Loading...
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