HomeMy WebLinkAboutExhibit-SUBTHIS DOCUMENT IS A SUBSTITUTION
TO ORIGINAL. BACKUP ORIGINAL
CAN BE SEEN AT END OF THIS DOCUMENT.
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO :
Johnny Martinez, P.E.
City Manager
DATE:
September 9, 2011
ALE :
Kenneth Robertson, suaiECT: Emergency Finding: Extend Agreement
Director / Chief Procurement Office
FROM : Albert Sosa, P.E., Director
Capital Improvements Program
for Pre -arranged Transportation Services
REFERENCES:
ENCLOSURES:
BACKGROUND
Pursuant to City of Miami Resolution No. 10-0506, the City Commission authorized a bid waiver via a four -
fifths (4/5'"s) vote for the award of a Grant Agreement (Agreement) with Action Community Center, Inc.
(Action) for pre -arranged transportation services for the City's low-income, elderly and/or disabled residents.
Said bid waiver authorized the City to allocate $142,605 for Fiscal Year 2009-10 and $350,000 for Fiscal Year
2010-11, for a total to not exceed $492,605, from the City's Charter County Transit System Sales Surtax
(Transit Surtax). The City's resolution noted its intent to competitively solicit this service by the end of the
contract term (1 year).
On June 24, 2011, the City's Procurement Office, in collaboration with the Capital Improvements Program and
the Office of Transportation, issued Request for Proposals (RFP) 274276,1 to procure On -Demand
Transportation Services for the;City's low-income, disabled and/or elderly residents. The City received a
Formal Bid Protest of Award for RFP No. 274276,1 on August 29, 2011, and a stay of procurement was
invoked per Section 18-104(d) of the City Code. Award of the new contract may not occur until the protest is
resolved.
In order to avert a suspension of on -demand transportation services to eligible City residents and avoid undue
hardship, especially to the low to moderate income elderly and/or the disabled, Action's Agreement needs to
be extended by a three (3) month period from September 30,.2011 to December 31, 2011. Said extension is
for a three (3) month period or until the pending protest is resolved and a Notice to Proceed is issued for the
subsequent contract, whichever occurs first.
FINDING
The City Administration finds that it is in the best interest of the City to increase Action's Agreement by an
amount not to exceed $87,500; further extending the Agreement by a three (3) month period frqm September
30, 2011 to December 31, 2011.
As the current transit provider, Action will be able to provide uninterrupted service until the protest process is
satisfactorily resolved. Approving this bid waiver will minimize. the adverse impact of interrupting the service
on the many transit dependent riders who utilize the program.
To accomplish this, it is necessary to waive the competitive sealed bidding requirements set forth in the Code
of the City of Miami, as amended (City Code), pursuant to Sections 18-85(a) and 18-90. As provided in
accordance with Sections 18-85(a) and 18-90 of the City Code, we recommend that the City Manager affirm
and adopt these findings and forward the matter to the City Commission for its approval.
SUBMITTED INTO THE
PUBLIC RECORD FOR
ITEM RE1 ON 9/a,hi
Emergency Finding Memo
Action Community Center, Inc.
Page 1 of 2
/ - ooS37 Exhibif-Sua
THIS DOCUMENT IS A SUBSTITUTION
TO ORIGINAL. BACKUP ORIGINAL
CAN BE SEEN AT END OF THIS DOCUMENT.
Your signature below will indicate your concurrence with the above recommendation and your acceptance of
these findings as your own justification for the waiver of competitive bidding procedures and recommendation
to extend and increase Action's Agreement.
Approved:
Johnn, artinez,
City ager
Approved: ^Gci.
Kekneth Robertson,
Director / Chief Procurement Officer
Emergency Finding Memo
Action Community Center, Inc.
Page 2 of 2
THIS DOCUMENT IS A SUBSTITUTION
TO ORIGINAL. BACKUP ORIGINAL
CAN BE SEEN AT END OF THIS DOCUMENT.
CITY OF MIAMI
AMENDMENT NO. 1 TO THE GRANT AGREEMENT
WITH ACTION COMMUNITY CENTER, INC.
FOR PRE -ARRANGED TRANSPORTATION SERVICES
This Amendment No. 1 to the Grant Agreement dated March 22, 2011 (the "Agreement")
between the City of Miami, a municipal corporation of the State of Florida ("City"), and Action
Community Center, Inc., a Florida non-profit corporation ("Contractor"), for the provision of Pre-
arranged Transportation Services ("Services") is entered into this day of
, 2011.
