Loading...
HomeMy WebLinkAbout15-Fire Department . CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Michael J. Conrad, Deputy Chief Subject: Resolution authorizing the Director of Finance or designee to issue an annual purchase order to Y Tire Sales, Inc. in the amount of $40,000 for tires and retreading servIces. Dept: Fire ORIGINAL Date: July 18, 2006 MCIC Meeting Date: August 7,2006 Synopsis of Previous Council Action: 03/20106 Resolution #2006-76 authorizing the Director of Finance to increase Y Tire Sales annual purchase order for tires and services on fire apparatus. RECOMMENDATION: Adopt resolution. JU/.~ Signature I Contact Person: Michael J. Conrad. Deputv Chief Pbone: (909) 384-5286 Supporting data attached: StaffReoort. Resolution. and Quote Ward: Citywide FUNDING REQUIREMENTS: Amount: $40.000.00 Source: (Acct. No) 001-204-5111 (Acct. Descr.) Materials & Supplies Finance: Council Notes: ~so, JOt)1o 'd.-11 fi//44Mur~~ Agenda Item No. / b g/1/x. e e e STAFF REPORT SUBJECT Resolution authorizing the Director of Finance or designee to issue an annual purchase order to Y Tire Sales, Inc. in the amount of $40,000 for tires and retreading services. BACKGROUND A Request for Quote (RFQ) #F 07-09 was issued to solicit bids for tires and retreading for fire department vehicles on May 31, 2006. Notices were distributed to the San Bernardino Area Chamber of Commerce, the City's Web Site, and advertised in The Sun Newspaper inviting bids from qualified vendors for tires and retreading. RFQ #F 07-09 packages were requested by ten (10) vendors and one (1) bid response was received (attachment A). Pursuant to the City's bidding process, it is recommended that Y Tire Sales, Inc.' meeting technical specifications be awarded an annual purchase order under RFQ #F 07-09 for tires and retreading services. Y Tire Sales, Inc. will supply the City with tires and services on all light, medium and heavy- duty tires as may be required by the Fire Department Fleet. Additionally, Y Tire Sales provides all tire retread, inspection, and repair services as may be required. Fire is requesting that an annual purchase order be awarded to Y Tire Sales, Inc. in the amount of $40,000 under RFQ #F07-09. The annual purchase order is for one year with the option, at the City's discretion, of renewing the contract annually for up to two years. FINANCIAL IMPACT The total dollar amount of $40,000 is included in the Fire Department FY 2006-2007 budget for tires and retreading services. Funding is available in account number 001-204-5111 (Materials and Supplies). RECOMMENDATION Adopt resolution. e e e PRICE FORM REQUEST FOR QUOTES: RFQ F-07-09 DESCRIPTION OF RFQ: Tires and Retreading Services BIDDER'S NAME/ADDRESS: y nlZc ~AI.4$ /I./(:. . ~'r'1 HAllllf"'''''' IIIVE lD$ 19"'~.',{S.t:ti 9DD'Z. NAMElTELEPHONE NO. OF AUTHORIZED REPRESENTATIVE ..JA~I( 1'1. SNDE,..,,.,,erz.. ---32. 3 2:Z 3> 1591 FAX NO. 3:l'S 2Z'Z. 3'72- ANNUAL PURCHASE ORDER Effective on or about July I, 2006 through June 30, 2007 plus two (2) single year renewal options, for City's panial requirements, on an as-needed basis, with no guaranteed usage for TIRES AND RETREADING SERVICES. Option year one, if exercised, shall be effective July 1,2007 through June 30, 2008. Option year two, if exercised, shall be effective July I, 2008 through June 30, 2009. