Loading...
HomeMy WebLinkAboutR-91-0726Q J-91-468 9/4/91 1) _! -- '7 26 RESOLUTION N0. A RESOLUTION ACCEPTING THE BIDS OF: BALADO NATIONAL TIRES IN THE AMOUNT OF $86,425.70; FEDAN TIRE COMPANY IN THE AMOUNT OF $10,601.00; MARTINO TIRE COMPANY IN THE AMOUNT OF $92,836.35; MIAMI TIRESOLES, INC. IN THE AMOUNT OF $2,053.20; PALMETTO KAWASAKI IN THE AMOUNT OF $8,776.00; GOODYEAR TIRE IN THE AMOUNT OF $36,084.31; LYNN STRICKLAND IN THE AMOUNT OF $50,519.90; AND SOUTHWEST CYCLE CO. IN THE AMOUNT OF $3,290.50 FOR A TOTAL AMOUNT OF $290,586.96 FOR FURNISHING VEHICLE TIRES AND TUBES; ALLOCATING FUNDS THEREFOR FROM THE FY' 91-92 GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/FLEET MANAGEMENT DIVISION, ACCOUNT CODE NO. 420901-721 ($215,198.42) AND THE FIRE, RESCUE AND INSPECTION SERVICES DEPARTMENT FY' 90-91 ACCOUNT CODE NO. 280701-721 ($38,847.00) AND FY' 91-92 ($40t541.54); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE SUPPLIES AND THEREAFTER TO EXTEND THESE CONTRACTS FOR AN ADDITIONAL ONE YEAR PERIOD AT THE SAME PRICE AND UPON THE SAME TERMS AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received March 25, 1991 for the furnishing of vehicle tires and tubes for City's vehicles on a contract basis for one (1) year with the option to renew for an additional one year period for the Departments of General Services Administration and Solid Waste and Fire, Rescue and Inspection Services; and WHEREAS, invitations were mailed to forty-two (42) potential suppliers and eight (8) bids were received; and WHEREAS, funds for these supplies are available from the FY' 91-92 General Services Administration and Solid Waste/Fleet Management Division Account Code No. 420901-721 ($215,198.42) and of the Fire, Rescue and Inspection Services Account Code No. 280701-721 (FY' 90-91/$34,847.00 and FY' 91-92/$40,847.00); and WHEREAS, the City Manager and the Administrator of the General Services Administration and Solid Waste Department and the Chief of the Fire, Rescue and Inspections Services Department CITY COMMSION METING OF . OCT 3 1991 91-- '726 recommend that the bids received from Balado National Tire, Fedan Tire Company, Martino Tire Company, Miami Tiresoles, Inc., Palmetto Kawasaki, Goodyear Tire, Lynn Strickland and Southwest Cycle Co. be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY 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 March 25, 1991 bids of: Balado National Tire in the amount of $86,425.70; Fedan Tire Company in the amount of $10,601.00; Martino Tire Company in the amount of $92,836.35; Miami Tiresoles, Inc. in the amount of $2,053.20; Palmetto Kawasaki in the amount of $8,776.00; Goodyear Tire in the amount of $36,084.31; Lynn Strickland in the amount of $50,519.90; and Southwest Cycle Co. in the amount of $3,290.50 for the furnishing of vehicle tires and tubes on a contract basis for one (1) year with the option to renew for an additional one (1) year period for the Departments of General Services Administration/Solid Waste/Fleet Management Division and Fire, Rescue and Inspection Services at a total proposed first year cost of $290,586.96 are hereby accepted with funds therefor hereby allocated from the General Services Administration and Solid Waste/Fleet Management Division, Account Code No. 420901- 721 ($215,198.42) and Fire, Rescue and Inspection Services Department, Account Code No. 280701-721, FYI 90-91 ($34,847.00) and FYI 91-92 ($40,541.54), subject to the availability of funds. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement officer to issue Purchase Orders -2- 726 { a SECURITYAM for these supplies and thereafter to extend this contract/ for an additional one year period at the same price, terms and conditions, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 3rd day of Oc ber , 1991. XAVIER UAREZ, MAYOR ATT T MAT Y HIRAI CITY CLERK PREPARED AND APPROVED BY: RAPAEL DIAZ CHIEF ASSISTAN CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: . . ? n tic A. QUJ4qNJ , II ACTING C Y ATTORNEY ROD/pb/gmb/bss/M2261 0 / The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. �� _ggCTJAi�'X LISP �!` - IID tTM _ Tires and Tubes-------------------�------------------ ------------- ------------------ ------------------------ DIDNO . r _ 9 0 ,91 0 6 9---------------------------------- ...-.. - apgKgD: March 25 �_1991 .m- BID(S) ---------- _- 2 3 O ------------------------ DATE wirr -- TOTAL SiD_BOKn.S-rZ J BIDDER HID _AMOUNTCASHIBR,� S_CRECK -----------------r.----- ------------------------- See attached - Balado National Tire Inc -bid---------- ----------------_---_..... ----------------- r- s Goodyear Commercial Tire Serv. ----------------------------- ----------------------- FedanTire Co. ------------- --------- ----------------------- Lynn Strickland Tier, Inc. — to Martino Tire Company ---------------------- ------------------------------- - Mlami Tiresoles, Inc. --------------- ------- ------- ------------------------ 11 11 Southwest Cycle Co., Inc... - ---------- - L--T PY o�-fie Ti? ------ We only recei e� one co Palmetto Kawasaki which was sen Procurement Division ------------------ -------------- ----------------------- ------------------------------ ------------------------ ---------r------------------------ --------------- _----_-•�-__-_L-------------- -----; ------------_----- ----------------- L------------------------------------ --�- p: NO BID. Hog Heaven ycME ,-TriC. -- Harley-Davidson of Miami/Phil etersons -------------------------------- ---------------------- i' '------------- ---------------------------------- ------------------------ I, -----------------------------------/-------------- _ i —1—C _--- — -- i------- -------------- ------ -------------------- ------------------ ,i ------------ ------------------------ ii —------ --------------------- ------ �I —--------------------------- ---- ----------------------- f---- ------------ -------------------------------.