Loading...
HomeMy WebLinkAboutR-03-0648J-03-488 06/02/03 RESOLUTION NO. 010. 6 4 8 A RESOLUTION OF THE MIAMI CITY COMMISSION BY A FOUR-FIFTHS (4/5 THS ) AFFIRMATIVE VOTE, AFTER AN ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF SOLE SOURCE; WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES AND AUTHORIZING THE ACQUISITION OF REPAIR SERVICES FOR ONE 1999 FREIGHTLINER CHASSIS FL60 FIRE -RESCUE VEHICLE FOR THE DEPARTMENT OF FIRE -RESCUE, FROM AMERICAN LAFRANCE MEDICMASTER, SOLE SOURCE MANUFACTURER, IN AN AMOUNT NOT TO EXCEED $46,979.51; ALLOCATING FUNDS FROM THE BUDGET OF THE DEPARTMENT OF FIRE -RESCUE, ACCOUNT CODE NO. 105000.280502.6.670, FOR THE FIRST CONTRACT PERIOD ENDING SEPTEMBER 30, 2003, AND FROM CAPITAL IMPROVEMENT PROJECT NO. 313304, ACCOUNT CODE NO. 289401.6.840. WHEREAS, the Department of Fire -Rescue has a critical need to repair one 1999 Freightliner Chassis FL60 rescue vehicle assigned to Station No. 8; and WHEREAS, this vehicle was involved in an accident resulting in severe damage to the body and has been rendered inoperable; and WHEREAS, due to the complex repairs required to repair said rescue vehicle, American LaFrance MedicMaster is the only service CITY COMMISSION MEETING J U N 1 2 2003 Hcsolution No. 03- 648 ; agent in the Florida area qualified to repair this vehicle; and WHEREAS, it is practicable and advantageous for the City of Miami, at this time, to authorize this repair from American LaFrance MedicMaster ("MedicMaster), sole source provider and manufacturer of this vehicle as the body is custom made to manufacturer specifications; and WHEREAS, MedicMaster technicians are factory trained and have ready access to the original manufacture parts, which enables on-site repairs and quick turnaround for major repairs; and WHEREAS, the Chief Procurement Officer has adopted a finding that American LaFrance MedicMaster, is the sole source manufacturer of this vehicle; and WHEREAS, the finding of the Chief Procurement Officer has been approved and adopted as the finding of the City Manager; and WHEREAS, the City Manager and the Chief of Fire -Rescue recommend that the requirements for competitive formal sealed bids be waived and the acquisition of the above service as specified be approved; Page 2 of 4 03- 648 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. By a four-fifths (4/5th,) affirmative vote, after an advertised public hearing, the City Manager's finding of sole source is ratified, approved and confirmed, the requirements for competitive sealed bidding procedures are waived and the acquisition of repair services for one 1999 Freightliner Chassis FL60 Fire -Rescue 8 vehicle for the Department of Fire -Rescue, from American LaFrance MedicMaster, sole source manufacturer, is authorized, in an amount not to exceed $46,979.51, with funds allocated from the Budget of the Department of Fire -Rescue, Account Code No. 105000.280502.6.670, for the first contract period ending September 30, 2003 and from Capital Improvement Project No. 313304, Account Code No. 289401.6.840. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!/ ii If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 4 03- 648 PASSED AND ADOPTED this 12th day of June , 2003. ATTEST: PRISCILLA A.THOMPSON CITY CLERK APPROVED FORM EJKNDRO VILARELLO Cl&rY ATTORNEY W7273:tr:AS:BSS Q-016 TNLW&A. DIAZ, MAYO CORRECTNESS: Page 4 of 4 03- 648 CITY OF MIAMI, FLORIDA is INTER -OFFICE MEMORANDUM TO: Honorable Mayo d DATE: mbers of e City Co ssion l SUBJECT: FROM: Oe ola REFERENCES hi Administrator/City Manager ENCLOSURES: RECOMMENDATION JUN —3 M FILE: FM-054.doc Sole Source Acquisition: Authorizing the Repair of Rescue 8; Department of Fire -Rescue Resolution It is respectfully recommended that the City Commission adopt the attached Resolution ratifying, approving, and confirming the City Manager's finding of sole source, waiving the requirements for competitive sealed bids and authorizing the repair of Rescue 8 from American LaFrance MedicMaster, a Non-Local/Non-Minority vendor, located at 700 Aero Lane, Sanford, Florida 32771, the sole source manufacturer of the existing 1999 Freightliner Chassis FL60 fire rescue truck currently used by the Department of Fire -Rescue. The cost of this repair is $46,979.51. Funds will be allocated from the Department of Fire -Rescue Account Code No. 105000.280502.6.670. BACKGROUND The Department of Fire -Rescue has a critical need to repair one (1) 1999 Freightliner Chassis FL60 rescue vehicle assigned to Station No. 8, located