Loading...
HomeMy WebLinkAboutR-99-0698J-99-774 9/16/99 RESOLUTION NO. 9 v^ 6 9 8 A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE PROVISION OF TIRE RETREADING AND REPAIR SERVICES FROM FED -AN CORPORATION, AWARDED PURSUANT TO MIAMI-DADE COUNTY CONTRACT NO. 6164-0/01-CW, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, IN AN AMOUNT NOT TO EXCEED $26,000; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 509000.420901.6.'721. WHEREAS, the Department of General Services Administration requires the provision of tire retreading and repair services for its trucks; and WHEREAS, funds are available from Account Code No. 509000.420901.6.721; and G i i WHEREAS, the City Manager and the Director of General Services Administration recommend that the provision of tire retreading and repair services from Fedan Corporation, awarded i Cray' CONMSSZON KEETINC OF �Foso:ucion iJu. �J f pursuant to Miami -Dade County Contract No. 6164-0/01-CW, be approved; i NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY i OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The provision of tire retreading and repair services from Fedan Corporation, awarded pursuant to Miami -Dade i County Contract No. 6164-0/01-CW, for the Department of General { Services Administration, in an amount not to exceed $26,000, is hereby approved, with funds therefor hereby allocated from Account Code No. 509000.420901.6.721. ( Section S. This Resolution shall become effective j I 2 - 99 698 i immediately upon its adoption and signature of the Mayor.V l PASSED AND ADOPTED this 28th day of _September , 1999. { a i i {t JOE CAROLLO, MAYOR in accordance with Miami Code Sec. 2.36, since the Mnyor did net indirats e.prm.-I of this legislation by signing it in the desire, ,icd becomes effective with the elapse of ten (10) d;:,ys I regarding same, without the Maycr C a :,j. ATTEST: Watter J. n City Clerk f i WALTER J. FOEMAN CITY CLERK APPROV AS CORM' CORRECTNESS: 4 JAN O VILARELLO I-Y,,-ATTORNEY r W '74 9 : RCL : hdb 5 r { I i I } �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted, If the Mayor vetoes this Resolution, it shall become effective y immediately upon override of the veto by the City Commission. r i 3 - 99-- 698 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM UAMM f To Honorable Mayor and DATE S` 1 i FILE 1\lenlbers o the Cite Commission I' f ` SUBJECT Authorizing the Furnishing of Tire Retreadinga and Repair Services FROM onald 1-1. `Varsilaw REFERENCES 1\11at111-Dade County Bid No. City Manager ENCLOSURES 616441-CW RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the contract for the purchase of Tire Retreading and Repair Services, from Fedan Corporation. located at 2290 W. I Avenue, Hialeah Florida 33010, under existing Miami -Dade Countv Contract No. 6164-0101-CW. Part #2: 2.a., on an as needed contract basis, for one (1) year, with an option to renew for two (2) additional one (1) year periods, in an estimated annual amount of S26.000_ for the Department of General Services Administration. Funding is available from Fiscal Year 1999.'2000 Account No. 509000.42090I.6.721. BACKGROUND The Departments of Purchasing and General Services Administration have realized substantial savings utilizing the Miami -Dade County contract for the furnishing of tire retreading and repair services. This service \will provide tire retreading and repair services to the City's trucks. It is therefore recommended that the award be made to Fedan Corporation, an Hispanic/Miami-Dade County vendor as the loNvest and most responsive vendor under existing Miami -Dade County Contract No. 6164-0%01-CW', Part 92: 2.a. for the Department of General Services i Administration. DHW IDDJ:pae { { 4 99- 698 CITY OF MIAMI, FLORIDA ( INTER -OFFICE MEMORANDUM ro : JudN S. Carter DATE August 11, 1999 FILE: Director Department of Purchasing SUBJECT. Resolution &:. Award of Bid i For Tire Retreading and Section Repair j FROM: Dean De Joy REFERENCES: Bid No. 6164-0/01-C W Director ENCLOSURES: General Services Administration This Department has verified funding with the Department of Management and Budget that funds are available to cover the cost of the subject Bid, in the amount of $26,000.00 from Fiscal Year 1999/2000 Account Code No. 509000.420901.6.721. Attached is the executed Budgetary Impact Analysis form. ? Department of Management and Budget: Revie-vved and Approved b} Luie L. B nrin, actin- Director Department of Nlanauement and Budget - DD/AS/MR/RY,'PAE:pae 99- 698 of 1014% sign Cp p1,0 Budgetary Impact Analysis GENERAL SERVICES 1. Department 6,DMINISTRATION Division HEAVY FLEET 2. Agenda Item # (if available) (SEPTEMBER 1999) 3. Title and brief description of legislation or attach ordinance/resolution: -AUTHORIZING THE FURNISHING OF TIRE RETREADING AND REPAIR SERVICES MIAMI - DADE COUNTY BID NO. 6164-0/01-CW. 4. _ Is this item related to revenue? NO: 4 � YES (If yes, skip to item #7.) 5. Are there sufficient funds in Line Item?PROJECT NO. 509000 YES: Index Code 420901 Minor Obj. Code 721 Amount $ 26,000.-FY99/00 NO:.� Complete the following questions. 