solicitation fb -01140 tire purchases and related services … · 2019. 8. 1. · addendum no. 2...

36
Solicitation FB - 01140 Tire Purchases and Related Services Solicitation Designation: Public Miami - Dade County Solicitation FB-01140 Miami-Dade County 4/9/2019 2:43 PM p. 1

Upload: others

Post on 28-Aug-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

55

66

Solicitation FB-01140

Tire Purchases and Related Services

Solicitation Designation: Public

Miami-Dade County

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 1

Page 2: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

5

6

Solicitation FB-01140

Tire Purchases and Related Services

Solicitation Number    FB-01140

Solicitation Title    Tire Purchases and Related Services

Expected Expenditure    $23,400,000.00 (This price is expected - not guaranteed)

Solicitation Start Date Mar 4, 2019 5:53:40 PM EST

Solicitation End Date Apr 17, 2019 6:00:00 PM EDT

Question & Answer

End Date Apr 12, 2019 6:00:00 PM EDT

Solicitation Contact    Debra S. Butler

Procurement Contracting Officer 1

ISD - Procurement Management Services

305 -375 -5663

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    See Bid Documents

Prices Good for    See Bid Documents

Solicitation Comments See Bid DocumentsAdded on Mar 14, 2019:3/14/2019Addendum No. 1 has been uploaded.Section 4.4 Price and Product List Group 4 Solid Fill has been revised and uploaded.Added on Mar 22, 2019:Bid end date extended 1 week, now ending on 3/29/2019, at 6:00 pm eastern.Added on Apr 8, 2019:*** ATTENTION *** ATTENTION *** ATTENTION ***

The Bid end date has been extended to 4/17/2019.

An Addendum will be published on 4/09/2019 with revisions to Section 2, 3, and 4.All bids will have to be resubmitted, per the revised bid packet (see Addendum No.2 releasing on 4/09/2019).*** ATTENTION *** ATTENTION *** ATTENTION ***

Added on Apr 9, 2019:ADDENDUM NO.2 IS NOW ATTACHED - PLEASE REVIEWTHE REVISED BID DOCUMENT IS NOW ATTACHED -  PLEASE REVIEW

FB-01140 TIRE PURCHASES AND RELATED SERVICES  - SECTIONS 2 -  4 REVISED 4.9.2019 

Addendum # 1

Previous End Date    Mar 22, 2019 6:00:00 PM EDT New End Date    Mar 29, 2019 6:00:00 PM EDT

Addendum # 2

Previous End Date    Mar 29, 2019 6:00:00 PM EDT New End Date    Apr 8, 2019 6:00:00 PM EDT

Item Response Form

Item     FB-01140 --01 -01 - Tire Purchases and Related Services

Quantity    1 each

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 1

DescriptionSee Bid Documents:  to enter pricing 

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 2

Page 3: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

5

6

Solicitation FB-01140

Tire Purchases and Related Services

Solicitation Number    FB-01140

Solicitation Title    Tire Purchases and Related Services

Expected Expenditure    $23,400,000.00 (This price is expected - not guaranteed)

Solicitation Start Date Mar 4, 2019 5:53:40 PM EST

Solicitation End Date Apr 17, 2019 6:00:00 PM EDT

Question & Answer

End Date Apr 12, 2019 6:00:00 PM EDT

Solicitation Contact    Debra S. Butler

Procurement Contracting Officer 1

ISD - Procurement Management Services

305 -375 -5663

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    See Bid Documents

Prices Good for    See Bid Documents

Solicitation Comments See Bid DocumentsAdded on Mar 14, 2019:3/14/2019Addendum No. 1 has been uploaded.Section 4.4 Price and Product List Group 4 Solid Fill has been revised and uploaded.Added on Mar 22, 2019:Bid end date extended 1 week, now ending on 3/29/2019, at 6:00 pm eastern.Added on Apr 8, 2019:*** ATTENTION *** ATTENTION *** ATTENTION ***

The Bid end date has been extended to 4/17/2019.

An Addendum will be published on 4/09/2019 with revisions to Section 2, 3, and 4.All bids will have to be resubmitted, per the revised bid packet (see Addendum No.2 releasing on 4/09/2019).*** ATTENTION *** ATTENTION *** ATTENTION ***

Added on Apr 9, 2019:ADDENDUM NO.2 IS NOW ATTACHED - PLEASE REVIEWTHE REVISED BID DOCUMENT IS NOW ATTACHED -  PLEASE REVIEW

FB-01140 TIRE PURCHASES AND RELATED SERVICES  - SECTIONS 2 -  4 REVISED 4.9.2019 

Addendum # 1

Previous End Date    Mar 22, 2019 6:00:00 PM EDT New End Date    Mar 29, 2019 6:00:00 PM EDT

Addendum # 2

Previous End Date    Mar 29, 2019 6:00:00 PM EDT New End Date    Apr 8, 2019 6:00:00 PM EDT

Item Response Form

Item     FB-01140 --01 -01 - Tire Purchases and Related Services

Quantity    1 each

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 1

DescriptionSee Bid Documents:  to enter pricing 

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 3

Page 4: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

ADDENDUM NO. 2 DATE: April 9, 2019

TO: All Prospective Bidders

SUBJECT: FB-01140

TITLE: Tire Purchases and Related Services

This Addendum becomes a part of the subject solicitation.

1. At the request of the Internal Services Department, Fleet Management Division, revisions have been made to the solicitation that impact the following sections.

Section 2

Section 3

Section 4

2. Revisions are easily identified by the Section Paragraph Header’s in yellow highlight; however, Bidders are encouraged to review the entire Bid document before submitting an offer.

3. If a Bidder has previously submitted an offer, you are now required to resubmit your offer, using the revised Bid document.

4. Q and A has been extended through April 12, 2019 at 6:00 PM.

5. The Bid end date has been extended through April 17, 2019 at 6:00 PM

All other information remains the same.

Miami-Dade County,

Debra Butler Procurement Contracting Officer

c: Clerk of the Board

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 4

Page 5: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

SECTION 2

SPECIAL TERMS AND CONDITIONS

2.1 PURPOSE

The purpose of this solicitation is to establish a contract that will be utilized by Miami-Dade County (County) to purchase new tires at the most competitive pricing offered by tire manufacturers through their retail distribution; and to purchase various tire related services by qualified, trained and/or certified service shops per the Original Equipment Manufacturers (OEM) specifications.

2.2 TERM OF CONTRACT

This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department, Strategic Procurement Division. The contract shall expire on the last day of the 60th month.

2.3 METHOD OF AWARD

Award will be made on a group by group basis as defined below. Bidders may bid on all groups or on an individual group.

Group 1 New Tire Purchases: Award of this group will be made to multiple bidders; up to five (5); by BRAND, per manufacturer and/or by authorized dealer; on a line by line basis per tire type; based on the highest discount rate % off manufacturer’s suggested retail price.

Group 2 Flat Tire Repairs and Replacement: Award of this group will be made to multiple bidders; up to five (5); based on the lowest overall NET fixed price; per County Department and tire type.

Group 3 Tire Retreading: Award of this group will be made to multiple bidders; up to five (5); based on the lowest overall NET fixed price; per recapping service type.

Group 4 Solid Fill: Award of this group will be made to multiple bidders; up to five (5); based on the lowest overall NET fixed price; per solid fill application/service type.

Group 5 Open Prequalification Pool: For the purchase of additional tires and/or tire related services not defined within Groups 1 through 4. Bidders must meet the minimum requirements on at least one (1) of the previous groups to be considered for placement on the prequalification pool and invited to participate in future spot market quotes.

County staff shall first place purchase orders from the awarded bidder with the lowest overall NET fixed price. If the awarded bidder can’t meet the purchase order requirements, staff may then order from the next lowest awarded bidder offering the same specific BRAND and/or SERVICE required. Staff must document any occurrence where an awarded bidder can’t meet the purchase order requirements prior to moving to the next lowest awarded bidder.

2.4 MINIMUM QUALIFICATIONS AND BID SUBMITTAL REQUIREMENTS

The Bidder must meet the minimum qualifications for each group that the Bidder submits an offer for, and all related technical requirements within Section 3 of this solicitation to be deemed responsive and responsible; and to be eligible for award recommendation.

Bidders shall provide all of the specified required information and/or documents listed below with their Submittal, as proof of compliance with the requirements of this solicitation. Failure to meet the minimum qualifications, or bid submittal requirements listed below may cause the Bidder not to be recommended for award. Bidders may be given the opportunity to provide the required documentation during the bid evaluation period, at the County’s discretion.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 5

Page 6: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

2.4.1 Group 1 New Tire Purchases:

1. Bidder must be a tire manufacturer or an authorized dealer; and must provide documentation to confirm compliance with this requirement. This can be satisfied by a copy of the agreement, a letter from the manufacturer, or a designation on the manufacturer’s website.

2. Bidder must provide a valid license, certificate or permit to confirm it can conduct and operate business as tire dealer; issued

by at least one of the following State or Local entities.

a. State of Florida Department of Highway Safety and Motor Vehicles

b. Miami-Dade County Department of Solid Waste Management; Waste Tire Generator or Hauler

c. Business Tax Receipt or Occupational License; Tires

3. Bidder must be regularly engaged in the business of providing new tires as a tire manufacturer, authorized dealer or reseller. To demonstrate this, the Bidder must provide two (2) business reference letters from current or previous customers who purchased large quantities of new tires from the Bidder within the last two (2) years. The reference letters must reflect a satisfactory recommendation, be signed on the customer’s letterhead, include the name, title, address, telephone, and email of the person providing the reference. These reference letters shall ascertain to the County’s satisfaction that the Bidder has sufficient experience providing the new tires.

4. Bidder must provide the contact information of a designated representative to provide the County with support and information concerning orders placed. Bidder shall provide the representative’s name, title, phone number, and email address.

