RES 1997-2422 - Bids for tires •
DMAHA,n,�
� F ����,�� RECEIVED
E C L,r" I V E D Finance Department
4 * 'ti�,; Omaha/Douglas Civic Center
%wital►1!ft� 3a„ 1819 Farnam Street,Suite 1004
' s, � 97 AUG � 4 AM 10: 54 Omaha,Nebraska 68183 1004
� ti (402)444-5416
'TFDFEBRV CITY
CLERK
Telefax(402)444-5423
City of Omaha O M A H A, N E B R A S K A Louis A.D'Ercole
Hal Daub,Mayor Director
August 26, 1997
Honorable President
and Members of the City Council,
Transmitted herewith is a Tabulation of Bids received on tires and a Resolution authorizing the
Purchasing Agent to issue purchase orders, as requirements are submitted,to Dillon Tire Co.,B & S
Transport, Inc., Jensen Tire Co., Bridgestone Firestone, Inc., Allied Oil & Supply, and GCR
Firestone Tire Co. for tires and tubes on a twelve-month price agreement.
Primary Alternate
Passenger Vehicle Tires Supplier Supplier
Police Special -
Special Order Item
Regular Tread Jensen Tire None
Mud and Snow Jensen Tire None
Radials
All Season Tread Bridgestone Firestone,Inc. Allied Oil & Supply
Mud and Snow Bridgestone Firestone,Inc. Allied Oil& Supply
Truck Tires 1
Radials -Light Truck
(thru 9.50 x 16.5) GCR Firestone Dillon Tire
Light Truck-Bias
(thru 9.50 x 16.5) GCR Firestone Dillon Tire
Radials -Medium Truck
(thru 12.00 x 20) Jensen Tire B &S Transport,Inc.
Medium Truck- Bias
(thru 12.00 x 20) • Jensen Tire B& S Transport,Inc.
•
Honorable President
and Members of the City Council
Page 2
Primary Alternate
Supplier Supplier
•
Large Truck.,
Grader.OTR B & S Transport,Inc. GCR Firestone
Farm Service Allied Oil& Supply GCR Firestone
Industrial B & S Transport, Inc. GCR Firestone
Tubes to be supplied by tire supplier.
The Contractors have on file current Annual Contract Compliance Report Forms(CC-1). As is City
policy, the Human Relations Director will review the Contractor to ensure compliance with the
Contract Compliance Ordinance.
The Purchasing Division recommends the acceptance of the bids of Dillon Tire Co., B & S
Transport, Inc., Jensen Tire Co., Bridgestone Firestone, Inc., Allied Oil & Supply and GCR
Firestone Tire Co., and that costs be paid from the appropriate accounts.
R or e e • Approved:
at Burke ate George . a s, Jr., Director Date
ity Purchasing Agent Human ations Department
Approved for Funding Only: Referred to City Council for Consideration:
EA47 007
&A. oiirector Date Mayor's Office/Titlet, Date
Finance Department
P:\FTN\3215.PJTVT
417
/o-if ,
-247
D73 n) c �. 03 o pp n ``�`
N
`< D D
v, co
co o m g a CD rn m Z �` D m m n %n
`. 73 cCD an 9° cc m Z O-n O p O
_/ oo M Z Z T w a = O T 0 o m D m rn co
3) Q m m - a, W o rn 3 ) co Z . 0
C = .. XJ m 7/ a m (n o m o r' m mp v o n ' N = O
p C I— N I— cfl - r' m ;U w 0300
m o 3 m ea m N. m v cn cn c) < Z C Z LU
m cn 2 co ca co < = cD -I -i _^ v -
o m a' a a' fl, O o -� L co su
co a) — O ..
CCD 0 . n- o CD C 0- o U) -n m o vo, O 3 f.- O.
iii co rn illm can Z m .< .=
rn
;U , • rn
_3 co < m rn �'
:U 0 p o
p ? sa
CD
a) -p II) i a i i mCO
--. -yli '''-';- c-. -e-
.N7% .) P 6f.: t'‘ I' ew
I M
t',.11.. \.1 -V<Z?:"1D
k, )
...., 0. ,,..a ,
ic,„. .