at 2975 Oak Avenue. On August 4, 2002, Rescue 8 was involved in an accident resulting in severe damage to the body and has been rendered inoperable. Subsequently, the Fire -Rescue Garage arranged for Rescue 8 to be towed to American LaFrance MedicMaster, the original manufacturer for this equipment, for their assessment of the damage. As a result of their inspection, this vehicle cab must be removed from the chassis rails. In order to remove the cab the electrical system and cab harness must be disconnected, and the harness must be pulled into the patient module. This system is very complex and American LaFrance MedicMaster is the only service agent in the Florida area that is qualified to separate and reconnect this aforementioned system. Since American LaFrance MedicMaster is the manufacturer of this rescue vehicle and the body is custom made to manufacturer specifications. MedicMaster technicians are factory trained and have ready access to the original manufacture parts, which enables on-site repairs and quick turnaround for major repairs. Most importantly, the authorization of this repair will ensure lower risks of field failures and guarantee that all operational systems will function as originally designed as well as to ensure that the product warranty provided by American LaFrance MedicMaster is valid. M, �J Honorable Mayor and Members of the City Commission Page 2 of 2 Rescue 8 is one of the Department's newer vehicles and there is a critical need to return this rescue vehicle back to service as soon as possible. This front-line equipment is essenin providing adequate levels of Fire -Rescue protection for the City of Miami. As the Chief Procurement Officer has deemed this acquisition by American LaFrance MedicMaster as a sole source manufacturer, it is therefore recommended at this time that the City Commission ratify the City Manager's finding of sole source and authorize the repair of Rescue 8. Fiscal Impact: None — Budgeted Item. as J K/TF/j am 03" G 4 F FM.054.doe Budgetary Impact Analysis 1. Department Fire -Rescue Division: Emergency Response Division 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: Resolution ratif3ing. approving and confirming the City Manager's finding of sole source, waiving the requirements for competitive sealed bids and authorizing the repair of Rescue 8 from American LaFrance MedicMaster the sole source manufacturer of the existing 1999 Freightliner Chassis FL60 fire rescue truck currently utilized by the Department of Fire -Rescue. The cost of this repair is S46,979.5 1(See Attached Resolution) Is this item related to revenue? NO: X YES _ (If yes, skip to item #7.) 5. Are there sufficient funds in Line Item? 'Zf�pj�Z . (> � YES: X Index Code 280502 Minor Obj. Code 670 Amount: $46,979.51 (bW(Ot 7a NO: — Complete the following questions: 6 Source of funds: Amount budgeted in the Line Item $ �7� bop Balance in Line Item $ 710• q1 Amount needed in the Line Item $ y6.279 &"iwely�f 54J A—A ..:11 U- +.�..a A frntn tlkA w fnllnino line itPmc- pkpa " , - fnrro ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. Verified by: From $ From $ From $ To $ 7. Any additional comments? 8. Approved by: -03 Date FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY VerifiYby, L Verified by: Transfer done by: Chie Shate lanning, iludgeting, and Budget Analyst Budget Analyst Perf ce D ctoorr/Designee Date �' I f - �� 1 Date �� 1�3 1 Date 03- 648 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Joe Amola DATE: May 15, 2003 FILE: Chief Administrator/City Manager SUBJECT: Repair of Rescue 8 FROM: G CO Director REFERENCES: hief Pr urement Officer ENCLOSURES: An investigation was conducted by staff to determine whether American LaFrance MedicMaster, a Non- Local/Non-Minority vendor, located at 700 Aero Lane, Sanford, Florida 32771, is the sole source vendor to repair the existing 1999 fire rescue truck currently used by the Department of Fire -Rescue. The Department of Fire -Rescue has a critical need to repair one (1) 1999 Freightliner Chassis FL60 rescue vehicle assigned to Station No. 8. On August 4, 2002, Rescue 8 was involved in an accident resulting in severe damage to the body and has been rendered inoperable. Subsequently, the Fire -Rescue Garage arranged for Rescue 8 to be towed to American LaFrance MedicMaster, the original manufacturer for this equipment, for their assessment of the damage. As a result of their inspection, this vehicle cab must be removed from the chassis rails. This process is very complex. In order