Loading...
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