Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #18633 Date: 12/05/2025 Commission Meeting Date: 01/08/2026 Requesting Department: Department of Police Sponsored By: Christine King District Impacted: All Type: Resolution Subject: Sole Source - Purchase of GIS-RapidSOS - Miami Police Purpose of Item: The purpose of this item is to respectfully request a resolution of the Miami City Commission, with attachment(s), by a four -fifths (4/5ths) affirmative vote, pursuant to section 18-92 of the Code of the City of Miami, Florida, as amended; after an advertised public hearing, ratifying, confirming, and approving the City Manager's recommendation and written finding of a sole source, waiving the requirements for competitive sealed bidding methods as not being practicable or advantageous to the City of Miami ("City"); and authorizing the purchase of GIS-RapidSOS Hosted, Non -Emergency Automation - Alarm Call Automation, Communicator -Voice, Text, & Video Intelligence, and Single Sign On (SSO) Software ("Software") to be provided by RapidSOS, Inc. ("RapidSOS") for the Miami Police Department ("Police"), on an as needed basis, for a period of five (5) years, thereafter renewable annually, subject to an annual finding of sole source by the Chief Procurement Officer and approved by the City Manager; allocating funds from their general account or other funding sources, subject to the availability of funds and budget approval at the time of need; authorizing the City Manager to negotiate and execute all other documents, including any agreements, amendments, renewals, and extensions, subject to allocations, appropriations and budgetary approval having been previously made, and in compliance with applicable provisions of the Code of the City of Miami, Florida, as amended, ("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, in a form acceptable to the City Attorney, and in compliance with applicable laws and regulations, as may be necessary for said purpose. Background of Item: RapidSOS, Inc.'s software offers exclusive functionality, data access, and integrations necessary to support the operational, technical, and safety needs of the City of Miami ("City") Emergency Communications Center ("ECC"). Their communicator module uniquely integrates with over two hundred (200) emergency data sources and provides real-time access to location data, vehicle telematics, connected building information, and health profiles. Their platform enables inter -agency data sharing across one hundred percent (100%) of Florida's ECC's and ninety seven percent (97%) nationally, including the sharing of voice, video, and text communications. Through this platform the ECC will enable their inter -agency data sharing to include voice, video and text communications. In addition, the platform integrates directly with the RapidSOS GIS module, Axon body -worn cameras, and school safety platforms. RapidSOS, Inc.'s software is a unique and specialized item that is unlikely to be obtained from any other source. Thus, pursuant to Section 18-92 (a) (3) the City Code, the City Manager is waiving the requirements for competitive sealed bidding methods as not being practicable or advantageous. Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: Total Fiscal Impact: $524,416.00 Department of Police Department of Police Office of Management and Budget Office of Management and Budget Department of Procurement City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney City Commission Office of the City Clerk Reviewed B Jorge Blanco Manuel Morales Luis Hernandez -Torres Leon P Michel Annie Perez Arthur Noriega V Valentin J Alvarez Thomas M. Fossler George K. wysong III Maricarmen Lopez City Clerk's Office Initial Police Review Department Head Review Budget Analyst Review Budget Review Procurement Review City Manager Review Legislative Division Review ACA Review Approved Form and Correctness Meeting Rendered Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed 12/11/2025 7:03 AM 12/18/2025 6:52 AM 12/29/2025 9:21 AM 12/29/2025 11:40 AM 12/29/2025 12:35 PM 12/29/2025 1:32 PM 12/29/2025 2:15 PM 12/29/2025 4:25 PM 12/29/2025 5:27 PM 01/08/2026 9:00 AM 01/08/2026 5:13 PM City of Miami Legislation Resolution Enactment Number: R-26-0013 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 18633 Final Action Date:1/8/2026 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY AN AFFIRMATIVE FOUR -FIFTHS (4/5THS) VOTE PURSUANT TO SECTION 18-92 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), RATIFYING, CONFIRMING, AND