Loading...
SR-100907-1D~ir ~,tYof City Council Report Santa Monica City Council Meeting: October 9, 2007 Agenda Item: ~ - ~ To: Mayor and City Council From: Craig Perkins, Director -Environmental and Public Works Management Subject: Rejection of Bids for the Mountain View Mobilehome Park Utility & Site Improvements Project Recommended Action Staff recommends that the City Council: 1. authorize the City Manager to reject all bids received for the Mountain View Mobilehome Park Utility & Site Improvements Project in accordance with Santa Monica Municipal Code (SMMC) Section 2.24.071(d); 2. waive formal bidding procedures in accordance with SMMC Section 2.24.071(e); and 3. authorize the City Engineer to negotiate with the two responsive bidders for the construction of the project. Executive Summary The Mountain View Mobilehome Utility and Site Improvement Project consists of various upgrades to the park's infrastructure including new underground utilities and street improvements. On July 19, 2007, three bids were received for the construction of the project. Of the three bids, one bid was deemed non-responsive as a bid bond was not 1 submitted, in addition to other irregularities. The other two bids exceeded the capital budget available for this project. In order to implement the project, staff has identified potential modifications to the project specifications/requirements that may be negotiated, which would reduce the cost of the proposed improvements. Additionally, staff believes that negotiating the construction contract using the proposed methods of work and received bids as the basis, will result in the most economical purchase of services. The recommendation presented in this report does not have any budget or financial impact. The fiscal impact will be determined as a result of the proposed negotiations and will be brought to Council for consideration. Discussion The scope of work for this project includes the installation of new underground utilities, including water, electricity, telephone, cable television, sewer and gas. Other site improvements include new curbs and gutters, street construction and street lighting. A Notice Inviting Bids was published on June 13 and 14, 2007, in the Santa Monica Daily Press. The Notice Inviting Bids was also posted on the Civil Engineering and Architecture Division's webpage and made available at nine public plan rooms. Nine contractors requested bid packages and three sealed bids were received by the City Clerk's office and publicly opened and read aloud on July 19, 2007, by the Deputy City Clerk. The bid results were as follows: 2 Bidder Base Bid Base+Alternate Bid Gonzales Construction $4,899,574 $5,297,017 Griffith Company $5,769,000 $6,459,000 Palp dba Excel Paving $6,098,300 $6,948,300 City Engineer's Estimate $5,000,000 $5,350,000 The bid from Gonzales Construction was deemed to be non-responsive because the contractor did not submit a bid bond, along with other significant irregularities. The next bidder, Griffith Company, base bid exceeded the capital budget available for the project by $769,000. Staff believes that since the second and third bids were within 5% of each other and both bids were complete and deemed responsive, the bids reflect the true market value of the proposed scope of work. Therefore, it is recommended to reject all bids in accordance with Santa Monica Municipal Code Section 2.24.071(d), as the best interest of the City will be served if the cost of the proposed work can be reduced to within the project budget. Additionally, it is recommended to waive formal bidding procedures in accordance with SMMC Section 2.24.071 (e) and negotiate with the two responsible bidders, Griffith Company and Palp dba Excel Paving for the construction of the project using the bid and proposed methods of work as the basis for negotiations. Staff believes that negotiating the construction contract will result in the most economical purchase of construction services. Staff has reviewed the proposed methods of work for the project and has identified possible opportunities to reduce project costs while maintaining the quality of the improvements. Upon authorization, 3 staff will meet with Griffith Company and Palp dba Excel Paving to evaluate options to bring the project within budget by revising and/or clarifying the project specifications/requirements. If negotiations are not successful, the City will rebid the project. If negotiations are successful, staff will report back to City Council on the proposed revisions to the cost and methods of work and recommend the award of a construction contract for the improvements. Budget/Financial Impact The recommendation presented in this report does not have a budget or financial impact. Prepared by: Allan Sheth, Civil Engineering Associate Approved: Forwarded to Council: . ~ ~. Craig Perkins ~ P/C~mont EN Director - En ironmental and Public r~y~ Manager Works Management Department 4