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. ~--':" - e PRICE FORM (please provide detailed Finn Fixed Price cost infonnation in the spaces provided below and any other incidental or additional costs required.) TIRES TIRE SIZE MAKE / TIRE DESCRIPTION PART NUMBER UNIT BRAND COST 185/75R14 Goodvear P185/75R14 Rellatta 2 187-853-026 Z..S1 205175R15 Goodyear P205/75RI5 Rel(atta 2 187-705-026 ';l',~'" 215175R15 Goodvear P215/75RI5 Wrangler RT/S 137-025-783 V'7./J 225/70R 15 Goodyear P225/70RI5Intel!ritv 402-392-436 v~.Sz. P225/70RI5 Eall1e GT II 116-102-011 S"/>.911 235175R15 Goodyear P235/75RI5 Rel(atta 2 187-019-026 vl(.~< 215/60RI6 Goodvear P215/60RI6 Rel(atta 2 187-009-016 I$'. C 7 P215/60R16 Assurance 413-009-507 /1>/. Z Z. 215/85R16 Goodyear LTI15/85R16 Wranl(lerRT/S 749-821-060 89.AI 225/60R16 Goodvear P225/60RI6 Eallle RS-A 732-354-500 &~. '7" P225/60R16 Rel(atta 2 187-013-016 '21..~V 235/65R16 Goodyear P235/65RI6 Eagle GA 113-037-226 11~.1>7 235/85R16 Goodyear LTI35/85R16 Wrangler RT/S 749-725-434 q.../ '- 45175R16 Goodyear L TI45/75R16 Wrangler RT/S 749-353-434 77 '1(' 255/70R16 Goodyear P255/70RI6 Wralll!ler RT/S 137-840-039 &, /." 2- 265/70R16 Goodyear P265/70RI6 Wralllder RT/S 137-212-568 ru"./ ~ 285/75R16 Goodvear P285/75RI6 Wranlder MTIR 750-906-196 /11./. 14 225/70RI9.5 Goodyear 225/70R19.5 G647 RSS 139-418-053 Jt:l,.~" 11R22.5 LR-H Goodyear llR22.5 GI49 RSA 138-179-125 2./) ~ .6/&. 11R22.5 LR-G Goodyear llR22.5 GI64 RID 138..802-453 /t:lJ. <"0 1IR22.5 LR-H Goodvear 11R22.5 GI64 138-803-453 IRQ.. 77 12R22.5 LR-H Goodyear 12R22.5 0149 RSA 138-864-186 212. DO 315/80R22.5 LR-J Goodyear 315/80R22.5 G286A HSS 756-983-556 2S~. $"2- 315/80R22.5 LR-L Goodyear 315/80R22.5 0287 HSS 756-141-663 ~IJ~. D 3 385/65R22.5 LR-J Goodyear 385/65R22.5 G286A 759-315-200 2 77 . 0 2- 425/65R22.5 LR-L Goodvear 425/65R22.5 G286 SS 759-313-200 "lID. 71./ 445/65R22.5 LR-L Goodyear 445/65R22.5 G286A 759-314-200 "'3S'". 7., CASING CREDITS TIRE SIZE 11R22.5 12R22.S 3IS/80R22.S 38S/6SR22.S 42S/6SR22.S 44S/6SR22.5 ,,\~.C NOTES TIRE RETREADS TIRE SIZE 11R22.S 12R22.S Standard Standard Certified Certified RETREAD PROCESS Standard Standard Certified Certified TREAD DESCRIPTION .If. COST NOTES . ,l- " If TIRE DISPOSAL I TIRE Truck Automobile COST ~:~~ NOTES Warranty: Please provide warranty information in the area provided below. err" N'~~ "W ;:O,liE e e e e Are there any other additional or incidental costs required by your firm? Yes I@ . (circle one). If you answered "Yes", please provide detail of said additional costs: Have you included in your bid all informational items and forms as requested? Yes (s;. (circle one). If you answered "No", please explain: ~,r'" HAS "N ~,t~ This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: AUTHORIZED SIGNATURE: Received on: Received on: Received on: if / //11-.:. rkHf6Jw.- PRINT SIGNER'S NAME AND TITLE: J~~ M SHOeM~~E~ DATE SIGNED: C.E.NEn A l.. t-1&. fZ. (. I e /0 (., TELEPHONE: '3:'3 ZZ'J ("3-,1 e . e NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of peIjury: That he/she has not, either"directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-07-09. Business Name Y I' {t~ 5"1 Le $. / Nt:. 1-?4'/ ~,,/Z.AHH~ ,4.." Business Address LD s "N"''''~61. c '" 90tH 2.- . Signatureofbidder~ ~ 22~7 c#.,./I.(;up.o/4'/ O/Z. :r:t4 01111'-10'/0 <S4Jt.. c4 9'1Jt.