. -. c
.th ty, r : —A .'s \ '-'
..,0\ 1 x z
cCZ.11/4-“' f'.:
. •, Z
..0.,, c-
,. .z.- il, - ,,, , 5. —
W'' ' g 4 V -t -0 cz,.%•
.2_ k,Th... .. § c
k (-1. ...... N.
1.
01
x ..,-....,..p..
'' m
a-' ... 4.-•\ '•?.,,lk,..,
c;' s7. k -.s,..11 , 1
0
- C
- Z
m
0 d V o -1 -a
D 73
2) c c. co 0 W
_+ (I) c 0 C m
N _
N) D � m D CO - 0 "D .
73
-I -1 c D mZrnR 'C_)
n
Fr ai o Fr m c 0 Po U) N O 's = 4
x X73 cn co ..n
-I Z D
m W m Q N O fZTI W m a O 'Ll m N m O Q 7 co Z N.
-i -I v - -i IV x y o --1 Q -4 h m CD o ' 1 E "1
O 0 x 0 0 m O 0. O m U) a to `4 (a Q
X X N 73 X a 30 a) 0 = I
N o v3
u v `� c n o > n `�fi, v 0 z c Z. Cu
(A Cl) I (A (A X 0 o m o a -i 3 -n C N 03
0 .. ,. o o i \ Q o = Q 3 N C O.
ca'0 Zyi -1 m (Q r
O '- X a. m (D .
X
c N
w
o cQ Co
z 03
o z, , iv
Vi
N an _-1N
m
- -
?U r , 1� 01 CIA 0 p m
(P v c �U 01 U - z
in
Cklf v.,
1 v !' „ ___._,
�� Z
m
_.....
_ _.:
1 1 r, ," C•' 0
_° C
.° i ' Go z
0 -1
MI
W .Y.'' UJ 4V `J c.. �1 z
y�
c
v � 1V �J 13
Z-
\� \\
m -
me
, z
c
m
£J d o 0
D 73
v 93 0 CO n
N
m 4 ° c m .
`° r D
-t Z D w ~ � -1 = 0 `0:' ,
O m C
g 1 c 7 n� = a O m C)
m ao 0 .- D coma)
o S m m m < m �' m Q o oo Z N. O
-� -t --� 5 -I -t - = A- m co v -I = -h
n
0 m m m m m n 0 = a Z xi � Co
= U) CA CA U) (A x `D 0
C <
(A U) (/) Cl) U) Ni 1 § 13 C N A)
0 0 , 0 0 Q 0•
H
.=
-o c W
^^
Ul =
SD D (D •
Q. (0 CD
CD 7
C Op
C \P F C ,- -'t ''. 2''' •N--1-.-
\ t 73-_-_- Z
NTO F i ,..-;•., k.- 0
c p,
_.+.
q,. kiL
H
b c...k.1
u-
,.._.......„ T ,
..„ k i V. wN o),,. -0
It t " C\\"- MC) al-
4 -,,,, 0 N. D
•
• 4 t g:, I 1 2z
--\ " c-) ,
..../ ,
k(... --, r � �p � , \ X c
4 w
m Z
r (.\) -4-
1 0
m
-o c
- z
n -
m
• CITY OF OMAHA L.M.M.
• REQUEST FOR BID AND BID SHEET
ON TIRES
FROM: P.M.Burke Published May 20, 1997
City Purchasing Agent
1003 Omaha-Douglas Civic Center NOT AN ORDER •
Page 1
1819 Farnam Street
Omaha,Nebraska 68183-0011
BID BOND OR CERTIFIED CHECK REQUIRED IN THE
AMOUNT OF
$1,000.00
Bid Closing Date June 18, 1997
11:00 A.M.
IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct.
Exemption certificates will be furnished. Do not include tax in bid.
1. Bid must be in the office of the CITY CLERK,LC-1, OMAHA-DOUGLAS
CIVIC CENTER, 1819 Farnam Street,Omaha, NE 68183-0011 by the 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet,
TIRES make suggestions covering reduction in costs wherever this is
2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard
submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change.
3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining.
the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be removed from our
Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check[ j.
unless otherwise indicated by you. Please do not call for this information.
