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-