APPROVING THE CITY MANAGER'S WRITTEN FINDINGS, ATTACHED AND INCORPORATED AS EXHIBIT "A", THAT ONLY ONE REASONABLE SOURCE OF SUPPLY EXISTS FOR THE PROVISION OF A GIS- RAPIDSOS HOSTED, NON -EMERGENCY, AUTOMATION -ALARM CALL AUTOMATION, COMMUNICATOR -VOICE, TEXT, & VIDEO INTELLIGENCE, AND SINGLE SIGN ON (SSO) SOFTWARE ("SERVICES"); APPROVING THE AWARD OF A CONTRACT TO RAPIDSOS, INC. ("CONTRACTOR") FOR THE SERVICES FOR AN INITIAL TERM OF FIVE (5) YEARS AND OPTION(S) TO RENEW ANNUALLY FOR ADDITIONAL ONE-YEAR (1 YEAR) TERM(S), SUCH RENEWALS BEING CONTINGENT UPON AN ANNUAL FINDING OF SOLE -SOURCE BY THE PROCUREMENT DIRECTOR, IN AN TOTAL ESTIMATED AMOUNT OF FIVE HUNDRED TWENTY-FOUR THOUSAND FOUR HUNDRED SIXTEEN AND 00/100 DOLLARS ($524,416.00); ALLOCATING FUNDS FOR THIS PURPOSE FROM ACCOUNT NO. 12000.190351.549000, OR OTHER LEGALLY AVAILABLE FUNDING SOURCES, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH CONTRACTOR FOR THE SERVICES, CONSISTENT WITH THE TERMS SET FORTH HEREIN; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY DOCUMENTS, INCLUDING AMENDMENTS, RENEWALS, AND EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, AND PRIOR BUDGETARY APPROVALS, AND IN COMPLIANCE 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, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Miami ("City") requires a GIS-RapidSOS hosted, non -emergency, automation -alarm call automation, communicator -voice, text, and video intelligence, and single sign on (SSO) software ("Services") in order to support the operational, technical, and safety needs of the City of Miami ("City") Emergency Communications Center ("ECC"); and WHEREAS, Section 18-92(b) of the Code of the City of Miami, Florida, as amended ("City Code") provides that the use of competitive bidding methods may be waived in circumstances where the City Manager makes a written finding, supported by reasons, that only one reasonable source of supply exists; and WHEREAS, RapidSOS, Inc., a foreign profit corporation ("Contractor"), is the only reasonable source of supply for said Services for the reasons specified in Exhibit "A," attached and incorporated ("Written Findings"); and WHEREAS, because Contractor is the only reasonable source of supply for the Services, the City Commission desires to ratify, confirm, and approve the City Manager's Written Findings, and authorize the City Manager to negotiate and execute an agreement with Contractor for the provision of the Services for an initial term of five (5) years with option(s) to renew annually for additional one-year (1 year) term(s), such renewals being contingent upon an annual finding of sole source by the Procurement Director, in a total estimated amount of Five Hundred Twenty -Four Thousand Four Hundred Sixteen and 00/100 Dollars (524,416.00); 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 18-92(b) of the City Code, after an advertised public hearing, the City Manager's Written Findings are hereby ratified, approved, and confirmed. Section 3. The award of a contract to Contractor for the Services for an initial term of five (5) years with option(s) to renew annually for additional one-year (1 year) term(s), such renewals being contingent upon an annual finding of sole source by the Procurement Director, in a total estimated amount of Five Hundred Twenty -Four Thousand Four Hundred Sixteen and 00/100 Dollars ($524,416.00) is hereby approved. Section 4. Funds to be allocated from Account No. 12000.190351.549000, or other legally available funding sources, subject to the availability of funds and budget approval at the time of need. Section 5. The City Manager is authorized' to negotiate and execute a contract, in a form acceptable to the City Attorney, with Contractor for the Services consistent with the terms set forth herein. Section 6. The City Manager is further authorized' to negotiate and execute any documents, including amendments, renewals, and extensions, all in forms acceptable to the City Attorney, and subject to all allocations, appropriations, and prior budgetary approvals, and in compliance 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, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 7. This Resolution shall become effective immediately upon its adoption. 1 The authorization herein is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions, including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code. APPROVED AS TO FORM AND CORRECTNESS: g III, C yE[ttorey /1212912025