HomeMy WebLinkAboutR-06-0393City of Miami
Legislation
Resolution: R-06-0393
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 06-00983 Final Action Date: 6/22/2006
A RESOLUTION OF THE MIAMI CITY COMMISSION, BYA FOUR -FIFTHS (4/STHS)
AFFIRMATIVE VOTE, AFTER AN ADVERTISED PUBLIC HEARING, RATIFYING,
APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF A SOLE
SOURCE; WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING
PROCEDURES AND APPROVING THE PROCUREMENT OF
DEFIBRILLATOR/MONITORS, ACCESSORIES AND EQUIPMENT MAINTENANCE
SERVICES, FROM MEDTRONIC EMERGENCY RESPONSE SYSTEMS, INC., THE
SOLE SOURCE PROVIDER, ON AN AS -NEEDED CONTRACT BASIS, FOR A
ONE-YEAR PERIOD; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF
FUNDS FROM THE USER DEPARTMENT; AUTHORIZING SAID PURCHASES AS
NEEDED, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY
APPROVAL AT THE TIME OF NEED.
WHEREAS, the Department of Fire -Rescue has been utilizing equipment acquired from
Medtronic Emergency Response Systems, Inc. (formerly known as Medtronic Physio-Control
Corporation), since 1984; and
WHEREAS, usage and extensive field tests of comparable equipment on the market have
conclusively proven the superior function and reliability of Medtronic products; and
WHEREAS, to date, the Department of Fire -Rescue has ninety (90) Lifepak defibrillator/monitors,
and it Is the life saving equipment that personnel are trained on; and
WHEREAS, this equipment and service is necessary for total compatibility of the current inventory
of defibrillator/monitors; and
WHEREAS, funds will be allocated from the various sources of funds from the user department,
subject to the availability of funds and budgetary approval at the time of need; and
WHEREAS, the Chief Procurement Officer has found that Medtronic Emergency Response
Systems, Inc., is the only source from which to obtain the Lifepak defibrillator/monitor family of
products, parts, and accessories in our marketplace; and
WHEREAS, Medtronic Emergency Response Systems, Inc., does not utilize the services of any
dealers or distributors in the sale or maintenance of its products in our marketplace; 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 Director of Fire -Rescue recommend that the requirements
for competitive formal sealed bids be waived and the procurement of the aforementioned equipment
and service as specified be approved;
City of Miami
Page 1 of 2 File Id: 06-00983 (Version: 21 Printed On: 2/3/2017
File Number: 06-00983 Enactment Number: R-06-0393
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 (4/5ths) affirmative vote, after an advertised public hearing, the City
Manager's finding of a sole source is ratified, approved and confirmed, the requirement for
competitive sealed bidding procedures are waived, and the procurement of defibrillator/monitors,
accessories and equipment maintenance services, from Medtronic Emergency Response Systems,
Inc., the sole source provider, on an as -needed contract basis, for a one-year period, is approved,
with funds allocated from the various sources of funds from the user department.
Section 3. Said purchases as needed, are authorized, subject to the availability of funds and
budgetary approval at the time of need.
Section 4. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor.{1}
Footnotes:
{1} 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.
City of Miami Page 2 of 2 File Id: 06-00983 (Version: 21 Printed On: 2/3/2017