6. Source of fiends: Amount budgeted in the Line Item $ 127,849 FISCAL YEAR Amount needed in the Line Item $ 26,000, 1999 / 2000 Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. From $ To $ 7. �jadditional comments? �`-�-, �� Y'�'1c'.ti;r-_ �c.,l r� i w.�_•!•_t w:�h_'Yk, Cx1�l'tit �1lClt��-- Approved by: 8. Department D' for ignee IJate FOR DEPARTMENT OF MAIM 1AGElY1ENT AND BUDGET USE ONLY Verified by: Verified by: ;epartment of Nfanagement and Budget Director/Designee Bu et Analyst frL/� y q Date ._. Date �..1.�---- 99. 698 /01 BID NO: 61t OPENING: 2:00 P.M. DATE: November 18, 1998 MIAMI-DADE COUNTY. FLORIDA INVITATI0N TO BID TITLE Tire Retreading and Section Repair (Truck & Implement Tires) Services for a Three (3) Year Period THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: N/A CATALOGUE AND LISTS: N/A EQUIPMENT LIST: N/A INDEMNIFICATION/INSURANCE: See Section 2.0, Para. 2.11 PRE -BID CONFERENCE/WALK-THRU See Section 2.0, Para. 2.3 RACE -CONSCIOUSNESS MEASURE: N/A SAMPLES/INFORMATION SHEETS: See Section 2.1, Para. 2.37 SITE VISIT/AFFIDAVIT: N/A SOURCE OF SUPPLY: N/A TRADE CERTIFICATION: N/A WRITTEN WARRANTY: See Section 2.0, Para. 2.19 FAIR SUBCONTRACTING PRACTICES: See Section 2.0, Para. 2.39 LISTING OF SUBCONTRACTORS & SUPPLIERS See Section 2.0, Para. 2.40 FOR INFORMATION CONTACT: William Garviso, CPPB (305) 375-3507 MIAMI-DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION L 99-- 698 ,J '_'_1 CONTRACT AWARD SHEET BID NO.: 6164-0/01-CW (PREVIOUS BID NO.5159-2/98-2) s TIRE RETREADING AND SECTION REPAIR CONTRACT PERIOD: 6/1/99 THRU 5/31/00 i COMMODITY CODE: 863-65 i OTR YEARS: TWO (2) a PART#1: VENDORS AWARDED s F.E.I.N.: 591899483 F.E.I.N.: 592720908 VENDOR: Fedan Corp. VENDOR: Lynn Strickland Tire Inc. STREET: 2290 W. 1" Ave. STREET: 3850 N,W. 30'h Ave. I 1 CITY/STATE/ZIP: Hialeah. FL 33010 CITY/STATE.71P: Miami, FL 33142 ; F.O.B. TERMS: Destination F.O.B. TERMS: Destination ' PAYMENT TERMS: Net 30 PAYMENT TERMS: Net 30 -�. DELIVERY: As required DELIVERY: As required PHONE: (305) 885-5415 PHONE: (305) 635-8116 FAX: (305) 888-4063 FAX: (305)637-9843 CONTACT PERSON: Felix Sanchez CONTACT PERSON: Harold Decker I F.E.I.N.: 560756067 F.E.I.N.: 593049617 s VENDOR: Brad Ragan, Inc. VENDOR: Don Olson Truck Tire Centers STREET: 2800 North 30'h Ave. STREET: 1400 N.W. 40`h Ave. CITY/STATE/ZIP: Hollywood, FL 33020 CITY/STATEZIP: Landerhill, FL 33313 j F.O.B. TERMS: Destination F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 PAYMENT TERMS: Net 30 DELIVERY: As required DELIVERY: As required PHONE: (954) 929-0095 PHONE: (954) 584-1722 I FAX: (954) 929-6999 FAX: (954)581-6479 , } { CONTACT PERSON: Stan Brown CONTACT PERSON: Gordon Nizer 1* F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON 592167018 F.E.I.N.: Pride of FL VENDOR: 2720 Blair Stone Rd. Ste. G STREET: Tallahassee. FL 32301 CITY/STATE'ZIP: Destination F.O.B. TERMS: Net 30 PAYMENT TERMS: As required DELIVERY: (850) 487-3774 PHONE: (850) 488-1299 FAX: Carol Brantley CONTACT PERSON PART 42: ITEMS AWARDED TRUCK TIRES: 592065485 Liberty Tire & Rubber 4201 S. State Rd. 7 Ft. Lauderdale, FL 33314 Destination Net 30 As required (954)792-7799 (954) 581-2782 Abe Howard 1. 1 100 x 2Ox 8 '/ Primary Price Secondary Price a.18/32" County Supplied Casing Liberty Tire $46.88 Fedan $ 49.50 b.18/32" Vendor Supplied Casing & Recapping Liberty Tire S95.68 Pride $112.46 c.19/32" County Supplied Casing Liberty Tire $46.88 Fedan $ 49.50 d.19/32" Vendor Supplied Casing & Recapping Liberty Tire S95.68 Pride $117.59 e.19/32" County Casing Section Liberty Tire S 4.50 Fedan $ 20.00 2. .11 R 22.5x 8 '/ Primary Price Secondary Price a.18/32" County Supplied Casing Fedan $ 49.50 Pride $ 49.50 b.18/32" Vendor Supplied Casing & Recapping Liberty Tire $121.76 Fedan $135.00 c.19/32" County Supplied Casing Fedan S 49.50 Lynn St. $ 66.44 d.19/32" Vendor Supplied Casing & Recapping Liberty Tire S121.76 Fedan $135.00 e.19/32" County Casing Section. Fedan $ 20.00 Pride $ 20.00 3. 12R x 22.5x 8 '/ Primary Price Secondary Price a.]8/32" County Supplied Casing Fedan S 49.50 Pride $ 66.76 b.18/32" Vendor Supplied Casing & Recapping Fedan $135.00 Don Olson $140.15 c.19/32" County Supplied Casing Fedan $ 49.50 Lynn St. $ 68.20 d.19/32" Vendor Supplied Casing & Recapping Fedan $135.00 Don Olson $140.15 e.19/32" County Casing Section Fedan $ 20.00 Pride $ 20.00 4. 12R x 22.5x 8 '/ Primary Price Secondary Price a.23/32" County Supplied Casing Fedan $ 54.00 Liberty $ 68.60 b.23/32" Vendor Supplied Casing & Recapping Fedan $139.00 Don Olson $144.25 c.23/32" County Supplied Casing Fedan $ 54.00 Libem $ 68.80 d.23/32" Vendor Supplied Casing & Recapping Fedan $I39.00 Dori Olson $144.25 99- 698 .., 5. 12.5 x 22.5x 8 '/ Primary Price Secondary Price a.18/32" County Supplied Casing Liberty $46.88 Fedan $ 49.50 b.18/32** vendor Supplied Casing & Recapping Liberty $95.68 Fedan $135.00 c,18/32" County Supplied Casing Liberty $46.88 Fedan $ 49.50 d.18/32" Vendor Supplied Casing & Recapping Liberty $95.68 Fedan $135.00 6. 12.5R 22.Sx 8 '! Primary Price Secondary Price a.23/32" Country Supplied Casing Liberty $ 46.88 Fedan i $ 54.00 b.23/32" Vendor Supplied Casing & Recapping Liberty $125.68 Fedan $139.00 c.23/32" County Supplied Casing Liberty $ 46.88 Fedan $ 54.00 d.23/32" Vendor Supplied Casing & Recapping Liberty $125.68 Fcdan $139.00 TRACTOR LOADER TIRES COUNTY SUPPLY CASING: 7. 