fuel Max LHD2 G3160 LHT- Fuel Max® Fuel Max'" RSA Fuel Max"" LK1— Fuel Max'" RTD UltraGrip RTD Goodyear premium casings in sizes 11R22.5, 11R24.5, 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. Uocubign Envelope IU: AASULbbZ-SAEU-41JB-A985-U/UA/4AbUUbU 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 LHTr", 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 385/65R22.5, 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, 425/65R22.5 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 00 YOU OBTAIN AN ADJUSTMENT? 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. You must pay for taxes or any additional services you order at the time of adjustment. 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 11R22.5, 11R24.5, 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 LHT", Marathon RSAI, 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, 11R24.5, 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 SSD' DuraSeal + Fuel Max", G392A SSD DuraSeal + Fuel Max & G394 SST® DuraSeal + Fuel Max", 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 OfProrated 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 UOCUJIgn Envelope IU: AASULbbL-bALU-4lJb-AU60-l;/UA/4A!)UUbU 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 REMOUNTING. • 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 uocuSlgn Envelope IU: AAbllEbti2-bAt0-4133-AUBb-(;tDAt4AbGUb(; EARTHMOVER TIRE LIMITED WARRANTY For 20 to 39 Inch Rim Diameter Tires WHO IS ELIGIBLE? You are eligible for the benefits of this Limited Warranty if you are the original purchaser or authorized agent of the original purchaser of new Goodyear 20 to 39 inch rim diameter Grader or Eartli mover tires bearing our serial numbers. WHAT IS COVERED AND FOR HOW LONG? This Limited Warranty covers all Goodyear 20 to 39 inch rim diameter tires presented for adjustment on or after September 1, 2013. The Limited Warranty is in effect for 4 years commencing on the date of purchase. If proof of the purchase date is not available, the date of manufacture indicated on the serial number will be used as the warranty commencement date. Tires must be presented for consideration within six months of removal from service. Coverage If any Goodyear 20 to 39 inch rim diameter tire covered by this Limited Warranty becomes unserviceable due to a covered warranty condition, such tire will, at the option of Goodyear, be repaired or replaced with a comparable new Goodyear tire, discounted on a pro rata basis, or, at Goodyear's option, Goodyear will issue an appropriate credit. The customer charge for replacement will be calculated by multiplying Goodyear's current replacement tire price at the adjustment location (exclusive of taxes), by the percentage determined from the following chart. In the event Goodyear issues a credit, the credit will reflect the discount that would have been included in the foregoing charge. WARRANTY LMITATIONS: This Limited Warranty is applicable to tires purchased from The Goodyear Tire & Rubber Company, Goodyear Canada Inc. or Goodyear International Corporation and their subsidiaries ("Goodyear"). No representative or dealer has authority to make any representation, promise, warranty 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 linuted warranty a representation that a tire failure cannot occur. WHAT IS NOT COVERED BY THIS WARRANTY? Tires purchased more than 48 months prior to presentation for adjustment. Without proof of purchase date, tires manufactured 48 months prior to presentation are not covered. • Tires removed from service more than six months prior to presentation to Goodyear. 20 to 39 Inch Rim Diameter Tire Rear (Percent of o /nal non -slid used) 014 to 10% 114'0 to 204-o 1 210/8 to 30% 1 31416 to 40% 41% to 1 5040 I 5140 to 60% 614/8 to 1 70% 1 71% to 80% 81% to 10004 PURCI-L4.SE DATE CUSTOMER CILARGE 12 Months or Less 10% 206/0 30% 40% 504.0 1 60% 70% 80% 100% 24 Months or Less 25% 35610 45% 5504 65% 1 75% 85% 95% 1000/0 36 Months or Less 50% 604o 70% 8040 9004 1 956/0 100% 1000/8 1000/0 48 Months or Less 75% 85% 956/o 95010 9540 1 100% 100% 100% 100% More than 48months 1 100% 100% 100% 100% 100% 1 100% 100% 100% 100% WARRANTY LMITATIONS: This Limited Warranty is applicable to tires purchased from The Goodyear Tire & Rubber Company, Goodyear Canada Inc. or Goodyear International Corporation and their subsidiaries ("Goodyear"). No representative or dealer has authority to make any representation, promise, warranty 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 linuted warranty a representation that a tire failure