�---- ---------------- _received () envelopes on behalf of (. arson receiving bids) GSA/Solid Waste -Procurement Divisionon ti (City Department) 1 1 SIGNED:_ k) _ (e ty C1 y C�tr D 1 LEGAL ADVERTISEMEth � y BID N0. 90-91-069 _i Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Dri�e, Miami, Florida, 33133 not later thania:39March �S. �9 for the furnishing of tires and tubes on a contract basis for a period of one (1) _ = year. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062 established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City of Miami Minority/Women Business Office, 1390 NW 20th Street, Second Floor, Miami, Florida 33142, Telephone 575-5174. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. (Ad No. 030) Cesar H. Odio City Manager �'2:�.`' „r,�..—.-,, .:r. ..,,... ...+...: ... ..,, .... ,. :R.}, r,er: tr.. s.fti-vw-� F xei•:. "C'."L'7i;"4q.•..ns>resit$49a"�'!'.r�l'4}"Sa/.'r7R"i�"k': � - .. q�. .. L' n(q) REQUISITION FOR ADVERTISEMENT This number must appear i in the advertisenieht. O f/0IV. Procure;�i rit (fog- Fleet Management) 6 0 . At 'OUNTCODE 420901--287 -. E i (SATiW' : PHONE 5 7 5 - 517 4 APPROVED BY: _ s r 1 x t Marina Pages f`' I PRERpREb Blf j z, DIA8CT6IS ING bE TMENT P66psh'the aittached advertisement one 11) times. { (number of times) 704 Of hdvertisement: legal!X - -- classified display � t [ Legal Size g _Starting date 3 / 8 / 91 r E I First #ourwords ofadvertisemend 13id No. 90-91--069: Sealed bdds will die.... Rerttr it S. Tires �a d Tubes ' ,(open 3/25/91 - 2:30 P.m.) i fir_ ( DO NOT TYPE BELOW THIS LINE.. FOR USE OF FINANCE DEPARTMENT ONLY. � i DATE(S) OF LINE . `t' PUBLICATION t ADVERTISEMENT INV6ICE AMOUNT Miami Review` I A-1 i l t G3 jz F3 FF.. F5 - F7 F8 F9 F10 F11 Fi2:; i LINE TRANS .. VOUCHER i DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE ajEar PROJECT? 11 13 .:.' 17 18 5 34 39142 45 50 51 56 57 62 63.•65 66 7.71 0 1 2 41 VP 2 02 ' 2 87FT 1 2 3 4. -7 8 V P 121314115 DESCRIPTION 36 64DISCOUNT 6 72 AMOUNT 5 2 0 0.20 I 1 i Approved for Payment Y White- Purchasing Yellow -Finance Pink- Department Yellow copy: Silvia Mendoza, City Clerk's Office Pink copy: Maritza, Procurement Management 91- 726 CITY OF MIAMI, FLORIDA 0 s INFER -OFFICE MEMORANDUM TO: Honora liMayor and Members of t Cty Commission FROM Cesar H. Odio City Manager M DATE AUG 2 8 1991 FILE SUBJECT Resolution Authorizing Award of Bid No. 90-91-069 Tires and Tubes REFERENCES. ENCLOSURES It is respectfully recommended that the City Commission adopt the attached resolution awarding a contract to furnish tires and tubes for .use by the General Services Administration and Solid Waste Department and the Fire, Rescue and Inspection Services Department, to Balado National Tires, a hispanic/local vendor,. Fedan Tire Company, a hispanic/Dade County vendor, Martino Tire Company, Miami Tiresoles, Inc., Palmetto Kawasaki, Goodyear Tire Company and Lynn Strickland, non-minority/Dade County vendors, Southwest Cycle Co., a Female/Dade County vendor, as the lowest, most responsible and responsive bidders in accord with Bid No. 90-91-069. Total cost of these purchases is estimated to be $290,586.96, which funds are available from the 1990-91 Operating Budget of the Fire Rescue and Inspection Services Department/Fire Garage ($34,847.00) and FYI 91-92 ($40,541.54) and General Services Administration and Solid Waste Department/Fleet Management Division FYI 91-92 ($215,198.42). FYI 91-92 budgets are subject to the availability of funds. The General Services Administration and Solid Waste Department/Fleet Management Division and the Department of Fire, Rescue and Inspection Services/Fire Garage have analyzed bids received pursuant to Bid No. 90-91-069 for the furnishing of tires and tubes. As a result of bid evaluation, award is recommended to the lowest responsible and responsive bidders meeting bid specifications as listed below by department. Award to the vendors listed below is for a period of one year, with an option to renew for one (1) additional one year period at the same terms, prices and conditions. /8-/ Honorable Mayor and Members Page 2 of the City Commission Balado National Tires (H) 213,4,6,14,191**321 $85,840.70 1633 NW 27 Avenue 38,65167,68,89172, Miami, Florida 33125 73,74,75,81,82,83 ** 10% Local Preference Applied Fedan Tire Company (H) 27,29,66,77,78, $ 10,490.89 2290 W 1st Avenue 80,84,85 Hialeah, Florida 33010 Martino Tire Company (NM) 519,10,11,12,161 82,327.49 4421 SW 74 Avenue 18,22,23,24,26,28, Miami, Florida 33155 33,34,36,38,39,40, 4i,42143152,58161, 62,63,64,88 Miami Tiresoles, Inc. (NM) 20 903.20 7800 NW 103 Street Miami, Florida 33012 Palmetto Kawasaki (H) 60 8,776.00 6400 W 20 Avenue Hialeah, Florida 33016 _ Goodyear Tire (NM) 1,I3,21,31, 15,646.44 3425 NW 167 Street 70,76 Opa Locka, Florida 33055 Lynn Strickland (NM) 15,25,35, 7,923.20 3850 NW 30 Avenue Miami, Florida 33142 Southwest Cycle Co. (F) 30 3,290.50 - 8966 Bird Road Miami, Florida 33165 ` SUBTOTAL. . . . . $215,198.42 2--- Honorable Mayor and Members Page 3 of the City Commission VENDOR ITEMS AWARDED AMOUNT Balado National Tires (H) 73,75 $585.00 1633 NW 27 Avenue Miami, Florida 33125 Fedan Tire Company (H) 77 $ 110.11 2290 W 1st Avenue Hialeah, Florida 33010 Martino Tire Company (NM) 18,38+,52,58,64 10,508.86 4421 SW 74 Avenue Miami, Florida 33155 Miami Tiresoles, Inc. (NM) 15+149 1,150.00 7800 NW 103 Street Miami, Florida 33012 Goodyear Tire (NM) 7,44,45,55,56,76 20,437.87 3425 NW 167 Street Opa Locka, Florida 33055 Lynn Strickland (NM) 31+146+,47+,48+,50+1 42,596.70 3850 NW 30 Avenue 51+,53+154+,57+ Miami, Florida 33142 + ONLY QUALIFIED BRANDS SPECIFIED IN BID ARE ACCEPTABLE PER FR&IS/FIRE GARAGE REQUIREMENT (NO SUBSTITUTION). SUBTOTAL. . . . . $ 75,388.54 GRAND TOTAL $290t586.96 Source of Funds: General Services Administration and Solid Waste Department, Fleet Management Division, Account No. 420901-721 FYI 91-92 ($215,198.42) and the Department of Fire, Rescue and Inspection Services, Account No. 280701-721 