Loading...
HomeMy WebLinkAbout1985-06-04; City Council; 8119-4; Rejecting Bids Carlsbad Safety and Service Center Bid Package 3 Service Station Equipment and Fuel Island 3006-3FCITV~OF CARLSBAD — AGEND/~3ILL AR« <^//?"#X^ MTG. DEPT. 6/4/85 ENG ^^REJECTING BIDS FOR CARLSBAD SAFETY AND SERVICE CENTER BID PACKAGE NO. 3 - SERVICE STATION EQUIPMENT AND FUEL ISLAND 3006-3F DEPT. HD. CITY ATTY\J/5D §0.0. o 1 RECOMMENDED ACTION: Adopt Resolution No. $£^7 rejecting all bids for section 3006-3F Service Station Equipment and Fuel Island for the Carlsbad Safety and Service Center and authorize the Purchasing Officer and City Clerk to readvertise and rebid the aforementioned section of Bid Package No. 3. ITEM EXPLANATION On April 2, 1985 Council authorized the advertisement of Bid Package No. 3 for the project. As of May 2, 1985 sealed bids were received by the Koll Company and the City. When the bids were opened for Section 3006-3F, the two bids were $392,218.00 and $429,000.00. The Construction Manager's estimate for this section was $260,505.00. Due to the large percentage over on these bids and redesign considerations, the recommendation is to reject these bids and have the Purchasing Officer and City Clerk readvertise and request new bids per revised specifications to be issued. FISCAL IMPACT Funds are available in Account No. 114-820-1810-3006. EXHIBITS 1. Resolution No. <0''7 rejecting the bids and authorizing the rebid of Section 3006-3F Service Station Equipment and Fuel Island. 2. Koll Company letter. RESOLUTION NO. 8047 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, 2 CALIFORNIA, REJECTING ALL BIDS FOR SECTION 3006-3F SERVICE STATION EQUIPMENT AND FUEL ISLAND OF BID PACKAGE NO. 3 FOR 3 THE CONSTRUCTION OF THE CARLSBAD SAFETY AND SERVICE CENTER AND AUTHORIZING THE PURCHASING OFFICER AND CITY CLERK TO 4 READVERTI5E AND INVITE BIDS FOR THIS BID PACKAGE SECTION. 5 Q WHEREAS, the City Council of the City of Carlsbad, California, has 7 determined that it is necessary and in the public interest to install service 8 station equipment and a fueling island in the Carlsbad Safety and Service 9 Center; and 10 WHEREAS, bids have been received for Contract 3006-3F Service Station 11 Equipment and Fuel Island; and 12 WHEREAS, the • Construction Manager recommends that all the bids be 13 rejected; and 14 WHEREAS, the City Council has determined that the public interest 15 requires the Council to exercise its discretion under Section 3.28.120 of the 16 Carlsbad Municipal Code and reject all bids. 17 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of 13 Carlsbad, California, as follows: 19 1. That the above recitations are true and correct. 20 2. That the bids for Section 3006-3F Service Station Equipment and 21 Fuel Island are hereby rejected. 22 3. That the Purchasing Officcer and City Clerk are hereby authorized 23 to proceed to publish in accordance with law, Notice to Bidders, inviting bids 24 for Section 3006-3F of Bid Package No. 3. 25 /// 26 /// 27 /// 28 /// 1 PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City ii 2 „Council held on the 4th day of June , 1985 by the following vote, to (| — -— . ,.,.., 3 „ wit: 4 " AYES: Council Members Casler, Lewis, Kulchin, Chick and Pettineii5 NOES: Nonen ABSENT: Nonen7 8 9 MARY H. CALLER, Mayor 10 i ATTEST:n 11 12 13 ALETHA L. RAUTENKRANZ, City Cler 14 151| (SEAL) 16 17 18 19 20 21 22 23 24 25 26 27 28 e* HI BIT KOLL 7330 tngincer Road San Dirt;° California 92111-1464 Koll Construction Company (bW) 2<->2^^('t May 28, 1985 Mr. Mike Brooks City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Re: Carlsbad Safety Center KCC Job #3225 Rejection of Service Station Equipment Bids (Bid Pac. #3) and Authorization to Rebid Dear Mike: On May 2, 1985 competitive bids were received for Bid Package No. 3, which included among other items, the service station equipment and fuel island work. Bid coverage was very poor since only two bids were received. Although only six total bidders were contacted for this specialized work, we had hoped for better coverage based on the nature and extent of the work. It should be noted that after the prebid conference, numerous calls were received by your Construction Manager from proposed bidders, concerning questions with the plans and specifications. Unfortunately, time did not allow written clarification by addendum prior to bid. Several questions concerned items which were needed to complete the work and not specified, and also equal manufacturer designations. Based on the above, at least three known bidders declined to bid at the last minute. In addition, those bids received were extremely higher than the project budget. Your Construction Manager has had conversations with various contractors, as well as city staff concerning cost saving alternatives (see letter to architect dated 5/24/85). Based on the aforementioned items, it is our recommendation that all service equipment bids (#3F) be rejected; bid bonds returned; plans and specifi- cations redesigned and clarified; and a new bid date set as soon as possible. We additionally recommend that all contractors that have previously purchased the bid package for this work, be supplied with any new bidding documents at no cost. RespecTfully Yours, KC(LL CONSTRUCTION COMPANY \ I / ' / --^J lMA6u£tr Steve Mahoney \ Project Mnanager 1 SM/mf ' cc: Bill Smith Bill Miller Denni s Al 1 ison Ruth Fletcher (City Purchasing)