cannot occur. WHAT IS NOT COVERED BY THIS WARRANTY? Tires purchased more than 48 months prior to presentation for adjustment. Without proof of purchase date, tires manufactured 48 months prior to presentation are not covered. • Tires removed from service more than six months prior to presentation to Goodyear. UocuSign Envelope IU: AAbULbbL-bAtU-41St3-A98b-UIUA14Ab(;L)bU • Tires for which an alternate warranty; guarantee has been negotiated. • Uniformity or vibration claims on tires purchased more than 6 months prior to presentation for adjustment, or if proof of purchase is not available, more than 6 months after the manufacture date. • Air retention claims on tires purchased more than 3 months prior to presentation for adjustment, or if proof of purchase is not available, more than 3 months after the manufacture date. • Irregular wear or tire damage due to: impact breaks, cuts, cut separations, snags, machine damage, wreck, collision, fire, improper inflation, overloading, misapplication, misuse, negligence, operation at excessive speed, run or chain damage or damage caused by the mechanical condition of the vehicle. • Tires operating in excess of their rated Ton -Mile -Per -Hour (TMPH) or Tonne -Kilometre -Per -Hour (TKPH) factor. Goodyear uses a 4 hour rolling average for TMPH / TKPH calculations. (A detailed description of TMPH / TKPH ratings may be found in Goodyear Publication: Off -The -Road Tires Engineering Data which can be found at www.goodyearotr.com). • Tires operating in excess of the rated Work Capability Factor (WCF) • Tires operated in applications that are inconsistent with the Equipment's specifications or restrictions. • Tires with improperly seated beads. Knurling impressions from the ruin that continue around the bead heel are sufficient evidence of improper seating. • Tires mounted with "O" rings that are not approved by Goodyear for use with its Earthmover tires. • Tires that have failed due to material added after original manufacture (example: tire fillers, sealant, ballast or balancing substances). If the added material is the cause of the tire being removed from service, they will not be adjusted. • The cost of material added after original manufacture (example: tire fillers, sealant, ballast or balancing substances) regardless of removal cause. • Repairs or Retreads. • GOODYEAR EXPRESSLY DISCLAIMS ANY WARRANTY OF FITNESS, MERCHANTABILITY, OR FITNESS FOR A PARTICULAR PURPOSE. THIS WARRANTY DOES NOT INCLUDE LOSS OF TIME, LOSS OF USE OF EQUIPMENT, LOST PROFITS, INCONVENIENCE, COST OF REPLACEMENT EQUIPMENT, OR ANY OTHER INCIDENTAL OR CONSEQUENTIAL DAMAGES. WHAT ARE YOUR LEGAL RIGHTS? Some states and provinces do not allow the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. OWNERS OBLIGATIONS A. You must present the tire to be considered for adjustment to an authorized Goodyear dealer or Goodyear Service Representative within 6 months of removal. See back cover for addresses and telephone numbers of Goodyear Service representatives. B. You must pay for taxes, mounting and any additional services you order at the time of adjustment. Uocubign Envelope IU: AAbULbbZ-bAEU-413t3-A98b-(;/L)A/4Ab(;DbU For tires imported by or specifically for a Buyer (or his agent), Goodyear's responsibility will be based upon the Cost & Freight Port of Entry tire value prior to payment of import duties. C. No claim will be recognized unless the product is inspected and a claim is submitted electronically or on a Goodyear claim form into Goodyear's OTR Adjustment database by a Goodyear Representative. All adjustments are confirmed by mail. D. Onboard machine cycle, payload and productivity information must be made available to the authorized Goodyear Dealer or Goodyear Service Representative if requested. E. Adjusted tires may be incapacitated. Disposal of the tire is the responsibility of the owner. OWARHIHG Property Damage, Serious Injury or Death may result from: ♦ FAILURE DUE TO UNDERINFLATION/OVERLOADING: Follow owner's manual or tire placard placed in the vehicle. ♦ EXPLOSION OF TIRE / RIM ASSEMBLY DUE TO IMPROPER MOUNTING: Consider using nitrogen to inflate OTR tires to reduce the risk of explosive tire failure. Only specially trained persons using proper equipment should mount tires. ♦ FAILURE TO DEFLATE SINGLE OR DUAL ASSEMBLIES COMPLETELY BEFORE DEMOUNTING: Before loosening any clamps or nuts that attach a multi -piece rim assembly to a vehicle always completely deflate the tire mounted as a single or both tires in a dual assembly by removing the valve core(s). Never attempt to remove a tire