It is the intent of this Request for Bid that the City enter into one or more price agreements for the City's requirements through
July 1, 1998. Material will be purchased as needed on open orders or orders issued for each requirement to the single overall
most successful vendor, in each category, based upon quality, cost and availability reserving; however,the right to buy where-
ever the best advantage to the City is served. In addition to requirements shown, non-standard purchases will occur by placing
orders with the successful vendor in each category at the discount price. Failure to supply sizes promptly shall be cause for
placing orders with an alternate supplier. Same day delivery may be required. In most cases is same day delivery probable?
Yes No •
Tires will be delivered to various City installations in response to purchase orders issued throughout the period. Acceptable brands
will be Firestone, General and Goodyear. Any other brands must be bid as an alternate. Bidder shall have service facilities within
the City for all types and sizes offered.
Tire shall carry a defect in material and workmanship warranty for the life of the tire to be adjusted on pro-rated tread wear basis,
on the buying price of the tire.
Tubes shall be equal in quality,weight and thickness to the top grade made in the above named brands
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human
Relations Department the Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the
Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita
Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or
SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid.
(Please Print Legibly or Type)
Payment Terms % Firm Incorporated in
Delivery(or completion) Name Signature
calendar days following award Title Phone Fax
Address
HP-8B (94) Street/P.O.Box City State Zips -
•
• CITY OF OMAHA
REQUEST FOR BIDS
ON TIRES
NOT AN ORDER Page 2 of 3
Bidders are required to complete the attached work sheets showing
the model and part number of the tire being bid,the list price,the dis-
count, net unit price and the extended price. Quantities are estimates
only; purchases may exceed or be less than those indicated and no
guarantee of quantities is intended or given.
BRAND OFFERED
NAME OF PRICE LIST OFFERED
DATE OF PRICE LIST OFFERED
ATTACH THE ABOVE INDICATED PRICE LISTS AND LITERATURE.
PASSENGER--To be all BSW when available-one side white to be
acceptable when BSW not available.
1. Certified Hiqh Speed Pursuit Radials for Police Service
•
A. Regular tread designated Net or less
(Is this special order?)
B. M & S tread designated Net or less
(Is this special order?)
2. Other Radials to meet original equipment specifications or to be
premium as listed by TIRE GUIDE.
A. All Season tread designated Net or less
B. M &S tread designated Net or less
SIGN ALL COPIES Firm
By
Title
PH-8C (91) CONTINUATION SHEET
CITY OF OMAHA
REQUEST FOR BIDS
ON TIRES
NOT AN ORDER Page 3 of 3
II. TRUCK, GRADER AND O-T-R
A. Truck Tires
1. Thru 7.00 x 18(9.50 x 16.5)
a. Radial Net or less
b. Bias Net or less
2. 7.50 x 20 (9 x 22.5 thru 12.00 x 30(18 x 22.5)
a. Radial Net or less
b. Bias Net or less %
3. Large truck(13.00 x 20 &up) Grader& Off-the Road
a. Radial Net or less
b. Bias Net or less
III. FARM SERVICE Net or less
IV. INDUSTRIAL Net or less
V. TUBES Net or less
ANY EXCLUSIONS OR EXCEPTIONS TO BE LISTED ON AN ATTACHED SHEET.
NOTE: REQUIREMENT FOR$1,000.00 BID BOND.
The surety company issuing said bond should be licensed
by the State of Nebraska and listed on the current edition
of Circular 570 of the United States Department of the
Treasury.
SIGN ALL COPIES Firm
By
Title
• PH-8C (91) CONTINUATION SHEET
F
•
TIRE BID
WORK SHEET
Tire models as shown in description are for indication of quality and for cross reference. Bidders are to
bid on tires shown or equal.
GROUP I.
Certified High Speed Pursuit Radials for Police Service
A. Regular tread designated Net or less ok
(Is this special order?)
B. M & S tread designated Net or less %
(Is this special order?)
Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
A. Regular tread
527 P225/70 HR15
Eagle GT+4
124 P215/70 HR14
Eagle GT+4 $ % $ $
B. M & S
Replaced by studded tires in 1994 TOTAL PRICE GROUP 1. $
GROUP II.