5. Bidders are required to complete the pricing and product list provided in Section 4.1.

2.4.2 Group 2 Flat Tire Repairs and Replacement:

1. Bidder must be regularly engaged in the business of providing tires repairs and related service. To demonstrate this, the Bidder must provide two (2) business reference letters from current or previous customers who received tire repair services from the Bidder within the last two (2) years. The reference letters must reflect a satisfactory recommendation, be signed on the customer’s letterhead, include the name, title, address, telephone, and email of the person providing the reference. These reference letters shall ascertain to the County’s satisfaction that the Bidder has sufficient experience providing tire repairs and services.

2. Bidder must provide the contact information of a designated representative to provide the County with support and information concerning orders placed. Bidder shall provide the representative’s name, title, phone number, and email address.

3. Bidders are required to complete the pricing and product list provided in Section 4.2.

2.4.3 Group 3 Tire Retreading:

1. Bidder must be regularly engaged in the business of providing tire retread services. To demonstrate this, the Bidder must provide two (2) business reference letters from current or previous customers who received tire retread services from the Bidder within the last two (2) years. The reference letters must reflect a satisfactory recommendation, be signed on the customer’s letterhead, include the name, title, address, telephone, and email of the person providing the reference. These reference letters shall ascertain to the County’s satisfaction that the Bidder has sufficient experience providing tire retread services.

2. Bidder must provide the contact information of a designated representative to provide the County with support and information concerning orders placed and provide their name, title, phone and email.

3. Bidder must own or operate a secure service facility capable of supplying parts and performing repairs and services as

needed.

4. Bidders are required to complete the pricing and product list provided in Section 4.3.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 6

Page 7: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

2.4.4 Group 4 Solid Fill:

1. Bidder must be regularly engaged in the business of providing solid fill and/or foam filled tires. To demonstrate this, the Bidder must provide two (2) business reference letters from current or previous customers who received solid fill and/or foam filled tires from the Bidder within the last two (2) years. The reference letters must reflect a satisfactory recommendation, be signed on the customer’s letterhead, include the name, title, address, telephone, and email of the person providing the reference. These reference letters shall ascertain to the County’s satisfaction that the Bidder has sufficient experience providing the goods offered under this group.

2. Bidder must provide the contact information of a designated representative to provide the County with support and information concerning orders placed and provide their name, title, phone and email.

3. Bidder must own or operate a secure service facility capable of supplying parts and performing repairs and services as

needed.

4. Bidders are required to complete the pricing and product list provided in Section 4.4.

2.4.5 Group 5 Open Prequalification Pool:

1. Bidders must meet the minimum requirements on at least one (1) of the previous groups to be considered for placement on the prequalification pool.

2.5 PRICING

Pricing shall be firm and fixed for the first two (2) years of the Contract. Within ninety (90) days of the start of year three (3), and each one (1) year period thereafter; the awarded bidders of Groups 3 and 4 may submit a formal written request for a pricing adjustment. The request shall include a brief explanation, any relevant supporting documentation, and be sent to the Procurement Contracting Officer via email or US mail. The County will consider each request and evaluate based on the pricing indices published at the time of the bidder’s request.

United States Department of Labor, Bureau of Labor Statistics: Producer Price Index (PPI)

Tires, Tubes, Tread, and Repair Materials (0712)

The County reserves the right to negotiate and/or reject any price adjustment submitted by the awarded bidder, and may also request a reduction in pricing based on the downward movement of the applicable index.

Groups 1 and 2 shall remain fixed and firm for the duration of the contract term.

2.6 DISCOUNTS

Volume discounts are not defined in this contract, however, dealers are allowed to offer additional discounts for multiple purchases, or volume if available and/or applicable. 2.7 ADDITIONAL COUNTY DEPARTMENTS AND LOCATIONS

The County may add or remove departments and/or locations to this contract; as needed and at its discretion.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 7

Page 8: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

SECTION 3

SCOPE OF WORK/TECHNICAL SPECIFICATIONS

3.0 SCOPE OF WORK

The scope of this solicitation includes specific groups for the purchase of new tires; tire service and repairs; and recapped/retreaded tires. All new tires and tire services shall be per the Brand’s manufacturer’s specification, and conform to all applicable US Department of Transportation (DOT), Federal Motor Vehicle Safety Standards (FMVSS), American Society of Testing and Materials (ASTM), State, and/or County safety regulations.

Below is a sample list of tires the County may purchase and/or require tire repairs and service.

1. Passenger Tires: Cars and Mini-Vans Automobile and Radial; Standard Passenger tires.

2. Pursuit and Performance Tires: Emergency High Speed, Police Pursuit, Radial Includes all tires for police and other high-speed pursuit and/or performance vehicles. This subcategory typically includes tires rated H, V, W, Y, or ZR and above. Tires must be expressly designed and certified by manufacturer for high speed operation and shall exhibit exceptional safety, stability, handling and stopping characteristics.

3. Light Duty Truck Tires: Pick-Up Trucks, Sport Utility Vehicles, Trailers, Vans; Radial and Bias; Steel Casing; designated with “LT” at the beginning of the tire size.

4. Medium and Heavy-Duty Trucks; Bus and Commercial Tires: Tires in this subcategory have a diameter that is equal to or greater than (20) inches. Applications include medium and heavy-duty trucks, buses, semi-trucks, cargo vans, and trailer tires. May also include items for the Aviation, Fire Rescue, and the Department of Transit and Public Works (DTPW).

5. Off-Road and Low Speed Off-Highway Tires: Radial and Bias; Common applications are heavy construction equipment, wheel loaders, backhoes, graders, and trenchers.

6. Agriculture and Farm Tires: Radial and Bias; Applications include farm tractors, wagons, harvesters and other farm implements requiring tires with high traction qualities, with high floatation qualities at low inflation pressures.

7. Industrial Tires: Applications include specialty industrial equipment, some construction equipment, and material handling equipment, skid loaders, forklifts and press on tires.

8. Specialty Tires: Applications include, but are not limited to, aviation tires; recreational all-terrain-vehicles (ATV), boat trailers, yard and garden tires; and all other tires not identified above.

3.1 GROUP 1 NEW TIRE PURCHASES

Tires provided under this group shall be new, unused, high quality, and in current or recent production (within one year) by the OEM. All tires and install services must be designed, constructed, and installed per the OEM’s specifications, and be fully suitable for their intended use and purpose. All new tires must have size, load range, manufacturer’s name, model number, indication of body material and DOT number molded in side-wall at the time of curing, other methods may not be accepted. Tires provided must meet all lab test and size requirements of Federal standards and be DOT compliant. Bidder may be required to submit evidence of certifications upon the County’s request.

3.2 GROUP 2 FLAT TIRE REPAIRS AND REPLACEMENT

Flat Tire repairs provided under this group shall be performed by skilled and trained tire technicians and/or mechanics, using the approved OEM accessories, equipment, material and parts. All tire repairs must be completed per the OEM’s specifications, be of good quality workmanship, fully suitable for their intended use and purpose, and conform to all Federal, State or Local requirements. In any case where a tire and/or tube is beyond repair, a replacement tire/tube will be supplied by the County, and the damaged tire/tube must be returned to the County shop originating the call for service.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 8

Page 9: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

The County will require flat tire repair services at various County locations, throughout Miami-Dade County. Tire types for some departments are listed below for reference. However, please note, after the contract is awarded, a Contract Roadmap will be established and is an extension of the contract, bound by the same terms and conditions as Sections 1, 2, 3, and 4 of this contract; to provide detailed service level expectations and instructions for each County department utilizing the contract. The roadmap will also include County department locations, response time expectations, and County staff contact information.

3.2.1 Flat Tire Repairs – County Shop Requirements: Flat tire repairs under this section shall be performed at a County Shop or facility. This service shall consist of repairing,

dismounting, remounting tires on spare wheels; including tire mounting of new, used or recapped tires. All repairs shall be

performed during regular business hours, and the awarded Bidder must respond within four (4) hours of being notified by

the County; no other response time is acceptable. The replacement of valve stem and/or cap may be required as needed,

and shall be included at no additional charge.

3.2.2 Flat Tire Repairs - Roadside Service Requirements: Roadside flat tire repairs under this section shall include dismount, repair, remount and install, for one (1) tire, for all vehicles

in various categories, anywhere in Miami-Dade County. The replacement of valve stem and/or cap may be required, as

needed, and included at no additional charge. This service must be available 24 hours per day, 7 days per week, and

the awarded Bidder must respond within one (1) hour or less after being notified by the County; no other response

time is acceptable. If during an initial service call, a flat tire is found to be beyond repair, the vendor may be required to

return the defective tire, pick up a replacement tire from the originating County shop, and return to the disabled vehicle to

complete the service, at the regular rate; no additional charges will be paid.

3.2.3 Flat Tire Repairs:

All Departments: Tire Types A – F

A. All cars, vans, utility vehicles and single wheel pickup truck tires

B. All dual wheel pickup truck tires; all other single or dual-wheel medium and heavy duty truck or trailer type tires; up to and including 12 R 22.5; regardless of the vehicle they are on.

C. All single medium, and heavy duty truck flotation type tires, greater than 12 R 22.5, on 22.5 inch rims or higher.

D. All wheel/rim combinations larger than items B or C and sized up to and including a 30 inch rim.

E. Various pneumatic off-road construction equipment, agricultural equipment and implement tubeless and

tubed tires, regardless of the vehicle they are on.

F. Installation of Boots; a Boot is a protective rubber covering used to repair larger holes in tires. The price

shall include installation, labor and materials for 4” and 6” boots. A Boot, Patch/Plug Combination or Patch

may be used to repair larger holes in tires. Regardless of repair method, the repair must meet

manufacturer’s recommendation and standards for tire type and injury. Puncture repair inserts and plugs

are not acceptable.