to remove the cab the electrical system and cab harness must be disconnected, and the harness must be pulled into the patient module. American LaFrance MedicMaster is the only service agent in the Florida area that is qualified to separate and reconnect this aforementioned system. Since American LaFrance MedicMaster is the manufacturer of this rescue vehicle and the body is custom made to manufacturer specifications. MedicMaster technicians are factory trained and have ready access to the original manufacture parts, which enables on-site repairs and quick turnaround for major repairs. Most importantly, the authorization of this repair will ensure lower risks of field failures and guarantee that all operational systems will function as originally designed as well as to ensure that the product warranty provided by American LaFrance MedicMaster is valid. According to American LaFrance MedicMaster, it is the manufacturer of this damaged unit, and agreed that in order to repair the unit to its original condition, the cab must be removed from the chassis. As the entire system is complex, they reported they would be able to put back the system with the original teams that built the unit and ensure that all operational systems would function as originally designed. As the sole service provider in Florida, they are the only entity that can perform this service in order to maintain the original manufacturer's warranty due to the complexity of the body and electrical work. Accordingly, I am recommending that the requirements for formal competitive sealed bidding be waived, and these findings be approved: American LaFrance MedicMaster, located at 700 Aero Lane, Sanford, Florida 32771, is the sole source service provider for the repair of Rescue 8 in accordance with its warranty, in a total amount not to exceed $46,979.51. Funds will be allocated from the Department of Fire -Rescue Account Code No. IQK00.280502 .670. APPROVED BY: Joe Arriob Administrator/City Manager JA/LN1WGM/PEB DATE: 03- 648 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Glenn Marcos, Director DATE : May 15, 2003 FILE: Chief Procurement Officer SUBJECT: Repair of Rescue 8 FRO/eam'e REFERENCES laBums, C4PPB Sr. Procurement Contracts Officer ENCLOSURES: I conducted an investigation to determine whether American LaFrance MedicMaster, a Non-Local/Non- Minority vendor, located at 700 Aero Lane, Sanford, Florida 32771, is the sole source vendor to repair the existing 1999 fire rescue truck currently used by the Department of Fire -Rescue. The Department of Fire -Rescue has a critical need to repair one (1) 1999 Freightliner Chassis FL60 rescue vehicle assigned to Station No. 8. On August 4, 2002, Rescue 8 was involved in an accident resulting in severe damage to the body and has been rendered inoperable. Subsequently, the Fire -Rescue Garage arranged for Rescue 8 to be towed to American LaFrance MedicMaster, the original manufacturer for this equipment, for their assessment of the damage. As a result of their inspection, this vehicle cab must be removed from the chassis rails. This process is very complex. In order to remove the cab the electrical system and cab harness must be disconnected, and the harness must be pulled into the patient module. American LaFrance MedicMaster is the only service agent in the Florida area that is qualified to separate and reconnect this aforementioned system. Since American LaFrance MedicMaster is the manufacturer of this rescue vehicle and the body is custom made to manufacturer specifications. MedicMaster technicians are factory trained and have ready access to the original manufacture parts, which enables on-site repairs and quick turnaround for major repairs. Most importantly, the authorization of this repair will ensure lower risks of field failures and guarantee that all operational systems will function as originally designed as well as to ensure that the product warranty provided by American LaFrance MedicMaster is valid. According to American LaFrance MedicMaster, it is the manufacturer of this damaged unit, and agreed that in order to repair the unit to its original condition, the cab must be removed from the chassis. As the entire system is complex, they reported they would be able to put back the system with the original teams that built the unit and ensure that all operational systems would function as originally designed. As the sole service provider in Florida, they are the only entity that can perform this service in order to maintain the original manufacturer's warranty due to the complexity of the body and electrical work. Accordingly, I am recommending that the requirements for formal competitive sealed bidding be waived, and these findings be approved: American LaFrance MedicMaster, located at 700 Aero Lane, Sanford, Florida 32771, is the sole source service provider for the repair of Rescue 8 in accordance with its warranty, in a total amount not to exceed $46,979.51. Funds will be allocated from the Department of Fire -Rescue Account Code No. 105000.280502.6.670. APPROVED BY: C `-A.