FY190-91 ($34,847.00) and FY191-92 ($40,541.54). FY'91-92 budgets are subject to the availability of funds. Attachments CITY OF MIAMI, FLORIDA C3 INTER -ORRICE MEMORANDUM 70 Judy S. Carter DATE : April 9, 1991 FILE Chief Procurement Officer Procurement Management SUWECT: Bid No. 90-91-069 Tires and Tubes C� =ROM C. . D ke, Chief REFERENCES Director of Fire, Rescue and Inspection Services ENCLOSURES This department has verified available funding with the Department of Finance and the Department of Management & Budget that funds are available to cover the cost of the subject bid in the amount of: FY 90-91 $ 34,847.00 Account Code Number 280701-721. FY 91-92 $ 40,847.00 Account Code Number 280701-721. FINANCE REVIEW & APPROVED BY: N/A Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: ADDITIONAL APPROVALS N/A Eduardo Rodriguez CIP Manager " N/A M noha S. Surana, Director Frank Castaneda, Director BUdget(TDepartment Community Development Department bf Budget will ensure that the Dept. of Fire includes $40,847 in account 280701-721 for Fiscal Year 1991-92. 4/ CITY OF MIAMI. FLORIDA INTEROFFICE MEMORANDUM TO Judy 9.. Carter DATE . s(� ` Fitt Chsof Procurement Officar Tires an Tuyis su�.�rc? : e d No. S0- 369 =1 =E �neM ; nerenervtea -i Ron to Will Lame r Administrator =f Department of General Services rNOLOWAKS : =' e,ttd Aoi id w'ast4 ' This department has verified available funding with the Department of Management & Budget 'Chat funds are available to cover the Coat of the subject bid in the amount of $215,198.42r 1 � General services Administration and Solid Waste De rtitt�entr fleet Management Division, ACCount No. 420001-721. DVDGETARY REVIEW & APPRQVED RYi gno r Surana, rector p tment of Management an 9udget --. 10AA.I.f,, f�'Cfx. r 6 \ , ' ...ml. PLORIDA .%jeMLNT MANAGEMENT DIVISION e� Poo* bwx J3uIub 7�, r% 332JI-0708 NONS NO. S7S-S174 AIDSHEET. ( cons ' d . ) BID NO.90-91-069 IMPORT; : BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: NET 30 (Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. Warranty and/or guarantee% GOODYEAR TIRE & RUBBER CO. WARRANTEE State any variances to specifications (use separate sheet if necessary): Delivery: 3 calendar days required upon receipt of Purchase Order. Delivery Point(s): As stated in the Special Conditions In accordance with the Invitation to Bid, the Specifications, General Conditions, Special conditions, and General Information to Bid, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): CHARLES R. RIGL NAMES OF COMPANY OFFICER(S): CHARLES R. RIGL, PRESIDENT JEANNE ANN RIGL, SECRETARY/TREASURER (Please use the back of this page if more space is necessary) Name of individual holding license in this profession (if applicable) MTNO TTY PROCIM RMRHT CAMPL•TANCE The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the.Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including :an>y7amend!ment hereto. Bidder: MIAMI TIRESOLES INC.Signatures' (company name) Date: MARCH 22, 1991 Print Name: CHARLES R. RIGL ;Indicate if Business is 51% Minority -owned: (Check sm box only) j ] BLACK ( ] HISPANIC [ ] FEMALE • AEFTRMATTVE ACTTON P .AN if firm has an existing plan, effective date of implementations JANUARY 1, 1989 If firm does not have an existing plan, the Successful Bidder(s) shall be required to ?astablish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. j Bidder: MIAMI TIRESOLES, INC. Signatur� : y- (company name) C� ,,uORIDA V-U- DW^ 44u1ub ..A MANAGEMENT � k i, rL 31231 -0708 _„xON T BONE NO. 5I5-5174 BID SHE M (cont-d.) BID NO. 90-91-069 IMPQ$TANT: BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms., JQ � A--y.0 ( Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. warranty and/or guarantee: -tj.4 niv FA-L,?L t?-Cl? State any variances to specifications (use separate sheet if necessary): Delivery:(+0 N*_ calendar days required upon receipt of Purchase Order. *sere b-el o vI Delivery Point(s): As stated in the Special Conditions in accordance with the Invitation to Bid, the Specifications, General Conditions, special onditions, and General Information to Bid, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Manuel Balaeo Manuel Balado Miriam A. Olivera (Please use the back of this page if more space is necessary) Name of individual holding license in this profession (if applicable) MTNORTTY ZROCUTUCHRUT C QMPLZA= The undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 as amended, the.Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, incIpd$mg any amegdments thereto. Bidder: Pl, I,,;, T_I F i nna„Z mire Tnn Signature: (company name) Date: �_;o_o, Print Name: Miriam R_ n1ivPra Indicate if Business is 51% Minority -owned: (Check isle box only) ( J BLACK (X) HISPANIC [ ] FEMALE AFFIRMATTVF ACTTON MAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Append I for sample. Bidder: Signature: (company name) FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 91- 726 clfiY OF MIAMi, FLORIDA P6o. Box 330708 PROCUREMENT MANAGEMENT � FL No. 570708 DIVISION it TONE NO. b"I5�5174 gin SHEET (cont'd.) BID N0.90-91-069 IMPORTANT: BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: 2nd Tanth Prix (Include cash discount for prompt payment, if any) - Additional discount of % if awarded all items. warranty and/or guarantee: Standard Manufactur's Warranty State any variances to specifications (use separate sheet if necessary): Delivery: 1 calendar days required upon receipt of Purchase Order. Delivery Point(s): As stated in the Special Conditions in accordance with the Invitation to Bid, the Specifications, General conditions, special Conditions, and General Information to Bid, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): SALOMAN MARTINO SALOMAN MARTINO - PRESIDENT ANSELME MARTINO ANSELME MARTINO -,SEC/TREASURER EDWARD MARTINO EDWARD MARTINO - VICE PRESIDENT (Please use the back of this page if more space is necessary) Name of individual holding license in this profession (if