HomeMy WebLinkAboutR-13-0031City of Miami
Legislation
Resolution: R-13-0031
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 12-01441 Final Action Date: 1/24/2013
A RESOLUTION OF THE MIAMI CITY COMMISSION BYA FOUR -FIFTHS (4/5THS)
AFFIRMATIVE VOTE, PURSUANT TO SECTION 18-92 OF THE CODE OF THE
CITY OF MIAMI, FLORIDA, AS AMENDED, 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
PURCHASE, FROM MOTOROLA SOLUTIONS, INC., OF MISSION CRITICAL
RADIOS FOR URBAN SEARCH AND RESCUE, IN ATOTALAMOUNT NOT TO
EXCEED $228,406.99, ALLOCATING FUNDS FROM PROJECT NO. 18-180025,
TASK: 03, AWARD: 1824, EXPENDITURE: EQUIPMENT, ORGANIZATION: 184010
AND PROJECT NO. 18-180027, TASK: 05, AWARD: 1886, EXPENDITURE:
EQUIPMENT, ORGANIZATION: 184010.
WHEREAS, the Urban Search and Rescue ("USAR") Team Task Force 2 needs to purchase
Mission Critical Radios in order to have interoperability capability with other municipalities during
deployments; and
WHEREAS, this would enable the City of Miami ("City") and USAR Task Force 2 personnel or
team members to deploy and work safely in response to any catastrophe that might occur; and
WHEREAS, the Motorola Radios needed by USAR fall under the product line of "Mission Critical
Solutions", which are geared at first responders, public safety and government; and
WHEREAS, these radios are sold exclusively by Motorola Solutions Direct Sales and Motorola
Authorized Dealers will not be authorized to respond to a competitive solicitation (i.e. Invitation for
Bid) issued by the City; and
WHEREAS, issuing a competitive solicitation (Invitation for Bid or Request for Proposals) for this
procurement wouldn't be practical for the City; and
WHEREAS, pursuant to Section 18-92 of the Code of the City of Miami, Florida, as amended
("City Code"), the Chief Procurement Officer has adopted a finding that Motorola Solutions, Inc., is the
sole source provider of Mission Critical Radios; and
WHEREAS, the findings of the Chief Procurement Officer have been approved and adopted as
the finding of the City Manager; and
WHEREAS, the City Manager and the Chief Procurement Officer recommend that the
requirements for competitive sealed bidding procedures be waived and the procurement of the above
goods as specified be approved;
City of Miami
Page 1 of 2 File Id: 12-01441 (Version: 1) Printed On: 8/21/2017
File Number: 12-01441 Enactment Number: R-13-0031
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 fully set forth in this Section.
Section 2. By a four -fifths (4/5ths) affirmative vote, pursuant to Section 18-92 of the City Code,
after an advertised public hearing, the City Manager's finding of a sole source, is ratified, approved
and confirmed, the requirements for competitive sealed bidding procedures are waived, and the
procurement, from Motorola Solutions, Inc., for Mission Critical Radios for USAR, is approved, in a
total amount not to exceed $228,406.99, with funds allocated from Project No. 18-180025, Task: 03,
Award: 1824, Expenditure: Equipment, Organization: 184010 and Project No. 18-180027, Task: 05,
Award: 1886, Expenditure: Equipment, Organization: 184010.
Section 3. 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: 12-01441 (Version: 1) Printed On: 8/21/2017