— DATE: G =JnOffficer Chiefoc 03- 648 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Glenn Marcos, Director Department of Purchasing FROM: . Chief Wil iam W. Bryson, Director Department of Fire -Rescue DATE: May 7, 2003 FILE FM.035.doc SUBJECT: Request for Sole Source Finding; Authorizing the Repair of Rescue 8; Fire -Rescue Department REFERENCES: ENCLOSURES: This memorandum serves to request that you approve a finding that American LaFrance MedicMaster, located at 700 Aero Lane, Sanford, Florida 32771, a Non-Local/Non-Minority vendor, is the sole source provider for the repair of Rescue 8, for the Department of Fire -Rescue. On August 4, 2002, Rescue 8 was involved in a crash resulting in severe damage to the body and has been rendered inoperable. Subsequently, the Fire -Rescue Garage arranged for Rescue 8 to be towed to American LaFrance MedicMaster, the manufacturers, for their assessment of the damage. As a result of their inspection, the cab must be removed from the chassis rails. In order to remove the cab the electrical system and cab harness must be disconnected and the harness must be pulled into the patient module. This system is very complex and American LaFrance MedicMaster is the only service agent that is qualified to separate and reconnect this aforementioned system. Since American LaFrance MedicMaster is the manufacturer of this rescue vehicle and the body is custom made to manufacturer specifications. MedicMaster technicians are factory trained and have ready access to the original factory parts, which enables on-site repairs and quick turnaround for major repairs. Most importantly, this will ensure lower risks of field failures and guarantee that all operational systems will function as originally designed as well as to assure that the product warranty provided by American LaFrance MedicMaster is valid. Hence, the Fire -Rescue Department recommends that American LaFrance Medic Master be awarded the bid to repair Rescue 8. Rescue 8 is one of the Department's newer vehicles and there is a need to return it to service as soon as possible. This front line equipment is assigned to Station No. 8, located at 2975 Oak Avenue, and is utilized as the Department's first line of defense when deployed in response to emergencies and must be operationally dependable at all times to ensure the safety and well being of the citizens of the City of Miami. The Department of Fire -Rescue has received one (1) written quote from American LaFrance MedicMaster in an amount not to exceed $46,979.51 to repair said damages. It is therefore recommended at this time that the Chief Procurement Officer deem this acquisition as a sole source finding and recommend the acquisition of this repair. Funds for this purchase will be allocated from the Department of Fire -Rescue Account Code No. 105000.280502.6.670. FM.035.doc 03- 648 Glenn Marcos, Director May 7, 2003 Page 2 of 2 Approved: " Glenn Mn, ' ector Purchasing Department at W WB/MLK/TF/jam Attachments FM.035.doc 03- 648 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Glenn Marcos, Director DATE: May 7, 2003 FILE: FM-055.doc Department of Purchasing SUBJECT: Sole Source Acquisition for /y Jr/J the Repair of Rescue 8 FROM: Chief William W. Bryson, Director REFERENCES Department of Fire -Rescue ENCLOSURES: The Department of Fire -Rescue has verified with the Department of Strategic Planning, Budgeting and Performance that funding is available for the repair of Rescue 8 from American LaFrance MedicMaster, the sole source manufacturer, in an amount not to exceed $46,979.51. Funding for this acquisition is available from the Department of Fire -Rescue Account Code No. 105000.280502.6.670. Budget Approval: aR W WB/MLK/TF/jam Date FM.055.doc 03— V 4 S 10L/ Lbs Lb1? � 10: 4L ivv l3. Gxftg0 Dun LvCY rAlar- Gl Msolc*muTm-1 700 Awo Low sated. FL 3XM (SM ea-iis Fax Memo in c•N�dn.lenn aad new � �rv�oAeno�w�a�a Upft e. MMewrslw is d tads sot 0 wdw is n *Wr aft we ar aai wr.! M 