20.5 x 25 Primary Price Secondary Price a.128/32" Tread CAP L-5 Lug- Without Solid Fill Liberty $ 788.00 Fedan $ 850.00 b.128/32" Tread CAP L-5 Lug With Solid Fill Liberty $11,100.00 Fedan $1,150.00 8. 23.5 x 25 Primary Price Secondary Price a.128/32" Tread CAP L-5 Lug Without Solid Fill Brad Ragan $ 1,090.00 Fedan $1,100.00 b.128/32" Tread CAP L-5 Lug With Solid Fill Fedan $1,300.00 Don Olson $1,470.00 9. 29.5 x 25 Tread Primary Price Secondary Price a.128/32" CAP L-5 Lug Without Solid Fill Fedan $1,850.00 Brad Ragan $1,878.00 b.128/32" Tread CAP L-5 Lug With Solid Fill Fedan $2,650.00 Brad Ragan $2,661.00 TRACTOR LOADER TIRES VENDOR SUPPLY CASING: 10. 29.5 x 25 Primary Price Secondary Price a.128/32" Tread Precured Cap Without Solid Fill Fedan $2,100.00 Brad Ragan $2,178.00 CAP L-5 Lug b.128/32" Tread Precured Cap With Solid Fill CAP Fedan $4,300.00 Liberty $4,372.00 L-5 Lug 11. 26.5 x 25 Priman- Price Secondary Price a.128/32" Tread Precured Cap Without Solid Fill Fedan $1,750.00 Brad Ragan $1,755.00 CAP L-5 Lug b.128/32" Tread Precured Cap With Solid Fill CAP Fedan $3,350.00 Liberty $3,346.00 L-5 Lug j 12. 26.5 x 25 Primary Price Secondary Price a.Tread Design 28/32" Tread L-3 Lug Without Solid Brad $1,142.00 Fedan $1,214.00 Fill Ragan b.Tread Design 28/32" Tread L-3 Lug With Solid Liberty $2,649.00 Fedan $2,814.00 1.._ SECTION REPAIRS: 13. 20.5 x 25 Primary Price Secondary Price a.128/32" Tread L-5 Lug Cap L-5 Lug Without Solid Fill Fedan $110.00 Brad Ragan $121. b.128/32 Tread L-5 Lug Cap L-5 Lug With Solid Fill Fedan $100.00 Brad Ragan $121.00 14. 23.5 x 25 Primary Price Secondary Price a.128/32" Tread CAP L-5 Lug Without Solid Fedan $150.00 Brad $158.00 Fill Ragan b.128/32" Tread CAP L-5 Lug With Solid Fill Fedan $125.00 Brad $150.00 Ragan 15. 29.5 x 25 Primary Price Secondary Price a.128/32" Tread CAP L-5 Lug Without Solid Brad Regan $344.00 Fedan $350.00 Fill b.128/32" Tread CAP L-5 Lug With Solid Fill Fedan $200.00 Don $300.00 Olson 16. 29.5 x 25 Primary Price Secondary Price a.128/32" Tread Precured CAP L-5 Lug Brad Ragan $3 44.00 Fedan $350.00 Without Solid Fill b. I 28132"Tread Precured CAP L-5 Lug With Fedan $200.00 Don $300.00 Solid Fill Olson 17. 26.5 x 25 Primary Price Secondary Price a.128/32" Tread Precured CAP L-5 Lug Fedan $200.00 Brad $203.00 Without Solid Fill Ragan b.128/32" Tread Precured CAP L-5 Lug With Fedan $150.00 Don $200.00 Solid Fill Olson 18. 26.5 x 25 Primarv_ Price Secondary Price a.Tread Design 28/32: Tread Precured CAP L-3 Brad Ragan $203.00 Liberty $206.61 Lug Without Solid Fill b.Tread Design 28/32" Tread Precured CAP L-3 Fedan $150,00 Don $200.00 Lug With Solid Fill Olson PART #3: AWARD IIN'FuKMATION PMD AWARD DATE: 4/13/99 AGENDA ITEMS #: N/A ADDITIONAL ITENIS ALLO\VE-D: Yes -' i AFFIDAVITS RECEIVED: OTR YEAR: N/A SPECIAL CONDITIONS: Award to the two low bidders by item TOTAL VALUE: $1.705.000.00 MODIFIED VALUE: N/A USER DOLLAR AMOUNT DEPARTMENT ALLOCATED Fleet Management $1,700,000.00 Parks & Recreation $ 5,000.00 PROCUREMENT SPECIFICATION SPECIALIST: WILLIAM GARVISO, CPPB WG/If 05-18-99 MIAMI-DADE COUNTY BID Nu. 6164-0/01 N SECTION 2.0 SPECIAL CONDITIONS 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY The purpose of this Invitation To Bid is to establish a contract for the purchase of Tire Retreading and Section Repair services in conjunction with the County's needs on an as needed when needed basis. 2.2 Intentionally Omitted 2.3 PRE -BID CONFERENCE RECOMMENDED : A pre -bid conference will be held on October 29,1998 at 9:00 AM in conference room no. 18-1 to discuss proposed specifications. It is recommended that a representative of the firm attend in order to become familiar with the bid specifications. Bidders are requested to bring this Invitation To Bid package to the conference, as additional copies may not be available. "Multiple members of individual community councils may be present." 2.4 TERM OF CONTRACT: THIRTY-SIX MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for thirty six (36) months and upon completion of the expressed and/or implied warranty period. 2.5 Intentionally Omitted 2.6 METHOD OF AWARD: To Two Bidders By Item Award of this contract will be made to the lowest two (2) responsive, responsible bidders on an item by item basis. While the award will be made to multiple Bidders by item to assure availability, the lowest Bidder by item will be given the first opportunity to perform under the Terms and Conditions of the Contract. 2.7 PRICES SHALL BE FIXED WITH ADJUSTMENTS ALLOWED If the bidder is awarded a contract under this bid solicitation, the prices proposed by the bidder shall remain fixed for a period of three -hundred sixty five (365) days after the commencement of the contract. After this period, the vendor may submit a price adjustment to the County based on a Consumer Price Index or on an increase on the Federal Excise Tax that occur after the first 365 day period. The Federal Excise Tax Increase shall be submitted to the County, and Page 1 99- 69 MIAMI-DADE COUNTY BID NO. 6164-0/01 approved by the County's GSA Procurement Management Division through the issuance of a Memorandum of Understanding to the existing purchase order prior to the effective date of the price adjustment. ' It shall be further understood that the County reserves the right to reject any price adjustments submitted by the bidder and/or to terminate the contract with the bidder based on such price adjustments. 