HomeMy WebLinkAboutLegislationCity of Miami
Legislation
Resolution
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 12-00129
Final Action Date:
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY
A FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE, AFTER AN ADVERTISED
PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY
MANAGER'S FINDINGS THAT IT IS MOST ADVANTAGEOUS FOR THE CITY OF
MIAMI ("CITY") TO WAIVE COMPETITIVE SEALED BIDDING PROCEDURES,
PURSUANT TO SECTIONS 18-85(A) AND 18-90 OF THE CODE OF THE CITY OF
MIAMI, FLORIDA, AS AMENDED;AUTHORIZING AN INCREASE, IN AN AMOUNT
NOT TO EXCEED $53,334, TO THE GRANT AGREEMENT ("AGREEMENT")
BETWEEN THE CITY AND ACTION COMMUNITY CENTER, INC., FOR
PRE -ARRANGED TRANSPORTATION SERVICES FOR LOW TO MODERATE
INCOME ELDERLY OR DISABLED MIAMI RESIDENTS; FURTHER AUTHORIZING
A TWO (2) MONTH EXTENSION TO THE AGREEMENT FROM FEBRUARY 29,
2012 TO APRIL 30, 2012, OR UNTIL 30 DAYS AFTER A NOTICE TO PROCEED IS
ISSUED FOR THE SUBSEQUENT CONTRACT, WHICHEVER OCCURS FIRST;
FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT
NUMBER 3 TO THE AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM,
FOR SAID PURPOSES; ALLOCATING FUNDS FROM THE CITY'S SHARE OF
THE TRANSIT SURTAX.
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.
("Action") 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 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 Code of the City of Miami,
Florida, as amended ("City Code"); and
WHEREAS,, award of. the new contract would not occur until the protest is resolved; and
- WHEREAS, pursuant to Resolution ,No. 11-0379, adopted September 27, 2011, the City
Commission authorized the -.execution of Amendment Number 1, increasing the Agreement by
- - $87,500, further extending the Agreement by a three (3) month period from September 30, 2011 to
December 31, 2011; and
City of Miami
Page 1 of 3 File Id: 12-00129 (Version: 1) Printed On: 2/2/2012
File Number: 12-00129
WHEREAS, pursuant to Resolution No. 11-0503, adopted December 15, 2011, the City
Commission authorized the :execution of Amendment Number 2, increasing the Agreement by
$53,334, further extending the Agreement by a two (2) month period from December 31, 2011 to
February 29, 2012; and
WHEREAS, in order to continue said services to eligible City residents and avoid undue hardship,
especially to the low to moderate income elderly or the disabled, the City Manager has determined that
it is necessary to waive competitive sealed bidding procedures pursuant to Sections 18-85(a) and 18-
90 of the City Code; and
WHEREAS, said findings are attached and incorporated; and
WHEREAS, the City Manager is authorized to execute Amendment Number 3 to the Agreement, in
substantially the attached form, increasing the Agreement by an amount not to exceed $53,334,
further extending the Agreement by an additional two (2) month period from February 29, 2012 to April
30, 2012; and
WHEREAS, said extension is for a two (2) month period or until 30 days after a Notice to Proceed
is issued for the subsequent contract, whichever occurs first; and
WHEREAS, funds are to be allocated from the City's share of the Transit Surtax;
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 fully set forth in this Section.
Section 2. By a four -fifths (4/5ths) affirmative vote, after an advertised public hearing, the City
Manager's findings, that it is most advantageous for the City to waive competitive sealed bidding
procedures, pursuant. to Sections 18-85(a) .and 18-90 of the City Code, are ratified, approved and
confirmed, for the purpose of entering into an Amendment for pre -arranged transportation services
with Action.
Section 3. The City Manager is authorized {1} to execute Amendment Number 3 to the Agreement,
in substantially the attached form, increasing the Agreement by an amount not to exceed $53,334,
further extending the Agreement by an additional two (2) month period from February 29, 2012 to April
30, 2012, or until 30 days after a Notice to Proceed is issued for the subsequent contract, whichever
occurs first, with funding allocated from the City's share of the Transit Surtax.
Section 4. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor.{2}
APPROVED AS TO FORM AND CORRECTNESS:
kivaptA
J U L I E O. BFzbv
CITY ATTORNEY
City of Miaini ::
Page 2 of 3 File Id: 12-00129 (Version: 1) Printed On: 2/2/2012
File Number: 12-00129
Footnotes:
{1} The herein authorization is further subject to compliance with all requirements that may be
imposed by the City Attorney, including but not limited to those prescribed by applicable City
Charter and Code provisions.
{2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar
days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become
effective immediately upon override of the veto by the City Commission.
City of Miiimi
Page 3 of 3 File Id: 12-00129 (Version: 1) Printed On: 2/2/2012