from a rim unless the tire is completely deflated. In both cases above check the valve stem by running a piece of wire through the stem to make sure it is not plugged. ♦ WELDING, BRAZING OR USING ANY TYPE OF HEAT SOURCE ON A MOUNTED TIRE / RIM ASSEMBLY: Do not, under any circumstances, attempt to rework, weld, heat or braze any run components that are cracked, broken or damaged. Replace with new parts or parts that are not cracked, broken or damaged, and which are the same size, type and manufacturer. Consult the rim manufacturer concerning proper replacement components. FOR ASSISTANCE OR TO FIND THE GOODYEAR DEALER NEAREST YOU: Please contact the Goodyear Off -The -Road Tire Action Line 200 Innovation Way Akron, OH. 44316 330 796-0610 CANADIAN DISTRICT OFFICE: 450 Kipling Ave. Toronto, Ontario M8Z-5E1..................................... 416-201-4300 Uocublgn Envelope IU: AAbUEbbZ-bALU-4133-AUt$b-UfUA/4AbC:Uti(: GOODYEAR INTERNATIONAL OFFICES: European Manager, EMSS Goodyear S.A. Avenue Gordon Smith L-7750 Colmar -Berg ........................................... Phone 352-8199-2112 Grand Duchy of Luxembourg ................................. Fax 352-8199-2131 Vice President OTR Operations (Asia Pacific) Suite 1, 19 Bishop Street Jolimont WA, 6014 .................................... Phone 011-619-9478-9200 Australia ...................................... Fax 011-618-9478-6050 Companhia Goodyear do Brasil — Produtos de Borracha SAC — Customer Service http://www.,goodyear.com.br/fale-conosco/formulario.htm] sac(ugoodyear.com Avenida Paulista, 854 — 8/9 andar Cep: 01310-913 Sao Paulo — SP Brasil............................................................... Phone 0800 725 7638 ............................................................... Fax 55-11-3281-4432 Goodyear de Chile S.A.I.C. SAC - Customer Service http://www.goodyear.cl/contact us.html infocls(a',goodyear.com Hendaya 60 Piso 9 Las Condes — Santiago de Chile ................................. Phone 0800 00 181 ............................................ Fax 56-2-530-1333 Goodyear del Peru S.A. SAC - Customer Service http://www.goodyear.com.pe/contact us.html Avenida Argentina 6037 Carmen de la Legua Callao, Lima ................................................... Phone 0800 19080 ......................................... Fax +511517 3301 Goodyear de Colombia S.A. SAC — Customer Service http://www.goodyear.coni.co/contact us.html Calle 10 D No 15 — 39 Corregimiento Arroyohondo Yumbo, Valle del Cauca .......................................... Phone 57 2 6088 525 .............. I ............................. Fax +57 2 6088 413 UocuSlgn tnvelope IU: AAbUhbbZ-bALU-41313-A98b-(;tUAt4Ab(;L)b(: EARTHllIOVER TIRE LLMITED WARRANTY FOR 45, 49, 51, 57, & 63 Inch Rim Diameter Tires WHO IS ELIGIBLE? You are eligible for the benefits of this Limited Warranty if you are the original purchaser or authorized agent of the original purchaser of new Goodyear 45 — 63 inch rim diameter tires bearing Goodyear prescribed serial numbers and your use of these tires has been pre -certified to conform to their capabilities. WHAT IS COVERED AND FOR HOW LONG? This Limited Warranty covers all Goodyear 45 — 63 inch rim diameter tires presented for adjustment on or after September 1, 2013. The Limited Warranty is in effect for 18 months commencing on the date of purchase. If proof of the purchase date is not available, the date of manufacture indicated on the serial number will be used as the warranty commencement date. Tires must be presented for consideration within six months of removal from service. Coverage If any Goodyear 45 — 63 inch rim diameter tire covered by this Limited Warranty becomes unserviceable due to a covered warranty condition, such tire will, at the option of Goodyear, be repaired or replaced with a comparable new Goodyear tire, discounted on a pro rata basis, or, at Goodyear's option, Goodyear will issue an appropriate credit. The customer charge for replacement will be calculated by multiplying Goodyear's current replacement tire price at the adjustment location (exclusive of taxes), by the percentage determined from the following chart. In the event Goodyear issues a credit, the credit will be in the same amount as the discount that would have been used to calculate the aforementioned customer charge on replacement. WARRANTY PRE -CERTIFICATION Your application must be pre -certified by a Goodyear Representative (OTR Regional Sales Manager, OTR Field Engineer or OTR Product Support Manager). This certification may include any of the following: job site audit, TMPH analysis, GPS study, temperature study, and or a review of onboard machine cycle, payload and productivity information. You will receive a numbered Warranty letter for products that meet the pre- certification requirement. WARRANTY LLMITATIONS This Limited Warranty is applicable to tires purchased from The Goodyear Tire & Rubber Company or Goodyear Canada Inc., as the case may be. No representative or dealer has authority to make any representation, promise, warranty 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 limited warranty a representation that a tire failure cannot occur. 