Aviation Department (MDAD): Tire repairs for MDAD shall include Tire Types A – F, and dismounting, repairing

and/or replacing tire, remounting and installation on cars, trucks, vans, utility vehicles, golf carts, Airport Rescue

Fire Fighting (ARFF) Trucks, Fire Trucks, Specialized Airport Equipment/Trucks, and various construction and off

road equipment. Spare tire assembly repairs or replacements may also be required.

Fire Rescue (MDFR): Tire repairs for MDFR shall include Tire Types A – F, and dismounting, repairing and/or replacing tire, remounting and install on vehicles for cars, SUV’s, pick-up trucks, rescues, pumpers, tankers, ladders, platforms, implements, golf carts, and other specialty vehicles. All Fire Department apparatus as follows:

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 9

Page 10: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

Tire 445 65R22.5

Tire 425 65R22.5

Tire 245 70R19.5

Tire 255 70R22.5

Tire 265 70R19.5

Tire 305 70R22.5

Department of Transit and Public Works (DTPW): DTPW MetroBus tires are leased, and their service shall

include replacement and repair service for 779 bus fleet of 40’ buses (NABI low floor and Gillig low floor) low floor,

60’ (New Flyer and NABI, articulated), 45’ (MCI standard floor), and 30’ (Optima low floor) buses consist of

replacing tire/wheel assemblies with serviceable tire/wheel assemblies; and flat tire/wheel assemblies with

serviceable tire/wheel assemblies, B305/85RxR22.5; 285/70Rx19.5; B305/70Rx22.5; and B315/80Rx22.5 on

Metrobus fleet. Service areas include Miami-Dade County and South Broward County (as far north as the Diplomat

Mall, Hallandale Beach, FL). Flat tire repair shall consist of dismounting defective tires and remounting serviceable

tires only; no repairs.

Any flat on a front axle can only be replaced with an original tread tire per State of Florida law.

Either 1 or 2 flats on a rear axle must be replaced with a matched pair of either original tread, re-grooved or re-capped tires.

All lugs shall be torqued to proper specifications. Torque value for all bus wheels is 450 ± 500 ft. lbs.

All buses use only Aluminum Wheels. Extreme caution shall be used when demounting Aluminum Wheels. The awarded Bidder shall not throw or drop these wheels since they will result in cracking and/or breaking.

Serviceable assemblies and returned flat assemblies must be picked-up and returned to the division to which the bus is assigned. No exceptions.

The awarded Bidder must complete replacement of flat tires regardless of the number of tires that are flat and/or position of the flat.

Pick Up of Replacement Tire/Wheel Assemblies: Monday thru Saturday: Report to the Tire Shop at the Division to which the bus is assigned, receive the appropriate replacements from the Tire Shop, and sign appropriate paperwork. Saturday/Sunday: Report to the control room of the garage, to which the bus is assigned, receive the appropriate replacements from DTPW Supervisors, and sign the appropriate paperwork.

Return of Flat Tire/Wheel Assemblies: Return Flats removed from Metro buses the same day or as soon as possible, but no longer than 24 hours after the replacement occurred. The awarded Bidder shall not store or keep flat tires longer than 24 hours after replacement. Monday thru Saturday return tire to the Tire Shop. Saturday and Sunday place in front of the Tire Shop and report to the DTPW Control Room.

Tire Identification: With tire chalk, the awarded Bidder shall write on each tire the bus number, brand number and position of the tire where it was removed (e.g. left inside rear, right outside rear).

Awarded Bidder is responsible for loss and damage of Metrobus tire/wheel assemblies while in its care.

DTPW MetroMover flat tire repairs shall consist of dismounting defective tires and remounting serviceable tires only; no repairs.

All work performed shall be at the MetroMover Maintenance Building (100 S.W. 1st Avenue). Entry is on Southwest Second Street between S.W. 1st and 2nd Avenue. Specific work area is the loading dock outside of the stockroom. Work shall be performed Monday through Friday, between 7:00 a.m. and 5:00 p.m. DTPW will not provide equipment, air, or electricity.

Tire repairs for DTPW may also include Types A – F.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 10

Page 11: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

Internal Services Department (ISD) Fleet Management: Tire repairs for ISD shall include Tire Types A – F, and

dismounting, repairing and/or replacing tire, remounting and installation on spare wheels. Also, tire mounting of

new, used or recapped tires. Some jobs will involve dismounting old tires and remounting new or recapped tires,

other jobs may require dismounting, repairing and remounting or a combination of both. Replacement of valve

stem and/or cap will be required and included as needed at no additional charge.

Water and Sewer Department (WASD): Tire repairs for WASD shall include Tire Types A – F, and dismounting,

repairing and/or replacing tire, remounting and install of truck tires 80,000 lb. Gross Vehicle Weight or less.

3.2.4 Invoice Requirements:

For all tire repairs or replacements performed under provisions of section 3.2 the awarded Bidder shall provide the

following information on all tire repairs or replacements, to the Shop Foreman or County Department Manager who

originated the service call. All invoices must be received within one week after repairs are performed.

A. Date and Time of repair (A.M. - P.M.)

B. Location of vehicle (where was service performed)

C. Miami-Dade County vehicle number being repaired

D. Tire position/location on the vehicle of the tire(s) repaired or replaced

E. The number of tires repaired, and tube or tire size

E. Signature’s from the Bidder’s technician, and the County representative present during service

F. An itemized list and detailed explanation of any additional charges

G. All DTPW MetroBus and MetroMover tires require the County number of the tire being replaced;

and the County number of the replacement tire; tire brand, tire position; and MetroBus or MetroMover

number

3.2.5 Additional Requirements:

The awarded Bidder(s) must have and maintain adequate equipment, personnel, application tools and vehicles

required to perform service within this group; in accordance with industry standards. The County will not provide

personnel, equipment, air, or electricity.

3.3 GROUP 3 TIRE RETREADING

Tire retreading services provided under this group shall include the recapping of various sizes of truck and Off-The-Road (OTR) construction equipment tires including foam filled tires for the County.

The retreading of truck tires will be performed either on tire casings owned by the County, or on a bidder supplied “virgin” casing, and shall be done by either using a pre-cured top cap or one piece seamless ring tread pre-cured top cap, which have the tire tread implanted at time of manufacture.

The retreading of OTR tires will be performed either on tire casings owned by Miami-Dade County, or on a bidder supplied “virgin” casing. The retreading of OTR tires for construction equipment will be accomplished by the application of layers of bands of rubber to a properly buffed casing. The awarded Bidder will need to apply the sufficient amount of layers of rubber to achieve the final required tread depth after the grooving of the tires.

When required, recapping and/or retreading services shall include all repairs needed by the casing in accordance with the retread industry repair guidelines. These repairs shall be made using the latest technology and proven repair materials and techniques. All retread tires must be of good quality workmanship, fully suitable for their intended use and purpose, and conform to all

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 11

Page 12: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

commercial techniques endorsed by the Retread Tire Association (RTA), Tread Rubber and Tire Repair Materials Manufactures Group (TRMG) latest Industry Recommended Practices for Tire Retreading and Tire Repair (IRPs) publication and Tire Industry Association (TIA). Tires must be permanently branded with the tire re-treader’s Truck Tire Retread Markings per DOT requirements. Glued, bonded or vulcanized numbers and dates onto the side of the tire casing are not acceptable “No Substitution”.

There are eight (8) recapping service types the County may require, identified below as Service Types A through I.

1. Service A: Recap of County Supplied Casing With Pre-Cured Top Cap 2. Service B: Recap of County Supplied Casing With One Piece Seamless Ring Tread Pre-Cured Top Cap 3. Service C: Recap of Bidder Supplied Used Virgin Casing With Pre-Cured Top Cap

C1: Used Grade A Casing and C2: Used Grade B Casing

4. Service D: Recap of Bidder Supplied Used Virgin Casing With One Piece Seamless Ring Tread Pre-Cured Top Cap D1: Used Grade A Casing and D2: Used Grade B Casing

5. Service E: Recap of Bidder Supplied New Virgin Casing With Pre-Cured Top Cap 6. Service F: Recap of Bidder Supplied New Virgin Casing With One Piece Seamless Ring Tread Pre-Cured Top Cap 7. Service G: Recap of County Supplied Solid Filled (OTR) Bias Ply Casing With Re-Pressurizing (as needed) 8. Service H: Recap of Bidder Supplied (OTR) Bias Ply Tire Casings to include dismount and disposal of existing tire,

foam fill, remounting of vendor supplied casing, and foam filling of wheel assembly.

CASING BRANDS:

The truck tire casing brands that are presently acceptable to Miami Dade County are General, Goodrich, Goodyear, Bridgestone,

Yokohama, Continental, Dunlop, and Firestone. The Off-The-Road (OTR) tire casing brands acceptable to Miami Dade County

are BF Goodrich, Bridgestone, Continental, Dunlop, Firestone, General, Goodyear, Michelin, Titan and Yokohama. Others may

be acceptable upon written request and the Bidder must supply of a sample for inspection and evaluation purposes.

COUNTY SUPPLIED CASING REQUIREMENTS:

TRUCK TIRES - A maximum casing age date of seven (7) years; per OEM date or DOT date imprinted on tire. A maximum of seven (7) nail hole repairs per casing; only in the repairable tire area. Nail holes are defined as damage to the tire 3/8" (9mm) and smaller, through the approved repairable crown area; and shall be repaired using a repair patch and a suitable fill material in the injury. Repair patches are not to overlap.

A maximum of four (4) section repairs per casing; a section repair is defined as damage to a tire larger than 3/8" (9mm) in the crown area after the damage and rust has been removed.

Any damage, regardless of size, through the ply cords or on the sidewall of a tire, will require a section repair. Repairs should be performed using the appropriate industry repair technique(s) and properly sized patches for the damaged area being repaired.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 12

Page 13: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

Large section repairs performed to casings must be in accordance to industry standards. Bead repairs are allowed when included in total count of section repairs and a distance of no less than six inches (6”) apart.