2.8 Intentionally Omitted 2.9 Intentionally Omitted 2.10 Intentionally Omitted 2.11 INDEMNIFICATION AND INSURANCE - (3) - TOWING AND AUTOMOTIVE REPAIR SERVICES Provider shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of , relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider 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 County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. The vendor shall furnish -to Bid Section, Metropolitan Dade County, c/o Procurement Management Division, 111 N.W. 1st Street, Suite 2350, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Garage Liability Insurance in amounts not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Policy must be endorsed to include automobile service operations. Dade County must be shown as an additional insured with respect to this coverage. C. Automobile liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not Page 2 99- 698 MIAMI-DADE COUNTY BID Nu. 6164-0/01 less than $300,000 combined single limit per occurrence for bodily injury and property damage. 'The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida", issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the Bidder fails to submit the required insurance documents in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after Board of County Commission approval, the Bidder shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future Proposal to the County in accordance with Section 1.0, para. 1.6 of the General Terms and Conditions. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all Page 3 99-- 698 L MIAMI-DADE COUNTY BID NO. ,,164-0/01 option years that, may be granted to the Bidder in accordance with Section 2.5 of the Special Conditions. If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the Invitation To Bid; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendar days, the County may, at its sole discretion, terminate this contract for cause and seek re -procurement charges from the Bidder in conjunction with Section 1.10 of the General Terms and Conditions. (THIS SECTION IS NOT APPLICATION TO VENDORS BIDDING PARTS AND SUPPLIES ONLY) The successful bidder/vendor shall indemnify and save the County harmless from any and all claims liability, losses and causes of action which may arise out of the fulfillment of the Agreement. The vendor shall pay all claims and losses of any nature. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC PAYMENTS FOR SERVICE RENDERED The County shall provide periodic payments for services rendered by the successful bidder. In order for the County to provide payment, the bidder shall submit a fully documented invoice which identifies the appropriate purchase order number, the service location, and itemizes the services provided to the County using department(s). The invoice shall be submitted to the County department within thirty (30) calendar days after the service have been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a County representative has reviewed and approved the service. 2.16 SHIPPING TERMS: F.O.B. DESTINATION All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative. 2.17 DELIVERY SHALL BE FIVE (5) DAYS AFTER ORDER IS PLACED BY THE COUNTY The bidder shall make deliveries within five (5) calendar days after the date that the County department orders the items. All deliveries shall be made in accordance with good commercial practice and shall be Page 4 99- 698 MIAMI-BADE COUNTY BID NO. 6164-0/01 adhered to by the successful bidder(s); except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the number of days as stated in its proposal, the County reserves the right to cancel the contract after any back order period which is specified in the Special Conditions has lapsed. If the contract is cancelled, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. The Bidder shall only be authorized to deliver items between the hours of 8:00 AM and 3:00 PM. 2.18 BACK ORDERS MUST BE FILLED WITHIN TEN (10) CALENDAR DAYS If the successful bidder experiences a back order of items from its manufacturer or distributor, the bidder shall insure that such back orders are filled within ten (10) calendar days from the date of the initial delivery. The bidder shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back orders after • the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the bidder for any re -procurement costs. 2.19 WARRANTY All bidders shall warranty that if the retread tire cap becomes loose or debonds when used on a Refuse Packer Truck before 12,000 miles of use the tire will be recapped again at no cost to the County, and, if the retread tire cap when used on any other vehicle including truck tractors becomes loose or debonds form the casing before 20,000 miles, those tires will be capped again at no cost to the County. 2.20 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: William Garviso at (305) 375-3507. 