Loading...
HomeMy WebLinkAboutR-14-0238City of Miami Legislation Resolution: R-14-0238 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 14-00504 Final Action Date: 6/26/2014 A RESOLUTION OF THE MIAMI CITY COMMISSION, BYA FOUR -FIFTHS (4/STHS) 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 PROCUREMENT OF MAINTENANCE AND REPAIR OF SELF-CONTAINED BREATHING APPARATUS EQUIPMENT, FROM DRAEGER SAFETY, INC., FOR THE DEPARTMENT OF FIRE -RESCUE, FORA FOUR (4) YEAR PERIOD, ATA FIRST -YEAR COST NOT TO EXCEED $30,000.00, WITH ANNUAL INCREASES NOT TO EXCEED 4%, FORA TOTAL CONTRACT AMOUNT NOT TO EXCEED $128,000.00; ALLOCATING FUNDS FOR THE FIRST YEAR OF THE CONTRACT FROM THE DEPARTMENT OF FIRE -RESCUE ACCOUNT NO. 00001.184010.546000.0.0, WITH FUTURE YEARS' FUNDING SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED. WHEREAS, the Department of Fire -Rescue requires regular maintenance and repair for their Self -Contained Breathing Apparatus ("SCBA") equipment; and WHEREAS, Draeger Safety, Inc. ("Draeger"), is the sole source provider for the maintenance and repair of the Draeger equipment; and WHEREAS, issuing a competitive solicitation (Invitation for Bid or Request for Proposals) for the provision of these services would not be practical for the City of Miami; 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 Draeger, is the sole source provider of maintenance and repair of SCBA equipment; and WHEREAS, the findings of the Chief Procurement Officer have been approved and adopted as the findings 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 that the procurement of maintenance and repair services for SCBA equipment from Draeger, as the sole source, be approved; 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. City of Miami Page 1 of 2 File Id: 14-00504 (Version: 11 Printed On: 1/4/2018 File Number: 14-00504 Enactment Number: R-14-0238 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 of maintenance and repair services of SCBA equipment, from Draeger, for the Department of Fire -Rescue, is approved, for a four (4) year period, at a first -year cost not to exceed $30,000.00, with annual increases not to exceed 4%, for a total contract amount not to exceed $128,000.00, with funds allocated for the first year of the contract from the Department of Fire -Rescue Account No. 00001.184010.546000.0.0, with future' years funding subject to the availability of funds and budgetary approval at the time of need. 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: 14-00504 (Version: 11 Printed On: 1/4/2018