Loading...
HomeMy WebLinkAboutR-95-0110J-95-8 1/27/95 95- 110 kl)p��klkb•1 • ' ai' •1• :11' N r JI' •I• w 1: r � tt • •,• r• !• 1' ' Ili :1 �I•, D1 1f :1 • • DID 1 r fir :1 r• to I• !N'1 ar r :1• • • �1• al • ' �1' •1• 1• •' 1 1 :i :i' w 51• •' �1' ;• •' ' :1 • w 1' Ir • Ali ••1 ••107,4110• •'• WfUWAS, the City of Miami's existing energy devices and energy -related. infrastructure is outdated, inefficient and no longer meets the City Is needs; MY WHEMS, the General Services Administration and Solid Waste Department desires to provide comprehensive energy management and energy -related improvements for ten (10) City -owned facilities as follows: 0 1. City Hall-3500 Pan American Drive 2. City Administration Building-275 N.W. 2nd Street 3. GSA Administration '� g-1390 N.W. 20th Street 4. Solid Waste Administration. Bui.]Aing-1290 N.W. 20th Street 5. Police Administration Building-400 N.W. 2nd Avenue 6. Coconut Grove Ekbi.hition Center-2700 S. Bayshore Dive 7. North District Police Substation-1000 N.W. 62nd Street 8. South District Police Substation-2200 W. Flag'ler Street 9. Fire Safety and. Training g College-3425 Jefferson Street 10. Fire Fighting/Rescue Administration/Support Services- 1103-1151 N.W. 7th Street; CITY CO?41VIT$ 0)1,, MEETING OF FED 0 q 1995 Aenolution No, 95-- 110 MMEAS, Request for Qualification solicitations to provide the above energy devices were mailed to sixteen potential proposers; and WHEREAS, pursuant to public notice, sealed qualifications/proposals were received from two firms on May 2, 1994; and WHEREAS, the two proposals were evaluate and the proposers interviewed by the City's Selection Committee; and WHEREAS, the Selection Committee re=mimxlsd that the proposal received from EPS be accepted as the most responsible, responsive and advantageous proposal; an3. WHEREAS, the estimated capital cost of $1,363,440, and a=ued interest is expected to be financed through annual energy savings over a ten year Section 1. The recitals and findings contadmed in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The proposal of Energy Performance Services, Inc. CEPS), is hereby accepted for the design, aoquisition, installation, ma3ntenaz�e and training to provide comprehensive energy management, a full range of energy devices and energy -related improvements for tea (10) City - owned facilities, at an estimated capital cost of $1,363,440, with financing for the entire capital cost and accrued interest to be over a ten (10) year period through the annual energy ravings. Section 3. The City Manager is hereby authorized.`/ to negotiate with EPS for terms most favorable to the City and to execute an agreement, in a form acceptable to the City Attorney, for said purpose. 95- 110 -2- Section 4. This Resolution sha11 become effective immediately upon its adoption. PASSED AND ADOPTED this 9 th day Of February 1995. P . m4m, MAYoR A MATTY HIRAI CITY CLERK A' ft f I.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 Chaster and Code provisions. 