2.21 COUNTY-WIDE/STATE-WIDE USAGE Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all items specified 'Herein from the successful bidder(s) at the contract price(s) established herein. Each Governmental, not -for -profit or quasi -governmental entity which uses a contract(s) resulting herefrom, will establish its own contract, place its own orders, issue its own purchase orders, be Page 5 99- 698 MIAMI-DADS COUNTY BID NC 164-0/01 1 invoiced therefrom and make its own payments, determine shipping terms i and issue its own exemption certificates as required by the bidder. i It is understood that unless specified in Section 2, paragraph 2.16, entitled "Shipping Terms", all prices shall be quoted, "FOB Destination." For entities other than those belonging to Miami -Dade County or those located outside of the geographical boundaries of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a representative of the entity, prior to shipping the goods. It is also understood and agreed that Dade County is not a legally binding party to any contractual agreement made between any governmental unit and the bidder as a result of this bid. SURCHARGE FEE AND QUARTERLY SUMMARY REPORT Per Miami -Dade County Surcharge Fee Ordinance No. 98-43, please be advised that this contract is subject to a user surcharge fee in the amount of 2% on all sales, other than to Miami -Dade County departments, resulting from this contract or any contract resulting from this solicitation and the utilization of the County contract price and the terms and ccnditions identified herein. After receipt of payment from such purchases, all applicable surcharge fees shall become payable to: Board of County Commissioners. Vendors shall be required to furnish the attached Quarterly Surcharge Payment Report in a timely manner. Quarterly reports and all applicable payments must be submitted to GSA/Accounts Receivable, no later than 15 days after the end of each quarter, regardless of the value of sales during the preceding quarter. By submission of these sales summary reports and corresponding surcharge fees, the vendor is attesting to their correctness. All such reports and fees shall be subject to audit by Miami -Dade County. Failure to submit the following Quarterly Surcharge Payment Report and make applicable payments in a timely manner, may result in termination or cancellation of contract with the non -conforming vendor and any and all remedies relating to the collection of such fees shall be enforceable. Additionally, any reprocurement charges may be charged t to the vendor in default. Willful failure or falsification of sales reports or failing to make timely payments of the surcharge fee shall constitute sufficient cause for terminating the contract for cause of the non -conforming vendor. Page 6 MIAMI-DADE COUNTY BID NO. 6164-0/01 2.22 ACCEPTANCE OF PRODUCT BY THE COUNTY: The products shall be maintained and delivered to the County in excellent condition. If a product does not meet specifications, it will be returned to the bidder as exchange for suitable merchandise or for full credit at no additional cost to the County. 2.23 ADDITIONAL FACILITIES MAY BE ADDED: Although this Solicitation identifies specific facilities to be serviced, it is hereby agreed and understood that any County department or agency facility may be added to this contract at the option of the County. Successful bidder(s) under this contract shall be invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest responsible bidder(s) meeting specifications in the best interest of the County and a separate purchase order shall be issued by the County. Notwithstanding, the successful bidder does not have an exclusive right to these additional sites. The County may determine to obtain price quotes for the additional facilities from other bidders in the event the County does not find the price quotes comparable. 2.24 AVAILABILITY_ OF CONTRACT TO OTHER COUNTY DEPARTMENTS Although this Solicitation is specific to a County Department, it is hereby agreed and understood that any County department or agency may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Under these circumstances, a separate purchase order shall be issued by the County which identifies the requirements of the additional County department(s) or agency(ies). 2.25 COMPLIANCE WITH FEDERAL STANDARDS: All items to be purchased under this bid shall be in accordance with all governmental standards, to include, but not limited to, those issued by the Occupational Safety and Health Administration (OSHA),the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 2.26 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER: The bidder shall be responsible for filing, processing and collecting all damage claims against the shipper. 