Loading...
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 Background of Item: Police was in need of new communication system to replace its existing outdated system.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.