95- 110 -3- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO . THE HONORABLE J.L. PLUMMER, JR Vice Mayor FRO MATTY H I RAI City Clerk DATE : February 16, 1995 FILE . SUBJECT : Comprehensive Energy Management for Ten City -owned Facilities REFERENCES: ENCLOSURES: Item 48 of 2/9/95 Agenda At the Commission meeting of February 9th, during adoption of agenda item 48 (a "Resolution to Accept the proposal of Energy Performance Services, Inc. (EPS), for the design, acquisition, installation, maintenance and training to provide comprehensive energy management, a full range of energy devices and energy -related improvements for ten City -owned facilities"), you voted with the motion for approval of the Resolution as presented, subject to a 72-hour wait on your part for further review of the issue. Inasmuch as this office has not heard from you in connection with said issue and since the 72 hours have elapsed, this item is now considered to be officially passed and adopted as Resolution 95-110. MH:sI 95- 110 CITY OF MIAMI, FLORIDA �� INTER -OFFICE MEMORANDUM HONORABLE MAYOR AND MSMBER.q TO, OF THE CITY COXHI S S I ON DATE SURUWT : FROM : Cesar H. Odio City Manager eNcxosuREs , RR OM_MRNDATIQKt FILE t Resolution Authorizing Award of RFQ 93-94-10OR, To Provide Comprehensive Energy Manage- ment and Capital improvement Services It is respectfully recommended that the City Commission adopt the attached resolution accepting the qualifications/proposal received from $neargy YerfornIanee Services, Inc. (EPS), a non - minority, non -local vendoL, Lu provide comprehensive energy mnnAapment and onergy-relatod capital improvement eerviceeI The CiL,y of Miami will be contracting tor a full range of energy devices and cnergy-related capital. impruvwmaiits for several City -owned fac litiAa. The services will bo financed through a performance -based contract, guaranteed savinga or similar Agreement at no initial capital cost to the City of Miami. These services may include but are not Limited to: a detailed energy audit, the deeiyn, acquisition, instaliation, modification, maintenance and training in the operation of existing and new equipment, which will reduce energy consumption acsociated with the heating, ventilation and air conditioning (HVAC) system, the lighting system, building envelop, the domestic hot water system and other energy -using devices. Request for Qualifications No. 93-94-100R was prepaxed and sent to sixteen (16) Energy Saving liRrvtr..e Companies (ESCO's) and two Qomqualified responses were received. Subsequently a Selection ittee convened to review proposals from: EPS - Energy Performance Sdrvluen , Inc. JC - ,Tnhnsnn Controls, Inc. The Selection Committee, consisting of representatives from Florida Power and Light Company, Dade County Office of Utility Management, and Li'd City of Miami ueparLmerits of' Finance and General Services Adminiotration and Solid Wasld, reviewed .the proposals, interviewed the twn firms, and subsequently ovaluated and ranked the proposals. The Selection CommitteR finally recommended that Energy Performance Services, Inca (EPS) be Helec:ted as the most responsible, responsive and advantageous propocer (oee Schedule 1). 95- 110 �.� JC111 Ul l l 11 VI mirullA as v ua Honorable Mayor and Members of the City Commiseion -2- It -is anticipated that the City will execute an energy conservaLlun contract by which the successful vendcsr can provide comprohensivo onorgy management and energy &calated capital improvement serviann. These services will be tinancad from the monies derived from the electrical utility savingn (see Schedule* 2). A projected annual savings of $388,099.00 is ,. expected in the first year of the 10-year contract. Attachments 95- 110 a CITY OF MIAMI ENERGY CONSERVATION PERFORMANCE AGREEMENT EVALUATION SUMMARY A. Technical Competence B. Quality of the Proposed Plan of Action C. Financial Resources (Stability and Strength) D. Level of Participation Female/Minority