HomeMy WebLinkAboutR-20-0061City of Miami
Resolution R-20-0061
Legislation
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;
City of Miami Page 1 of 2 File ID: 7040 (Revision:) Printed On: 4/29/2025
File ID: 7040 Enactment Number: R-20-0061
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:
--
"r( ez, pity ttor
City of Miami Page 2 of 2 File ID: 7040 (Revision:) Printed on: 4/29/2025