HomeMy WebLinkAboutR-97-0458J-97-432
6/30/97
RESOLUTION NO. 9 � — 4 5 8
A RESOLUTION, BY A FOUR -FIFTHS (4/5THS)
AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY
COMMISSION, AFTER A DULY ADVERTISED PUBLIC
HEARING, RATIFYING, APPROVING AND
CONFIRMING THE CITY MANAGER'S FINDING OF
SOLE SOURCE; WAIVING THE REQUIREMENTS FOR
COMPETITIVE SEALED BIDS AND APPROVING THE
REFURBISHMENT OF TWO (2) EXISTING AERIALS
TRUCKS FOR THE DEPARTMENT OF FIRE -RESCUE BY
SIMON LADDER TOWERS, INC., AT AN AMOUNT NOT
TO EXCEED $782,820.00; ALLOCATING FUNDS
THEREFOR FROM GENERAL FUNDS PROJECT
NO. 001000.920708.6650.84019; AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR SAID REFURBISHMENT.
WHEREAS, the Department of Fire -Rescue now requires that all
front line aerial
devices
have fire suppression capabilities;
and
WHEREAS, due
to the
reorganization of the Department
of
Fire -Rescue, there are nine fewer fire suppression apparatus
capable vehicles and a need exists to supplement the existing
fleet by refurbishing two Aerials Trucks in order to provide
appropriate levels of fire protection to the community; and
WHEREAS, it has been determined that Simon Ladder Towers,
Inc. is the only company that can refurbish the steel aerials and
furnish the City of Miami with product liability for as long as
the units remain in service; and
WHEREAS, the City Manager and the Fire Chief recommend that
the requirements for competitive formal sealed bids be waived and
CITY C011owsl(m
MEETING OF;
J U L 10 1997
R000luflon no.
97- 458
�z.
that Simon Ladder Towers, Inc. be approved as the sole source
provider for said refurbishment; and
WHEREAS, funds in the amount of $782,820.00 are available
from General Funds Project No. 001000.920708.6650.84019 for said
refurbishment, which amount includes a contingency reserve of
$5,000.00;
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 hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. By a four -fifths (4/5ths) affirmative vote of
the members of the City Commission, after a duly advertised
public hearing, the City Manager's finding of sole source is
hereby ratified, approved and confirmed, the requirements for
competitive sealed bids are hereby waived and the request for the
refurbishment of two (2) aerials trucks for the Department of
Fire -Rescue by Simon Ladder Towers, Inc. is hereby approved, with
funds therefor hereby allocated from General Funds Project
No. 001000.920708.6650.84019 for said refurbishment.
- 2 -
91- 458
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for said refurbishment.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this loth day of July , 1997.
CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:
- 3 -
97- 458
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Honorable Mayor and Members
of the City Commission
FROM : EEdw arquez
D " City Manager
RECOMMENDATION:
DATE : JUL - I 1997 FILE
SU&JECT : Resolution Authorizing
Refurbishment of Two
Aerials - Dept. of Fire -Rescue
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached
Resolution authorizing the Department of Fire -Rescue to have two (2) existing 100
foot Aerials Trucks refurbished by Simon Ladder Towers, Inc., a non-local/non-
minority vendor located at 65 Cocalico Creek Road, Ephrata, PA. This is a sole source
purchase at a proposed amount of $777,820 and a $5,000 contingency fund for a total
amount of $782,820. Funds for this project are available from General Fund Project
No. 001000.920708.6650.84019.
BACKGROUND:
Due to the reorganization of the Department of Fire -Rescue, there are nine (9) fewer
Fire Suppression Apparatus. The service delivery plan calls for all six (6) of the
Departments front line Aerial Devices to have Fire Suppression Capabilities (Quints).
The Department of Fire -Rescue presently has four (4) Quints. This refurbishment
recommendation would allow all of the front Line Aerial devices to be Quints.
The cost of a new 100 foot Aerial platform with a pump is $560,336. The
refurbishment of the Department of Fire -Rescue's existing 100 foot Aerial platform
will cost $399,099. The cost savings is $161,237. The cost of a new 100 foot aerial
straight stick with a pump is $483,000. The cost to refurbish an existing 100 foot aerial
straight stick is $378,721. The cost savings is $104,279. The combined cost savings is
$265,516.
97- 4581
TO :
Edward Marquez
City Manager
FROM :
Judy S.
Chief P
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE :
May 15, 1997
sUEUECT Sole Source Request for
Aerial Refurbishment of two (2)
100 foot Aerial Trucks
REFERENCES:
ENCLOSURES:
FILE :
An investigation was conducted by staff from the Department of Purchasing to determine whether Simon Ladder Towers,
Inc. (Simon LTI), a non-minority/non-local vendor located at 64 Cocalico Creek Road, Ephcata, Pa, is the sole source
provider for the furnishing of engineering parts to rebuild two (2) existing Aerial Devices for the Department of Fire -Rescue.
