HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #2189
Date: 05/03/2017
Commission Meeting Date: 05/25/2017
Requesting Department: Department of
General Services Administration
Sponsored By:
District Impacted: All
Type: Resolution
Subject: RFP - Digital Trunked Simulcast Network Sys.
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the proposal received August 30, 2016, pursuant to RFP No. 592382, from
Harris Corporation ("Harris"), to provide a fully featured 800 MHz P25 digital trunked
simulcast network system (System), for the City of Miami (City), specifically the City's
Police, Fire, and General Services Administration departments; on a contractual basis,
for a period of three (3) years, with two (2), additional two (2) year periods; allocating
funds from to be determined sources of funds, including new funding that may become
available, subject to the availability of funds and budgetary approval at the time of need,
further authorizing the City Manager to execute the negotiated Professional Services
Agreement (PSA) and Software License Agreement (Agreement), in substantially the
attached form, and execute all other documents, including any subsequent financial
agreements, license and maintenance agreements, amendments, renewals, extensions,
and modifications to the Agreement, in a form acceptable to the City Attorney, as may
be necessary for said purpose.
Background of Item:
On May 16, 2016, the Department of Procurement (Procurement) issued RFP No.
592382 under full and open competition, to obtain proposals from qualified, experienced
firms, to provide a fully featured 800 MHz P25 Digital Trunked Simulcast Network
System (System), as part of the ongoing efforts to upgrade and enhance two-way radio
communications throughout the City, for the benefit of all public safety and local
government users, and the citizens that they serve. This RFP was considered a "best -
value procurement" in order to evaluate cost versus value, to determine which proposed
solution provides the best value, while meeting the City's needs. Proposers were
required to meet all of the minimum qualification requirements established in the RFP in
order to be deemed responsive and responsible to provide the services, and were also
required include options for financing the project.
Due to the complexity of the solicitation, on August 30, 2016, two (2) proposals were
received in response to the RFP; both proposals were deemed responsive. The
Evaluation Committee (Committee) appointed by the City Manager, evaluated the
proposals following the guidelines and technical criteria published in the RFP. Pursuant
to the RFP requirements, the Committee recommended that Procurement negotiate and
execute a Professional Services Agreement with Harris. Procurement hereby
recommends award of the contract to Harris Corporation.
Budget Impact Analysis
Item is an Expenditure
Item is NOT Related to Revenue
Item is NOT funded by Bonds
Total Fiscal Impact:
$12,100,000.00 (negotiated price of $11,000,000, plus 10% contingency allowance of
$1,100,000, for completion for the Project)
General Account No: Subject to the financing and the availability of funds
Department of General Services Administration
Review Completed
Office of Management and Budget
Office of Management and Budget
Department of Procurement
City Manager's Office
Legislative Division
City Manager's Office
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Reviewed B
05/03/2017 12:51 PM
Adine Cordero
Christopher M Rose
Annie Perez
Alberto N. Parjus
Valentin J Alvarez
Daniel J. Alfonso
Barnaby L. Min
Victoria Mendez
Nicole Ewan
Mayor's Office
City Clerk's Office
Ricardo Falero Department Head
Budget Analyst Review
Budget Review
Procurement Review
Assistant City Manager Review
Legislative Division Review
City Manager Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Signed by the Mayor Completed
Signed and Attested by the City Clerk Completed
05/04/2017 2:07 PM
05/09/2017 11:57 AM
05/12/2017 8:09 AM
05/12/2017 9:31 AM
05/12/2017 9:55 AM
05/15/2017 6:27 PM
05/16/2017 9:54 AM
05/16/2017 12:18 PM
05/25/2017 9:00 AM
05/25/2017 3:28 PM
05/25/2017 3:29 PM
City of Miami
Legislation
Resolution
Enactment Number: R-17-0248