applicable) The undersigned bidder acknowledges. that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to c ply with all applicable substantive and procedural provisions therein, including any 7ame;ndm to thereto. Bidder: MARTINO TIRE COMPANY Signature: Ii ���-- (company name) Date: March 25, 1991 Print Name:' JAN A. LANE indicate if Business is 51% Minority -owned: (Check am box only) j J BLACK [ J HISPANIC [ ) FEMALE AFFIRMATIVE ACTION PLAN :f firm has an existing plan, effective date of implementation: if firm does not have an existing plan, the Successful Bidder(s) shall be required :to ?etablish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. a Appendix i for sample. , "} / �- Bidder: MARTINO TIRE COMPANY Signature( /��'`� (company name) % rats 111?r Tn rt1MP1 FTF _ CTFN . ANTI R{=T11RN TNTS I:nRM MAY TITS011A1 TFY TNTS Rill. 91- 726 3 ,lr FLORIVA P•O• Box 330108 .r MANAGEMENT M FI, 332�3�Oy08 TA97HORt NO. S` 9-9194 n1D EET (cont'd.) BID NO.90-91-069 , PGORTANT: BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. .'ermsi NET / 10 _(Include cash discount for prompt payment, if any) additional discount of NONE % if awarded all items. iarranty and/or guarantee: LIMITED WARRANTY/DUNLOPMOTORCYCLE TIRE ADJUSTMENT POLICY ;tate any variances to specifications (use separate sheet if ecessary) : NONE )elivery: 7 calendar days required upon receipt of Purchase Order. ,elivery Point(s): As stated in the Special Conditions n accordance with the Invitation to Bid, the Specifications, General Conditions, Special onditions, and General Information to Bid, we agree to furnish the Items) at Prices ndicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): WM. R. GREEN - PRESIDENT WM. E. GREEN SECRETARY JUNE GREEN -- V.PRES. SUSAN TRACY - TREAS. Please use the back of this page if more space is necessary) ame of individual holding license in this profession (if applicable) MINORITY PROCURMNI COMPL•TANCL -ie undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 as vended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all )plicable substantive and procedural provisions therein, including any amendments thereto. i dder : SOUTHWEST CYCLE CO., INC. Signature: (company name) ate: MARCH 19, 1991 Print Name: WM. R. GREEN ndicate if Business is 51% Minority -owned: (Check 2= box only) BLACK [ ] HISPANIC [X] FEMALE AFFTR_MATTVE ACTTON PT.AN firm has an existing plan, effective date of implementation: 1988 firm does not have an existing plan, the Successful Bidder(s) shall be required to ;tablish an Affirmative Action Policy, pursuant to Ordinance #10062 amended. See Appendix for sample. idder: SOUTHWEST CYCLE CO., INC. Signature: (company name) q FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 91-- 726 /lTY OP MIAMI► FLORIDA P • Box 330708 PROCUREMENT MANAGEMENT i, rL 31233"0708 DIVISION ACpHONE NO. 575-5174 DID SHEET (cont' d. ) BID N0. 90-91-069 IMPORTANT: BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: First Tenth (Include cash discount for prompt payment, if any) Additional discount of -0- % if awarded all items. warranty and/or guarantee: Manufacturers' Warranty State any variances to specifications (use separate. sheet if necessary): Non Delivery: 10 calendar days required upon receipt of Purchase Order. Delivery Point(s): As stated in the Special Conditions :n accordance with the Invitation to Bid, the Specifications, General conditions, Special 'onditions, and General Information to Bid, we agree to furnish the Item(s) at Prices ndicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): J. Preston Trammel, President & Director J. Preston Trammel, President & Director larold R. Decker, Vice President & Director Harold R. Decker, Vice President & Director Please use the back of this page if more space is necessary) ame of individual holding license in this profession (if applicable) MINORITY PROCUREMENT COMPPLTANIM he undersigned bidder acknowledges that (s)he has received a copy of Ordinance 810062 as mended, the Minority Procurement Ordinance of the city of Hiam and agrees to comply with all oplicable substantive and procedural provisions therein, in 1 ing a ent hereto. idder: Lynn Strickland Tire, Inc. - Miami Signature: ' an Q (company name) ate: March 25, 1991 Print Name: Harold R. Decker, Vice Pres. ndicate if Business is 51% Minority -owned: (Check 2= box only) ] BLACK [ ] HISPANIC [ ] FEMALE AFFTRMATTVF ACTION PLAN firm has an existing plan, effective date of implementation.. November 20, 1990 firm does not have an existing plan, the Successful Bidder(s) shall be required to tablish an Affirmative Action Policy, pursuant to Ordinance tl 062 as amended. See Appendix for sample. 1 . Lynn Strickland Tire, Inc. - Miami �i`� .dder. y Signature. �. ti (company name) rM d R, ec er, Vice President FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 91- 726 c LVAi✓n edANAciFMENT Mn SHEET (cont'd.) r•v- O—A 44uluo ���, FL 33233-0`f08 BONE NO. SIS-5174 BID N0. 90--91-069 IMPOPTANa BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: /D v.,+ys (Include cash discount for prompt payment, if any) Additional discount of 'fir % if awarded all items. warranty and/or guarantee: A Pc N%ruy.r ic�.CE�2 State any variances to specifications (use separate sheet if necessary): A10,0 L Delivery: 5_ calendar days required upon receipt of Purchase Order. Delivery Point(s): As stated in the Special Conditions in accordance with the Invitation to Bid, the Specifications, General Conditions, Special 'onditions, and General Information to Bid, we agree to furnish the Item(s) at Prices _ndicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): �-sf+,C S �ar.iOc3V,4c� C �f�-rA"�DoV prt. PrLP.