Spot Repairs in a radial tire is limited to cracks and cuts in the rubber with no exposed or damaged body wires. No more than four (4) spot repairs will be allowed on a radial tire. The spot repairs are not to overlap, any damage found on the body wires of a radial tire found while performing a spot repair will require the damage to be removed and injury area to receive a full section repair instead of a spot repair.

A maximum of five (5) retreads will be allowed providing all of the above criteria is met, including total repairs. No buzz outs repairs beyond the protector belts allowed, and the maximum buzz out diameter shall be no more than ¾ of an inch.

Tires shall have no evidence of sidewall cable warp or distortion prior to or after the recapping. The original casing under tread (over steel belts) is to be at 3/32” minimum over tread buffed surface area.

(OTR) BIAS PLY CASINGS - A maximum casing age date of five (5) years; per OEM date or DOT date imprinted on tire, if available. Tires shall have no evidence of sidewall distortion prior to or after recapping. The original casing under tread is to be no less than the minimum recommended by the tire recapping industry.

All Miami-Dade County truck tire casings will be returned as either completed recaps; or as bad rubber, no longer meeting specification requirements for casings.

BIDDER SUPPLIED CASING REQUIREMENTS:

TRUCK TIRE VIRGIN CASINGS - The awarded Bidder(s) may be asked to recap truck tires for various equipment, and the Bidder will supply the casing as well as the capping. All casings supplied must be top quality steel cord radial tire casings with a minimum of a 16-ply rating in an H load range and speed rated to no less than 70 mph and meet the following requirements below. Tire sizes are stated in 4.3, and casings must not have been previously recapped.

New Virgin Casing: A new virgin casing is defined as a new tire casing that has never been used on the road before. This is a casing where during the new tire manufacturing process the top cap portion of the tread did not pass the OEM’s quality control checks/standards. The casing has been fully inspected and has been deemed by the OEM as not being defective or inappropriate for use as a recapped tire in the United State. These casings must have appropriate DOT #’s as well as manufacturing date code on them.

Used Virgin Casing: A used virgin casing is defined as a used tire casing that has been used on the road but never recapped. These casing must have appropriate DOT #’s as well as manufacturing date code on them.

Used Grade A Virgin Casing: A maximum used casing age date of four (4) years; per OEM or DOT date; no perforations. Tires shall have no sidewall or shoulder section repairs, bead repairs, or buzz outs to the top steel protector belt which show any evidence of rust or damage (stone drilling), and the casing shall not have more than one (1) nail hole repair. Tires shall have no evidence of sidewall cable warp or distortion, and the original casing under tread (over steel belts) is to be at 3/32” minimum over 100% of tread buffed surface area.

Used Grade B Virgin Casings: A maximum used casing age date of five (5) years; per OEM or DOT date; no perforations. Tires shall have no more than two (2) nail hole repairs. Tires shall have no sidewall or shoulder section repairs, bead repairs, or buzz outs to the top steel protector belt which show any evidence of rust or damage (stone drilling). Tires shall have no evidence of sidewall cable warp or distortion, and the original casing under tread (over steel belts) is to be at 3/32” minimum over 100% of tread buffed surface area.

OTR BIAS PLY VIRGIN CASINGS – The awarded Bidder(s) may be asked to recap off-the-road bias ply tires for various equipment; supplying the casing and capping. A maximum used casing age date of three (3) years per OEM or DOT date if available with no perforations. Tires shall have no sidewall or shoulder damage, distortion, and/or section repairs.

As part of this process, the Bidder(s) will be required to dismount the existing foam filled tire from the County supplied wheel assembly, mount the finished Bidder supplied casing onto this wheel assembly, and foam fill this wheel assembly. The Solid Tire Fill shall be new Virgin Polymer or Polyurethane Fill and of the type known by trade names “Acella Tire System TyrFil,” or latest Acella Tire System product that replaces the TyrFil “No Substitution”.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 13

Page 14: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

All casings supplied must be top quality bias ply tire casings with the highest rating per size of tire and for use in a waste application and all standard requirements. Tire sizes are stated in 4.3 and casings must not have been previously recapped. As part of this process, the awarded bidder will be required to dispose of the existing tire that cannot be recapped and the foam filled material presently found in the tire.

The County reserves the right to inspect all Bidder supplied casings prior to, during, and upon completion of the recapping process. The County, in its sole discretion, also reserves the right to reject any casing that does not meet the bid requirements.

OTR TIRE RUBBER USED: The rubber and all materials used in the recapping of OTR tires must be 100% first line materials. The fabricated retread cap shall extend only across the tread area of the tire. Tread width as used in these specifications is defined as the distance from the outer edge to outer edge of the tread, which is the surface area that makes contact with the ground. Tread rubber fabricated must be of the width most appropriate for the casing being capped, according to the best commercial recapping standards of the industry; but shall not be less than the minimum width specified in this contract.

Awarded Bidder(s) are required to re-pressurize County supplied solid fill tires if needed. The Solid Tire Fill shall be new Virgin Polymer or Polyurethane Fill and of the type known by trade names “Acella Tire System TyrFil,” or latest Acella Tire System product that replaces the TyrFil “No Substitution”.

The retreading of OTR tires for construction equipment will be accomplished by the application of layers of bands of rubber to a properly buffed casing. The awarded Bidder will apply the sufficient amount of layers of rubber to achieve the final required tread depth after the grooving of the tires. The depth of tread shall be measured from the true contact surface to the base of the tread grove. Mold marks or other flashings which are superficial and/or non-functional on the contact surface will not be a tread measurement point. Depth specification requirements must be met at all points in the tread grooves.

TRUCK TIRE RUBBER USED: Top Cap or One Piece Seamless Ring Tread Top Cap, all materials must be 100% first line materials, and the manufacturer’s Brand must be clearly visible; painted threads are NOT allowed. All Top Caps shall extend across the tread area only. Tread width as used in these specifications is defined as the distance from the outer edge to outer edge of the tread, which is the surface area that makes contact with the roadway. Tread rubber must be of the width most appropriate for the casing being capped according to the best commercial recapping standards of the industry, but shall not be less than the minimum width specified in this contract.

TRUCK TIRE TREAD DESIGN AND DEPTH: An all position closed rib type tread design is required having no less than three (3) continuous grooves. The tread groves may incorporate irregular configurations but are to be continuous so as to form ribs. The depth of tread shall be measured from the true road contact surface to the base of the tread grove which is continuous for the diameter of the tire. Mold marks or other flashings which are superficial and/or non-functional on the road contact tread surface will not be a tread measurement point.

Depth specification requirements must be met at all points in the tread grooves. All rubber used on the truck tires shall have the following minimum properties; contain no less than 47% rubber hydrocarbons by weight; have a minimum of 25% and a maximum of 50% polybutadiene; and have the following minimum physical properties:

Tensile Strength in psi; 2000 Elongation %; 380 Modulus at 300%; 1300 Specific Gravity; 1118

Hardness; 64 and will be measured using a Shore Durometer “A” scale

Unless otherwise specified, all commercial truck tires shall be processed using materials containing antioxidants of a quality, to provide standard commercial resistance to weathering.

TRUCK TIRE CASING CERTIFICATION: The awarded Bidder(s) must certify that all casings are inspected, checked for holes, cuts, bead-to-bead separation or any other defect and/or damage that may deem the casing unserviceable; per industry best standards. To certify the casings, the awarded bidder shall use one (1) of the following types of non-destructive inspection equipment: electronic, ultrasonic, x-ray, electro-mechanical, holography, shearography or other types of casing inspection equipment which can aid in determining casing integrity and best use, in addition to visual inspection.

FINAL INSPECTION: The awarded Bidder(s) are required to perform a final inspection on the finished product to determine conformance with all contract requirements, specifications and best commercial recapping standards of the industry. Only tires that pass this inspection shall be billed to the County. All others will be rejected as bad rubber, and the Bidder shall rework; to meet the contract requirements.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 14

Page 15: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

Bidder(s) shall have and maintain all equipment, application tools and vehicles needed to perform service within this group; in accordance with best industry standards. Bidder(s) shall provide the County with the retread manufacturer’s guide(s) for the recommended tread size/width for specific tire brand size and series.

The County reserves the right to inspect all Bidder supplied casings prior to, during, and upon completion of the recapping process. The County, in its sole discretion, also reserves the right to reject any casing that does not meet the bid requirements.

3.4 GROUP 4 SOLID FILL

All solid fill, except where recycled content is specifically requested; shall be new, virgin polymer, or polyurethane, known as Acella Tire System TyrFil,” or latest Acella Tire System product that replaces the TyrFil, and warranted for its intended purpose. The solid fill eliminates flat tires, and shall be utilized on existing tractor and loader tires, and to fill new tractor and loader tires. Services may also include wheel assembly, mounting, disposal, and all related products or services. The awarded Bidder(s) shall provide a copy of the manufacturer’s warranty.

Service A Existing Wheel Assembly: The awarded Bidder(s) will pick up an existing foam filled wheel assembly and

replacement tire from the County facility requesting service. The awarded Bidder(s) will completely remove the old tire and foam

fill from the County supplied wheel assembly; dispose of the old tire and fill material; thoroughly clean and prep the rim(s); replace

existing valve stem with a new unit; mount the County supplied tire on the rim to form an assembly; and foam fill the tire per

required pressure, weight, and cure specifications. The completed wheel assembly shall be returned to the originating County

facility.

Service B New Tires: The awarded Bidder(s) will pick up the new tire and rim from the County facility requesting the service; take them to their facility to mount and solid fill new tires. The new solid filled tire shall be returned to the originating County facility.

The County, in its sole discretion reserves the right to reject solid fill that does not meet the bid requirements. The awarded Bidder(s) shall be required to replace materials at their own expense.

