HomeMy WebLinkAboutMINUTES - 06052007 - C.19 � t G
TO: BOARD OF SUPERVISORS, AS GOVERNING s Contra
BOARD OF THE FLOOD CONTROL & WATER „-
CONSERVATION DISTRICT o 1m4 Costa
�. _ l
FROM: MAURICE M. SHIU, CHIEF ENGINEER s;-A- County
DATE: June 5, 2007
SUBJECT: APPROVE plans and specifications,AWARD and AUTHORIZE the Chief Engineer,Flood Control,
and Water Conservation District, or designee, to execute a contract to the lowest responsive and
responsible bidder for the Las Trampas Creek Bank Restoration at Glenside Drive, Lafayette area,
(District II) Project No. 7520-6139M12-07.
SPECIFIC REQUEST(S)OR RECOMMEND (S)&BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTION:
APPROVE-plans-and specifications; AWARD and AUTHORIZE the Chief Engineer, Flood Control and Water
Conservation District, or designee, to execute a contract in the amount of$191,724 to James Freethy Backhoe
Service, the lowest responsive and responsible bidder for the Las Trampas Creek Bank Restoration at Glenside
Drive, Lafayette area, (Flood Control Zone 3B Funds) (District II) Project No. 7520-6139M12-07.
FISCAL IMPACT:
Project will be funded by 100 %Flood Control Zone 3B Funds.
Continued on Attachment: ® SIGNATURE:)&C"-
[+RECOMMENDATION OF COUNTY ADMINISTRATOR ❑ RECOMMENDATION OF BOARD COMMITTEE
[fi APPROVE ❑ OTHER
SIGNATURE(S): / -'
ACTION OF BOA( ON
APPROVED AS RECOMMENDED❑ OTHER ❑
I hereby certify that this is a true and correct copy of an action
taken and entered on the minutes of the Board of Supervisors on
VOTE OF SUPERVISORS the date shown.
UNANIMOUS (ABSENT )
AYES: NOES:
ABSENT: ABSTAIN: ATTESTED:
JOHN CULLEN,Clerk of the Board of Supervisors and County
G:)ConMBO\2007\6-5-07]as trampas creek bank award.doc Administrator
Orig.Div:Public Works( Division)
Contact: ( ) By Deputy
cc: Auditor-Controller
E.Kuevor,CAO
County Counsel
Contractor
Surety
SUBJECT: APPROVE plans and specifications, Award of Contract for Las Trampas Creek Bank Restoration
at Glenside Drive, Lafayette area. (District II) Project No.7520-6139M12-07
DATE: June 5, 2007
PAGE: 2 of 4
REASONS FOR RECOMMENDATIONS AND BACKGROUND:
The Public Works Department received bids from the following contractors:
BIDDER TOTAL AMOUNT BOND AMOUNTS
James Freethy Backhoe Service $191,724.00 Payment: $191,724.00
122 Las Questa Drive Performance: $191,724.00
Danville, CA 94526
Pacific States Environmental Contractors, Inc.
Dublin, CCA 94568
W.R. Forde Associates
Richmond, CA 94801
Grade Tech, Inc.
San Ramon, CA 94583
NTK Construction, Inc.
San Francisco, CA 94124
FANFA, Inc.
San Lorenzo, CA 94580
Peak Engineering, Inc.
Oakland, CA 94621
McNabb Construction
Lafayette, CA 94549
Bruce Carone Paving & Grading, Inc.
Crockett, CA 94525
William G. McCullough Company
Antioch, CA 94509
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 Chief Engineer on May 1, 2007; 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 2 (c) Categorical Exemption, and a Notice of Exemption having been filed with the County
Clerk on November 14, 2006; and
SUBJECT: APPROVE plans and specifications, Award of Contract for Las Trampas Creek Bank Restoration
at Glenside Drive, Lafayette area. (District II) Project No.7520-6139M12-07
DATE: June 5, 2007
PAGE: 3 of 4 .
The bidder listed first above, James Freethy Backhoe Service, having submitted the lowest responsive
and responsible bid, which is $41,490.00 less than the next lowest bid; and
The Affirmative Action Officer having reported that James Freethy Backhoe Service has documented an
adequate good faith effort to comply with the requirements of the County's Outreach Program; and
The Chief Engineer recommending that the bid submitted by James Freethy Backhoe Service 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 James Freethy Backhoe Service 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 requirements of the County's Outreach Program and further determines that James Freethy Backhoe
Service has complied with the Mandatory Subcontracting Minimum; and
The Board ORDERS that the contract for the furnishing of labor and materials for said work is
awarded to James Freethy Backhoe Service 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 Chief
Engineer 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 Chief
Engineer has reviewed and found them to be sufficient, the Chief Engineer, 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 Chief Engineer, 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 Chief Engineer, 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 Chief Engineer, or designee; and
Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Chief Engineer 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
o
SUBJECT: APPROVE plans and specifications, Award of Contract for Las Trampas Creek Bank Restoration
at Glenside Drive, Lafayette area. (District II) Project No.7520-6B9M12-07
DATE: June 5, 2007
PAGE: 4 of 4
The Board DECLARES that, should the award of the contract to James Freethy Backhoe Service 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:
The project will not be built.