Loading...
HomeMy WebLinkAboutMINUTES - 09182012 - C.01RECOMMENDATION(S): APPROVE and AUTHORIZE the Public Works Director, or designee, to execute Contract Change Order No. 1 (CCO #1) to the contract with Destination Anywhere, Inc., to change the not-to-exceed contract amount from $350,000 to $700,000 for On-Call Trucking Services for Various Road and Flood Control Maintenance Work, Countywide. Contract No. 7520-6B9385 A FISCAL IMPACT: CCO #1 will increase the not-to-exceed amount for the above contract from $350,000 to $700,000. This work is funded by Local Road Maintenance (Org 0672) & County Drainage Maintenance (Org 7520). BACKGROUND: On June 7, 2011, the County awarded four contracts for on-call trucking services for various road and flood control maintenance work, for a total allotted amount of $1,400,000, in the following priority order: Destination Anywhere, Inc. (Destination) in a not-to-exceed amount ($350,000) and the unit prices APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/18/2012 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Mary N. Piepho, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: J. Yee, (925) 313-7002 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 the date shown. ATTESTED: September 18, 2012 David Twa, County Administrator and Clerk of the Board of Supervisors By: STACEY M. BOYD, Deputy cc: J. Dowling, Design/Construction, P. Denison, Finance, S. Reed, Design/Construction C. 1 To:Board of Supervisors From:Julia R. Bueren, Public Works Date:September 18, 2012 Contra Costa County Subject:APPROVE & AUTHORIZE the Execution of CCO #1 for the On-Call Trucking Services Contract for Various Road & Flood Control Maintenance Work, Countywide. BACKGROUND: (CONT'D) submitted in the bid ($157 Total Unit Price); Economy Trucking Services, Inc. in a not-to-exceed amount ($350,000) and the unit prices submitted in the bid ($165 Total Unit Price); Kerr & Son Trucking in a not-to-exceed amount ($350,000) and the unit prices submitted in the bid ($166 Total Unit Price); A. G. Schwartz Trucking, Inc. in a not-to-exceed amount ($350,000) and the unit prices submitted in the bid ($172 Total Unit Price) The on-call contracts became effective on June 7, 2011 and expire June 7, 2014. Economy Trucking declared their contract terminated on February 20, 2012. Kerr & Son Trucking and A.G. Schwartz Trucking were unable to obtain bonding for their contracts. Consequently, all trucking needs are being performed by Destination, the lowest responsible bidder. In such situations, Public Contract Code Section 5106 allows the Board to award the contract work to the next highest bidder. To accommodate all of the necessary trucking services, it is necessary to increase the not-to-exceed amount of Destination’s contract from $350,000 (as awarded) to $700,000. CCO #1 has been prepared to cover the proposed increase and to authorize payment for trucking services performed on or after July 1, 2012. To enable timely payment to Destination, the Public Works Director recommends that the Board approve CCO #1 and authorize the Public Works Director, or designee, to sign it for the County. The increased contract amount for Destination does not exceed the total allotted amount for trucking of $1,400,000. CONSEQUENCE OF NEGATIVE ACTION: Failure to approve CCO #1 would prevent the Public Works Department from completing routine road and flood control maintenance work in a timely manner and preclude payment to Destination for compensation due to them for completing required trucking services. CHILDREN'S IMPACT STATEMENT: Not applicable. ATTACHMENTS CCO 1