Other Radials to meet original equipment specifications or to be premium as listed by TIRE GUIDE.
A. All Season tread designated Net or less
B. M & S tread designated Net or less
Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
A. All Season
50 P195/75R14 S-1 $ % $ $
13 P205/75R15 S-2 $ % $ $
29 P235/75R15 S-2 $ % $ $
33 P205/75R14 S-1 $ % $ $
8 P215/75/R15 S-2 $ % $ ' $
7 P175/70/R14 S-1 $ % $ $
2 P175/80R13 $ % $ $
42 P185/70R14 S-1
Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
19 P165/80R13 S-1 •
15 P215/70R15 $ % $ $
16 P185/75R14 •
$ % $ $
42 P185/70R14 S-1 $ % $ $
B. M & S tread
100 P255/70R15 S-2
Ultra Grip N or equal $ % $ $
Indicate Cost for
Studding the Tires $
•
TOTAL PRICE GROUP II $
•
GROUP III.
Truck Tires
Thru 7.00 x 18 (9.50 x 16.5)
A. Radial Net or less ok
B. Bias Net or less ok
Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
A. Radial
27 LLT225/75R16
D Ply T/L
12 8.75R16.15 LT
Wrangler Radial A/T
DPly •
$ % $ $
59 P235/75R15 $ % $ $
4 LT235/85R16-E Ply $ % $ $
32 LT235/85R16
E Ply T/L $ % $ $
16 LT215/85R16 Steeltex
D Ply T/L $ % $ $
32 LT215/85R16- E Ply $ % $ $
B. Bias
26 750-16 Workhorse
M&SDPlyT/L $ % $ $
•
•
Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
12 750-16 Workhorse
Rib E Ply T/L $ % $ $
6 9-145 Traction Hi-
Miler GC-0600 T/L
F Ply $ • % $ $
5 8-145 Traction Hi-
• Miler GC-0600 T/L
F Ply
TOTAL PRICE GROUP III $
GROUP IV
Truck Tires
(7.50 x 20 (9 x 22.5 thru 12.00 x 30 (18 x 22.5)
A. Radial Net or less
B. Bias Net or less
Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
A. Radial
2 1100R20-HP3000
H Ply T/T $ % $ $
81 11 R22.5 G Ply
T663 T/L $ % $ $
14 11.00R20 H Ply
Traction Drive
T831 T/T
3 9.00R20 G Ply
T546 T/T • $ % $ $
1 11 R22.5 G Ply
T559 T/L
6 11R22.5 H Ply
UT2000 T/L $ % $ $
1 10.00R20 H Ply
T546 T/T $ % $ $
20 12R22.5 H Ply
PSD 3000 T/L
Drive Axle Radial
Discount
•
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above)• Cost Total
5 385/65R22.5 J Ply
HP3000 Radial T/L $ % $ $
3 12.00R20 J Ply
HP3000 RAD TB ST •
T/T $ % $ $
B. Bias .
57 11.00 x 20 Super
All Traction non-
directional-T/T G Ply $ • % $ - $
2 7.50 x 20 E Ply Super
All Traction TIT $ % $ $
26 10.00-20 F Ply Super
All Traction - non
directional TIT $ % $ $
34 11.00-20 G Ply
Transport T/T $ % $ $
8 9.00-20 E Ply
Super All Traction
non-directional T/T $ % $ $
11 11-22.5 E Ply Power
Drive T/L $ % $ $
13 10.00-20 F Ply
Transport T/T $ % $ $
2 9.00-20 E Ply
Transport T/T $ % $ $
3 7.50-20 E Ply
Transport T/T $ % $ $
6 18-22.5 H Ply T/L $ _ % $ $
2 7.50-20 E Ply .
