Loading...
HomeMy WebLinkAboutSR - - REJECT ALL BIDS BUS STOP ENHANCEMENTS SEVEN LOCATIONS CITYWIDE,p �V CP AGENDA ITEM June 9, 2015 TO: Honorable Mayor and Members of the City Council ReviewedNerified City Manager Finance Director i THRU: Rick Otto v To Be Presented By: Joe DeFrancesco Interim City Man r X Cons Calendar City Mgr Rpts FROM Joe DeFrancesco h Council Reports Legal Affairs Public Works Di r ctor Boards /Crates Public Hrgs Admin Reports Plan /Environ 1. SUBJECT Bid No. 145 -52; SP- 3912; Bus Stop Enhancements at Seven Locations Citywide Project, rejection of all bids. 2. SUMMARY Informal bids for Bus Stop Enhancements at Seven Locations Citywide Project were received and opened on May 14, 2015. Six (6) bidders responded to the Notice Inviting Bids. The lowest bidder, LNI Custom Manufacturing, was deemed non - responsive. The other bids received were higher than the available project funding. Staff recommends rejection of all bids and will revise the scope of work and bid the project at a later date. The project is entirely funded with Orange County Transportation Authority (OCTA) grant funds. 3. RECOMMENDED ACTION 1) Reject all bids received. 2) Accept into the City's revenue budget a $145,446 grant from OCTA into revenue account number 550.5011.45110.30076 Bus Stop Enhancements. 3) Authorize the appropriation of $145,446 into expenditure account number 550.5011.56100.30076 for the Bus Stop Enhancements. 4 FISCAL IMPACT I Upon appropriation, funds will be available in the following account: 550.5011.56100.30076 Bus Stop Enhancements $ 145,446 15. STRATEGIC PLAN GOAL(S) I lb. Provide for a safe community - Provide and maintain infrastructure necessary to ensure the safety of the public. ITEM 1 6/9/2015 3. I 6'�Printed on Recycled Paper ITEM:DATE DATE OF MEEnNG! 4b. Provide outstanding public service - Provide facilities and services to meet customer expectations. 6. GENERAL PLAN IMPLEMENTATION Infrastructure Element Goal 3.0 Ensure adequate maintenance of public rights -of -way to enhance public safety and improve circulation. Policy 3.1: Continue to maintain and repair sidewalks and pavement surfaces on public rights -of- way. 7. DISCUSSION and BACKGROUND The informal bid solicitation was advertised on April 30, 2015 for a period of two (2) weeks, and bids were opened on May 14, 2015. Six (6) bidders submitted proposals as follows: 1) LNI Custom Manufacturing $104,245 2) ND Construction Company, Inc. $157,260 3) Shelter Clean Services, Inc. $163,395 4) Humprey Construction $169,800 5) Vido Samarich, Inc. $171,000 6) EBS General Engineering $221,750 Upon review of bids received, staff determined that LNI Custom Manufacturing was not responsive to and did not conform in all material respects to the specifications contained in the City's invitation to bid. LNI failed to register with Department of Industrial Relations (DIR) prior to bid opening as required per Senate Bill 854. With the second low bid received at $157,260 and the necessity to include 15% for contingency and construction management, the total project cost would be approximately $180,849, exceeding the total available funding. Staff is recommending rejection of all bids and will work with OCTA to seek additional grant funds or reduce the scope of work for the proposed Bus Stop Enhancement project. 8. ATTACHMENTS • Bid Abstract JD:at:ly N:\Public Works\ADMIN\LYoimg \Council Items \C0UNCILUune - 2015 \6 -09 \SP 3912 Reject all bids- bus stop enhancements-DRAFT _fs_mbl.docx ITEM 2 6/9/2015 rw **Printed on Recycled Paper