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 2189 Final Action Date:5/25/2017
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE PROPOSAL RECEIVED AUGUST 30, 2016, PURSUANT TO
REQUEST FOR PROPOSALS NO. 592382, FROM HARRIS CORPORATION, THE
HIGHEST RANKED RESPONSIVE AND RESPONSIBLE PROPOSER, TO PROVIDE
AN 800 MEGAHERTZ DIGITAL TRUNKED SIMULCAST NETWORK SYSTEM FOR
THE CITY OF MIAMI'S ("CITY") POLICE DEPARTMENT, FIRE -RESCUE
DEPARTMENT, AND GENERAL SERVICES ADMINISTRATION DEPARTMENT, FOR
AN INITIAL CONTRACT PERIOD OF THREE (3) YEARS, WITH THE OPTION TO
RENEW FOR TWO (2) ADDITIONAL TWO (2) YEAR PERIODS; AUTHORIZING THE
CITY MANAGER TO EXECUTE THE NEGOTIATED PROFESSIONAL SERVICES
AGREEMENT ("PSA") AND SOFTWARE LICENSE AGREEMENT ("SLA"), IN
SUBSTANTIALLY THE ATTACHED FORMS; ALLOCATING FUNDS FROM SOURCES
OF FUNDING TO BE DETERMINED, INCLUDING NEW SOURCES OF FUNDING
THAT MAY BECOME AVAILABLE; FURTHER AUTHORIZING THE CITY MANAGER
TO NEGOTIATE AND EXECUTE ANY AND ALL NECESSARY DOCUMENTS,
INCLUDING ANY SUBSEQUENT FINANCIAL AGREEMENTS, LICENSE
AGREEMENTS, AND MAINTENANCE AGREEMENTS, AMENDMENTS, RENEWALS,
EXTENSIONS, AND MODIFICATIONS TO THE PSA, SLA, AND SUBSEQUENT
AGREEMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AS MAY BE
NECESSARY FOR SAID PURPOSE.
WHEREAS, the City of Miami ("City") has a need for the procurement of an 800
Megahertz ("MHZ") Digital Trunked Simulcast Network System ("System") as part of the
ongoing efforts to upgrade and enhance two (2) way radio communications throughout the City,
specifically for the Miami Police Department ("MPD"), Fire -Rescue Department ("Fire"), and
General Services Administration Department ("GSA"); and
WHEREAS, on May 16, 2016, the Procurement Department ("Procurement") issued
Request for Proposals ("RFP") No. 592382 to secure a qualified firm for the provision of the
System; and
WHEREAS, on August 30, 2016, two (2) proposals were received by the Office of the
City Clerk in response to the RFP; and
WHEREAS, on December 16, 2016 and January 11, 2017, the appointed Evaluation
Committee ("Committee") convened to discuss and evaluate the two (2) responsive proposals
following the guidelines stipulated in the RFP and ranked Harris Corporation ("Harris") as the
highest ranked responsive and responsible proposer; and
WHEREAS, on January 24, 2017, the City Manager concurred with the
recommendations of the Committee and authorized Procurement to enter negotiations with
Harris for a Public Service Agreement ("PSA") for the acquisition of the System; and
WHEREAS, Procurement and a designated negotiation team have successfully
completed negotiations with Harris for the award of the contract and recommended to the City
Manager the execution of a PSA and Software License Agreement ("SLA") with Harris for the
System; and
WHEREAS, funds for the procurement of the System are yet to be determined and will
consist of funds from various sources, including new financing, as they may become available;
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. The proposal received August 30, 2017 pursuant to the RFP No. 592382
from Harris, the highest ranked responsive and responsible proposer, to provide the System for
the MPD, Fire, and GSA, on a contractual -basis, for a period of three (3) years, with two (2)
additional two (2) year options to renew, is accepted.
Section 3. The City Manager is authorized' to execute the negotiated PSA and SLA with
Harris, in substantially the attached forms.
Section 4. The City Manager is further authorized to negotiate and execute any and all
necessary documents, including any subsequent financial agreements, license agreements, and
maintenance agreements, and any amendments, renewals, extensions, and modifications to the
PSA, SLA, and subsequent agreements, in a form acceptable to the City Attorney, as may be
necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City Attor ey 5/16/2017
1 The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney including but not limited to those prescribed by applicable City Charter and City Code
provisions.
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) 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.