2.27 DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER I The successful Bidder shall promptly correct all deficiencies and/or defects in work and/or any work that fails to conform to the Contract R Documents; whether or not fabricated, installed or completed. All cor- rections shall be made within five (5) calendar days after such + rejected defects, deficiencies, and/or non -conformances are verbally ' reported to the Bidder by the County's Project Administrator. The Bidder shall bear all costs of correcting such rejected work. If the Page 18 99- 698 MIAMI-DADE COUNTY BID NO. 1.64-0/01 Bidder fails to correct the work within the period specified, the County may, at its discretion, notify the Bidder, in writing, that the Bidder is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within five (5) calendar days of receipt of the notice. If the Bidder fails to correct the work within the period specified in the notice, the County shall place the Bidder on default, obtain the services of another vendor to correct the deficiencies, and charge the Bidder for these costs; either through a deduction from the final payment owed to the Bidder or through invoicing. 2.28 DELETION OF FACILITI Although this Solicitation identifies specific facilities to be ser- viced, it is hereby agreed and understood that any County department or agency may delete service for any facility(ies) when such service is no longer required during the contract period; upon fourteen (14) calendar days written notice to the successful bidder. 2.29 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE BIDDER Unless otherwise provided in Section 3 of this Solicitation entitled "Technical Specifications", the Bidder shall furnish all labor, materi- al and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. 2.30 LEGAL REQUIREMENT FOR POLLUTION CONTROL It is the intent of these Specifications to comply with the Dade County Pollution Control Ordinance as stated in Chapter 24 of the Metro -Dade Code. This ordinance is made a part of these specifications by reference and may be obtained, if necessary, by the bidder through the Department of Environmental Resources Management (DERM), 33 SW 2nd Ave., Miami, Florida 33130, Telephone (305) 372-6789. 2.31 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the County by the Bidder are found to be defective or do not conform to specifications, the County reserves the right to (1) cancel the order and return such materials to the Bidder at the Bidder's expense or (2) require the Bidder to replace the materials at the Bidder's expense. 2.32 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY; The successful bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with Page 19 99- 698 MIAMI-DADE COUNTY BID rvu. 6164-0/01 this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 2.33 PRIMARY VENDOR DESIGNATION While the method of award identified in Section 2.6 of the Special Terms and Conditions prescribes the method for determining the lowest responsive, responsible bidder, the County reserves the right to award this contract to the designated lowest bidder as the primary vendor and to award this contract to the designated second lowest bidder as the secondary vendor. If the County exercises this right, the primary vendor shall be given the first opportunity to perform the service or deliver the goods identified in this contract. If the primary vendor declines this opportunity, the County shall seek the identified goods or services from the secondary vendor. It should be noted that price adjustments, if allowed under the terms and conditions of this bid, may affect the order of designation. 2.34 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON PRICE QUOTES While the County has listed all major items on the bid solicitation which are utilized by County departments in conjunction with its operations, there may be ancillary items that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the primary vendor to obtain a price quote for the ancillary items. If there are multiple vendors on the contract, the County representative may also obtain price quotes from these vendors. The County reserves the right to award these ancillary items to the primary contract vendor, another contract vendor based on the lowest price quote or to bid the items through a separate solicitation. 2.35 RECYCLED MATERIALS REQUIRED This bid contains items that specifically request products containing recycled materials. Bidders are required to submit with the bid a certification, attesting that the commodities offered contain the minimum percentage of post consumer recovered material as defined by The United States Environmental Protection Agency (EPA), where applicable or the percentage of post consumer recovered materials for commodities not covered by EPA guidelines. Recycling Definitions: For purposes of this Invitation to Bid, the following definitions shall apply: a. "Recovered Materials" shall be defined as any waste material or by-products that have been recovered or diverted from solid waste. Page 20 99- ti98 MIAMI-DADE COUNTY BID I... 6164-0/01 b. "Recycled Product" shall be defined as any product which is in whole or in part composed of recovered materials. C. "Recyclable Product" shall be defined as the ability of a product and its packaging to be reused, reconditioned for use, or recycled through existing recycling collection programs. d. "Waste Reducing Products" shall be defined as any product which will result in less waste generated due to its use rather than another product designed to serve the same function with an greater waste generation rate. This shall include, but not be limited to those products that can be reused, refilled or have a longer life expectancy and contain a lesser amount of toxic constituents. 