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