Bus Enterprises E. Cost Proposal F. Compliance with Section V, General & Special Conditions TOTAL Schedule 1 IQ W-a 12 12.75 13 16 12 12 12 10.5 19.5 ($472,154)1 27 ($2.45 M) 4,25 3.25 72.75 81.5 NUMBER 1 Energy VENDOR Performance Services, Inc. 2 Johnson Controls, Inc. 1 Reflects the City's projected share of savings over a 10-year contract term. 95- 110 ssumptions: 8% Cost of Money 3% Inflation 5% Electricity Cost Escalation Per Year 5% Labor and Maintenance Cost Escalation Per Year SCHEDULE 2 PROJECTED 10 YEAR TERM (1) Yr. (2) Cost of Project (A) (3) Other Costs 14 (A) (4) Debt Service •2 (B) (5) Total Cost (6) Energy Savings (C) (7) Other Savings (D) (8) Total Annus Savings Projected 6 + 7 (9) Net Annual Savings 8.5 (10) NPV 0 3% (E) (11) ESCo's Share of Savings 0 35% (12) City's Share of Savings 0 65° 0 $1,311,000 $52,440 $0 $0 $88,204 $0 $88,204 $88,204 $85.635 $0 $88,204 1 198,507 198,507 352,817 35,282 388,099 189,592 $264,345 $66,357 $123,235 2 198,507 198,507 381,042 38,105 419,147 220,640 $466,260 $77,224 $143,416 3 198,507 198,507 411,525 41,153 452,678 254,171 $692,088 $88,960 $165,211 4 198,507 198,507 444,447 44,445 488,892 290,385 $942,577 $101,635 $188,750 5 198,507 198,507 480,003 48,001 528,004 329,497 $1,218,525 $115,324 $214,173 6 198,507 198,507 518,403 51,B41 570,244 371,737 $1,520,781 $130,108 $241,629 7 198.507 198,507 559,875 55,988 615,863 417.356 $1.850,246 $146,075 $271,281 8 198,507 198,507 604,665 60,467 665,132 466.625 $2,207,875 $163,319 $303,306 9 198,507 198,507 653,038 65,304 718,342 519,835 $2.594,681 $181,942 $337,893 10 198,507 198,507 705,281 70,528 775,809 577,302 $3.011,737 $202,056 $375,246 QTALS $1.311.000 S52.440 S1.985.070 _11„ 8 5.199.300 5511.114 55.710.414 JU52,34C •1 - Define �JZ •2 - Terms; 7 & 10 Yrs. at 5% APR j (A) , Please refer to Section 5, Pg. 2 and Section 6, Pg. 3 of our Response for details (copies attached). (B) Represents Debt Service repayment over a 10-year term, and it has been computed at an 8% APR versus the 5% in footnote *2 above, based on telephone conversation with James Thomas on 9120/94. © (C) Reflects Energy Savings as set forth in Section 6, Pg. 3 of our Response (copy attached), escalating at an annual rate of 8%. The 8% reflects the sum of a 3% Inflation Rate plus a 5% Electricity Cost Escalation Rate. (D) Reflects Labor and Maintenance Savings as set forth in Section 6, Pg. 3 of our Response (copy attached), escalating at an annual rate of 8%. The 8% reflects the sum of a 3% inflation Rate plus a 5% Labor and Maintenance Cost Escalation Rate. (E) Reflects the Net Present Value at 3% versus the 30% originally provided on the form, which was deemed Incorrect per telephone conversation on 9/19194 with Mr. Thomas. ITEM: Energy Conservation Performance Agreement DEPARTMENT: General Services Administration and Solid,Waste TYPE OF PURCHASE: Contract REASON: To provide comprehensive energy management, a full range of energy devices and energy -related capital improvements for ten (10) city owned facilities. POTENTIAL BIDDERS: Sixteen (16) RFO'S RECEIVED: Two (2) FUNDS: Shared savings RFO EVALUATION: RFQ RFQ Invitation _ Mailed Responses ALL VENDORS 16 2 MINORITY/FEMALE (M/F) VENDORS 3 0 Located within City Limits 1 0 Registered with City 2 0 Black (B) Vendors 1 0 Located within City Limits 1 0 Registered with City 1 0 Female (F) Vendors 1 0 Located within City Limits 0 0 Registered with City 0 0 Hispanic (H) Vendors 1 0 Located within City Limits 0 0 Registered with City 1 0 NON -MINORITY (NM) VENDORS 13 2 Located within City Limits 0 0 Registered with City 0 0 RECOMMENDATION: It is recommended that award be made to Energy Performance Services, Inc. (EPS), a non -minority, non -local vendor. 