Loading...
HomeMy WebLinkAbout031017 RES - 12/20/2016 Resolution finding the lowest responsive, responsible bidder for ground maintenance services by group in response to Bid Nos. 138, 139, 140, 141, 142, 143, 144, 145, and 146; awarding a one-year service agreement, with two one-year renewals, to the lowest responsible bidder per bid number; and authorizing the City Manager or designee to execute the service agreements. WHEREAS, the services to be provided by the selected contractors have been competitively bid based upon and in accordance with a procurement method authorized by State law and Article X, Sec. 2, of the Charter of the City of Corpus Christi ("City"); WHEREAS, the City received bids for ground maintenance services in response to individual Bid Nos. 138 through 146, of which only the lowest responsive, responsible bidder per bid number may be awarded a ground maintenance services contract ("contract"); WHEREAS, State law provides that, if the competitive sealed bidding requirement applies to a contract for goods or services, the contract must be awarded to the lowest responsible bidder or to the bidder that provides the best value, pursuant to Texas Local Government Code §252.043(a); WHEREAS, the City notified all bidders in its bid documents for Bid Nos. 138 through 146 that a contract would be awarded to the lowest responsive, responsible bidder per bid number; WHEREAS, the City Council finds that South Texas Lawnscapers, LLC, of Alice, Texas, and J and J Lawn and Lot of Corpus Christi, Texas, are deemed non-responsive due to not submitting the required bid documents; WHEREAS, the City Council finds that Dorame General Repair and Lawn of Corpus Christi, Texas, declined a possible contract award for item numbers 1 and 2 (Group 1); Tuff Cut Lawn and Landscaping of Corpus Christi, Texas, declined a possible contract award for item numbers 5, 6, 7, 8, 11, 12, 13, 14, 15 and 16 (Groups 10, 11, 13, 14 and 15); and Coastal Sweeping Services, Inc., of Corpus Christi, Texas, declined a possible contract award for item numbers 7, 8, 11, 12, 13, 14, 15 and 16 (Groups 11, 13, 14 and 15), resulting in the withdrawal of all the foregoing separate bids due to pricing errors in the submitted bid amounts; WHEREAS, the City Council finds that Gulf Coast Maintenance of Corpus Christi, Texas, who bid for item numbers 3 and 4 (Group 9) is not a responsible bidder, which is supported by an evaluation provided by the Parks & Recreation Department due to the contractor's performance under Service Agreement No. 758 for mowing services that did not meet standards set under the agreement, failed inspections, and incomplete mowing cycles and, therefore, it is in the best interest of the City to reject the bids submitted by Gulf Coast Maintenance; 31017 INDEXED WHEREAS, the City Council finds that Maldonado Nursery and Landscaping, Inc., of Corpus Christi, Texas, who bid for item numbers 3 and 4 (Group 9) is not a responsible bidder, which is supported by an evaluation provided by the Parks & Recreation Department due to the contractor's performance under Service Agreement Nos. SA14- 058 and SA14-059 for mowing services that did not meet standards set under the agreement and for terminating both service agreements and, therefore, it is in the best interest of the City to reject the bids submitted by Maldonado Nursery and Landscaping; WHEREAS, the City Council finds that the lowest responsible bidder awarded a contract