HomeMy WebLinkAboutMINUTES - 05022006 - C.1 0__
TO: BOARD OF SUPERVISORS Contra
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR Costa C .1
DATE: May 2, 2006 e _
'too
A�ou„ County
SUBJECT: APPROVE plans and specifications, AWARD and AUTHORIZE the Public Works Director, or
designee, to execute a contract to the lowest responsive and responsible bidder for the Bay Point Overlay
project, Bay Point area, (District V)Project No. 062-6R4096-06.
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTION: APPROVE plans and specifications; AWARD and AUTHORIZE the Public
Works Director,or designee,to execute a contract in the amount of$447,716.00 to MCK Services,Inc.,the
lowest responsive and responsible bidder for the Bay Point Overlay project, Bay Point area. (Lawsuit
Settlement Funds) (District V) Project No. 0662-6R4096-06.
FISCAL IMPACT:
Project will be funded by Lawsuit Settlement.
Continued on Attachment: ® SIGNATURE:
[]rRECOMMENDATION OF COUNTY ADMINISTRATOR ❑ RECOMMENDATION OF BOARD COMMITTEE
PROVE ❑ OTHER
SIGNATURE(S): /'
ACTION OF BOA ON /�R eag/ X*10'4
APPROVED AS RECOMMEND OTHER ❑
VOTFZF SUPERVISORS _ /� I hereby certify that this is a true and correct copy of an action
�/ UNANIMOUS(ABSENT 0 7'�✓ ) taken and entered on the minutes of the Board of Supervisors on
AYES: NOES: the date shown.
ABSENT: ABSTAIN:
G\GrpData\ConstlBOl200615-2-06 Bay Point Overlay.doc
ATTESTED: �4." aAto 6
JOHN CULLEN, Clerk e Board of Supervisors and County
Orig.Div:Public Works( Division) Administrator
Contact: (_ )
cc: Auditor-Controller
E.KueCounty
C,CAO By r Deputy
County Counsel '
Contractor
Surety
SUBJECT: Award of Contract for Bay Point Overlay project, Bay Point area.,(District V)Project No.0662-
6R4096-06
DATE: May 2, 2006
PAGE: 2 of 3
REASONS FOR RECOMMENDATIONS AND BACKGROUND:
The Public Works Department received bids from the following contractors:
BIDDER TOTAL AMOUNT BOND AMOUNTS
MCK Services, Inc. $447,716.00 Payment: $447,716.00
P.O. Box 5697 Performance: $447,716.00
Concord, CA 94524
BayCitites Paving& Grading, Inc.
Concord, CA 94520
North Bay Construction, Inc,
Petaluma, CA 94955
J.A. Gonsalves & Son Construction, Inc.
Napa, CA 94581
Independent Construction Co.
Concord, CA 94520
The above-captioned project having been previously approved,and the plans and specifications having been
prepared by, filed with, and approved by the Board of Supervisors, and bids having been duly invited and received
by the Director of Public Works on March 28, 2006; and
The general prevailing rates of wages,which shall be the minimum rates paid on this project, having been
filed with the Clerk of the Board, and copies to be made available to any party upon request; and
The Board of Supervisors having determined that the project is exempt from the California Environmental
Quality Act as a Class 1 (c), and a Notice of Exemption having been filed with the County Clerk on February 15,
2006; and
The bidder listed first above, MCK Services, Inc. ("MCK Services"), having submitted the lowest
responsive and responsible bid, which is $24,788.20 less than the next lowest bid; and
The Affirmative Action Officer having reported that MCK Services has documented an adequate good
faith effort to comply with the requirements of the County's Outreach Program; and
The Director of Public Works recommending that the bid submitted by MCK Services is the lowest
responsive and responsible bid, and this Board concurring and so finding;
NOW, THEREFORE, the Board finds, determines and orders as follows:
The Board APPROVES the plans and specifications for the project; and
The Board DETERMINES that MCK Services, as.the lowest responsive and responsible bidder, has
demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply with the
x
SUBJECT: Award of Contract for Bay Point Overlay project, Bay Point area. (District V)Project No.0662-
6R4096-06
DATE: May 2, 2006
PAGE: 3 of 3
requirements of the County's Outreach Program and the Board WAIVES any irregularities in such compliance;
and further determines that MCK Services has complied with the Mandatory Subcontracting Minimum; and the
Board WAIVES any irregularities in such compliance; and
The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded
to MCK Services at the listed amount and at the unit prices submitted in said bid, and that said contractor shall
present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall
prepare the contract therefore; and
The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together
with the bonds as noted above and any required certificates of insurance or other required documents, and the
Director of Public Works has reviewed and found them to be sufficient,the Director of Public Works,or designee,is
authorized to sign the contract for this Board; and
The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of
the contract by the Director of Public Works,or designee, any bid bonds posted by the bidders are to be exonerated
and any checks or cash submitted for security shall be returned; and
The Board FURTHER ORDERS that the Director of Public Works, or designee is authorized to sign any
escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution
of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public
Contract Code Section 22300; and
Pursuant to Public Contract Code Section 4114,the Board DELEGATES its functions under Public Contract
Code Sections 4107 and 4110 to the Director of Public Works, or designee; and
Pursuant to Labor Code Section 6705,the Board also DELEGATES to the Director of Public Works or to
any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the
design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation
covered by that section; and
The Board DECLARES that, should the award of the contract to MCK Services,Inc.be invalidated for any
reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have
exercised its discretion to reject all of the bids received.Nothing herein shall prevent the Board from re-awarding the
contract to another bidder in cases where the successful bidder establishes a mistake,refuses to sign the contract or
fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107).
CONSEQUENCES OF NEGATIVE ACTION_ :
Project would not be built.