Loading...
HomeMy WebLinkAbout033114 RES - 07/25/2023Page 1 of 2 Resolution rejecting the bid of DLF Two Inc. dba DLF Texas as non-responsive and authorizing execution of a construction contract with Weaver and Jacobs Constructors, Inc., Cuero, TX as the lowest responsive, responsible bidder for the construction of Fire Station No. 3 in an amount of $10,223,414.00 and authorize a professional services contract amendment No. 2 to Brown Reynolds Waterford Architects, College Station, Texas, to provide construction phase services in an amount of $138,000 for a total restated fee not to exceed $758,400, located in Council District 2, with FY 2023 funding available from Certificates of Obligation, G.O. Bond 2018, G.O. Bond 2020, and American Rescue Plan. WHEREAS, Section 00 45 16 Statement of Experience, paragraph 1.01 provides, "To be considered responsive, the Bidder must complete and submit the Statement of Experience to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner." WHEREAS, Section 00 45 16 Statement of Experience, paragraph 2.06.A requires the Bidder to: "Provide information on projects that have been awarded to the Organization in the last 5 years. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project." WHEREAS, the apparent low bidder for the Project, DLF Texas, failed to show satisfactory completion of at least five similar projects within the last five years that are equal to or greater in size and magnitude than the current project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The apparent low bid submitted by DLF Two Inc. dba DLF Texas is rejected as non-responsive. SECTION 2. The City Manager or designee is authorized to execute a construction contract with Weaver and Jacobs Constructors, Inc. as the lowest responsive, responsible bidder in the amount of $10,223,414 for the construction of Fire Station No. 3. SECTION 3. The City Manager or designee is authorized to execute professional services contract amendment No. 2 to Brown Reynolds Waterford Architects, College Station, Texas, to provide construction phase services in an amount of $138,000 for a total restated fee not to exceed $758,400. 033114 SCANNED PASSED AND APPROVED on the oay of 2023: Paulette Guajardo Roland Barrera Sylvia Campos Gil Hernandez Michael Hunter Jim Klein Mike Pusley Everett Roy Dan Suckley ATTEST: A1A_ At,AL-vL CITY OF CORPUS CHRISTI Rebecca uerta City Secretary aulette Guajardo Mayor 033114 Page 2of2 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: July 25, 2023 Legistar Number: 23-1231 Agenda Item: Resolution rejecting the bid of DLF Two Inc. dba DLF Texas as non-responsive and authorizing execution of a construction contract with Weaver and Jacobs Constructors, Inc., Cuero, TX as the lowest responsive, responsible bidder for the construction of Fire Station No. 3 in an amount of $10,223,414.00 and authorize a professional services contract amendment No. 2 to Brown Reynolds Waterford Architects, College Station, Texas, to provide construction phase services in an amount of $138,000 for a total restated fee not to exceed $758,400, located in Council District 2, with FY 2023 funding available from Certificates of Obligation, G.O. Bond 2018, G.O. Bond 2020, and American Rescue Plan. Amount Required: $10,361,414.00 Fund Name Fund Department Org Account Activity No. Amount AmerRescuePlan 1076 17 89 550910 421008F $4,050,000.00 Fire2020 Bd18 3192 10 89 550910 210853192EXP $521,504.57 Fire 2023 CO 3194 10 89 550910 210853194EXP $5,651,909.43 Construction Total $10,223,414.00 Fire2021 Bd20 C 3193 10 89 550950 210853193EXP $138,000.00 Construction and Design Total $10,361,414.00 -Director of Financial Services Date: "l ).)--07:2)