~ Place of Residence Subscribed and sworn before me this Cf ~~ day of t}u-</s;o{e . State of California. J \A i-\e. ,2<P~ Notary Public in and for the County of My commission expires 1{)e..c.e.<M. k 9 , 200q{ . ~~~ ,1.~loPHER SIWlIICPIIEJSCIII~ -. COIIlIII.llS32156 fJl Ul 1011IY PIJIU:.W- _CMII -. ~ IIlC_E,,",Dec.UOIl 1 1 2 . 3 4 5 6 7 8 9 10 11 12 13 14 . . RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE DIRECTOR OF FINANCE OR DESIGNEE TO ISSUE AN ANNUAL PURCHASE ORDER TO Y TIRE SALES, INC. IN THE AMOUNT OF $40,000 FOR TIRES AND RETREADING SERVICES. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The Director of Finance or designee is authorized to issue an annual purchase order to Y Tire Sales, Inc. for tires and retreading services (attachment A), in accordance with Bid Specification F 07-09, for a total amount not-to-exceed $40,000. The annual purchase order is for one year with the option of two one-year extensions. SECTION 2. Y Tire Sales, Inc. Annual Purchase Order shall incorporate by reference this Resolution and Bid Specification F 07-09; SECTION 3. The authorization to execute the above referenced Annual Purchase Order is rescinded if not issued within sixty (60) days of the passage of this Resolution. 15 IIII 16 IIII 17 IIII 18 IIII 19 IIII 20 IIII 21 IIII 22 IIII 23 IIII 24 IIII 25 IIII 26 IIII 27 IIII 28 . .::/tIS ~, 7... 0 {, 1 I 2 . 3 4 5 6 7 8 9 10 11 12 13 14 . 15 16 17 18 19 20 21 22 23 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE DIRECTOR OF FINANCE OR DESIGNEE TO ISSUE AN ANNUAL PURCHASE ORDER TO Y TIRE SALES, INC. IN THE AMOUNT OF $40,000 FOR TIRES AND RETREADING SERVICES. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2006, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA BAXTER VACANT DERRY KELLEY JOHNSON MCCAMMACK Rachel G. Clark, City Clerk The foregoing resolution is hereby approved this day of ,2006. Patrick J. Morris, Mayor City of San Bernardino < 24 Approved as to Form: 25 JAMES F. PENMAN, 26 City Attorney . 27 28 2 . . . Attachment "A" TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. RFQ F-07-09 TIRES AND RETREADING SERVICES NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER" Services: Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth in left-hand column. Equipment: Bidder shall complete right-hand column indicating specific size and or make and model of all components when not exactly as specified. State "As Specified" ifitem is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID ACCEPTABLE I AS SPECIFIED REQUIREMENTS This specification describes the City of San Bernardino Fire Department requirements for Tires and Retreading Ac, e 'prIfS/.e Services. Bidders are expected to meet or exceed these soecifications. Goodyear brand tires shall be quoted listing related charges in appropriate area below. Alternate brand tires /-Ice. (tr""~ qt.~ may be quoted although preference will be with Goodyear brand. Alternate brand quotes must be consistent with soecified load range and tread tvDe of Goodvear models. List any optional tire models available under each size /1/ (nl ~ listing. , .., Bidder Shall: q -.,^ ..-' , . . . Maintain sufficient stock on hand to meet demand. Provide Goodyear or equal quality tire retread services listing related charges in appropriate area below. 