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