0 wwww" *um 6w dais IWW Ise anlr to n~wsMa ttiw ani tlN aNetrl�l a� aue ear hmm"m WON* tit iaorawcl�/, MW lh m has la W PWUd Ifo ttr wRNwt n�A�. Oft 'A - I i n Laftanea wIonny am ala" W � !fids syilaw-. "ft "%am" k wry. o c, ane 1t "I" an" w"nnM r"Vda. "" "0 V*m"tit Dae 0~40 wad. *a w f~ ftftms aft wft It. rda %*I how* a t '01 ""shay - I - - 0 WO fEnakn as daW*w& M � P'#*" "fWUW MwWWftft +s Mwe tae aN Iwww. 63- 648 City Of Miami Wrack Repair P. - MRI Po III4luKu_ m`N I�r I. ® _ U ® m Eli] .n, City Of Miami Wreck Repair cl7 em City Of Miami Wreck Repair I City Of Miami Wreck Repair A B C D E F 10811ROplace 1 with clear lens 1.50 130.00 107 1) Gwer Model 1510 air horn 3.00 222.00 108 Replace III illsWell AG mount 6.00 468.00 1-09IReplace all nbill 8.00 330.00 1 1018treetelde near ownparknent door vNli not open 2.00 11 ilReplace b@Nwn - ab is modulo 4.00 125.00 112 Bellows dep pme b looes 1.00. - 113 1141 82.00 2j956.00 115 116 117 11 1 49.00 11 Subbt fiwu 3,689.00 12 me*= L.aFrance Labor 6,150.00 121 erk;an LaFrenceMaNdeft 20958.00 122 Sublet OrbrKlo FjjWWw 17 455.51 12 31979.61 124 1251-- 120 Repolme MGM 127 ust n w door Hadar n 0.50 128 Green vriro near heft door aMy door is hwqng out 2.00 1291Vertical anket on door module enky door is failing off 0.50 15.00 130IReplace A- Sw0wo mm vM go goWm 0.50 _ 24.00 Replace Hannan on entry door with a (4) bolt 131 Hanson 2.00 16.00 132r art door 4.00 30.00 hwtall ex!must clNue tum down 0.50 75.00 134 R acs ernblem - roar 0.30 45.00 I1 135 10.30 205.00 136 137 772.00 138 205.00 .1391 Totell 1 977.00 *Transmission and Engine Cost - $15,000.00 - TOTAL COST OF REPAIR $46,979.51 oc� ci+ :d CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Priscilla A. Thompson City Clerk FROM: Chief William . Bryson, Director Department of Fire -Rescue DATE: May 7, 2003 SUEIJECT : Public Hearing Notice Waive Competitive Bidding Sole Source; Fire -Rescue REFERENCES: ENCLOSURES: FILE: FM-056.doe Attached please find the public hearing notice for a waiver of the requirement for competitive bids for the repair of Rescue 8 from American Lafrance MedicMaster, the sole source manufacturer for the Department of Fire -Rescue. This item is scheduled for the Commission meeting of,,_� > Contact Assistant Chief Tom Flores at ext. 1692 or Julia Martin at ext. 1672 if you have any questions. - Approved: Elvi Alonso, Agenda Coordinator Date aa► WWB/M1=/jam FM.056.doc 63- 648 CITY OF MIAMI NOTICE TO THE PUBLIC A public hearing will be held by the City Commission of the City of Miami, Florida, on June 12, 2003, at 9:00 a.m., in the City Commission Chambers at City Hall, 3500 Pan American Drive, Miami, Florida, for the purpose of considering a waiver of the requirement of obtaining sealed competitive bids for the repair of one (1) 1999 Freightliner Chassis FL60 fire rescue truck from American LaFrance MedicMaster, a Non-Local/Non-Minority vendor, located at 700 Aero Lane, Sanford, FL 32771, for the City of Miami, Department of Fire -Rescue, in an amount not to exceed $46,979.51. Inquiries from other potential sources of such a product who feel that they might be able to satisfy the City's requirement for this item may contact Pamela Burns, Sr. Procurement Officer, City of Miami, Department of Purchasing, 305/416- 1905. (City Seal) Priscilla A. Thompson (#11045) City Clerk 03— 648 AWARD SOLE SOURCE 02-03-143 ITEM: Repair of Rescue 8 DEPARTMENT: Fire -Rescue TYPE OF PURCHASE: Short -Term Contract REASON: The Department of Fire -Rescue is seeking to procure, from American LaFrance MedicMaster, the repair of Rescue 8. Rescue 8 was involved in an accident resulting in severe damage to the body and has been rendered inoperable. American LaFrance MedicMaster is the original manufacturer of this rescue vehicle and the body is custom made to manufacturer specifications. MedicMaster technicians are factory trained and have ready access to the original manufacture parts, which enables on-site repairs and quick turnaround for major repairs. Most importantly, the authorization of this repair will ensure that the product warranty provided by American LaFrance MedicMaster is valid. RECOMNffiNDATION: It is recommended that the Department of Fire - Rescue be authorized to repair Rescue 8, as a sole source provider, from American LaFrance MedicMaster, in a total amount not to exceed $46,979.51. Funds will be allocated from the Department of Fire -Rescue Account Code No. 105000.280502.6.670. M rcLDirpnos of Purchasing /5 D to SoleSource02-03-143RepairRescue8 03- 64S-