RECITALS
WHEREAS, it is desirable to provide an alternative form of pre -arranged transportation service
to the residents of Miami who are low and moderate income elderly and/or disabled; and
WHEREAS, pursuant to Resolution No. 10-0506, adopted November 18, 2010, the City
Commission authorized the execution of a grant agreement with Action Community Center, Inc.
for Pre -arranged Transportation Services, in the amount of $142,605 for Fiscal Year 2009-2010
and $350,000 for Fiscal Year 2010-2011; and
WHEREAS, the Capital Improvements Program ("CIP") and the Office of Transportation
procured through the Purchasing Department a Request for Proposals ("RFP") No. 274276,1 on
June 24, 2011 to procure a qualified and experienced company to operate an On -Demand
Transportation Service for the City; and
WHEREAS, the City received a Formal Bid Protest of Award for RFP No. 274276,1 on August
29, 2011, and a stay of procurement was invoked per Section 18-104(d) of the City Code; and
WHEREAS, award of the new contract may not occur until the protest is resolved; and
WHEREAS, it is in the best interest of the City to increase Action's Agreement by an amount not
to exceed $87,500; further extending the Agreement by a three (3) month period from
September 30, 2011 to December 31, 2011; and
WHEREAS, said extension is for a three (3) month period or until the pending protest is
resolved and a Notice to Proceed is issued for the subsequent contract, whichever occurs first;
and
WHEREAS, the City Commission has adopted Resolution No. , approving an increase to
the Agreement and a term extension;
NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement
as follows:
1. Article 6, Section 6.1, entitled "Payments" is hereby amended, in an amount not to
exceed $87,500 for a period of three (3) months from September 30, 2011 through
Page 1 of 2
THIS DOCUMENT IS A SUBSTITUTION
TO ORIGINAL. BACKUP ORIGINAL
CAN BE SEEN AT END OF THIS DOCUMENT.
December 31, 2011 or until the pending protest is resolved and a Notice to Proceed is
issued for the subsequent contract, whichever occurs first. Funds will be appropriated
from the City's share of the Transit Surtax.
2. Article 7, Section 7.1, entitled "Term of Agreement" is hereby amended extending the
expiration for an additional three (3) month period from September 30, 2011 to
December 31, 2011 or until the pending protest is resolved and a Notice to Proceed is
issued for the subsequent contract, whichever occurs first.
3. All other terms and conditions of the Agreement are in effect and remain unchanged.
THE CITY OF MIAMI, FLORIDA
(SEAL) CITY OF MIAMI, FLORIDA, a municipal
Corporation of the State of Florida
ATTEST:
By: By:
Priscilla A. Thompson, City Clerk Johnny Martinez, P.E., City Manager
APPROVED AS TO LEGAL FORM AND APPROVED AS TO INSURANCE
CORRECTNESS: REQUIREMENTS:
By: By:
Julie O. Bru, City Attorney Calvin Ellis, Director
Risk Management Department
ATTEST:
CONTRACTOR
ACTION COMMUNITY CENTER, INC., a
Florida not -for -profit corporation
By:
By: Maria P. Albo
Irela Bague, Vice Chairman Principal Executive Officer
Corporate Secretary
(Attach Corporate Resolution)
Page 2 of 2
SUBSTITUTED
TO
Johnny Martinez, P.E.
City Manager
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE
• September 9, 2011
FILE
Kenneth Robertson, sua.IECT: Emergency Finding: Extend Agreement
for Pre -arranged Transportation Services
REFERENCES:
ENCLOSURES:
irector / Chief Procurement Office
FROM'_ AI: Sosa, P.E., Director
Capi Improvements Program
BACKGROUND
Pursuant to City of Miami 'esolution No. 10-0506, the City Commission authorized a bid waiver via a four -
fifths (4/5`"s) vote for the a rd of a Grant Agreement (Agreement) with Action Community Center, Inc.
(Action) for pre -arranged tran .rtation services for the City's low-income, elderly and/or disabled residents.
Said bid waiver authorized the to allocate $142,605 for Fiscal Year 2009-10 and $350,000 for Fiscal Year
2010-11, for a total to not excee• 92,605, from the City's Charter County Transit System Sales Surtax
(Transit Surtax). The City's resoluti. noted its intent to competitively solicit this service by the end of the
contract term (1 year).
On June 24, 2011, the City's Procurement
the Office of Transportation, issued Req
Transportation Services for the;City's low-inc
Formal Bid Protest of Award for RFP No. 274
invoked per Section 18-104(d) of the City Code.
resolved.
ice, in collaboration with the Capital Improvements Program and
st for Proposals (RFP) 274276,1 to procure On -Demand
e, disabled and/or elderly residents. The City received a
1 on August 29, 2011, and a stay of procurement was
A 'rd of the new contract may not occur until the protest is
In order to avert a suspension of on -demand transportatiservices to eligible City residents and avoid undue
hardship, especially to the low to moderate income elderly . d/or the •disabled, Action's. Agreement needs to
be extended by a three (3) month period from September 30, 011 to December 31, 2011. Said extension is
for a three (3) month period. or until the pending protest is reso :d and a Notice to Proceed is issued for the
subsequent contract, whichever occurs first.