45 — 63 Inch Rim Diameter Tire Wear(Percent of original skid used / 0% 104E to 11% 2046 to 1 21% to 1 3054 314 1 4 to 4104 1 50% to 1 51% 60% to 1 6141 70ke to 71% to 1 80% 81% to 100% TIRE AGE CUSTOMER CELARGE (as apercent of current replacement tire rice) 6 Months or Less 10% 20% 3040 40% 505x0 6046 70% 80% 100% 12 Months or Less 30% 40% 5004 60% 70% 80% 6/6 10054 10050 18 Months or Less 5050 600/0 705% 80eft 9054 100.6 100e/i 100% 1005*e More than 18 months 10041 100° 100oio 1000/0 1 1000h 100% 1000/0 100% 10056 WARRANTY PRE -CERTIFICATION Your application must be pre -certified by a Goodyear Representative (OTR Regional Sales Manager, OTR Field Engineer or OTR Product Support Manager). This certification may include any of the following: job site audit, TMPH analysis, GPS study, temperature study, and or a review of onboard machine cycle, payload and productivity information. You will receive a numbered Warranty letter for products that meet the pre- certification requirement. WARRANTY LLMITATIONS This Limited Warranty is applicable to tires purchased from The Goodyear Tire & Rubber Company or Goodyear Canada Inc., as the case may be. No representative or dealer has authority to make any representation, promise, warranty 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 limited warranty a representation that a tire failure cannot occur. UocuSlgn Envelope IU: AA50E661-bAtU-41313-A58b-G/UA/4AbGUtiG WHAT IS NOT COVERED BY THIS WARRANTY' • Tires purchased more than 18 months prior to presentation for adjustment. Without proof of purchase date. tires manufactured 18 months prior to presentation are not covered. • Tires removed from service more than six months prior to presentation to Goodyear. • Tires operated in an application that has not been pre -certified. • Tires for which an alternate warranty/guarantee has been negotiated and such guarantee documented in writing by an authorized Goodyear representative. • Uniformity or vibration claims on tires purchased more than 6 months prior to presentation for adjustment, or if proof of purchase is not available, more than 6 months after the manufacture date. • Air retention claims on tires purchased more than .3 months prior to presentation for adjustment, or if proof of purchase is not available, more than 3 months after the manufacture date. • Irregular wear or tire damage due to: impact breaks, cuts, cut separations, snags, machine damage, wreck, collision, fire, improper inflation, overloading, misapplication, misuse, negligence, operation at excessive speed, rim or chain damage or damage caused by the mechanical condition of the vehicle. • Tires operating in excess of their rated Ton -Mile -Per -Hour (TMPH) or Tonne -Kilometre -Per -Hour (TKPH) factor. Goodyear uses a 4 hour rolling average for TMPH / TKPH calculations. (A detailed description of TMPH / TKPH ratings may be found in Goodyear Publication: Off -The -Road Tires Engineering Data which can be found at www.goodyearotr.com). • Tires operating in excess of the rated Work Capability Factor (WCF) • Tires operating in applications that are inconsistent with the Equipment's specifications or restrictions. • Tires with improperly seated beads. Knurling impressions from the rim that continue around the bead heel are sufficient evidence of improper seating. • Tires mounted with "O" rings that are not approved by Goodyear for use with its Earthmover tires. • Tires that have failed due to material added after original manufacture (example: tire fillers, sealant, ballast or balancing substances). If the added material is the cause of the tire being removed from service, such tire will not be adjusted. • The cost of material added after original manufacture (example: tire fillers, sealant, ballast or balancing substances) regardless of removal cause. • Repairs or Retreads. • GOODYEAR EXPRESSLY DISCLAIMS ANY WARRANTY OF FITNESS. MERCHANTABILITY. OR FITNESS FOR A PARTICULAR PURPOSE. THIS WARRANTY DOES NOT INCLUDE LOSS OF