4" 4"P T798t.c Quoted pricing shall include "Standard" process and "Certified" orocess for all tire retreads. Provide adequate retread brand and process information Ae'l/~ r" I3t,s for both "standard" and "certified" retreads with quote for a complete evaluation. Failure to provide adequate and (DI.J t:,Lf. If r c, r"-I ",c:S.S.) appropriate information may be cause for rejection of Quote. Provide tire disoosal services Iistinl! related ch8rl!es. ;Ice. e~ r1f (3t. Provide casing credits listing related credits in appropriate ,4 e~4P 7'1I-'3t4 area below. Provide pick up and delivery service at no additional 4-c.c4,7~q'c ch8rl!e with a minimum once weeklv service as required. Provide a reference catalog or listing of all tires available Au. 61' PI q,~ includinl!: technical information and Dricinl!. (DAI $.,e Ar" t:.r~ fJ r: ~. If.) State if prices quoted are based on a set government or ~Gr CoVEI&"//1I!,.,r Cb.....mAcr other contract. If so, vendor shall provide a copy of said contract. ADDITIONAL REQUIREMENTS Cost will be effective on July I, 2006 through June 30, 2007, plus two single year options. Actual option year pricing shall be negotiated with the successful bidder Aue~TI'(JL,; prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. ',10 . . . PRICE FORM REQUEST FOR QUOTES; DESCRIPTION OF RFQ: BIDDER'S NAME/ADDRESS: RFQ F-07-09 Tires and Retreading Services y Tine! SAJ,4~ nJc . ~'r'1 HAil II#"''''A AilE t.o$ 19"'t;CL.~S. elf ""0' z. NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE ..JA~ I( 1'1. S N"G /"tA"e 1'2. ---32. 3 Z'Z ~ /5'i I FAX NO. 3~3 2%'2. 3'72- ANNUAL PURCHASE ORDER Effective on or about July I, 2006 through June 30, 2007 plus two (2) single year renewal options, for City's partial requirements, on an as-needed basis, with no guaranteed usage for TIRES AND RETREADING SERVICES. Option year one, if exercised, shall be effective July 1,2007 through June 30, 2008. Option year two, if exercised, shall be effective July I, 2008 through June 30, 2009. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. , . PRICE FORM (please proyide detailed Firm Fixed Price cost information in the spaces proyided below and any other incidental or additional costs required.) TIRES . TIRE SIZE MAKE / TIRE DESCRIPTION PART NUMBER UNIT BRAND COST 185175R14 Goodyear P185/75R14 Regatta 2 187-853-026 2011'S? 205/75R15 Goodyear P205/75RI5 Rellatta 2 187 -705-026 l'.Sq 215/75R15 Goodyear P215/75RI5 Wrangler RT/S 137-025-783 Cf 7./ J 225/70R15 Goodyear P225/70RI51nterntv 402-392-436 Cf~'SZ. P225/70R15 Eagle GT II 116-102-011 ~.,. qlZ 235/75R15 Goodyear P235/75RI5 Rellatta 2 187-019-026 CfCf.$< 215/60R16 Goodyear P215/60R16 Regatta 2 187-009-016 l.~.c 7 P215/60RI6 Assurance 413-009-507 /'" . Z Z. 215/85R16 Goodyear LT215/85RI6 Wrangler RT/S 749-821-060 8~,"" 225/60R16 Goodyear P225/60R16 Eallle RS-A 732-354-500 ,,~. ..,,, P225/60R16 Regatta 2 187-013-016 2,.~'f ~ 235/65R16 Goodvear P235/65RI6 &ale GA 113-037-226 //",." .., 235/85R16 Goodvear L T235/85RI6 Wranl!ler RT/S 749-725-434 qc-. J '- 245/75R16 Goodyear L T245/75RI6 Wranl!ler RT/S 749-353-434 7..,./(, . . 255170RI6 Goodyear P255170R16 Wran.der RT/S 137-840-039 If, /." 2- 265170RI6 Goodyear P265170R16 Wranl!:ler RT/S 137-212-568 Qc"., 3 285175RI6 Goodyear P285175R16 Wranl!:ler MT/R 750-906-196 J IIJ. .,,, 225170R19.5 Goodyear 225170R19.5 G647 RSS 139-418-053 IQ7.0l'> 11R22.5 LR-H Goodyear 1lR22.5 G 149 RSA 138-179-125 2,J, ~ .6((.. 