� Please use the back of this page if more space is necessary) lame of individual holding license in this profession (if applicable) MTNO TTY PROCLMF. UT COMPTTANM he undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as mended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all pplicable substantive and procedural provisions therein, including any amendments thereto. Bidder: (company name) gate : Signature: Print Name: ndicate if Business is 51% Minority -owned: (Check cm box only) ) BLACK [ ] HISPANIC [ ] FEMALE AFFIRMATIVE ACTION PLAN f firm has an existing plan, effective date of implementation: `L-��� 1 1 O f firm does not have an existing plan, the Successful Bidder(s) shall be required to stablish an Affirmative Action Policy, pursuant to Ordinance 110062 as amended. see Appendix for sample. NcStk rN` idder: Nk-,M Q Signature: - (company name) , FAILURE 10 COMPLEIE, SIGN, AND RETURN THIS FORM DISQUALIFY THIS 91- 726 —_ - e.u. box 330708 I'_ 1hyli, rL 33211-0708 r 1.00APROM9 tad. 575-5174 ATn SKEET (cont'd.) BID NO. 90-91-069 '9P4BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms : Net 10th (include cash discount for prompt payment, if any) T( Additional discount of % if awarded all items. A, warranty and/or guarantee: New Tire And Tube Factory Warrenty State any variances to specifications (use separate sheet if necessary): 5 n, Delivery: I5 calendar days required upon receipt of Purchase Order. D Delivery Point(s): As stated in the Special Conditions D ,n accordance with the Invitation to Bid, the Specifications, General Conditions, special conditions, and General Information to Bid, we agree to furnish the Item(s) at Prices I indicated on the attached bid sheet(s). NAMES OF COMPANY OFFICER S NAMES OF COMPANY OWNER(S)i : ( ) Felix Sanchez Felix Sanchez Pres. Mireya Sanchez Secr. Please use the back of this page if more space is necessary) j!ame of individual holding license in this profession (if applicable) t MINORITY PRACLI$R�j_CC PM LIANCL -ne undersigned bidder acknowledges that (s)he has received a copy of ordinance i10062 as -- nended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all q :,plicable substantive and procedural provisions therein, including any amendments thereto. : i dder : Fedan Tire Co. Signature: (company name) 3-20-91 Print Name: Felix Sanchez lidicate if Business is 51% Minority -owned: (Check D= box only) ) BLACK [X] HISPANIC [ ] FEMALE AFFIACTION PLAN firm has an existing plan, effective date of implementation: firm does not have an existing plan, the Successful Bidder(s) shall be :ablish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. .or sample. Eder: �Signature: (company name) required to See Appendix 91_ -- 726 .,LAMI, FLORIDA P.U. b­ j�ou,uo ENT MANAGEMENT M�W, tit 33233-0108 ON T NONE NO. 576-%174 DID SHEET (cont'd.) BID N0.90-91-069 IMPORTANT: BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIP TE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. * %4 t dX Terms: nrl - /i� I (Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. warranty and/or guarantee:— ►grTAc phch State any variances to specifications (use separate sheet if necessary): Delivery: calendar days required upon receipt of Purchase Order. Delivery Point(s): As stated in the Special Conditions In accordance with the Invitation to Bid, the Specifications, General conditions, Special conditions, and General Information to Bid, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF OWNER(S): NAMES OF COMPANY OFFICER(S): R /✓ U ov p Er'12 COMPANY / l? t d .o (Please use the back of this page if more space is necessary) Name of individual holding license in this profession (if applicable) The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, includin any' amendments thereto. Bidder: >�OVD+�fEl4'�?/ /7.Se- Signature: (do pan name) D Date: 3 %'), si5 ) Print Name: s4 1 Indicate if Business is 51% Minority -owned: (Check me box only) [ j BLACK [ j HISPANIC [ j FEMALE AFFIRMATIVE ACTION PLAN ' If firm has an existing plan, effective date of implementation: 1 Z/1,0 910. _ If firm does not have an existing plan, the Successful Bidder(s) shall be required tc establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendi: I for sample. / giveBidder: D sl E V.?t& 97's -4 Signature: t r (comEfany name) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID_. 91- 726 AWARD OF BID Bid No. 90-91-069 ITEM: Tires and Tubes for City Vehicles DEPGeneral Services Administration and Solid Waste and Fire, Rescue and Inspection services TYPE OF PURCHASE: Contract for one (1) year with the option to renew for an additional one year period. REASON: To maintain City's vehicles properly equipped. POTENTIAL BIDDERS: 42 BIDS RECEIVED: 8 TABULATION: Attached FUNDS: General Services Administration and Solid Waste Department/Fleet Management Division, FY191-92 Account No. 420901-721 ($215,198.42) subject to the availability of funds and the Department of Fire, Rescue and Inspection Services, Account No. 280701-721 FY190-91 ($34,847.00) and FY191-92 ($40,541.54) subject to the availability of funds. BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 42 8 MINORITY/FEMALE (M/F) VENDORS.......... 16 4 Within City limits .................. 4 1 Registered with City ................ 4 1 Black (B) Vendors ...................... 5 0 Located within City limits.......... 0 0 Registered with City ................ 2 0 Female (F) Vendors ..................... 1 1 Located within City limits.......... 0 .0 Registered with City ................ 0 0 Hispanic (H) Vendors... .............. 10 3 Located within City limits.......... 4 1 Registered with City ................ 2 2 NON MINORITY (NM) VENDORS .............. 26 4 Located within City limits.......... 4 1 "No Bids" .............................. - 2 Reasons for "No Bid" were as follows: 1. HOG Heaven Cycle Inc. - "No Bid". 