Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #7040 Date: 02/07/2020 Commission Meeting Date: 02/24/2020 Requesting Department: Department of Fire - Rescue Sponsored By: District Impacted: All Type: Resolution Subject: Bid Waiver - Satellite Communications Equipment 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"); retroactively approving the selection of various vendors (KR Nida Corporation, Shakespeare Company, LLC, Mackay Communications, Inc., Communications -Applied Technology Company) for the provision of satellite communications equipment for the Department of Fire -Rescue ("Fire -Rescue"), for an expenditure amount of $117,269.10. Background of Item: Fire -Rescue is requesting retroactive approval of an emergency purchase of satellite communications equipment. Fire -Rescue's Florida Task Force 2 ("FL-TF2") Urban Search and Rescue Team was tasked by the Federal Emergency Management Agency ("FEMA") to update its satellite communications equipment in order for FL-TF2 to communicate with other urban search and rescue teams nationally. FEMA's directives identified pre -qualified vendors and provided spending guidance which Fire -Rescue had to follow. All of the supplemental awards detailing the required equipment to purchase have been approved by the City Commission via Resolution Nos. R-19-0001, R-19- 0058, R-17-0615. An emergency procurement was deemed necessary due to the mandatory funding source deadlines. Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: $117,269.10 Department of Fire -Rescue Johnny Duran Reviewed B Fire Budget Review Completed 02/07/2020 10:24 AM Department of Procurement Department of Risk Management Department of Fire -Rescue Office of Management and Budget Office of Management and Budget Legislative Division City Manager's Office Office of the City Attorney Office of the City Attorney Office of the City Attorney City Commission Office of the City Clerk Annie Perez Ann -Marie Sharpe Eloy Garcia Pedro Lacret Christopher M Rose Valentin J Alvarez Nikolas Pascual Pablo Velez Barnaby L. Min Victoria Mendez Maricarmen Lopez City Clerk's Office Procurement Review Risk Review Fire Chief Review Budget Analyst Review Budget Review Legislative Division Review City Manager Review ACA Review Deputy City Attorney Review Approved Form and Correctness Meeting Rendered Completed 02/13/2020 4:39 PM Completed 02/13/2020 4:42 PM Completed 02/13/2020 4:47 PM Completed 02/13/2020 7:57 PM Completed 02/13/2020 9:00 PM Completed 02/13/2020 9:13 PM Completed 02/13/2020 9:47 PM Completed 02/14/2020 3:38 PM Completed 02/14/2020 3:47 PM Completed 02/14/2020 4:54 PM Completed 02/24/2020 9:00 AM Completed 02/27/2020 3:01 PM City of Miami Legislation Resolution Enactment Number: R-20-0061 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 7040 Final Action Date:2/24/2020 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY A FOUR -FIFTHS (4/5) AFFIRMATIVE VOTE, AFTER AN ADVERTISED PUBLIC HEARING, CONFIRMING, RATIFYING, AND APPROVING THE CITY MANAGER'S EMERGENCY FINDING, ATTACHED AND INCORPORATED AS ATTACHMENT "A," THAT IT WAS NOT ADVANTAGEOUS OR PRACTICABLE FOR THE CITY OF MIAMI ("CITY") TO USE SEALED COMPETITIVE BIDDING METHODS AND WAIVING THE SAME PURSUANT TO SECTION 18-90 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, FOR THE EMERGENCY PURCHASE OF REQUIRED SATELLITE COMMUNICATIONS EQUIPMENT ("EQUIPMENT") FOR THE CITY'S DEPARTMENT OF FIRE -RESCUE FLORIDA TASK FORCE 2 URBAN SEARCH AND RESCUE TEAM IN ACCORDANCE WITH FEDERAL EMERGENCY MANAGEMENT AGENCY ("FEMA") MANDATORY FUNDING SOURCE DEADLINES; FURTHER APPROVING PAYMENT TO THE VARIOUS FEMA PRE -QUALIFIED VENDORS FROM WHICH THE REQUIRED EQUIPMENT WAS PURCHASED AT A TOTAL EXPENDITURE AMOUNT OF ONE HUNDRED SEVENTEEN THOUSAND TWO HUNDRED SIXTY NINE DOLLARS AND TEN CENTS ($117,269.10). WHEREAS, the City of Miami's ("City") Department of Fire -Rescue ("Fire -Rescue") Florida Task Force 2 ("FL-TF2") Urban Search and Rescue Team was tasked by the Federal Emergency Management Agency ("FEMA") to update its satellite communications equipment ("Equipment") in order for FL-TF2 to communicate with other urban search and rescue teams nationally; and WHEREAS, FEMA's directives identified pre -qualified vendors and provided spending guidance that Fire -Rescue had to follow; and WHEREAS, all of the supplemental awards information detailing the required Equipment to purchase, attached and incorporated as Attachment "A," have been approved by the City Commission pursuant to Resolution Nos. 17-0615 adopted on December 14, 2017, 19-0001 adopted January 10, 2019, and 19-0058 adopted February 14, 2019; and WHEREAS, an emergency procurement was deemed necessary due to FEMA's mandatory funding source deadlines; and WHEREAS, the City Manager, pursuant to Section 18-90 of the Code of the City of Miami, Florida, as amended ("City Code"), made an emergency finding, attached and incorporated as Attachment "A," that it was not advantageous or practicable for the City to use sealed competitive bidding methods and waived the same for the purchase of the required Equipment for FL-TF2; 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, the City Manager's emergency finding, attached and incorporated as Attachment "A," that it was not advantageous or practicable for the City to use sealed competitive bidding methods and waiving the same pursuant to Section 18-90 of the City Code for the emergency purchase of the required Equipment for the FL-TF2 in accordance with FEMA mandatory funding source deadlines is hereby confirmed, ratified, and approved. Section 3. Payment to the various FEMA pre -qualified vendors from which the required Equipment was purchased at a total expenditure amount of One Hundred Seventeen Thousand Two Hundred Sixty Nine Dollars and Ten Cents ($117,269.10) is hereby approved. Section 4. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: ndez, City Attor ey