95 11© 11ID_SECt7R.IT� ' ENERGY CONSERVATION AGREEMENT Y- siD RRFQ 9 309=.1OOR 31 1ZY DTD(S) orixaD, , _UQY_21.,294 _ 10 30 a.m. --------0-___,.,_- gTOTA AID '03tD„gor� �TDDER jID ft2U T C;ASEIER'S CHECK KENETECH ENERGY MANAGEMENT INC.' Boxes 2 Boxes • JOHNSON CONTROLS -ENERGY PERFORMANCE SERVICES 1 Box VISION IMPACT CORP. —•_—O M--e--�OiIO r�--��.--r--_-►:ter-- -- ——.------ ---- ►— •.!——�►�11s �! • —�—.•—.•!w�—o -- --- —•. �r/i r��-- !_---.—lsM+�i -e--w-.wf----_a 0--- --_.►—_IVY—_► o—r------------ ------w�---�•.—r-- --►ra—.•.o..�.w o—rr• --.-.—moo ►—ao.o.r --- —�•—.►—r.—oe--r► .r+—.. .►.mow_ �1•►—�—l�—rr—_e ..-.�.w -_--�- --- ---------------- r---..----- —o— --r---------- ..ro•.w—•..r o—r..r—. —.—..a+.rr r—s•..�ra �r-sw--re._—►�—. ..--•►r--•.rwr—r— --r.—�.e—_—rr r__ —r w•.re—lw—.r--r- _.ro..�+•..moo .ee --w —rr —e--mow----o—�•r_—err .. •.ow—.•.�..--ro—r-- --------------------- -----------w--•.-----------. �j►�recaived (-2&w 4avelope• oA bebe i pt �PaIi0 eceivin biQs GSA/Solid_ taste -Procurement Division - oa (city repartcent)^-_---------- __ ----- �IG1zEDi _ _ _ _ _ U put --city clerk) '94 MAY -2 A10 :30 MAI CITY OF r�! S.r1i, FI.A. LEGAL ADVERTISEMENT �.:... _ • RFQ No. 93-94-100R 7% 9 M °' C Sealed letters of qualifications will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida not later than 10:30 a.m., May 2, 1994 for an energy conservation agreement, from interested energy services companies that are capable of providing comprehensive energy management and energy -related capital improvement services. Qualifications submitted after the deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Minority and Women owned Business Enterprises, on an equal basis. Minority and women vendors who are interested in submitting proposal and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Ordinance #10032 established a "First Source Hiring Agreement" program to stimulate the creation of employment for City of Miami residents. For details of the program's requirements, contact the Neighborhood Jobs Program at 579-2468. Detailed Request for Qualifications packages are available upon request at the City Procurement Office at 575-5174. The City Manager may reject all proposals and readvertise. (Ad No. 1353) Cesar H. Odio City Manager Y i =• '- ° City of Miami 1353 �O"�•u,r�"��` REQUISITION FOR ADVERTISEMENT This number must appear in the — advertisement. INSTRUCTIONS: Please type and -attach a copy of t ' 1. Department: GSA/ SW 2. Division: Administrator's Office 3. Account Code number: 4. •Is this a confirmation: 5. Prepared by: 420101-287-502001 ❑ 'Yes ® No Maritza Pages 6. Size of advertisement: 7. Starting date: 8. Telephone, number: Leal 4/4/94 575-5174 9. Number. of times this advertisement is to be 10. Tye of advertisement: published: , one (1 Legal ❑ Classified ❑ Display 11. Remarks: Rk'Q NO. 93�-94-10OR: Energey Conservation Agreement i 12:' Publics#ion' wure ' Date(s) of Advertisement Invoice No. Amount Miami Review Miami Times Aidaio Las Americas -C T�YJ � (� :rMZL D I i i i 13. Approved s ❑ Disapproved - p rtmen Direct j/Designee Date Approved for Payment Date \ C GS C 503 Rev. 12/89 Routin% Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy, vw�nuav nvn. "nno - v.u.n., %.aualy - voNanmom