HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #5684
Date: 03/25/2019
Commission Meeting Date: 04/25/2019
Type:
Subject:
Requesting Department: Department of
Police
Sponsored By:
District Impacted: All
Resolution
Vote - Waive Competitive Sealed Bidding Procedures
Purpose of Item:
It is respectfully recommended that the Miami City Commission adopt the attached
resolution, by a four -fifths (4/5ths) affirmative vote, ratifying, confirming and approving
the City Manager's emergency finding that it was most advantageous for the City to
waive the competitive sealed bidding procedures, pursuant to Section 18-90 of the
Code of the City of Miami, Florida; as amended ("City Code"), further approving the
retroactive selection of Rescue Operations International Group, LLC ("ROI"), for the
provision of one (1) customized Atlantic Signal Communication System ("System") for
the Police Department ("Police"), for an expenditure amount of $57,653.60.
Background of Item:
Police was in need of new communication system to replace its existing outdated
system. Police identified this customized communication system, manufactured by
Atlantic Signal LLC and distributed by ROI, as the only one on the market that met the
needs of the officers serving on its Special Weapons and Tactics Detail ("SWAT"). An
emergency procurement was deemed necessary because of funding source deadlines
and vendor delays.
Budget Impact Analysis
Item has NOT an Expenditure
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$57,653.60
General Account No.: 11100.189000.664000.0000.00000
Department of Police
Department of Police
Department of Police
Office of Management and Budget
Office of Management and Budget
Department of Risk Management
Department of Procurement
Reviewed B
Jorge Blanco
Ronald Papier
Ronald Papier
Luis Hernandez -Torres
Christopher M Rose
Ann -Marie Sharpe
Annie Perez
Initial Police Review
Police Chief Review
Department Head Review
Budget Analyst Review
Budget Review
Risk Review
Procurement Review
Completed
Completed
Completed
Completed
Completed
Completed
Completed
03/25/2019 4:49 PM
03/25/2019 5:10 PM
03/25/2019 5:10 PM
03/27/2019 1:04 PM
03/27/2019 3:18 PM
03/28/2019 10:17 AM
03/28/2019 4:57 PM
City Manager's Office Nikolas Pascual City Manager Review Completed 04/01/2019 11:57 AM
Legislative Division Valentin J Alvarez Legislative Division Review Completed 04/08/2019 1:41 PM
Office of the City Attorney Valentin J Alvarez Deputy City Attorney Review Skipped 04/01/2019 3:00 PM
Office of the City Attorney Victoria Mendez Approved Form and Correctness Completed 04/09/2019 5:04 PM
City Commission Maricarmen Lopez Meeting Completed 04/25/2019 9:00 AM
Office of the Mayor Mayor's Office Signed by the Mayor Completed 05/03/2019 4:08 PM
Office of the City Clerk City Clerk's Office Signed and Attested by the City Clerk Completed 05/03/2019 4:38 PM
Office of the City Clerk City Clerk's Office Rendered Completed 05/03/2019 4:38 PM
City of Miami
Legislation
Resolution
Enactment Number: R-19-0156
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 5684 Final Action Date:4/25/2019
A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR -FIFTHS (4/5)
AFFIRMATIVE VOTE, RATIFYING, CONFIRMING, AND APPROVING THE CITY
MANAGER'S EMERGENCY FINDING, ATTACHED AND INCORPORATED AS
EXHIBIT "A," THAT IT WAS MOST ADVANTAGEOUS FOR THE CITY TO WAIVE THE
COMPETITIVE SEALED BIDDING PROCEDURES, PURSUANT TO SECTION 18-90
OF THE CODE OF THE CITY OF MIAMI, FLORIDA; FURTHER APPROVING THE
RETROACTIVE SELECTION OF RESCUE OPERATIONS INTERNATIONAL GROUP,
LLC, A FLORIDA LIMITED LIABILITY COMPANY ("ROI"), FOR THE PROVISION OF
ONE (1) CUSTOMIZED ATLANTIC SIGNAL COMMUNICATION SYSTEM ("SYSTEM"),
FOR A TOTAL EXPENDITURE AMOUNT OF $57,653.60, WITH SAID PURCHASE
HAVING COMPLIED WITH APPLICABLE PROVISIONS OF THE CITY CODE,
INCLUDING THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI -
DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH
IN CHAPTER 18 OF THE CITY CODE.
WHEREAS, the Miami Police Department ("Police") needed to replace its outdated
communication system for its Special Weapons and Tactics ("SWAT") Detail, to allow its officers
to communicate during high -risk operations; and
WHEREAS, Police identified the customized Atlantic Signal Communication System
("System") as the only product on the market to meet the needs of SWAT; and
WHEREAS, funds were budgeted from the Urban Areas Security Initiative ("UASI") grant
for this purchase; and
WHEREAS, vendor delays and the expiration date of UASI funds made other methods
of procurement impractical; and
WHEREAS, the system in use by SWAT had become obsolete and could no longer
reliably function as needed by SWAT Officers; and
WHEREAS, the Chief of Police, as head of the using department, has submitted to the
Chief Procurement Officer and the City Manager a full written explanation of the circumstances
of the emergency and the reasons for selection of a particular firm; and
WHEREAS, there has been a certification of funding availability from the Budget
Director; and
WHEREAS, the City Manager, pursuant to Section 18-90 of the Code of the City of
Miami, Florida, as amended ("City Code"), approved an emergency purchase to procure the
System;
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, pursuant to Section 18-90 of the City
Code, the City Manager's emergency finding, attached and incorporated as Exhibit "A," is
ratified, confirmed, and retroactively approved, the requirements for competitive sealed bidding
procedures are waived, and the emergency award for the provision of one (1) System from
Rescue Operations International Group, LLC, a Florida Limited Liability Company, for Police, is
approved, for a total expenditure amount of $57,653.60, with said purchase having complied
with applicable provisions of the City Code, including the City of Miami's Procurement
Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18
of the City Code.
Section 3. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.'
APPROVED AS TO FORM AND CORRECTNESS:
ndez, ity Attor ey 4/9/2019
1 This resolution shall become effective as specified herein unless vetoed by the Mayor within ten (10)
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 or upon the effective date stated
herein, whichever is later.