Loading...
SR - - REJECT BIDS ORANGEWOOD AVENUE KATELLA AVENUE WATER QUALITY STORM DRAIN IMPROVEMENTS1. SUBJECT Rejection of Bids for Bid No. 167 -21, D -172; Orangewood Ave & Katella Ave Water Quality Storm Drain Improvements, FY17. 2. SUMMARY Eleven bids for the Orangewood Avenue and Katella Avenue Water Quality Storm Drain Improvements FY17 were received and opened on January 26, 2017. The apparent low bidder is RSB Group, Inc., of Lake Forest, California in the amount of $215,520. The apparent low bidder has requested to withdraw due to clerical errors. Staff recommends rejection of all bids and re- advertisement of this project. 3. RECOMMENDED ACTION Reject all bids received and authorize the re- advertisement of this project. 4. FISCAL IMPACT Funds are budgeted in the Capital Improvement Program and are available in the following accounts: 550.5011.56330.20311 CIP- Installation of Bio Clean Unit - Orangewood $ 149,690 220.5011.56330.20311 CIP- Installation of Bio Clean Unit - Orangewood 50,000 $ 199,690 5. STRATEGIC PLAN GOAL(S) 3. Enhance and promote quality of life in the community - b. Deliver high quality and safe, recreational, social, environmental, educational and cultural services. ITEM 3 . l ` 1 1 1 01'rinted on Recycled Paper 02/14/17 6. GENERAL PLAN IMPLEMENTATION Natural Resources Elements Goal 2.0 Protect air, water, and energy resources from pollution and overuse. Policy 2.13: Control surface runoff water discharges into the storm water conveyance system to comply with the City's National Pollutant Discharge Elimination system (NPDES) Municipal Permit and other regional permits issued by the Santa Ana Regional Water Quality Control Board. Policy 2.16: Protect in- stream habitat and natural stream and channel features. 7. DISCUSSION and BACKGROUND On January 10, 2017, the City Council approved the advertisement for the Orangewood Ave & Katella Ave Water Quality Storm Drain Improvements, FY17. Eleven bids were received and opened on January 26, 2017. The results are as follows: CONTRACTOR AMOUNT 1. RSB Group, Inc $215,520 2. O'Duffy Bros, Inc. $313,400 3. GCI Construction, Inc. $315,780 4. Sully Miller Contracting Company $353,050 5. Cedro Construction $357,800 6. L &S Construction, Inc. $412,900 7. Beador Construction Company, Inc. $429,300 8. Vasilj, Inc. $454,800 9. Grbcon, Inc. $546,633 10. Gwinco, Inc. $574,770 11. Mike Buballo Construction Company, Inc. $647,000 RSB Group, Inc., the apparent low bidder, has requested to withdraw due to clerical errors. In reviewing their bid, they failed to include the cost of mobilization, bonds, and profit as there was no specific line item in the bid documents. This cost should have been included in the unit cost of the bid items. Staff has confirmed that the error was made and accepts the request for withdrawal. The next lowest bid, submitted by O'Duffy Bros Inc., was $313,400 and exceeds the budgeted funds which were allocated for the project. Staff is recommending rejection of all bids. Public Works Engineering will review Project Scope and Project location in order to value engineer the project and bring within budget prior to re- advertising. 18. ATTACHMENTS • Bid Abstract JD; EML;cp N:\Public Works\ADMIN\Corina Perez \Council Items - ENGINEERING DIVISION\Feb- 2017\2- 14- 17\Bid 167 -21 Orangewood Ave and Katella Ave - Water Quality Storm Drain Improv FY 1617- Rejection of Bids\D -172_ Orangewood- Katella_WQ_SD_Imp_Reject.doc ()Pri nted 2 ` )Printed on Recycled Paper