FINDING
The City Administration finds that it is In the best interest of the City to in. -ase Action's Agreement by an
amount not to exceed $87,500; further extending the Agreement by a three ( onth period from September
30, 2011 to December 31, 2011.
As the current transit provider, Action will be able to provide uninterrupted service it the protest process is
satisfactorily resolved, Approving this bid waiver will minimize the adverse impact o •terrupting the service
on the many transit dependent riders who utilize the program.
To accomplish this, it is necessary to waive the competitive sealed bidding requirements se .rth in the Code
of the City of Miami, as amended (City Code), pursuant to Sections 18-85(a) and 18-90. provided in
accordance with Sections 18-85(a) and 18-90 of the City Code, we recommend that the City - •ager affirm
and adopt these findings and forward the matter to the City Commission for its approval.
Emergency Finding
Action Community Center, I
Page 1 of
SUBSTITUTED
our signature below will indicate your concurrence with the above recommendation and your acceptance of
t' se findings as your own Justllcation for the waiver of competitive bidding procedures and recommendation
to : end and increase Action's Agreement.
/
Approved: It� I 1 ii.,�
Joh '1 artinez, P.
City kl ager
Approved:
Ke ' neth Roo son,
Director / Chie rocurement Officer
Emergency Fi
Action Community
g Memo
ter, Inc.
Pa• 2 of 2
This Arne
between th
Community C
arranged Tran
SUBSTITUTED
CITY OF MIAMI
AMENDMENT NO. 1 TO THE GRANT AGREEMENT
WITH ACTION COMMUNITY CENTER, INC.
FOR PRE -ARRANGED TRANSPORTATION SERVICES
ment No. 1 to the Grant Agreement dated March 22, 2011 (the "Agreement")
ity of Miami, a municipal corporation of the State of Florida ("City"), and Action
ter, Inc., a Florida non-profit corporation ("Contractor"), for the provision of Pre-
ortation Services ("Services") is entered into this . day of
011.
RECITALS
WHEREAS, it is desirable . provide an alternative form of pre -arranged transportation service
to the residents of Miami wh. -re low and moderate income elderly and/or disabled; and
WHEREAS, pursuant to Reso tion No. 10-0506, adopted November 18, 2010, the City
Commission authorized the execu. •n of a grant agreement with Action Community Center, Inc.
for Pre -arranged Transportation Se es, in the amount of $142,605 for Fiscal Year 2009-2010
and $350,000 for Fiscal Year 2010-20 ; and
WHEREAS, the Capital Improvements
procured through the Purchasing Departme
June 24, 2011 to procure a _qualified and
Transportation Service for tFe City; and.,
rogram ("CIP") and the Office of Transportation
a Request for Proposals ("RFP") No. 274276,1 on
e •erienced company to operate an On -Demand
WHEREAS, the City received a Formal Bid Protes Award for RFP No. 274276,1 on August
29, 2011, and a stay of procurement was invoked pe ection 18-104(d) of the City Code; and
WHEREAS, award of the new contract may not occur unti e protest is resolved; and
WHEREAS, It is in the best interest of the City to increase Act 's Agreement by an amount not
to exceed $175,000; further extending the Agreement from Se ember 30, 2011 to March 31,
2012; and
WHEREAS, the City Commission has adopted Resolution No. -pproving an increase to
the Agreement and a term extension;
NOW THEREFORE, in consideration of the foregoing, the parties hereby amd the Agreement
as follows:
1. Article 6, Section 6.1, entitled "Payments" is hereby amended, in an a •ount not to
exceed $175,000 for a period of six months, September 30, 2011 through arch 31,
2012. Funds will be appropriated from the City's share of the Transit Surtax.
Page 1
otz (o-)3-7
SUBSTITUTED
2. Article 7, Section 7.1, entitled "Term of Agreement" is hereby amended extending the
expiration for an additional six (6) months, from September 30, 2011 to March 31,
2012.
3. All other terms and conditions of the Agreement are in effect and remain unchanged.
THE CITY OF MIAMI, FLORIDA
(SEAL) CITY OF MIAMI, FLORIDA, a municipal
Corporation of the State of Florida
ATTEST:
By: By:
Priscilla A. Thompson, y Clerk Johnny Martinez, P.E., City Manager
APPROVED AS TO LEGAL FORM • D APPROVED AS TO INSURANCE
CORRECTNESS: REQUIREMENTS:
By: By:
Julie O. Bru, City Attomey Calvin Ellis, Director
Risk Management Department
CONTRACTO
ATTEST:
By:
Irela Bague, Vice Chairman
Corporate Secretary
ACTION
Florida not -
By:
Maria P. Albo
Principal Executive ► icer
MMUNITY CENTER, INC., a
-profit corporation
(Attach Corporate Resol
Page 2