for item numbers 1, 2, 7, 8, 9, 10, 11, 12, 13, 14, and 17 (Groups 1, 11, 12, 13, 14 and 16) is Cut Masters Lawn Service of Corpus Christi, Texas, in the amount of $167,349.66; WHEREAS, the City Council finds that the lowest responsible bidder awarded a contract for item numbers 3, 4, 5, 6, 15 and 16 (Groups 9, 10 and 15) is Dorame General Repair and Lawn of Corpus Christi, Texas, in the amount of$66,172.04; and WHEREAS, in the event the lowest responsive, responsible bidder fails to execute the contract for the awarded item or fails to perform under a contract for any awarded item, the City Manager, or designee, is authorized to execute a contract for the remainder of the contract term with the next lowest bidder, in succession, in order to secure replacement ground maintenance services for the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: Section 1. The City Council finds the foregoing preamble language stated in this resolution to be true and correct and adopts such findings for all intents and purposes related to the authorizations of each of the procurements that are the subject of this resolution. Section 2.The City Council finds that Cut Masters Lawn Service is the lowest responsible bidder for item numbers 1, 2, 7, 8, 9, 10, 11, 12, 13, 14 and 17 (Groups 1, 11, 12, 13, 14 and 16) in Bid Nos. 138, 140, 141, 143, 144 and 145 and is awarded a contract in the amount of $167,349.66, as shown in the attached bid tabulation sheet, the content of which is incorporated into this resolution by reference as if fully set out here in its entirety. Section 3. The City Council finds that Dorame General Repair and Lawn is the lowest responsible bidder for item numbers 3, 4, 5, 6, 15 and 16 (Groups 9, 10 and 15) in Bid Nos. 139, 142 and 146 and is awarded a contract in the amount of$66,172.04, as shown in the attached bid tabulation sheet, the content of which is incorporated into this resolution by reference as if fully set out here in its entirety. Section 4. The City Manager, or designee, is authorized to execute contracts with the lowest responsive, responsible bidders in accordance with the terms and conditions Page 2 of 3 stated in Bid Nos. 138 through 146. Furthermore, in the event the lowest responsive, responsible bidder fails to execute the contract for the awarded item or fails to perform under a contract for any awarded item, the City Manager, or designee, is authorized to execute a contract for the remainder of the contract term with the next lowest responsive, responsible bidder, in succession, in order to secure replacement ground maintenance services for the City. ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Dan McQueen City Secretary Mayor Corpus Christi, Texas âOof 4), , O The above resolution was passed by the following vote: Dan McQueen Rudy Garza Paulette Guajardo Michael Hunter I i Joe McComb 1 Ben Molina Lucy Rubio Greg Smith _ Carolyn Vaughn 4 ' 3 0 1 7Page 3 of 3 CITY OF CORPUS CHRISTI CERTIFICATION OF FUNDS (City Charter Article IV, Sections 7 & 8) I, the Director of Financial Services of the City of Corpus Christi, Texas (or his/her duly authorized representative), hereby certify to the City Council and other appropriate officers that the money required for the current fiscal year's portion of the contract, agreement, obligation or expenditure described below is in the Treasury to the credit of the Fund specified below, from which it is to be drawn, and has not been