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