Super All Traction T/T $ % $ $
1 10.00 R20 G Ply $ % $ $
1 8.25-20 E Ply
Super All Traction
non-directional T/T $ % $ $
TOTAL PRICE GROUP IV $
•
GROUP V
Large Truck(13.00 x 20 & up) Grader& Off-the-Road
A. Radial Net or less
B. Bias Net or less
Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
A. Radial
No purchases in 1996
B. Bias
13 15-22.5 Rib Duplex •
16 Ply T/L $ % $ $
18 17.5-25 12 Ply Super •
Rock Grip Loader
Dozer L-3 T/L $ % $ $
1 15-22.5 16 Ply Super
All Traction Duplex T/L $ % $ $
1 13.00-24 12 Ply Super
Ground Grip Road
Builder G-2 T/L $ % $ $
1 14.00-24 12 Ply Super
Ground Grip Road
Builder G-2 T/L $ % $ $
TOTAL PRICE GROUP V $
GROUP VI
Farm Tires
F Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
3 11L-16 10 Ply Laborer
F-3-GC3510 •
1 11 L-15 8 Ply Farm
Service I-1 GC3520 $ % $ $
12 600-16 6 Ply Implement
Rib I-1 GC3620 $ % $ $
11 900-10 4 Ply Implement
Rib I-1 GC3620 $ % $ $
Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
7 149-24 6 Ply Dyna
Torque II Rear
Tractor R-1
TOTAL PRICE GROUP VI $
GROUP VII
Industrial
Discount
Estimated Tire Model List (same as Unit
Annual Usage Description Part Number Price above) Cost Total
7 15-600-6 2 Ply
Softrac RS GC5641
7 18-950-8 4 Ply
Softrac GC5640
6 18-850-8 4 Ply
Power Rib GC5681 $ % $ $
7 18-850-8 4 Ply
Terragard GC5700 $ % $ $
3 23-850-12 4 Ply Super •
Terra Grip GC-5650/
5750 $ % $ $
TOTAL PRICE GROUP VII $
GROUP VIII
Tubes
Will be awarded as required with tires.
'c 25A" CITY OF OMAHA
LEGISLATIVE.CHAMBER
Omaha,Nebr Augu.s.t..2.6 19.9.7
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS,bids were received June 8, 1997 for a 12-month price agreement on tires
for various departments; and,
WHEREAS, the City received bids from six vendors: Dillon Tire Co., B & S
Transport,Inc.,Jensen Tire Co.,Bridgestone Firestone Inc.,Allied Oil&Supply,and GCR Firestone
Tire Co.; and,
•
WHEREAS,the lowest and best bids were computed by comparing discounts from
the price lists submitted by each bidder; and,
WHEREAS,Dillon Tire Co., B & S Transport, Inc., Jensen Tire Co., Bridgestone
Firestone Inc.,Allied Oil&Supply,and GCR Firestone Tire Co. submitted the lowest and best bids
for various items listed on the specifications which are attached hereto and incorporated herein; and,
WHEREAS,the bid tabulation reflects the lowest and best bid in each category of tires
for which bids were submitted. The bid tabulation sheet is attached hereto and incorporated herein;
and,
WHEREAS, Dillon Tire Co., B & S Transport, Inc.,Jensen Tire Co., Bridgestone
Firestone Inc., Allied Oil & Supply, and GCR Firestone Tire Co. have complied with the City's
Contract Compliance Ordinance.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the bids of Dillon Tire, Inc., B & S Transport, Inc., Jensen Tire Co.,
Bridgestone Firestone Inc.,Allied Oil&Supply,and GCR Firestone Tire Co.,for a 12-month price
agreement on tires for various departments in the amounts as indicated on the bid tabulations are
accepted as the lowest and best bids within their categories and awards are made to B & S Transport,
Inc.,Jensen Tire Co.,Bridgestone Firestone Inc.,Allied Oil&Supply, and GCR Firestone Tire Co.
The amounts of these charges shall be paid from the appropriate accounts.
P:\FIN\3216.PJM APPROVED AS TO FORM:
By SSISTANT CITY ATTORNEY DATE
a member
•
Adopted AUG 2 199Z
City CI k
Approved.... • ......
yor
,
arc' o co 0 o Fo
° p r� P
� ''' r y ((DD (op ° (gyp co co ° C.D p
O n �'
I
C D ¢' . C
A O 'ti ° c � aN.)NJpc( 1—'
() 'zs r. 0 .. Po q = ,, �. .
0
77' CDCAD CCDD Cam/) v8, ' CCDD CD (n