2.36 RISK OF LOSS The vendor assumes the risk of loss of damage to the County's property during possession by the vendor and until delivery and acceptance to the County. The vendor shall immediately repair, replace or make good on the loss or damage without cost to the County, whether the loss or damage results from acts or omissions (negligent or not) of the vendor or a third party. The successful bidder/vendor shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the Agreement. The vendor shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. 2.37 SAMPLES MAY BE REQUIRED DURING EVALUATION After the Bid Proposals are opened by the County, the bidders may be required to submit a sample for the goods to be supplied for evaluation by, and at no cost to the County. If samples are required, the County will notify the bidder of such in writing and will specify the deadline for submission of the samples. Each individual sample shall be clearly labeled with the bidder's name, bid number, bid title, manufacturer's name and brand name, and style number if applicable. If the bidder fails to submit the samples, properly labeled, within the specified date stipulated in the notice, the County shall not consider the bidder's proposal for that item(s); provided however, that in the event of a group or aggregate award, the bidder's proposal will not be eligible for that group or in the aggregate as applicable. All samples shall become the property of Metropolitan Dade County. The County reserves the right to perform its own testing procedures or to send any and all samples to the State of Florida's Department of General Services, Division of Purchasing, Bureau of Standards Laboratory or any other certifiable laboratory for analysis. Any costs for testing shall be borne by bidder. On the basis of this testing and analysis, the County shall be sole judge of the Page 21 99-- 698 MIAMI-DADE COUNTY BID .,1. 6164-0/01 acceptability of the sample in conformance with the bid specifications and its decision shall be final. Any sample submitted shall create an express warranty that the whole of the goods and/or services to be provided by the bidder during the contract period shall conform to the sample submitted. The bidder shall be required to provide adequate restitution to the County, in the manner prescribed by the County, if this warranty is violated during the term of the contract. 2.38 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER: The successful bidder(s) shall ensure that adequate stock levels are maintained at its place of business in order to assure the County of prompt delivery. If the delivery terms specified in the Solicitation are not fulfilled by the Bidder, the County reserves the right to cancel the order, purchase the goods elsewhere, and charge the Bidder for any reprocurement costs incurred by the County. 2.39 FAIR SUBCONTRACTING PRACTICES In accordance with Ordinance 97-35, the Bidder shall submit with its Bid Proposal a detailed statement reporting its policies and procedures for awarding the subcontractors that will be used in the performance of the proposed Contract. Failure to submit this statement, shall result in the rejection of the Bidder's proposal. 2.40 LISTING OF SUBCONTRACTORS AND SUPPLIES In accordance with Ordinance 97-104, the Bidder shall submit with its Bid Proposal a listing of all first tier subcontractors who will perform any part of the Contract work, and suppliers who will supply materials for the Contract. Failure to submit this list, shall result in the rejection of the Bidder's proposal. 2.41 WORK ACCEPTANCE: This project will be inspected by an authorized representative of the County. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. 2.42 CONE OF SILENCE You are hereby advised that this bid is subject to the "Cone of Silence," in accordance with Ordinance 98-106. From the time of advertising until the Copunty Manager issues his or her recommendation, there is a prohibition on communication with the County's preofessional staff. The ordinance does "not apply to oral communications at pre -bid conferences, oral presentations before the selection committees, contract negotiations during any duly noticed public meeting, public presentations made to the Board of County Commissioners unless specifically prohibited by the applicable RFP, RFQ or bid documents." A copy of all written communications must be filed with the Clerk of the Board. Among other, penalties, violation of these provisions "by any particular bidder or proposer shall render any RFP award, RFQ award, or bid award to said bidder or proposer voidable." Page 22 R79` (198 MIAMI-DADE COUNTY DID N(._ 6164-0/01 2.43 WELFARE TO WORK PROVISION Page 23 i t � - 698 I MIAMI-BADE COUNTY BID NO. 6164-0/01 SECTION 3.0 TECHNICAL SPECIFICATIONS TIRE RETREADING & SECTION REPAIR 3.1 Recapping and repairing shall be of the type regularly performed for commercial use, with such modifications as may be necessary to comply with these specifications. 