3.5 GROUP 5 OPEN PREQUALIFICATION POOL

To be used only for the purchase of additional tires and/or tire related services not defined within Groups 1 through 4.

3.6 APPROVED EQUIVALENTS

Tires offered as an alternate to the OEM’s brand, must be equal to or greater than the OEM’s level of quality. The Bidder shall provide a cross reference listing to identify and substantiate equivalence. This shall include the manufacturer's name and item number, indicate any deviations from the OEM’s specifications.

Technical literature is also required to further describe in detail equivalence and conformance in design, construction, performance and quality. The approval to allow and accept alternate equivalents will be at Miami-Dade County’s discretion, if determined to be in the best interest of the County.

3.7 DELIVERY

After a purchase order is issued, the awarded Bidder is responsible for contacting the issuing County department to establish and confirm all delivery requirements. Including but not limited to date, time and location, item(s) and quantities. Deliveries that do not comply with the purchase order requirements may be rejected; and will have to be redelivered at the bidder’s expense. The issuing County department may choose to pick up the tires at the manufacturers authorized dealer’s facility or other agreed upon location.

3.8 ACCEPTANCE

The County shall thoroughly inspect each tire or service prior to acceptance. Tires and or related services may be inspected and evaluated per bid specifications, purchase order, manufacturer’s labeling, or dealer’s invoice to ensure tires and or related service meets or exceeds the requirements of the technical bid specifications, purchase order or work order. If the bidder delivers an item or service this is in error or defective, the bidder shall either remedy the error and/or defect, at their own expense, within

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 15

Page 16: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

forty-eight (48) hours (not including weekends and holidays), after notification by the County. Delivery will not be considered complete until all items and/or service are satisfactory and accepted by the County.

3.9 SAFETY STANDARDS

It is intended that all specifications be in full and complete compliance with all Federal, State and County laws, regulations or ordinances applicable to tires and tire related services. This includes, but not limited to, U.S. Department of Transportation, FDOT, NHTSA, Federal MVSS, OSHA and EPA standards and Florida requirements for external noise control that apply to the type of tire or related service being provided.

3.10 PRICE AND PRODUCT LIST

The awarded Bidder’s pricing list will become a part of the roadmap and can only be modified for new product developments and/or end of life replacement items mandated by the OEM. The awarded Bidder must notify the County immediately, within five (5) business days to provide an updated pricing list when such a change has occurred. Changes to the pricing list or its related information (i.e.: product numbers, type, etc.) shall not be deemed Contract amendments or modifications; but will be captured on the ROADMAP.

GROUP 1 New Tire Purchases: Bidders must list the tire brand, discount % off MSRP, by tire type, and related tire services of each tire they can provide on the pricing list provided in section 4.1.

GROUP 2 Flat Tire Repairs: Bidders must list the net price of each service, per County Department and tire type on the pricing list provided in section 4.2.

GROUP 3 Tire Retreading: Bidders must list the net price of each tire recapping service on the pricing list provided in section 4.3.

GROUP 4 Solid Fill: Bidders must list the net price of each solid fill application/service type on the pricing list provided in section 4.4.

All environmental fees imposed by the state, federal or local governments, and in effect at the time of the bid opening shall be listed separately, and will be added to invoices.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 16

Page 17: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

SECTION 4.0 SUBMITTAL FORM

Bidder/Dealer Company Name:

FEIN:

Authorized Representative Name:

QUALIFICATION CRITERIA TO BE COMPLETED BY ALL BIDDERS

To ensure compliance with all solicitation requirements.

Reference

Section

GROUP 1 New Tire Purchases

Refer to Section 2.4.1 (1 – 5)

Copy

Attached

2.4.1 (1)

Bidder must be a tire manufacturer or an authorized dealer; and must provide documentation to confirm compliance with this requirement. This can be satisfied by a copy of the agreement, a letter from the manufacturer, or a designation on the manufacturer’s website.

2.4.1 (2)

Bidder must provide a valid license, certificate or permit to confirm it can conduct and operate business

as tire dealer; issued by at least one of the following State or Local entities.

State of Florida Department of Highway Safety and Motor Vehicles

Miami-Dade County Department of Solid Waste Management; Waste Tire Generator or Hauler

Business Tax Receipts or Occupational License; Tires

2.4.1 (3)

Bidder must be regularly engaged in the business of providing new tires as a tire manufacturer, authorized dealer or reseller. To demonstrate this, the Bidder must provide two (2) business reference letters from current or previous customers who purchased large quantities of new tires from the Bidder within the last two (2) years. The reference letters must reflect a satisfactory recommendation, be signed on the customer’s letterhead, include the name, title, address, telephone, and email of the person providing the reference. These reference letters shall ascertain to the County’s satisfaction that the Bidder has sufficient experience providing new tires.

2.4.1 (4)

Bidder must provide the contact information of a designated representative to provide the County with

support and information concerning orders placed. Bidder shall provide the representative’s name,

title, phone number, and email address.

Name:

Title:

Phone:

Email:

2.4.1 (5)

Bidders are required to complete the pricing and product list provided in Section 4.1.

Check to Affirm

Reference

Section

GROUP 2 Flat Tire Repairs and Replacement

Refer to Section 2.4.2 (1 – 3)

Copy

Attached

2.4.2 (1)

Bidder must be regularly engaged in the business of providing tires repairs and related service. To demonstrate this, the Bidder must provide two (2) business reference letters from current or previous customers who received tire repair services from the Bidder within the last two (2) years. The reference letters must reflect a satisfactory recommendation, be signed on the customer’s letterhead, include the name, title, address, telephone, and email of the person providing the reference. These reference letters shall ascertain to the County’s satisfaction that the Bidder has sufficient experience providing the services offered under this group.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 17

Page 18: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

2.4.2 (2)

Bidder must provide the contact information of a designated representative to provide the County with

support and information concerning orders placed. Bidder shall provide the representative’s name,

title, phone number, and email address.

Name:

Title:

Phone:

Email:

2.4.2 (3) Bidders are required to complete the pricing and product list provided in Section 4.2. Check to Affirm

Reference

Section GROUP 3 Tire Retreading

Refer to Section 2.4.3 (1 – 4)

Copy

Attached

2.4.3 (1)

Bidder must be regularly engaged in the business of providing tire retread services. To demonstrate

this, the Bidder must provide two (2) business reference letters from current or previous customers

who received tire retread services from the Bidder within the last two (2) years. The reference letters

must reflect a satisfactory recommendation, be signed on the customer’s letterhead, include the name,

title, address, telephone, and email of the person providing the reference. These reference letters shall

ascertain to the County’s satisfaction that the Bidder has sufficient experience providing the services

offered under this group.

2.4.3 (2)

Bidder must provide the contact information of a designated representative to provide the County with

support and information concerning orders placed. Bidder shall provide the representative’s name,

title, phone number, and email address.

Name:

Title:

Phone:

Email:

2.4.3 (3) Bidder must own or operate a secure service facility capable of supplying parts and performing repairs

and services as needed.

Check to Affirm

2.4.3 (4) Bidders are required to complete the pricing and product list provided in Section 4.3. Check to Affirm

Reference

Section GROUP 4 Solid Fill

Refer to Section 2.4.4 (1 – 4)

Copy

Attached

2.4.4 (1)

Bidder must be regularly engaged in the business of providing solid fill and/or foam filled tires. To

demonstrate this, the Bidder must provide two (2) business reference letters from current or previous

customers who received solid fill and/or foam filled tires from the Bidder within the last two (2) years.

The reference letters must reflect a satisfactory recommendation, be signed on the customer’s

letterhead, include the name, title, address, telephone, and email of the person providing the reference.

These reference letters shall ascertain to the County’s satisfaction that the Bidder has sufficient

experience providing the services offered under this group.

2.4.4 (2)

Bidder must provide the contact information of a designated representative to provide the County with

support and information concerning orders placed. Bidder shall provide the representative’s name,

title, phone number, and email address.

Name:

Title:

Phone:

Email:

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 18

Page 19: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

2.4.4 (3) Bidder must own or operate a secure service facility capable of supplying parts and performing repairs

and services as needed.

Check to Affirm

2.4.4 (4) Bidders are required to complete the pricing and product list provided in Section 4.4. Check to Affirm

GROUP 5 Open Prequalification Pool

Refer to Section 2.4.5 (1)

2.4.5 (1) Bidders must meet the minimum requirements on at least one (1) of the previous groups to be

considered for placement on the prequalification pool.