TIME, LOSS OF USE OF EQUIPMENT, INCONVENIENCE, COST OF REPLACEMENT EQUIPMENT. OR ANY INCIDENTAL AND CONSEQUENTIAL DAMAGES. UocU5lgn tnvelope IU: AAbUk:bbZ-bAtU-41:113-A!)Bb-C;/UA/4Ab(;Db(; WHAT ARE YOUR LEGAL RIGHTS? Some states and provinces do not allow the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. OWNERS OBLIGATIONS A. You must present the tire to be considered for adjustment to an authorized Goodyear dealer or Goodyear Service Representative within 6 months of removal. See back cover for addresses and telephone numbers of Goodyear Service representatives. B. You must pay for taxes, mounting and any additional services you order at the time of adjustment. For tires imported by or specifically for a Buyer (or his agent), Goodyear's responsibility will be based upon the Cost & Freight Port of Entry tire value prior to payment of import duties. C. No claim will be recognized unless the product is inspected and a claim is submitted electronically into Goodyear's OTR Adjustment database by a Goodyear Representative. D. Onboard machine cycle, payload and productivity information must be made available to the authorized Goodyear Dealer or Goodyear Service Representative if requested. E. Adjusted tires will be incapacitated. Disposal of the tire in full conformity with applicable laws is entirely the responsibility of the owner. OWARNING Property Damage, Serious Injury or Death may result from: ♦ FAILURE DUE TO UNDERINFLATION/OVERLOADING: Follow owner's manual or tire placard placed in the vehicle. ♦ EXPLOSION OF TIRE / RIM ASSEMBLY DUE TO IMPROPER MOUNTING: Only specially trained persons using proper equipment should mount tires. ♦ FAILURE TO DEFLATE SINGLE OR DUAL ASSEMBLIES COMPLETELY BEFORE DEMOUNTING: Before loosening any clamps or nuts that attach a multi -piece rim assembly to a vehicle always completely deflate the tire mounted as a single or both tires in a dual assembly by removing the valve core(s). Never attempt to remove a tire from a rim unless the tire is completely deflated. In both cases above check the valve stem by running a piece of wire through the stem to make sure it is not plugged. ♦ WELDING, BRAZING OR USING ANY TYPE OF HEAT SOURCE ON A MOUNTED TIRE / RIM ASSEMBLY: Do not, under any circumstances, attempt to rework, weld, heat or braze any rim components that are cracked, broken or damaged. Replace with new parts or parts that are not cracked, broken or damaged, and which are the same size, type and manufacturer. Consult the rim manufacturer concerning proper replacement components. Uocubign Envelope lU: AAbUttitiL-bALU-41;$Li-A98b4,:/UA/4AbL;L)bU FOR ASSISTANCE OR TO FIND THE GOODYEAR DEALER NEAREST YOL?: Please contact the Goodyear Off -The -Road Tire Action Line 200 Innovation Way Akron, OH. 44316 1-330-796-0610 CANADIAN DISTRICT OFFICE: Goodyear Canada Inc. 450 Kipling Ave. Toronto, Ontario M8Z-5E1 .....................................416-201-4300 UOCUSign Envelope IU: AASUEbbZ-SALU-4lJb-A96b-UIUA/4AbUUbU LLtiITE D WARRUNTY LOWER SEAM (UMS) TIRES & PERVIAFOAM ADJUSTMENT POLICY ELIGIBILITY You are eligible for the benefits of this pohcv if you are the original purchaser or authorized agent of the original purchaser of nevt Goodyear: • Branded L14S tires which are defined as those whose principal application is for specialized service in subsurface mining operations- UMS tires are not intended for oyer-the- highw-ay. agricultural or other non -underground mining uses. • Peimafoam tiro fill. which is a flat -proofing filling agent exclusive to The Goodyear Tire & Rubber Comparry COVERAGE This policy covers all Goodyear branded UMS tires and Perrnafoam submitted for adjustment on after September 1. 2013. If proof of purchase is not available to establish time in service. the tire date of manufacture will be used. Tires must be presented for consideration within six months of removal from service. Any tire covered by this policy. whether Permafoam filled or not. that becomes unserviceable due to a covered warranty condition will, at the option of Goodyear. be repaired or replaced with a comparable new - Goodyear tyre on a pro rata basis With regards to Permafoam inflated tires. the Permafoam itself will be pro rated on the same basis as the tire in which it was used. The customer charge for pro rata replacement will be calculated by multiplying Goodyears current Tire Permafoam price at the adjustment location (exclusive of taxes), by the percentage determined from the follovving chart: TIRE WEAR (percent of original non skid used) Act 0% 11% 2140 314b 414t 51% 61% 714,6 81 Ne NS to to to to to to to to to 10% 20% 30% 404.0 5046 60% 704�b 804,0 100% Age* Customer Chare 6 or 100'0 2000 30% 4000 300o 6000 7000 80°0 too*. Less 12' or 30°o 40°0 >0°-0 60°0 700o 80% 90% too*. too*. Less Is or -T. 60oe 7000 so'. 