The Department of Fire -Rescue has reorganized and its service delivery plan call for all six (6) of the department's front line
Aerial Devices to have Fire Suppression capabilities (Quints). The department currently only has four (4) Quints, and the
refurbishment of the two (2) Aerials would allow all of the front line Aerial devices to be Quints.
It was learned in consultation with Chief M. Kemp that all of the department's Aerial Ladders are made of steel construction,
and six (6) of these ladders are at least 18 years old. He reported the steel ladders have had an excellent track record for
service and safety, and due to the many years of safe and reliable service, the department has decided to refurbish their
existing steel aerial devices rather than to replace them with aluminum aerial devices. The department is therefore requesting
that Simon LTI be deemed a sole source provider for this refurbishment.
Simon LTI reports that their product is a sole source as they are the only company that can complete the project and insure
product liability for as long as the units are in service with the City. Should any other manufacturer disassemble and/or make
any modification to the aerial(s), it would render the liability null and void. Additionally, Metropolitan Dade County has
deemed Simon LTI as a Sole Source as it is the only manufacturer that can supply the engineering, parts and product liability
or rebuild existing aerial platforms.
The proposed cost for the refurbishment of the aerial devices by Simon LTI is at a cost of $777,820.00, with a $5,000
contingency, for a total proposed amount of $782,820.00. Funds for this project are available from General Fund Project
Account No..920708.9960.84019.
Therefore, I am recommending that the requirements for competitive bidding be waived and the above findings be approved:
that Simon Ladder Towers Inc. (Simon LTI) a non-minority/non-local vendor located at 64 Cocalico Creek Road, Ephrata,
Pa. is the sole source provider for the refurbishment of the existing aerial devices, on behalf of the Department of Fire -
Rescue.
cc: Robert Nachlinger
Chief C.A. Gimenez
Sole Source File
A/
APPROVED;
DATE
97- 4583
TO :
Judy S. Carter
Chief Procurement Officer
FRO
!!!Pamela E. Burns
Sr. Procurement Contracts Officer
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE :
June 12, 1997
SUBJECT :
Sole Source Request for
Aerial Refurbishment of two (2)
100 ft. Aerial Trucks
REFERENCES:
ENCLOSURES:
FILE :
An investigation was conducted to determine whether Simon Ladder Towers, Inc. (Simon LTI), a non-minority/non-local
vendor located at 64 Cocalico Creek Road, Ephrata, Pa. 17522 is the sole source provider for the provision of engineering
parts to rebuild existing Aerial Devices for the Department of Fire -Rescue.
Chief M. Kemp of the Department of Fire -Rescue has reported that all of the department's Aerial Ladders are of steel
construction, and six (6) of these ladders are at least 18 years old. They reported that the steel aerial ladders have had an
excellent track record for service and safety within their fire system. Due to the many years of safe and reliable service that
they have experienced with the steel aerials, the department has decided to refurbish their existing steel aerial devices rather
than to replace them with aluminum Aerial devices. As a result, they are requesting that Simon LTI be deemed a sole source
for the refurbishment of two (2) steel aerial devices in order to continue to provide reliable service to the community.
Simon LTI has reported that their product is a sole source as they are the only company that can complete the project and
insure product liability due to the fact that they maintain all engineering, parts, and documentation drawings to complete the
project and to furnish the City with product liability for as long as the units are in service with the City. Should any other
manufacturer disassemble and/or make any modification to the aerial, it would render the liability null and void.
It has additionally been determined that Simon Ladder Towers, Inc. has been designated as a Sole Source provider by
Metropolitan Dade County for the refurbishment of its aerial platforms. It was determined by the County that Simon LTI is
the only manufacturer that can supply the engineering, parts and product liability or rebuild existing aerial platforms. This is
due to the fact that Simon LTI was the original manufacturer and has all existing drawings and engineering diagrams
pertaining to the existing units. Warranties were included on the work performed.
Due to the reorganization of the Department of Fire -Rescue, there are nine (9) fewer Fire Suppression Apparatus. The service
delivery plan calls for all six (6) of the department's front line Aerial Devices to have Fire Suppression Capabilities (Quints).
The Department presently has only four (4) Quints, and this refurbishment would allow all of the front line Aerial devices to
be Quints.
The proposed cost for the refurbishment of the aerial devices by Simon LTI is $777,820.00, with a $5,000 contingency, for a
total proposed amount of $782,820.00. Funds for this project are available from General Fund Project No.
001000.920708.6650.84019.
Therefore, I am recommending that the requirements for competitive bidding be waived and the above findings be approved:
that Simon Ladder Towers Inc. (Simon LTI) a non-minority/non-local vendor located at 64 Cocalico Creek Road, Ephrata,
Pa. is the sole source provider for the refurbishment of the existing aerial devices, on behalf of the Department of Fire -
Rescue.