2. Harley-Davidson of Miami - "No bid". RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO BALADO NATIONAL TIRES IN THE AMOUNT OF $86,425.70, FEDAN TIRE COMPANY IN THE AMOUNT OF $10,601.00, MARTINO TIRE COMPANY IN THE AMOUNT OF $92,836.35, MIAMI TIRESOLES, INC. IN THE AMOUNT OF $2,053.20, PALMETTO KAWASAKI IN THE AMOUNT OF $8,776.00, GOODYEAR TIRE IN THE AMOUNT OF $36,084.31, LYNN STRICKLAND IN THE AMOUNT OF $50,519.90 AND SOUTHWEST CYCLE CO. IN THE AMOUNT OF $3,290.50 FOR A TOTAL PROPOSED AMOUNT OF $290,586.96. Lt1YHitt'C1C,LV1'y ur ^urL,4zxAL SEKVICES ADMINISTRATION AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS, APRIL 1, 1991 BID 0- -069 TIRES AND TUBES VENDOR Item #1 P175/80R13 Item 2 P205/75R14 Item #3 LT235/75R16 Item #4 LT225/75R16 Item #5 P225/70HR15 Item #6 P195/70R14 Item #9 7.50/20 H Ralado National 27.00 31.50 70.00 62.64 50.00 33.36 82.00 Tires Cooper Cooper Cooper Cooper Cooper Cooper Cooper 1633 NW 27 Ave. Trendsetter Trendsetter SRM SRM Cobr Sport RM Miami, FL 33125 SRM K Fedan Tires No Bid No Bid 79.97 No Bid No Bid No Bid No Bid Corp. Kumho 2290 W 1 Ave. 821 Hialeah, FL 33010 H Palmetto No Bid No Bid No Bid No Bid No Bid No Bid No Bid Kawasaki 6400 W 20 Ave. ilia., FL 33016 L1M ____ Lynn Strickland 28.34 35.45 76.82 72.62 48.83 42.75 87.50 3850 NW 30 Ave. Cooper Cooper Cooper Cooper Cooper Cooper Delta Miami, FL 33142 Trendsetter Trendsetter SRM SRM Cobra Cobra Hwy. HR GT NM Martino Tire Co. 27.72 33.91 78.37 68-37 46.99 41.83 63.67 4421 SW 74 Ave. Goodyear Goodyear Goodyear Goodyear Goodyear Goodyear Goodyear Miami, FL 33155 Arriva Arriva Wrangler Eagle GT Eagle GT Eagle GT +4 Super Hi -Miler LT LT +4 33.60 76.40 6G.60 Goodyear 50.25 Goodyear Goodyear Good Goodyear good NM Miami Tiresoles 26.66 7800 NW 1'03 St. Miami, FL 33012 Goodyear Tiempo Goodyear Tiempo Goodyear Wrangler Wrangler Eagle.. Eagle Super LT LT +4 +4 Hi -Miler N Goodyear Tire 20.95 31.80 78.67 68.67 48.99 44.98 79.83 3425 NW 167 St. o year Goodyear Goodyear Goodyear Goodyear Goodyear Goodyear Opalocka, FL Arriva Arriva Wrangler Wrangler Eagle Eagle Super 33055 LT_ _ _ _LT_ GT+4 Hi-Miler _GT+4 _ _ _ _ ___ _ _ _ _ - yNo Southwest Cycle No Bid No Did Bid-'+ No Bid No Bid No Bid No Bid Co. 8966 Turd Road Miami# FL- 331b5 2 L1 -uw:.•mru+::a..:,rwnes:.:a�-c. __.,.,Q.m:y.:..��_....,+.e...,. ..... vat w 151 itt�'1' l ULV AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS, APRIL 1, 1991 BID 0-91- 69 TIRES AND TUBES VENDOR Item #10 Item #11 Item #12 Item #13 Item #14 Item #15 I Item #16 P205/70HR14 P215/70HR14 P215/70HR15 7.50/16 I 31/10.5R15 18.25/20 1 9.17/5 Balado National Tires 1633 NW 27 Ave. Miami, FL 33125 Fedan 'Tires Corp. 2290 W 1 Ave. Hialeah, FL 33010 H Palmetto Kawasaki 6400 W 20 Ave. Hia., FL 33016 rN-M T- 45.15 Cooper Cobra No Bid No Bid Lynn Strickland 47.15 3850 NW 30 Ave. Cooper Miami, FL 33142 Cobra HR NM Martino Tire Co. 43.44 4421 SW 74 Ave. Goodyear No Bid - No Bid No Bid 49.50 Cooper Cobra GT 45.12 Goo year 48.00 Cooper Cobra No Bid No Bid 51.40 Cooper Cobra GT-HR 45.39 Goodyear Ea le GT 4B.25 70.00 Cooper ooper SRM I SRM 49.45 1 No Bid Monarch Super Hwy. No Bid , No Bid 55.01 Cooper (SEM) 47.69 Goodyear Workhorse Miami, FL 33155 Eagle GT +4 Eagle GT +4 q +4 _ Rib _- -_ - ----- --_ Miami Tiresoles 45.90 48.00 48.75 [Jo Bid 7$00 NW 103 St. Goodyear Y Goodyear Goodyear Miami, FL 33012 Eagle GT Eagle GT Eagle GT +4 1 +4 1 +4 NM Goodyear Tire 45.98 46.10 47.52 45.25 342'S N W 167 St. Goodyear GT Goodyear Eagle GT Goodyear Eagle G'P Goo year Workhorse apd1ocka, FL 33055 Eagle +4------- Rib +4_------- -+4---------- _- F,_ in iui d No Bid 94.12 Cooper Discoverer 84.24 Goodyear Wrangler AT 88.00 Wrangler AT 88.12 Goodyear Wrangler AT No Bid 65.00 Cooper SR,'4 No Bid No Bid 58.82 Cooper SRM 66.52 Goodyear Wrangler LT 66.50 Wrangler L'P 66.78 Goodyear Wrangler LT No Bid 115.00 Cooper RM 96.42 Kumho 355 No Bid 92-18 Delta SRM 83.99 Super Hi -Miler 97.00 Super Hi -Miler 97.10 Super Hi -Miler No Bid 2 U .AND .SOLIDWASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS, APRIL 1, 1991 BID #90-91-•069 TIRES AND TUBES Ttem #19 Item 20 Item 21 Item 22 Item #23 11.00R/22 Item #24 ll•00/22 Item #25 11.00/22.5 VENDOR 6,5OJ16 ?,50%16 9.00/20 195570R No Bid 99.48 No Bid Na aid Na Bid H 51.00 Balado National 39.00 Cooper Cooper Cooper Tires 1633 NW 27 Ave. SRM SRM RM Miami, FL 33125 H 110 Bid No Bid No Bid Indun3 No Bid No Bid Taurus Fedan Tires RV2 Rib Corp. 2290 W 1 Ave - Hialeah, FL 33010 H No Bid No Bad No Bid No Bid No Bid No Bid Palmetto No Bid Kawasaki 6400 W 20 Ave. Hia., FL 33016 Bid 152.92 Strickland 50,10 52.01 162.18 110.07 No Bid No Cooper Lynn 3850 NW 30 Ave. Cooper Cooper Raoadet Road Miami, FL 33142 SRM SRM Master Master NM- - - 96.99 240.68 146.19 205.99 Martino Tire Co.- No Bid 50.16 Goodyear 127.45-- Goodyear Goodyear Goodyear Goodyear Unisteel 4421 SW ?4 Ave. Miami, FL 33155 Workhorse Unisteel Super Hi -Miler Unisteel G-186 Super Hi -Miler Rib G291 N-M --- -� 45.16 _ 128•75Goodyear No Bid 212.77 194,00 Goodyear Miami Tiresoles No Bid Gao year Goodyear F113.76 dyear5u erUnisteel ?8OD NW 103 St. Miami, FL 33012 Workhorse Unisteel er Miler HipMilRib G 291 to NK 45.25 1oo.41 1oodye No Bid 184.99 Goodyear 194.53 Goodyear tUoCtdyear Tire No Bid Goodyear ear Goodyear Goodyear Super Unisteel 3425 NW 167 St. FL 33055 Workhorse Unisteel Super Hi -Miler --` _ Hi -Miler __ +� ,Opalocka. Rib___ ,G_291__`- - _---- . .:;�. �--`----_----__ - __--- __ Bid u Na Sid Na Bid Na Bid No Bid No Bid i Southwest CycleNJ NoBidNo Co. Bird Road Miatia, 'FL 33165 12 �N�iunliuunni �i� uu i i LY}uk Jailn .l... IN NIL! IAU III In 1n1nun-u"Juiu uu w J - -.., ... .�.� aauaatavt.a1rit111V1V I AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS, APRIL 1, 1991 BID 90-91- 69 TIRES AND TUBES yENDOR item #26 Item 11.00R/ Item 28 10.00/15 Item 9 10.00R/20 Item 30 F186MN90/ Item #31 11.00R/20 Item #32 10.00/20 8.25/15 22.5 S Balado National No Bid No Bid No Bid No Bid No Bid No Bid loope0r ** Tires RM 1633 NW 27 Ave. Hwy Miami, FL 33125 H119.55 Fedan Tires 122.27 188.87 139.00 168.84 Taurus No Bid No Bid Indun Indun Corp.. Kumho Taurus Kumho RV1 Rib 2290 W 1 Ave. 355 RV2 Rib 301 Hialeah, FL 33010 N66-81 Palmetto No Bid No Bid No Bid No Bid Dunlop No Bid No Bid Kawasaki 6400 W 20 Ave. Hia . , FL 33016 Lynn Strickland 140.38 240.51 140.39 220.43 No Bid 293.77 Michelin 128.37 Cooper 3850 NW 30 Ave. Cooper Cooper Cooper Cooper Steel XM+S4 :Miami, FL 33142 Radial NM ,Martino Tire Co. 91.04 205.99 114.40 Goo Goodyear 1oodye No Sid 2o0.ye Goodyear 1udd9e Guo3year 4421 SW 74 Ave. Goodyear Unisteel year Hi -Miler Unisteel Unisteel Super Miami, FL 33155 Hi -Miler II II G-2$6 Hi -Miler LPT _ -- Miami Tiresoles 114.30 _ 194.00__._ 165.81 177.47 No Bid No Bid Goodyear 7800 NW 103 St- Goodyear Goodyear Goodyear Goodyear Super Miami, FL 33012 Hi -Miler Unisteel Hi -Miler Unisteel Hi -Miler L_PT 11 LPT I I !