11R22.5 LR-G Goodvear 11R22.5 G 164 RTD 138-802-453 /QJ. <0 11R22.5 LR-H Goodyear 1lR22.5 GI64 138-803-453 IR~. 77 12R22.5 LR-H Goodyear 12R22.5 GI49 RSA 13 8-864-186 212. DO 315/80R22.5 LR-J Goodyear 315/80R22.5 G286A HSS 756-983-556 2S!i". $"2. 315/80R22.5 LR-L Goodyear 315/80R22.5 G287 HSS 756-141-663 ~/)~. D 3 385/65R22.5 LR-J Goodyear 385/65R22.5 G286A 759-315-200 2 77 . " 1- 425/65R22.5 LR-L Goodyear 425/65R22.5 G286 SS 759-313-200 31D.71.{ . 445/65R22.5 LR-L Goodyear 445/65R22.5 G286A 759-314-200 '3,)". 7 '9 CASING CREDITS . . . TIRE SIZE NOTES 1JR22.5 12R22.5 315/80R22.5 385/65R22.5 425/65R22.5 445/65R22.5 TIRE RETREADS TIRE SIZE llR22.5 RETREAD PROCESS Standard Standard Certified Certified COST TREAD DESCRIPTION ./l. NOTES 12R22.5 Standard Standard Certified Certified .,&, " " TIRE DISPOSAL ITmE Truck Automobile COST ~:~~ NOTES Warranty: Please provide warranty information in the area provided below. c,.,..~ HAS "101 ,/:','c . . . . Are there any other additional or incidental costs required by your firm? Yes /@ . (circle one). If you answered "Yes", please provide detail of said additional costs: Have you included in your bid all informational items and forms as requested? Yes (5;. (circle one). If you answered "No", please explain: c:- ,rJII #;lS I)'" .c-#t~ This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: ~ @ocrkMctLr AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: ~ M S#oeH,f/i.EfZ- DATE SIGNED: GE./<Jent4L. G. La.1o (." f1"fl.. TELEPHONE: 31.'3 ZZ., 1'3.,1 . . . NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of peljury: That he/she has not, either'directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-07-09. Business Name Y I' It': 5'" L€ $. / NC /94// ~"/z,,",",H" /I.lE Business Address LD$ "N"'~~.'S. c4 9(;J(Jl1- . Signatureofbidder~ ~ 2 2 ~ 7 c #".;'J;)"'/~4'/ 0/7.. '4 L.{ OI.4HO./o <Pi,l.. c.4 9,1Jl.c. Place of Residence Subscribed and sworn before me this Cf 1-~ )l.\t...e. , 2(X)':> day of t~u"'/s~e Notary Public in and for the County of My commission expires If)e..ce.Wl ~ , State of California. 9 ,200~. ~~~ ,!..C1IIISTOfIIEISH!IIEIICPI'8SQII~ -' Comm.I1532156 Ul III IIOTIlY PIIlIlC.W- _CollI -, ~ IIyC_E..,Dlc.I.. 1 . ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): ~ \ -\ \ \\lo Item # _\ r:; ~esolution # Vote: -1<: AyeS~~~,- Abstain~ ~n~~Ko~~~c:~~~lto~~ ~kC{Vt~rPanion Resolutions NulINoid After: days / Resolution # On Attachments: ~ PUBLISH 0 POST 0 JODb- J-l9 Absent S- Note on Resolution of attachment stored separately: 0 RECORD W/COUNTY 0 By: ~ Date Sent to Mayor: Date of Mayor's Signature: ~ 0\ 0(0 Date ofClerk/CDC Signature: ~ Reso. Log Updated: i Seal Impressed: Reso. # on Staff Report Date Memo/Letter Sent for Signature: I" Reminder Letter Sent: Date Returned: 2nd Reminder Letter Sent: Not Returned: 0 Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Yes*- No By_ Yes Not By_ Yes No By_ Yes NOT By_ Yes No ----'--- By_ Copies Distributed to: Animal Control o o JJfAnov o o EDA o Information Services o Parks & Recreation ~ V.DJ'U)v\'(rDJ>olice Department ~ ~ Public Services o Water Department o o o o o City Administrator City Attorney Code Compliance Development Services Others: Facilities Finance Fire Department Human Resources Notes: Ready to File: _ Date: Revised 12/18/03