Check to Affirm

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 19

Page 20: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

SECTION 4.1 PRICE AND PRODUCT LIST

TO BE COMPLETED BY ALL BIDDERS GROUP 1 New Tire Purchases

Bidder/Dealer Company Name:

FEIN:

Authorized Representative Name:

* List highest discount % off manufacturer’s suggested retail price for each Brand and Tire offered *

BRAND TIRE TYPE DISCOUNT % OFF MSRP

OPTIONAL ADD-ONS

Balance Mount Valves Waste Fee

BFGoodrich

Passenger

Pursuit and Performance

Light Duty Truck

Medium and Heavy Duty Truck

Bus and Commercial

Off Road

Agriculture and Farm

Industrial

Specialty

Bridgestone

Passenger

Pursuit and Performance

Light Duty Truck

Medium and Heavy Duty Truck

Bus and Commercial

Off Road

Agriculture and Farm

Industrial

Specialty

Continental

Passenger

Pursuit and Performance

Light Duty Truck

Medium and Heavy Duty Truck

Bus and Commercial

Off Road

Agriculture and Farm

Industrial

Specialty

Firestone

Passenger

Pursuit and Performance

Light Duty Truck

Medium and Heavy Duty Truck

Bus and Commercial

Off Road

Agriculture and Farm

Industrial

Specialty

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 20

Page 21: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

SECTION 4.1 PRICE AND PRODUCT LIST

TO BE COMPLETED BY ALL BIDDERS GROUP 1 New Tire Purchases

Bidder/Dealer Company Name:

FEIN:

Authorized Representative Name:

* List highest discount % off manufacturer’s suggested retail price for each Brand and Tire offered *

BRAND TIRE TYPE DISCOUNT % OFF MSRP

OPTIONAL ADD-ONS

Balance Mount Valves Waste Fee

Goodyear

Passenger

Pursuit and Performance

Light Duty Truck

Medium and Heavy Duty Truck

Bus and Commercial

Off Road

Agriculture and Farm

Industrial

Specialty

Michelin

Passenger

Pursuit and Performance

Light Duty Truck

Medium and Heavy Duty Truck

Bus and Commercial

Off Road

Agriculture and Farm

Industrial

Specialty

Additional Brands

Passenger

Pursuit and Performance

Light Duty Truck

Medium and Heavy Duty Truck

Bus and Commercial

Off Road

Agriculture and Farm

Industrial

Specialty

Additional Brands

Passenger

Pursuit and Performance

Light Duty Truck

Medium and Heavy Duty Truck

Bus and Commercial

Off Road

Agriculture and Farm

Industrial

Specialty

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 21

Page 22: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

SECTION 4.2 PRICE AND PRODUCT LIST

TO BE COMPLETED BY ALL BIDDERS

GROUP 2 Flat Tire Repairs and Replacement

Bidder/Dealer Company Name:

FEIN:

Authorized Representative Name:

List NET price per each department, tire type, and service offered

CSF = service performed at a County Shop or County Facility RS = service performed per Roadside Assistance

Reference

Section 3.2 – 3.2.5

AVIATION (MDAD)

FIRE (MDFR) (ISD) FLEET PARKS (PROS) SEAPORT (PORTMIAMI)

TRANSIT (DTPW)

WATER & SEWER (WASD)

ALL OTHER COUNTY DEPTS

CSF $ RS $ CSF $ RS $ CSF $ RS $ CSF $ RS $ CSF $ RS $ CSF $ RS $ CSF $ RS $ CSF $ RS $

Type A

Type B

Type C

Type D

Type E

Type F

Dept. Specific

Type MDAD Type MDFR TYPE METROBUS

TYPE WASD

CSF $ RS $ CSF $ RS $ CSF $ RS $ CSF $ RS $

TYPE METROMOVER

CSF $ RS $

TOTAL COST

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 22

Page 23: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

SECTION 4.3 PRICE AND PRODUCT LIST

TO BE COMPLETED BY ALL BIDDERS GROUP 3 Tire Retreading

Bidder/Dealer Company Name:

FEIN:

Authorized Representative Name:

** List NET price per each service offered **

SERVICE A: Recapping Of County Supplied Casing With Pre-Cured Top Cap

Reference Tire

Minimum Tread Depth

NET Per Tire

Tire Dismounting

Tire Mounting

Tire and Rim Balancing

Total Cost

11 R 22.5 18/32 Highway All Position Tread Design $ $ $ $ $

12 R 22.5 18/32 Highway All Position Tread Design

12 R 22.5 24/32 In a Waste Hauler Design

315 80 R 22.5 24/32 In a Waste Hauler Design

SERVICE B: Recapping Of County Supplied Casing With One Piece Seamless Ring Tread Pre -Cured Top Cap

11 R 22.5 18/32 Highway All Position Tread Design $ $ $ $ $

12 R 22.5 18/32 Highway All Position Tread Design

12 R 22.5 24/32 In a Waste Hauler Design

315 80 R 22.5 24/32 In a Waste Hauler Design

SERVICE C1: Recapping Of Bidder Supplied Used Grade A Virgin Casing With A Pre-Cured Top Cap

11 R 22.5 18/32 Highway All Position Tread Design $ $ $ $ $

12 R 22.5 18/32 Highway All Position Tread Design

12 R 22.5 24/32 In a Waste Hauler Design

315 80 R 22.5 24/32 In a Waste Hauler Design

SERVICE C2: Recapping Of Bidder Supplied Used Grade B Virgin Casing With A Pre-Cured Top Cap

11 R 22.5 18/32 Highway All Position Tread Design $ $ $ $ $

12 R 22.5 18/32 Highway All Position Tread Design

12 R 22.5 24/32 In a Waste Hauler Design

315 80 R 22.5 24/32 In a Waste Hauler Design

SERVICE D1: Recapping Of Bidder Supplied Used Grade A Virgin Casing With One Piece Seamless Ring Tread Pre-Cured Top Cap

11 R 22.5 18/32 Highway All Position Tread Design $ $ $ $ $

12 R 22.5 18/32 Highway All Position Tread Design

12 R 22.5 24/32 In a Waste Hauler Design

315 80 R 22.5 24/32 In a Waste Hauler Design

SERVICE D2: Recapping Of Bidder Supplied Used Grade B Virgin Casing With One Piece Seamless Ring Tread Pre-Cured Top Cap

11 R 22.5 18/32 Highway All Position Tread Design1 $ $ $ $ $

12 R 22.5 18/32 Highway All Position Tread Design

12 R 22.5 24/32 In a Waste Hauler Design

315 80 R 22.5 24/32 In a Waste Hauler Design

SERVICE E: Recapping Of Bidder Supplied New Virgin Casing With Pre-Cured Top Cap

11 R 22.5 18/32 Highway All Position Tread Design $ $ $ $ $

12 R 22.5 18/32 Highway All Position Tread Design

12 R 22.5 24/32 In a Waste Hauler Design

315 80 R 22.5 24/32 In a Waste Hauler Design

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 23

Page 24: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

SERVICE F: Recapping Of Bidder Supplied New Virgin Casing With One Piece Seamless Ring Thread Pre -Cured Top Cap

11 R 22.5 18/32 Highway All Position Tread Design $ $ $ $ $

12 R 22.5 18/32 Highway All Position Tread Design

12 R 22.5 24/32 In a Waste Hauler Design

315 80 R 22.5 24/32 In a Waste Hauler Design

SERVICE G: Recapping Of County Supplied Solid Filled OTR Bias Ply Casing With Re Pressurizing (As Needed) 23.5 x 25 L5 G-Lug 102/32 and 601 Design $ $ $ $ $

26.5 X 25 L5 G-Lug 112/32 and 601 Design

29.5 X 25 L5 G-Lug 128/32 and 601 Design

SERVICE H: Recapping Of Bidder Supplied Bias Ply Casing Foam Fill Wheel Assembly ( Dismount, Disposal, Remount) 23.5 x 25 L5 G-Lug 102/32 and 601 Design $ $ $ $ $

26.5 X 25 L5 G-Lug 112/32 and 601 Design

29.5 X 25 L5 G-Lug 128/32 and 601 Design

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 24

Page 25: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

SECTION 4.4 PRICE AND PRODUCT LIST

TO BE COMPLETED BY ALL BIDDERS GROUP 4 Solid Fill

Bidder/Dealer Company Name:

FEIN:

Authorized Representative Name:

** Please list NET price per each service offered **

Size SERVICE: A

Solid Fill Existing Foam Filled Wheel Assembly

SERVICE: B Solid Fill For New Tires

11R22.5 $ $

12.4-24

12.5/80-18 4

12-16.5

19.5L-24

23.5-25

24x8.5-14

5.00-8

6.5x10

7.00x12

10 x 16.5

12 x 16.5

13 x 5.0 - 6 Lawn Equipment

25.5 x 8.0 - 14 Mowing Bed

24 x 7.7 Mowing Bed

11 L 16 Loader Tires

16.9-24

20.5 R 25

17.5-25

12.5 x 15 Hi Reach-platform Tires

14 x 17.5 Fork Lift Tires

7.50 - 16LT

18- 22.5 General Jumbo Super All Grip Man Lift Tire

6.00 - 9 NHS Fork Lift Tires

28x9-15 Fork Lift Tires

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 25

Page 26: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

5

6

 BID NO.: FB -01140

 Tire Purchases and Related Services Apr 17, 2019

MIAMI-DADE COUNTY, FLORIDA

I N V I T A T I O NT O B I D

TITLE:

FOR INFORMATION CONTACT:

     Debra S. Butler, 305 -375-5663, [email protected]  

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.

· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ALL BIDDERS/PROPOSERS RESPONDING TO THIS SOLICITATION.

· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER ’S/PROPOSER ’S BID/PROPOSAL NON-RESPONSIVE.

SECTION 1

GENERAL TERMS AND CONDITIONS:

All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -

Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract.

These general terms and conditions are considered non-negotiable.

All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County, Strategic

Procurement Division ’s webpage by clicking on the below link:  

http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r18-2.pdf

NOTICE TO ALL BIDDERS/PROPOSERS:

Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation

document.  It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time.  There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync.  Electronic submissions may

require the uploading of electronic attachments.  The submission of attachments containing embedded documents or proprietary file extensions is prohibited.  All documents should be attached as separate files.

For information concerning the scope of services/technical specifications please, utilize the question/answer feature provided by BidSync at

www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut -off date specified in the solicitation.  Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section

of BidSync site).  

Please allow sufficient time to complete the online forms and upload of all proposal documents.  Bidders/Proposers should not wait until the last minute to submit their bid/proposal.  The deadline for submitting information and documents will end at the closing time indicated in the solicitation.  All information and documents must be fully entered, uploaded, acknowledged ( “Confirm ”) and recorded into BidSync before the closing time, or the system will stop the

process and the submission will be considered late and will not be accepted.

  Tire Purchases and Related Services   

PLEASE NOTE THE FOLLOWING:

No part of Bidder ’s/Proposer ’s bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX .  No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the

nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all

specifications contained in the solicitation electronically.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 26

Page 27: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

5

6

 BID NO.: FB -01140

 Tire Purchases and Related Services Apr 17, 2019

MIAMI-DADE COUNTY, FLORIDA

I N V I T A T I O NT O B I D

TITLE:

FOR INFORMATION CONTACT:

     Debra S. Butler, 305 -375-5663, [email protected]  

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.

· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ALL BIDDERS/PROPOSERS RESPONDING TO THIS SOLICITATION.

· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER ’S/PROPOSER ’S BID/PROPOSAL NON-RESPONSIVE.

SECTION 1

GENERAL TERMS AND CONDITIONS:

All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -

Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract.

These general terms and conditions are considered non-negotiable.

All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County, Strategic

Procurement Division ’s webpage by clicking on the below link:  

http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r18-2.pdf

NOTICE TO ALL BIDDERS/PROPOSERS:

Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation

document.  It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time.  There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync.  Electronic submissions may

require the uploading of electronic attachments.  The submission of attachments containing embedded documents or proprietary file extensions is prohibited.  All documents should be attached as separate files.

For information concerning the scope of services/technical specifications please, utilize the question/answer feature provided by BidSync at

www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut -off date specified in the solicitation.  Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section

of BidSync site).  

Please allow sufficient time to complete the online forms and upload of all proposal documents.  Bidders/Proposers should not wait until the last minute to submit their bid/proposal.  The deadline for submitting information and documents will end at the closing time indicated in the solicitation.  All information and documents must be fully entered, uploaded, acknowledged ( “Confirm ”) and recorded into BidSync before the closing time, or the system will stop the

process and the submission will be considered late and will not be accepted.

  Tire Purchases and Related Services   

PLEASE NOTE THE FOLLOWING:

No part of Bidder ’s/Proposer ’s bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX .  No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the

nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all

specifications contained in the solicitation electronically.

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 27

Page 28: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

5

6

3 4

Solicitation No.FB-01140                                              Solicitation Title: Tire Purchases and Related Services

 Legal Company Name (include d/b/a if applicable):

*

 Federal Tax Identification Number:

*

 If Corporation - Date Incorporated/Organized : State Incorporated/Organized:

 Company Operating Address:

*

 City

*

 State

*

 Zip Code

*

Miami-Dade County Address (if applicable):  City  State  Zip Code

 Company Contact Person:

*

 Email Address:

*

 Phone Number (include area code):

 Company’s Internet Web Address:

Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an

officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to

entering into a contract with or receiving funding from the County.

Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at

least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed

and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by

exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this

time (by checking the box above) may render the vendor ineligible for Local Preference.

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of

Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.

Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to

complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-Headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local

business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of

Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification

must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance

with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation’s submission deadline, at contract award, and

for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.

Is Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes                 No

If yes, please provide Certification Number:

SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN

PETROLEUM ENERGY SECTOR LIST:

By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and

215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation,

the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the

Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification

that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the

County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS

SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND

EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. 

WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID

The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida’s Government in the Sunshine Laws and Public Records Laws

as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records.  The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or

confidential.  In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by

signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a

trade secret and authorizes the County to release such information to the public for any reason.

Acknowledgment of Waiver:

Bidder’s Authorized Representative’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER

THE BID NON-RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.

Bidder’s Authorized Representative ’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 28

Page 29: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

5

6

3 4

Solicitation No.FB-01140                                              Solicitation Title: Tire Purchases and Related Services

 Legal Company Name (include d/b/a if applicable):

*

 Federal Tax Identification Number:

*

 If Corporation - Date Incorporated/Organized : State Incorporated/Organized:

 Company Operating Address:

*

 City

*

 State

*

 Zip Code

*

Miami-Dade County Address (if applicable):  City  State  Zip Code

 Company Contact Person:

*

 Email Address:

*

 Phone Number (include area code):

 Company’s Internet Web Address:

Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an

officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to

entering into a contract with or receiving funding from the County.

Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at

least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed

and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by

exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this

time (by checking the box above) may render the vendor ineligible for Local Preference.

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of

Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.

Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to

complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-Headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local

business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of

Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification

must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance

with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation’s submission deadline, at contract award, and

for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.

Is Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes                 No

If yes, please provide Certification Number:

SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN

PETROLEUM ENERGY SECTOR LIST:

By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and

215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation,

the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the

Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification

that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the

County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS

SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND

EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. 

WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID

The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida’s Government in the Sunshine Laws and Public Records Laws

as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records.  The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or

confidential.  In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by

signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a

trade secret and authorizes the County to release such information to the public for any reason.

Acknowledgment of Waiver:

Bidder’s Authorized Representative’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER

THE BID NON-RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.

Bidder’s Authorized Representative ’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 29

Page 30: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

55

66

3 4

FAIR SUBCONTRACTING PRACTICES

In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed

statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors.

NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT

Signature Date

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 30

Page 31: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

55

66

3 4

Name of Bidder/Proposer: FEIN No.

Mark here if race, gender and ethnicity information is not available and will be provided at a later date.  This data may be submitted to contracting department or on - line to the Small Business Development of the Internal Services Department at http://www.miamidade.gov/business/business

development- contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/business/library/forms/subcontractors- payment.pdf.

SUBCONTRACTOR/SUPPLIER LISTING

(Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10 -34)

In accordance with Sections 2 -8.1, 2 -8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more.  The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the

County.  The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below.

I In accordance with Ordinance No. 11 -90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers.   In the event that the recommended

Bidder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract.

(Please duplicate this form if additional space is needed.)

Business

Name and Address of

First Tier Direct Supplier

Principal Owner

Supplies/

Materials/ Services to be

Provided by Supplier

Principal Owner

(Enter the number of male and female owners by race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

Business

Name and Address of

First Tier

Subcontractor/

Subconsultant

Principal Owner

Scope of Work

to be Performed by

Subcontractor/

Subconsultant

Principal Owner

(Enter the number of male and female owners  by race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.

SUB 100 Rev. 1/14

Signature of Bidder/Proposer Print Name Print Title Date

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 31

Page 32: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

5

6

3 4

Miami-Dade County

Contractor Due Diligence Affidavit

Per Miami-Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval:

(1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition;

(2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances;

(3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami-Dade County or not.

All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator

overseeing this solicitation.  The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO.  

Contract No. :

Federal Employer

Identification Number (FEIN):

Contract Title:

Printed Name of Affiant Printed Title of Affiant Signature of Affiant

Name of Firm Date

Address of Firm State Zip Code

Notary Public Information

Notary Public – State of County of

Subscribed and sworn to (or affirmed) before me this day of, 20___

by He or she is personally known to me or has produced identification

Type of identification produced

Signature of Notary Public Serial Number

Print or Stamp of Notary Public Expiration Date Notary  Public Seal

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 32

Page 33: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

ADDENDUM NO. 1 DATE: March 14, 2019

TO: All Prospective Bidders

SUBJECT: FB-01140

TITLE: Tire Purchases and Related Services

This Addendum becomes a part of the subject solicitation.

A. The following are changes to the solicitation.

1. Section 4.4 Price and Product List for Group 4 Solid Fill, has been revised to include columns for tire removal fee, tire installation fee and tire disposal fee.

B. The following are the solicitation questions received, and the corresponding County responses:

Question 1 Regarding Group 1 New Tire Purchases: Is there an alternative way to quoting this bid other than "the highest discount rate % off manufacturer's suggested retail price"? (Most manufacturers no longer are using MSRP in their pricing). Thank you. (Submitted: Mar 12, 2019 2:12:07 PM EDT)

Answer 1 No. The market suggests discount % off MSRP is still a viable method to price tires. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 2 Would the bidder be able to update their offering at a later date? E.g., if the dealer became authorized to offer additional brands in the future. (Submitted: Mar 13, 2019 11:31:04 AM EDT)

Answer 2 No. Group 1 New Tire Purchases: Award of this group will be made to multiple bidders; up to five (5); by BRAND, per manufacturer and/or by authorized dealer; based on the highest discount rate % off manufacturer’s suggested retail price. However, Group 5 Open Prequalification Pool will remain open for consideration. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 3 In the Group 1 bid, are we to bid by departments, or individual sizes within the departments? (Submitted: Mar 13, 2019 11:33:06 AM EDT)

Answer 3 Group 1 New Tire Purchases: You are to bid by brand and tire type as categorized in Section 3.0. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 4 In reference to Group 1 and Group 2, is the mount fee mount only, or dismount and mount? (Submitted: Mar 13, 2019 11:33:48 AM EDT)

Answer 4 The mount fee referenced in Groups 1 and 2 shall be a flat fee; inclusive of dismounting and/or mounting. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 5 In Group 1, is there a place to specify which brands we quoting for the "Additional Brands" section? (Submitted: Mar 13, 2019 11:36:28 AM EDT)

Answer 5 Yes. Reference Section 4.1 Price and Product List "Additional Brands", and list them there. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 33

Page 34: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

Question 6 In Group 3, Retreading, are there brand and spec requirements for dealer-supplied casings? (Submitted: Mar 13, 2019 11:37:30 AM EDT)

Answer 6 Group 3 Tire Retreading is not awarded by Brand. Reference tire sizes and minimum tread depth are provided in Section 4.3 Price and Product List. You may also reference Section 3.3. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 7 In Group 2, Tire Repairs and Service, OS = service performed onsite at County Facility or Vendor Shop. Would the service fee quoted include dispatching a truck to your location, or is there a separate mileage quote? If included in the fee, does that apply to all county locations (i.e., the same fee applies to service performed at downtown locations that applies to Homestead, etc.)? (Submitted: Mar 13, 2019 11:44:47 AM EDT)

Answer 7 Group 2 Tire Repairs and Services: All fees are flat fees; inclusive of any dispatching, mileage or other bidder incurred cost, and applies to All County locations. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 8 Group 3, Will tire dismounting, tire mounting and tire/rim balance be considered in the final award determination? Within Group 3 there are 2 forms of retreading and casing types requested, how do you submit a no bid for the service/product you don't supply? (Submitted: Mar 13, 2019 5:27:33 PM EDT)

Answer 8 Group 3 Tire Retreading: Award of this group will be made to multiple bidders; up to five (5); based on the lowest overall NET fixed price. On Section 4.3 list your net pricing for each line item that you can bid on. NO BID each line item that you can't supply. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 9 Group 4 Solid Fill For Existing Foam Filled Wheel Assembly, Will vendor be responsible for the removal of old foam filled tire from rim, the installation of the county supplied new tire and the disposal of old tire and foam? Solid Fill for New Tires, Will vendor be responsible for dismounting and mounting of County supplied new tire on rim? (Submitted: Mar 13, 2019 5:35:11 PM EDT)

Answer 9 Group 4 Solid Fill: I will revise Section 4.4 Price and Product List, to include removal, install, disposal, dismount and mounting fees. (Answered: Mar 13, 2019 7:05:28 PM EDT)

All other information remains the same.