� t - (NM)- Gvodyear Tire - - - 114.31 194.53 165.82 1r38.75 No Bid Goodyear Goodyear 3425 NW 167 St. Goodyear Goodyear Goodyear Hi -Miler Goodyear Unisteel Unisteel Super tlalocka, FL Hi -Miler Unisteel II Hi-Milerr ----- 33055----------- LPT-'----- _-__---- - LPT----- --it---- - ---------- --- --------- --II No Bid No Bid 65.81 No Bid No Bid ! Southwest Cycle No Bid No Bid Dunlop lg Co. 8966 Bird Road Miami, :P..L . 33165 ** 10% LOCAL PREFERENCE APPLIED II y DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS, APRIL 1, 1991 BID #90-91-069 TIRES AND TUBES VENDOR Item #33 Item #34 Item #35 Item #36 Item #37 Item #38 Item #39 12.00/20 205/80/10 13.00R/20 16.5R/22.5 18.00/25 LT215/85R16 7.50/15 H Salado National 218.71 No Bid No Bid No Bid No Bid 168-001 130.70 Tires Cooper Cooper Dico U.S. 1633 NW 27 Ave. XMT SRM Deep Trac Miami, FL 33125 ) Fedan Tires No Bid No laid No Bid No Bid No Bid 68.26 No Bid Corp. Kumho 2290 W 1 Ave. 821 Hialeah, FL 33010 H Palmetto No Bid No Bid No Bid No Bid No Bid No Bid No Bid Kawasaki 6400 w 20 Ave. Hia., FL 33016 (NM) Lynn Strickland 238.00 No Bid 1439.001 No laid No Bid 68.74 No Bid 3850 NW 30 Ave. Cooper Michelin Cooper Miami, FL 33142 XMT 22 _ _ SRM _ (NMJ Martino Tire Co. - 211.49 -_ 22.99 No Bid 1364.731 No Bid 71.23 Goodyear 129.99 Goodyear 4421 SW 74 Ave. Goodyear Goodyear Goodyear Miami, FL 33155 Custom Power Unisteel Wrangler Xtra Hi -Miler - G286 LT Traction NM' _- _Cushion_- `- Miami Tiresoles 266.00 30.13 No Bid No Bid No Bid 72.00 147.98 7800 NW 103 St. Goodyear Goodyear Goodyear Goodyear Miami, FL 33012 Custom Power Wrangler Xtra Hi -Miler Cushion tign NM: Goodyear Tire 266.52 30.13 No Bid No 3425 NW 167 St. Goodyear Goodyear opalvcka, FL Custom Power H -Miler Cushion Bid I No Bid 33U55 1------------------------------ 72.30 Goodyear Wrangler LT 161.85 Goodyear Xtra Traction Bid I No Bid I No Bid f No Bid Lj f DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS, APRIL 1, 1991 BID #90-91-069 TIRES AND TUBES Item #40 Item #41 Item #42 Item #43 Item #6 13.00/24 14.001214 16.00/24 18/850/8 MR90/18 S' Balado National No Bid No Bid No Bid No Bid No Bid Tires 1633 NW 27 Ave. Miami, FL 33125 H Fedan Tires No Bid No Bid No Bid No Bid No Bid Corp. 2290 W 1 Ave. Hialeah, FL 33010 H Palmetto No Bid No Bid No Bid No Bid Dunlop Kawasaki K327M 6400 W 20 Ave. Hia., FL 33016 NM Lynn Strickland No Bid No Bid No Bid No Bid No Bid 3850 NW 30 Ave. Miami, FL 33142 --- ---- -"--"- 21.99 No Bid Martino Tire Co. 216.99 248.87 599.99 4421 SW 74 Ave. Goo year Goo year Goodyear Goodyear Miami, FL 33155 Sure Grip Sure Grip Sure Grip Power G2 G2 - G2 - - NM` - Miami Tiresoles 265.70 302.48 635.50 . 2503 No Bid tD 7800 NW 103 St. Goodyear Goodyear Goodyear Goodyear p••i Miami, FL 33012 Sure Grip Sure Grip Sure Grip PowRiber 1 - (NM) oodyear Tire 240.79 276.27 635.54 Goodyear 29.76 Goodyear No Bid 3425 NW 167 St. palocka, FL Goodyear Sure Grip Goodyear Sure Grip Sure Grip Power Rib 3305588.70 �- southwest Cycle No Bid No Bid No Bid No Bid Dunlop o. K327M ti66 Bird -Road ami., FL 33165 item *bi 18/850/8 No Bid No Bid No Bid No Bid 22.34 Goodyear Rib Terra 23.46 Goodyear Rib Terra 25.66 Goodyear Rib Terra No Bid 18/950/8 No Bid No Bid No Bid No Bid 28.49 Goodyear Rib Terra 29.94 Goodyear Rib Terra 32.74 Goodyear Rib Terra No Bid 1 1 U -0 DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION O BiDS,.APRIL , 1991 BID # 0- 1-06 TIRES AND TUBES Item #64 Item #65 8.25/20 Item #66 8.25/15 Item #67/22 11.00%22 Item 168 6 ySNDOR Item #63 18/950/8 5.70/8 Tubes Tubes Tubes Tubes Tubes H Bid 7.25 9.?5 11.50 4.50 Balado National No Bid No Tires 1633 NW 27 Ave. Miami, FL 33125 8.75 12.70 4.88 Fedan Tires No Bid No Bid 8.31 Corp. 2290 W 1 Ave. Hialeah, FL 33010 H Bid No Bid No Bid No Bid No Bid No Bid Palmetto No Kawasaki 6400 W 20 Ave. -- Ilia., FL 33016 rRIM Lynn Strickland No Bid No Bid 8.50 8.95 14.05 ti.50 3850 NW 30 Ave. Miami, FL 33142--- ---- '-` TOT- 128.49 26.37 No Bid No Bid No Bid No Bid Martino Tire Co. 4421 SW 74 Ave. Gar Goodyear Miami, FL 33155 Rib Terra Hi-lander _ - -- Miami Tiresoies 29.94 27.38 9.20 10.31 7800 NW 103 St. Goodyear Goodyear Miami, FL 33012 Rib Terra Hi-lander to NM Goodyear Tire No Bid 29.95 8.93 12.14 14.52 7.70 # NW 167 St. Goodyear _3425 t3paioGka, FL Hi-lander ----- -------- `` 33055 -� CT_ - � Southwest Cycle -------- a No Bid No Bid No Bid No Bid No Bid No Bid CO+ . ,8966 Bird Road idiatt, FL 33165 Item $bv 7.50/15 Tubes 4.99 6.50 No Bid 6.15 No Bid 9.40 8.47 No Bid 2 DEPARTMENT OF GENERAL SXRVICES"ADMINISTRATION AND SOLID WASTE FLEET W NAGEMELiT DIVISION TABULATION OF BIDS, APRIL-1, 1991 BID #90-91-069 TIRES AND TUBED Item #70 8.17/572 ile00R/20 Item 5.70/876 Tub00R/20 VENDOR 4ao/a 10 00/20 11.00/20 Tubes Tubes Tubes Tubes Tubes Tubes Tubes 8.40 7.60 10.95 13.50 3.74 25.00 Salado National 3.00 Tires 1633 NW 27 Ave. Miami, FL 33125 -----^----- Sid 15.73 i�-�- g,g7 7.95 11.97 13.75 No Fedan Tires 3.15 E Corp. ' 2290 W 1 Ave. Hialeah, FL 33010 H No Bid No Bid No Bid No Bid No Bid palmetto No Bid No Bid Kawasaki 6400 W 20 Ave. Hi_a_..,FL 33016 rNM) 12.75 15.35 3.75 33.56 Lynn Strickland 3.75 9.5U 9.45 3850 NW 30 Ave. Miami, FL 33142 NM - Bid No Bid No Bid No Bid No Bid Martino Tire Co. No Bid No Bid No 4421 SW 74 Ave. Miami, FL 33155 NM 14.00 16.00 4.00 23.60 Miami Tiresoles 4.00 1U.90 9.90 7800 NW 103 St.