1 3.1.1 RUBBER: The top cap (camel back) used herein shall be first line, 100" per -cured or mold cured rubber, with brand names clearly showing on same. Bidder(s) must specify the manufacturer's brand name and line designation of the top cap. Successful bidder(s) agree not to paint the tread and to leave { manufacturer's brand name visible 3.1.2 DESIGN AND DEPTH: All position tread design shall be a rib type design having no less than four ribs, such ribs to be defined by continuous grooves. The tread grooves may incorporate irregular configurations but are to be continuous } so as to form ribs. Depth of tread shall be measured from the I true road contact surface to the base of the tread grove which is continuous for the diameter of the tire. Mold marks or other flashings which are superficial and non functional on the road contact tread surface will not be a tread depth measurement point. Depth specifications must be met at all points in the tread grooves and is not an average of multiple measurements. 3.1.3 TOP CAP: Top cap shall extend only across the tread area, thus conforming with that tread known commercially as a top cap. Width is defined as shoulder to shoulder, the surface making contact with the roadway. Tread rubber of a width most appropriate for the casing being capped according to best commercial recapping standards shall be used, but in no case shall be less than minimum width specified in the Invitation To Bid. 3.2 BUFFING: In preparing a casing for recapping, the old tread shall first be buffed, but only to the extent that when a new tread a applied, the finish on the shoulders shall be smooth and without excessive overflow. Small cuts and nail holes shall be cleaned out. Area around nail holes on the inside of band plies shall be buffed on a radius of approximately one inch. 3.3 CEMENTING: All dust and loose foreign matter shall be removed from both inside and outside of casing. One or more coats of cement shall be well applied to the buffed surface and to i any nail holes or small cuts. i ! 3.4 No casing will be substituted for any Dade County supplied casing. 3.5 All Dade County casings received by the vendor for recapping will be Page 24 99-- 698 L MIAMI-DADE COUNTY BID N,,. 6164-0/01 returned to Dade County as either recaps or bad rubber. No substitutes will be accepted for Dade County supplied casings. 3.6 Bidder(s) will have the capability of secure fenced storage on their property for a minimum of one semi -trailer load of Dade County supplied casings to be recapped. 3.7 Bidder(s) will be required to show evidence of total inventory of procured rubber that will match the requirements of each tire size and tread design listed in the bid proposal and the capable of handling volume and large tire size as well as showing "proper equipment", i.e., chamber(s); for bonding stripping and buffing as is required to perform the standards recapping process in accordance with industry standards. 3.8 Bidder(s) may also bid the supply of recapped (to specifications and guarantee) truck tires for Garbage Packers and Truck Tractors where the successful bidder(s) will supply the casing as well as the recapping. All casing will be top quality steel cord radial tire casings with a minimum of 16 ply rating in H load range. Sizes as required and the casing will NOT HAVE BEEN previously recapped. General, Michelin, Bridgestone, Goodrich, Firestone, Goodyear are the only brand casing that are presently acceptable. Others may be acceptable upon written request. The County reserves the right to inspect all casings to be supplied prior to the start of recapping and reject any it feels unsuitable at its sole discretion. The County could purchase as many as three hundred (300) per month in addition to its normal recapping purchases. 3.9 Bidder(s) MUST be the principal contractor, bids tendered by brokers/brokerage houses will not be accepted, 3.11 NOTE: Required MINIMUM TOP CAP WIDTH, MINIMUM HIGHWAY TREAD DEPTH and ON/OFF ROAD MINIMUM TREAD DEPTH are specified on the bid price proposal sheet. Page 25 i CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: TIRE RETREADING AND REPAIR SERVICES Miami -Dade County Contract No. 6164-0/01-CW AWARDED TO: Fedan Corporation ($26,000) AWARD BINDER MIAMI-DADE COUNTY CONTRACT NO. 6164-0/01-CW ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: RECOMMENDATION: Award Under Dade County Contracts Tire Retreading and Section Repair General Services Administration Term The Department of General Services Administration has realized substantial savings utilizing the Miami -Dade County contract for the furnishing of fire retreading and repair services. This service will provide fire retreading and repair services to the City's trucks. It is recommended that award be made to Fedan Corporation, for item no. 2a, under existing Miami - Dade County Contract No. 6164-0t01-CW, effective until May 31, 2000, on an as -needed contract basis, subject to further extensions by the county, in an annual amount not to exceed $26,000, allocating funds therefor from FY '99-00', Account Code No. 509000.420901.6. 721. %!��Director Qof Cart Purchasing 4 1q,V ate 99-CIA 9