Miami-Dade County,

Debra Butler Procurement Contracting Officer

c: Clerk of the Board

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 34

Page 35: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

5

6

Question and Answers for Solicitation #FB-01140 - Tire Purchases and Related

Services

Overall Solicitation Questions

Question 1

Regarding Group 1 New Tire Purchases: Is there an alternative way to quoting this bid other than "the highest

discount rate % off manufacturer's suggested retail price"? (Most manufacturers no longer are using MSRP in

their pricing). Thank you. (Submitted: Mar 12, 2019 2:12:07 PM EDT)

Answer

- No.

The market suggests discount % off MSRP is still a viable method to price tires. (Answered: Mar 13, 2019

7:05:28 PM EDT)

Question 2

Would the bidder be able to update their offering at a later date? E.g., if the dealer became authorized to

offer additional brands in the future. (Submitted: Mar 13, 2019 11:31:04 AM EDT)

Answer

- No.

Group 1 New Tire Purchases: Award of this group will be made to multiple bidders; up to five (5); by BRAND, per

manufacturer and/or by authorized dealer; based on the highest discount rate % off manufacturer’s

suggested retail price.

However, Group 5 Open Prequalification Pool will remain open for consideration. (Answered: Mar 13, 2019

7:05:28 PM EDT)

Question 3

In the Group 1 bid, are we to bid by departments, or individual sizes within the departments? (Submit ted: Mar

13, 2019 11:33:06 AM EDT)

Answer

- Group 1 New Tire Purchases:

You are to bid by brand and tire type as categorized in Section 3.0. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 4

In reference to Group 1 and Group 2, is the mount fee mount only, or dismount and mount? (Submit ted: Mar

13, 2019 11:33:48 AM EDT)

Answer

- The mount fee referenced in Groups 1 and 2 shall be a flat fee; inclusive of dismounting and/or mounting.

(Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 5

In Group 1, is there a place to specify which brands we quoting for the "Additional Brands" section?

(Submitted: Mar 13, 2019 11:36:28 AM EDT)

Answer

- Yes.

Reference Section 4.1 Price and Product List "Additional Brands", and list them there. (Answered: Mar 13, 2019

7:05:28 PM EDT)

Question 6

In Group 3, Retreading, are there brand and spec requirements for dealer -supplied casings? (Submitted:

Mar 13, 2019 11:37:30 AM EDT)

Answer

- Group 3 Tire Retreading is not awarded by Brand.

Reference tire sizes and minimum tread depth are provided in Section 4.3 Price and Product List. You may also

reference Section 3.3. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 7

In Group 2, Tire Repairs and Service, OS = service performed onsite at County Facility or Vendor Shop. Would

the service fee quoted include dispatching a truck to your location, or is there a separate mileage quote? If

included in the fee, does that apply to all county locations (i.e., the same fee applies to service performed at

downtown locations that applies to Homestead, etc.)? (Submitted: Mar 13, 2019 11:44:47 AM EDT)

Answer

- Group 2 Tire Repairs and Services:

All fees are flat fees; inclusive of any dispatching, mileage or other bidder incurred cost, and applies to All

County locations. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 8

Group 3, Will tire dismounting, tire mounting and tire/rim balance be considered in the final award

determination? Within Group 3 there are 2 forms of retreading and casing types requested, how do you submit

a no bid for the service/product you don't supply? (Submitted: Mar 13, 2019 5:27:33 PM EDT)

Answer

- Group 3 Tire Retreading:

Award of this group will be made to multiple bidders; up to five (5); based on the lowest overall NET fixed price.

On Section 4.3 list your net pricing for each line item that you can bid on.

NO BID each line item that you can't supply. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 9

Group 4

Solid Fill For Existing Foam Filled Wheel Assembly, Will vendor be responsible for the removal of old foam filled

tire from rim, the installation of the county supplied new tire and the disposal of old tire and foam?

Solid Fill For New Tires, Will vendor be responsible for dismounting and mounting of County supplied new tire

on rim? (Submitted: Mar 13, 2019 5:35:11 PM EDT)

Answer

- Group 4 Solid Fill:

I will revise Section 4.4 Price and Product List, to include removal, install, disposal, dismount and mounting fees.

(Answered: Mar 13, 2019 7:05:28 PM EDT)

Question Deadline: Apr 12, 2019 6:00:00 PM EDT

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 35

Page 36: Solicitation FB -01140 Tire Purchases and Related Services … · 2019. 8. 1. · ADDENDUM NO. 2 DATE: April 9, 2019 TO: All Prospective Bidders SUBJECT: FB-01140 TITLE: Tire Purchases

5

6

Question and Answers for Solicitation #FB-01140 - Tire Purchases and Related

Services

Overall Solicitation Questions

Question 1

Regarding Group 1 New Tire Purchases: Is there an alternative way to quoting this bid other than "the highest

discount rate % off manufacturer's suggested retail price"? (Most manufacturers no longer are using MSRP in

their pricing). Thank you. (Submitted: Mar 12, 2019 2:12:07 PM EDT)

Answer

- No.

The market suggests discount % off MSRP is still a viable method to price tires. (Answered: Mar 13, 2019

7:05:28 PM EDT)

Question 2

Would the bidder be able to update their offering at a later date? E.g., if the dealer became authorized to

offer additional brands in the future. (Submitted: Mar 13, 2019 11:31:04 AM EDT)

Answer

- No.

Group 1 New Tire Purchases: Award of this group will be made to multiple bidders; up to five (5); by BRAND, per

manufacturer and/or by authorized dealer; based on the highest discount rate % off manufacturer’s

suggested retail price.

However, Group 5 Open Prequalification Pool will remain open for consideration. (Answered: Mar 13, 2019

7:05:28 PM EDT)

Question 3

In the Group 1 bid, are we to bid by departments, or individual sizes within the departments? (Submit ted: Mar

13, 2019 11:33:06 AM EDT)

Answer

- Group 1 New Tire Purchases:

You are to bid by brand and tire type as categorized in Section 3.0. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 4

In reference to Group 1 and Group 2, is the mount fee mount only, or dismount and mount? (Submit ted: Mar

13, 2019 11:33:48 AM EDT)

Answer

- The mount fee referenced in Groups 1 and 2 shall be a flat fee; inclusive of dismounting and/or mounting.

(Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 5

In Group 1, is there a place to specify which brands we quoting for the "Additional Brands" section?

(Submitted: Mar 13, 2019 11:36:28 AM EDT)

Answer

- Yes.

Reference Section 4.1 Price and Product List "Additional Brands", and list them there. (Answered: Mar 13, 2019

7:05:28 PM EDT)

Question 6

In Group 3, Retreading, are there brand and spec requirements for dealer -supplied casings? (Submitted:

Mar 13, 2019 11:37:30 AM EDT)

Answer

- Group 3 Tire Retreading is not awarded by Brand.

Reference tire sizes and minimum tread depth are provided in Section 4.3 Price and Product List. You may also

reference Section 3.3. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 7

In Group 2, Tire Repairs and Service, OS = service performed onsite at County Facility or Vendor Shop. Would

the service fee quoted include dispatching a truck to your location, or is there a separate mileage quote? If

included in the fee, does that apply to all county locations (i.e., the same fee applies to service performed at

downtown locations that applies to Homestead, etc.)? (Submitted: Mar 13, 2019 11:44:47 AM EDT)

Answer

- Group 2 Tire Repairs and Services:

All fees are flat fees; inclusive of any dispatching, mileage or other bidder incurred cost, and applies to All

County locations. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 8

Group 3, Will tire dismounting, tire mounting and tire/rim balance be considered in the final award

determination? Within Group 3 there are 2 forms of retreading and casing types requested, how do you submit

a no bid for the service/product you don't supply? (Submitted: Mar 13, 2019 5:27:33 PM EDT)

Answer

- Group 3 Tire Retreading:

Award of this group will be made to multiple bidders; up to five (5); based on the lowest overall NET fixed price.

On Section 4.3 list your net pricing for each line item that you can bid on.

NO BID each line item that you can't supply. (Answered: Mar 13, 2019 7:05:28 PM EDT)

Question 9

Group 4

Solid Fill For Existing Foam Filled Wheel Assembly, Will vendor be responsible for the removal of old foam filled

tire from rim, the installation of the county supplied new tire and the disposal of old tire and foam?

Solid Fill For New Tires, Will vendor be responsible for dismounting and mounting of County supplied new tire

on rim? (Submitted: Mar 13, 2019 5:35:11 PM EDT)

Answer

- Group 4 Solid Fill:

I will revise Section 4.4 Price and Product List, to include removal, install, disposal, dismount and mounting fees.

(Answered: Mar 13, 2019 7:05:28 PM EDT)

Question Deadline: Apr 12, 2019 6:00:00 PM EDT

Solicitation FB-01140Miami-Dade County

4/9/2019 2:43 PM p. 36