APPROVED: C J
Judy .
C ief Procurement ffice
cc: Edward Marquez
Robert Nachlinger
Chief C.A. Gimenez
97- 458�
'X�
W
To : Judy S. Carter
Chief Procurement Officer
FRO (meneeirector
Department of i
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : June 12, 1997 FILE :
SUaIECT Sole Source Request for
Aerial Refurbishment of two (2)
100 ft. Aerial Trucks
REFERENCES:
ENCLOSURES:
The Department of Fire -Rescue is requesting that the Refurbishment of two (2) of our 100 foot Aerial Trucks be.
designated as a sole source acquisition.
Simon LTI is the only manufacturer that can supply the engineering parts and product liability to rebuild our
existing Aerial Devices. This is due to the fact that they are the original manufacturer and have all existing
drawings and engineering diagrams pertaining to our existing units.
All of the Department of Fire -Rescue's Aerial Ladders are of steel construction. Six (6) of these ladders are at
least 18 years old. Steel Aerial Ladders have an excellent track record for service and safety within our system
Due to the many years of safe, reliable service that we have experienced with Steel Aerials, the Department of
Fire -Rescue has decided to refurbish our existing Steel Aerial Devices rather than replace them with aluminum
Aerial Devices.
Simon LTI is the only company that can refurbish our Steel Aerials and furnish the City of Miami with product
liability for as long as the units are in service.
Your approval is hereby requested for Simon LTI to be deemed a Sole Source.
97- 458_
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Judy S. Carter, Director
Department of Purchasing
FROM ` 4DepartmOent
4ofFir7e�scue
rector
DATE : June 17, 1997 FILE
SUBJECT : Refurbishment of Aerials
Department of
Fire -Rescue
REFERENCES:
ENCLOSURES:
This Department has verified that funding is available to cover the cost of the subject
purchases in the amount of $782,820 from General Fund Project No.
001000.920708.6650.84019. Please note, funding for this purchase will not be expended.
prior to FY 97-98.
FINANCE & AP OVAL BY:
yzirdes Reyes, C?14troller
/Department of Finance
BUD ETARY REVIEW AND APPROVAL BY:
Dipak Parek, Director
Office of Budget and Management Analysis
�),7- 4589
W
d
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
To
Walter J. Foeman
City Clerk
:f C. X. Gimenez, Director
artment of Fire -Rescue
DATE : June 11, 1997 FILE
SUBJECT : Public Hearing Notice
Competitive Bid Waiver
Aerial Trucks Refurbishment
REFERENCES: Sole Source
ENCLOSURES:
Attached please find the public hearing notice for a waiver of the requirement for
competitive bids for the refurbishment of two (2) 100 foot Aerial Trucks for the
Department of Fire -Rescue scheduled for the Commission meeting of July 10,
1997.
Feel free to contact Assistant Chief Maurice L. Kemp at 575-5216 if you have any
questions.
Approved:
Elvi Gallastegui Alonso
Agenda Office
CAG/MLK:ga
97- 45811
CITY OF MIAMI FLORIDA
NOTICE TO THE PUBLIC
A Public hearing will be held by the
Commission of the City of Miami,
Florida, on Thursday, July 10, 1997,
at 9:00 AM, 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 refurbishment
of two (2) 100 foot Simon Ladder
Towers, Inc. Aerial Trucks, by the
original manufacturer, Simon Ladder
Towers Inc. at a total cost of
$782,820.
Inquiries from other potential sources
who feel that they might be able to
satisfy the City's requirements in this
refurbishment project may contact
Maurice L. Kemp, Chief of Support
Services, Department of Fire -Rescue
at the following number (305) 575-
5216.
All interested pers^:is are invited to
appear an may be- heard concerning
such proposed waiver and purchase.
The hearing will be held at the time
and place specified above.
Should any person desire to appeal
any decision of the City Commission
with respect to any matter considered
at this hearing, that person shall
jensure that a verbatim record of the
1 proceeding is made, including all
testimony and evidence upon. which
any appeal may be based.
Walter Foeman
City Clerk
Miami, Florida
.�r�— 45�13
14
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
AWARD
SOLE SOURCE
REFURBISHMENT OF TWO (2) AERIALS
Department of Fire -Rescue
Short Term Contract
REASON: To be utilized for the refurbishment of two (2)
existing Steel Aerials in order to allow all of the
department's six (6) front line Aerial Devices to have
Fire Suppression Capabilities (Quints) in order to.
provide reliable service to the community and In
conjunction with the department's service delivery
plan
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE
MADE TO SIMON LADDER TOWERS, INC. (SIMON
LTI), A NON -LOCAL NON -MINORITY VENDOR, AT
A PROPOSED COST OF $777,820.00, WITH A
$5,000.00 CONTINGENCY, FOR A TOTAL
PROPOSED AMOUNT OF $782,820.00.
97- 458
"