-- M ami, FL 33012 - {NM} No Bid 10.77 15.79 16.87 3.62 21.05 Goodyear Tire 2.93 3425 NW 167 St. Opal. 5Cka. FL ___-- 33055 ---� +-' - ---- ^--^-- _k4i Bid No Bid Na Bid Ida Bid No Bid F ��---� d5 southwest Cycle No Bid No Bid No 8866 Bird itc+ad i Jami . Fl. 33165 U 0 DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS, APRIL 1, 1991 ID #90-91-069 TIRES AND TUBES VENDOR Item #78 Item #79 Item #80 Item #81 Item #82 Item #83 Item #84 Item #85 14.00/24 16.SR/22.5 10.00/15 9.00/20 7.50/20 400/12 13.00/24 13.6-16.9/28 Tubes Tubes* Tubes Tubes Tubes Tubes Tubes Tubes Ii Balado National 24.00 No Bid 9.98 17.00 7.20 3.30 23.90 No Bid Tires 1633 NW 27 Ave. Miami, FL 33125 H Fedan Tires 22.86 No Bid 9.90 7.77 8.45 3.75 13.75 16.79 Corp. 2290 W 1 Ave. Hialeah, FL 33010 H Palmetto No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Kawasaki 6400 W 20 Ave. Hia., FL 33016 NM Lynn Strickland 24.50 No Bid 11.00 8.50 8.45 4.00 25.00 22.50 22.50 3850 Nil 30 Ave. Miami, FL 33142 TNM-F- Martino Tire Co. No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 4421 SW 74 Ave. Miami, FL 33155 (NM) Miami Tiresoles 23.60 No Bid 11.98 9.71 9.60. 4.25 27.40 19.00 7800 NW 103 St. Miami, FL 33012 1-- N14 Goodyear Tire - 25.70 No Bid 11.95 9.62 10.08 No Bid 25.70 No Bid 3425 NW 167 St. Opalocka, FL 33055 Southwest Cycle No Bid No Bid No Bid No Bid No Bid No Bid No Bid No bid CO. 6966- Bird Rd. Miami, FL 33165 33010 _ _ I Ll FIRE GARAGE TABULATION OF BIDS, APRIL 1, 1991 BID N0. 90-91-069 TIRES AND TUBES Item #7 LT215185RX16 10e00RX2OUTD Item 00 R20 item #46 I2 OORX20 NDOR P225/75R1 5 B0e R1655LT / $t75X16 5LT Eitem RX20MT 7Baladoational 37.82 Cooper TSII 65.00 Cooper SRM 61.20 Cooper SRM ----- 68.00 Cooper SRM) ----- ----- ----- 1633 NW 27 Ave Miami FL 33125 -:_-- 68.26 ----- ----- _____ Fecian Tires Corp (H) ____ ----- ----- Rumho 821 2290 W 1 Ave Hialeah FL 33010 Palmetto Kawasaki (H) ----- ----- ----- ----- 6400 W 20 Ave Hialeah FL 33016 58.82 60.82 + 68.74 SRM 248.85 hXMS+41in 220.43 Cooper + Michelin Lynn Strickl=(NM)9 Coo er SRM P Cooper SRM is a in Cooper xM+54 3850 NW 34 Aer Miami, FL 33dsetter XM+54 38.34 66.52 1.5 250.69 1, + 183.85 Unisteel 179.99 Unisteel 279.80 88 G- � Martino Tire Co. (NM) `4421 Goodyear Goodyear Goodyear Unisteel Dangler Tn II SW ?4 Avenue Miami, FL 33155 Arriva Wrangler Workhorse G28* 39.i0 66.50 + 52.66 ----- 72.00 Wrangler ----- 177.47 138-376-955 ----- Miami Tiresoles (NM) 7800 NW 103 Street Tiempo Wrangler LT 9 741-345-402 Workhorse LT three (3) day deliver Miami, FL 33012 774-692-248 R75-090 t' 177.47 ----- '+I 7� dyear Tare (NM) 37.10 66.78 52.67 Workhorse 215.64 Unisteel 72.30 two (2) day delivery 3425 NW 167 Street Rib II Opa Locka FL 33055 thwedt Cycle Co (F)' ----- ---- ----- ---- 8mBird iioad n 33165 FIRE GARAGE TABULATION OF BIDS, APRIL 1, 1991 BID NO. 90-91-069 TIRES AND TUBES V£NWR Item #47 365/8OR20 Item #48 110OR20 Item #49 13/8OR20 Item #50 1OR20 Item #51 10OOR22.5 Item #52 425/65R22.5 Item #53 315/8Or22.5 Item #54 11R22.5 Salado National ----- ----- ----- ----- ----- ----- ----- ----- Tires (H) 1633 NW 27 Ave Miami FL 33125 Fedan'Tires Corp (H) ----- ----- ----- ----- ----- ----- ----- ----- 2290 W 1 Ave r Hialeah FL 33010 Palmetto Kawasaki (H) ----- ----- ----- ----- ----- ----- ----- ----- 6400 W 20 Ave Hialeah FL 33016 Lynn Strickland (NM) + Michelin + Michelin ----- + Michelin + Michelin 400.18 Michelin + Michelin + Michelin 3$50 NW 30 Ave Miami, FL 33142 XZA XZA XZA XZA XZY XZY XM+54 Martino Tire Co. (NM) 277.70 223.52 231.47 191.59 Unisteel 178.88 Unisteel 364.73 Unisteel 304.59 Unisteel 222.99 Unisteel 4421 SW 74 .Avenue Unisteel Unisteel Unisteel G-186 II II G-286 G-2*1 TD Miami, FL 33155 G-186 II * * * _ "ami ----- 221.00 ----- ----- 378.00 ----- ----- Tiresoles (NM) ----- G-18 6 G-286 7.800 NW 103 Street 138-397-893 759-553-541 FL 33012 boodyear Tire (NM) ----- ----- 221.93 ----- 221 22 378.70 G-286 ------ ----- 3425 NW 167 Street G-186 Opa Locks FL 33055 Southwest Cycle Co (F) ----- ----- ----- ----- ----- ----- S9?b6 T rd. , Road . ., . 33165 r.r,nn wnm w�tnm ory+�TZ+TnrmTn*te a ()T73T.TVTRn T:tPAV 1Z FF.Tt CpF.t`Ti'TC IITTFINC .... ....... FIRE GARAGE TABUU4TION OF BIDS, APRIL 1, 1991 BID NO. 90-91-069 TIRES AND TUBES item #55 Item #56 Item #57 Item #58 i6.5R22.5 Item #64 15.70 X 8 item #73 It75 TUBEDxF020�pRFDXR20 Item #76 SU70-$R.r.R i100R20UTD 1100R20 1oR22.5 13 50 3.74 Balado National _+_-- ----- ----- ----- ----- 7.60 - Tires (H) 1633 NW 27 Ave Miami FL 33125 ----- ----- 7.95 13.75 ----- Fedan Tires Corp (H) -"-- -`-`- 2290 W 1 Ave Hialeah FL 33010 Palmetto Kawasaki (H) ----- ""- `---- ----- ----- 6400 W 20 Ave Hialeah FL 33016 275.59 Michelin XZA 235.35 + Michelin XM+54 400.18 Michelin xzY ----- 9.45 15.35 3.75 Lynn Strickland (NM) 3850 NW 30 Ave Miami, FL 33142 293.77 Michelin XM+54 26.37 CT -Lander ----- ----- ----- 223.52 Unisteel TD 219.00 Unisteel II 182.39 Unisteel TD 364.73 Un2sst6eel ino Tire Co. (NM) 4421 SW 74 Avenue Miami, FL 33155 f: 27�.38 260-087 857 9.90 16.00 4.00 ----- 215.00 115-382 138 _�--- ----- ami resoles NM T ( ) 7800 NW 103 Street ami:, FL 33012 0 29.95 10.77 16.87 ----- odyear Tire -(NM) 342S NW 167 Street Locka FL 33055 'i on est Cycle Co(F) 066, gird , Road L' : FL' 33165 ----- ---_ _--_- ----- _---- T�1n TT11 ..f1/'. nTT I'.nnl.T nTI.w TT/�u9 /'. ��iii nulil iil IIII111IIY.1I IIIIII�II.II.III III IIi I�Ij1'ilindllll 11 I �I I.III rift UARAUE TABULATION OF BIDS, APRIL 1, 1991 BID NO. 90-91-069 TIRES AND TUBES R Item #77 TUBE FOR Item #81 TUBE FOR 130OR % 20 9.00 % 20 Salado National (H) 25.00 7.00 Tres 1633 NW 27 Ave Miami FL 33125 15.73 7.77 edan Tires Corp (H) 2290 W 1 Ave Hialeah FL 33010 aimetto Kawasaki (H) ----- ----- 400 W 20 Ave ialeah FL 33016 Lynn Strickland (NM) 33.56 8.50 3850 NW 30 Ave Miami., FL 33142 ----- ----- Martino Tire Co. (NM) 4421 SW 74 Avenue Iniami, FL 33155 ami iresoles (NM) 23.60 9.71 7800 NW 103 Street ami, FL 33012 odyear Time (NM) 21.05 9.62 167:Street ocka FL 33055 Luth3425NW west Cycle Co(F) -----Bird Road.,' FL 33165 I md NJ