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