9000 1000'0 100% 10000 too*. Less \fore 10000 10000 too*. 10000 100% too*. 100*. 100°0 100°a than IS *Tire Age in Months ADJUSTMENT POLICY MUTATIONS This Limited Warranty Policy is applicable to Goodyear Branded L1IS tires and Permafoam purchased from The Goodyear Tire & Rubber Company or Goodyear Canada Inc.. and is limited to the United States and Canada. The follow•i12 are NOT covered by this policy: • Tires purchased more than 18 months prior. • No proof of purchase or manufacture date. • Tires removed from service more than six months prior to presentation to Goodyear. • Irregular wear or tire damage due to: Impact breaks Cuts Snags Machile Damage Wrecks Collision Fire Electrical Shock Overloading Misapplication Misuse Negligence Mechanical Condition of the Vehicle Oil Exposure Chemical Exposure Ribbing Tires which have failed as a result of adding fill material other than Perurafoanl applied by Goodyear or its authorized agent to the tire cavity. Examples include sealants, balancine substances, ballast or other fills. Additionally. no adjustment credit will be issued for such materials, regardless of whether or not the tire itself is subject to adjustment. Loss of time. inconvenience. loss of use of vehicle. incidental or consequential damage. WHAT ARE YOUR LEGAL RIGHTS? Some states or provinces do not allow the exclusion or hinitatiou of incidental or consequential damage. so the above limitation or exclusion may not apply to you. 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 rrranufacturer. Under no circumstances is this warranty a representation that a tine failure cannot occur. This warranty gives you specific legal rights and you may also have other rights that vary from state to state or province to province. OWNER'S OBLIGATIONS • For any underground application. any UMS Tire.Permafoam product deemed unserviceable. you must contact The Goodyear Tire and Rubber Company or authorized Goodyear dealer for assistance. See listine on back cover. • You must pay for taxes. mounting and any additional services you order at time of Adjustment. • Into claim will be recognized unless submitted on a Goodyear claim form. This form must be completely filled out and submitted by you, the original purchaser of the tire. or your authorized agent. Ian Rryeytr► Property Damage, Serious Injury or Death 'flat Result From: • Tire failure due to overloading. Improperly mounted tires Only specialty trained persons using proper equipment should mount tires. 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-cele51acde05 Vimahe 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:01a5dd2d-03394a5d-8479-2d43698ea124 In Person Signer Events Editor Delivery Events Agent Delivery Events Intermediary Delivery Events Certified Delivery Events Wr 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 LD,1111,11d by au' (Wtrtv" 19EFDEBFE024C5 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 DocuSign 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 Payment Events Status Timestamps Electronic Record and Signature Disclosure 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. 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 a 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. 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. Exhibit D This p rici ng affidavit is entered into in accordance with Section 216.0113, F.S., and as required by Contract No. 25172500 -24 -ACS ("Contract") between The Goodyear Tire & Rubber Company ("CUD[[8CiOr")and the Florida Department UfManagement Services. As the person authorized by Contractor to sign this affidavit, | attest that the Contractor is in full compliance with the preferred -pricing clause of the Contract. {|ontnaetw'oNm G�Tire&Rubber Company STATE OF COUNTY OF Brian Dougherty / Channel Manager, Gov't Sales Printed Name/Title S,jrn to (or affirmed,,andsubscri bed before me this day of by JulieMHarter Nm��PuWic.��eofOmn mycommission Expires: -'-1*-2028 Onature Notary [Check One] Personally Known OR Produced the following 1. D. Vendor Name: The Goodyear Tire & Rubber Company FEIN# 34-0253240 Vendor's Authorized Representative Name and Title: Brian Dougherty - Channel Manager, Gov't Sales Address: 200 Innovation Way City, State, and Zip code: Akron, OH 44316 Phone Number: (310j 796 - 7202 E-mail: brian_dougherty@goodyear.com Page 1 of 1