Loading...
HomeMy WebLinkAboutLegislationCity of Miami Legislation Resolution City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 11-01231 Final Action Date: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED DECEMBER 9, 2011, PURSUANT TO INVITATION TO BID ("ITB") NO. 11-12-008, FROM KERNEYAND ASSOCIATES, INC., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE CENTRAL CHILLED WATER PLANT AND COOLING DESIGN PROJECT AT THE HYATT REGENCY MIAMI , IN THE AMOUNT OF$3,680,500, FOR THE SCOPE OF WORK, PLUS A TEN PERCENT OWNER CONTINGENCY AMOUNT OF $368,050, FORA TOTAL NOT TO EXCEED AWARD VALUE OF $4,048,550; ALLOCATING FUNDS FROM SUSTAINABLE INITIATIVES PROJECT NO. 41-410004 AND APPROPRIATING FUNDS PROVIDED BY THE HYATT EQUITIES, LLC, TO CAPITAL IMPROVEMENT PROJECT NO. B-40181, AS STATED HEREIN, FOR SAID PURPOSE; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS, FOR SAID PURPOSE. WHEREAS, Ordinance No. 13045, adopted December 11, 2008, amending Chapter 18, Article III, of the Code of the City of Miami, Florida, as amended, the "Procurement Ordinance," enacted a new Section 18-117, entitled "Economic Stimulus Awards and Agreements"; and WHEREAS, said Ordinance authorized the City Manager to advertise for, receive, review, reject, evaluate responses and award contracts for the listed projects in an attachment of said Ordinance entitled "Attachment A- 10/13/11 Revised", that identifies the Central Chilled Water Plant and Cooling Design Project at the Hyatt Regency Miami ("Project") specifically; and WHEREAS, in accordance with this Ordinance, on November 9, 2011, the Capital Improvements Program issued an Invitation to Bid ("ITB") No. 11-12-008 for Project and WHEREAS, two (2) bids were received by the Office of the City Clerk on December 9, 2011, however, the bids did not comply with the requirement set forth in subsection (c) of said Ordinance, which stipulates that "at least three bids are received from responsive and responsible bidders;" and WHEREAS, the scope of work included the replacement of the chillers at the Hyatt Regency Miami identified as Base Bid A and the installation of the Cooling Towers identified as Base Bid B; and WHEREAS, the City of Miami ("City") and Miami Center Associates entered into.an..Operations and Maintenance'Agreement ("O&M Agreement")dated December 12, 1984, by and between the City, and Miami Center Associates, Ltd., predecessor -in -interest to Hyatt Equities, LLC ("Hyatt"); and WHEREAS;'the"O&M-Agreement 'sets forth the operation, and maintenance ,obligations .of the City and Hyatt as`to'their primary areas of responsibility as set forth therein, and as required under the lease between the City and Hyatt, dated September 13, 1979, as amended (the "Lease"); and City of Miami Page 1 of 3 File Id: 11-01231 (Version: 1) Printed On: 12/28/2011 File Number: 11-01231 WHEREAS, pursuant to Sections 7.3 and 7.4` of the Lease, the City is obligated to provide a working chiller and related , equipment for the Miami Hyatt Regency and the James L. Knight Convention Center ("Center") to remain operational; and WHEREAS, the three centrifugal chillers, cooling tower, and related equipment are currently 29 years old and have reached their useful life expectancy; and WHEREAS, the replacement of the cooling tower and chiller is necessary for the proper operation and maintenance of the Miami Hyatt Regency and the Center; and WHEREAS, per the O&M Agreement and Letter Agreement dated November 16, 2011, between the City and Hyatt, the City and the Hyatt are each responsible for fifty percent (50%) of the Project cost, which includes the purchase and installation of three centrifugal chillers, a cooling tower and associated equipment; and WHEREAS, the City will complete its fifty percent (50%) share of the Project cost utilizing an Energy Efficiency and Conservation Block Grant which is part of the federal American Recovery and Reinvestment Act of 2009; and WHEREAS, the Hyatt will pay its fifty percent (50%) share of the Project cost into Capital Improvements Project No. B-40181; and WHEREAS, Capital Improvements Program has determined Kerney and Associates, Inc. to be the lowest responsive and responsible bidder; and WHEREAS, the City Manager requests authorization to execute a contract with Kerney and Associates, Inc., in the amount of $3,680,500, for the scope of work, plus a ten percent owner contingency amount of $368,050, for a total not to exceed award value of $4,048,550; and WHEREAS, funds in the amount of $2,024,275 are to be allocated from Sustainable Initiatives Project No. 41-410004 and funds in the amount of $2,024,275 provided by the Hyatt, are to be appropriated to Capital Improvements Project No. B-40181, for said purpose; 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. The bid received December 9, 2011, pursuant to Invitation to Bid No. 11-12-008, from Kerney and Associates, Inc., the lowest responsive and responsible bidder, for the Project at the Hyatt Regency Miami, in the amount of in the amount of $3,680,500, for the scope of work, plus a ten percent owner contingency amount of $368,050, for a total not to exceed award value of $4,048,550, - is accepted with funds allocated in the amount of $2,0242.75 from Sustainable Initiatives Project No. 41`-410004'and funds in the: -amount --=of $2,024,275 provided by the ,Hyatt,, appropriated to Ca = Yital P. Improvements Project No. B-40181, for said purpose. "Section 3. The "following appropriation is established and resources are appropriated as described City of Mia"inu Page 2 of 3 File Id: 11-01231 (Version: 1) Printed On: 12/28/2011 File Number: 11-01231 below: FUND TITLE: Contribution from Hyatt RESOURCES: Hyatt APPROPRIATIONS: James L. Knight Center Chiller & Cooling Tower $2,024,275 Project No. B-40181 Section 4. The City Manager is authorized {1} to execute a Contract, in substantially the attached form, consisting of the ITB documents and attachments, for said purpose. Section 5. This Resolution shall. become effectiveimmediately upon its adoption and signature of the Mayor. {2} APPROVED AS TO FORM AND CORRECTNESS: CITY ATTORNEY 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 Miami Page 3 of 3 File Id: 11-01231 (Version: 1) Printed On: 12/28/2011