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