appropriated for any other purpose. Future payments are subject to annual appropriation by the City Council. City Council Action Date: December 20, 2016 Legistar Number: 16-1265 Agenda Item: Resolution finding the lowest responsive, responsible bidder for ground maintenance services by group in response to Bid Nos. 138, 139, 140, 141, 142, 143, 144, 145, and 146; awarding a one- year service agreement, with two one-year renewals, to the lowest responsible bidder per bid number; and authorizing the City Manager or designee to execute the service agreements. Cut Masters Lawn Service Dorame General Repair Corpus Christi, Texas Corpus Christi, Texas Group 1, 11, 12, 13, 14, 16 Group 9, 10, 15 $167,349.66 $66,172.04 Grand Total $233,521.70 Amount Required: $175,141.28 Fund Name Accounting Unit Account No. Activity No. Amount Storm Water 4300-32001-043 530225 $36,528.60 General Fund 1020-12910-141 530225 $109,210.03 Wastewater 4200-33100-064 530225 $2,423.89 Wastewater 4200-33110-064 530225 $6,764.44 Wastewater 4200-33120-064 530225 $6,084.38 Wastewater 4200-33130-064 530225 $9,229.83 Wastewater 4200-33140-064 530225 $1,870.84 Wastewater 4200-33150-064 530225 $3,029.27 Total $175,141.28 ❑ Certification Not Required Director of Financial Services Date: DEC 1 9 2016 CITY OF CORPUS CHRISTI. PURCHASING DIVISION BUYER: MICHAEL GUTIERREZ BID TABULATION BID EVENT NO. 138,139,140,141,142,143,144,145,146 GROUND MAINTENANCE ITEM DESCRIPTION ACRES CYCLES Dorame General Repair & Lawn Corpus Christi, TX Cul Masters Lawn Service Corpus Christi, DO "Maldonado Nursery and Landscaping, Inc, Corpus Christi, TX La Med Facility Maintenance, Inc. Sen Antonio, TX "'South Teras Lawnacapers, LLC Alice, TX Epic Energy Services Sinton, DO "Gulf Coast Maintenance Corpus Christi, TX Charlton Holding LLC dba Lawn in Order Corpus Christi, TX Aspen Lawn Care Corpus Christi, DO Tuff Cut Lawn and Landscaping Corpus Christi. TX ,..J and J Lawn and Lot Corpus Christi, TX Coastal Sweeping Services Inc. Corpus Christi, TX UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 1 2 Group 1 Ground Maintenance Growing Season 26.47 20 $165.00 $3,700.00 $2.117.60 642,352,00 $3,599.00 $71,980.00 $3,186.48 $83,729.20 $650.00 $13,000.00 $11,117.40 5222,348.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 Group 1 Ground Maintenance Non- Growing Season 26.47 3 $185.00 $555.00 $2,117.60 $6,352.80 $3,599.00 $10,797.00 13,186.48 $9,559.38 $0.00 $0.00 $11,117.40 $33,352.20 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 3 4 Group 9 Ground Maintenance Growing Season 16.63 18 $1,663.00 $20,934.00 $2,000,00 $36,000.00 $1,330.00 523,940.00 $2,001.01 $36,034.38 $800.00 $10,800.00 56,98460 $125,722.80 $1,080.95 $19,457.10 83,043.29 $54,779.22 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 Group 9 Ground Maintenance Non- Growing Season 18.63 4 $1,66100 $6,652.00 $2,000.00 $8,000.00 $1,330.00 $5,320.00 $2,001.91 $8,007.64 $0.00 $0.00 $6,984.60 $27,938.40 $1,080.95 $4,323.80 $3,043.29 $12,17318 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 5 8 Group 10 Ground Maintenance Growing Season 18.58 18 0835.20 $15,033.60 $900.16 $18,202.88 $1,085.00 $19,530.00 $1,577.60 $28,398.80 $600.00 $10,800.00 $7,795.20 5140,313.80 $0.00 $0.00 $2,134.40 $38,419.20 $1,299.20 $23,385.60 $150.00 $2,700.00 $55.00 $990.00 $0.00 $0.00 Group 10 Ground Maintenance Non- Growing Season 18.56 4 $835.20 $3,340.80 $900.16 $3,600.84 $1,085.00 $4,340.00 $1,577.60 $6,310.40 $0.00 $0.00 $7,795.20 $31,180.80 $0.00 $0.00 $2,134.40 $8,537.80 $1,299.20 55,198.80 $150.00 $600.00 $0.00 $0.00 $0,00 $0.00 7 8 Group 11 Ground Maintenance Growing Season 16.73 18 $752.85 $13,551.30 $688.36 $12,030.48 $978.00 $17,804.00 $1,505.70 $27,102.80 5800.00 510,800.00 57,026.60 5126.478.80 $0.00 $0.00 $1,923.95 $34,631.10 $1,171.10 $21,079.80 $150.00 $2,700.00 $55.00 $990.00 $59.94 $1,078.92 Group 11 Ground Maintenance Non- Growing Season 1873 4 $752.85 $3,011.40 $688.36 $2,673.44 $978.00 $3,912.00 $1,505.70 58,022.80 $0.00 $0.00 $7,028.60 $28,108.40 $0.00 $0.00 $1,92395 $7,695.80 $1,171.10 $4,684.40 $150.00 $600.00 $0.00 $0.00 $59.94 $239.76 9 10 Group 12 Ground Maintenance Growing Season 12,33 18 $8000.00 190,000.00 81,109.70 119,974.60 $1,344.00 $24,192.00 $1,484.28 $26,717.04 $600.00 $10,800.00 $5,178.80 $93,214.80 $0.00 $0.00 $2,256.39 540,615,02 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Group 12 Ground Maintenance Non- Growing Season 12.33 4 65,000.00 820,000.00 81,109.70 $4,438.80 $1,344.00 $5,376.00 $1,484.28 $5,937.12 $0.00 $0.00 $5,178.60 $20,714.40 $0.00 $0.00 $2,256.39 59,025,58 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 11 12 Group 13 Ground Maintenance Growing Season 24,74 18 $1,037.80 618,878.80 $952.49 $17,144.82 $1,447.00 $26,046.00 $2,102.90 $37,852.20 $600.00 $10,800.00 $10,390.80 $187,034.40 $0.00 $0.00 $2,474.00 $44,532.00 $1,608.10 $28,945.80 $150.00 $2,700.00 $50.00 $900.00 $33.03 $594.54 Group 13 Ground Maintenance Non- Growing Season 24.74 4 $1,037.60 04,150.40 $952.49 63,809.98 $1,447.00 $5,788.00 $2,102.80 $8,411.80 $0.00 $0.00 $10,390.80 $41,563.20 $0,00 $0,00 $2,474.00 $9,896,00 $1,608.10 $6,432.40 $150.00 $600.00 $0.00 $0.00 $33.03 $132.12 13 14 Group 14 Ground Maintenance Growing Season 26,72 18 51,068.80 $19,238.40 $880.42 $15,847.58 $1,563.00 $28,134.00 $2,137.60 $38,476.80 $650.00 $11,100.00 811,222.40 $202,003.20 $1,736.80 $31,262.40 $2,672.00 $48,09800 $0.00 $0.00 $150.00 $2,700.00 $0.00 $0.00 $33.36 $600.48 Group 14 Ground Maintenance Non- Growing Season 26.72 4 $534.40 $2,137.60 $880.42 $3,521.68 $1,583.00 $6,252.00 $2,137,60 $8,550,40 $0,00 $0,00 $11,222.40 $44,889,80 $1,736,80 $6,947.20 $2,872.00 $10,888.00 $0.00 $0.00 $150.00 $600.00 $0.00 $0.00 $33.36 $133.44 15 16 Group 15 Ground Maintenance Growing Season 15.49 18 5509.82 $9,173.16 $774.50 $13,941.00 $906.00 $16,308.00 $1,239.20 $22,305.60 $650.00 $11,700.00 $6,505.80 $117,104.40 $0.00 $0.00 $1,703,90 $30,870.20 $1,008.85 $18,123.30 $150.00 $2,700.00 $0.00 $0.00 $52.75 $949.50 Group 15 Ground Maintenance Non- Growing Season 15.49 4 $50982 $2,038.48 $774.50 $3,098.00 $906.00 63,62400 $1,239.20 $4,856.80 $0.00 $0.00 $6,505.80 $26,023.20 $0.00 $0.00 $1,703.90 $6,815.80 $1,006.85 $4,027.40 $150.00 $600.00 $0.00 $0.00 $52.75 $211.00 17 Group 16 Ground Maintenance Growing Season 67.36 12 $6,736.00 $80,832.00 $3,266.96 $39,203.52 $3,939.83 $47,277.96 $4,878,40 $58,540,80 $800.00 $9,600.00 $20,208.00 $242,496.00 $0.00 $0.00 $9,093.60 $109,123.20 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL a $86,172.04 TOTAL AWARD: $233,521.70 * $167,349.66 NOTE: Recommended Contractor for the group. Contractor declined the contract "Total Is based off the unit price of each cycle. Contractors made mathmatical errors on their Bid Forms, Cut Masters Lawn Service being off by $0.15 and Dorame General Reaplrs and Lawn being off by $0.02. **Bidder was deemed Non -Responsible "'Bidder was deemed Non -Responsive