HomeMy WebLinkAboutMINUTES - 07082014 - C.09RECOMMENDATION(S):
(1) APPROVE the specifications for the 2014 On-Call Trucking Services Contract(s) for Various Road and Flood
Control Maintenance Work, Countywide. Project No. 7520-6B9385
(2) DETERMINE that USA Trucking, Inc. ("USA Trucking"), the lowest monetary bidder, has complied with the
requirements of the project specifications, and FURTHER DETERMINE that USA Trucking has submitted the lowest
responsive and responsible bid for the project.
(3) DETERMINE that All City Trucking, Inc. (“All City Trucking”), the second lowest monetary bidder, has
complied with the requirements of the project specifications, and FURTHER DETERMINE that All City Trucking
has submitted the second lowest responsive and responsible bid for the project.
(4) DETERMINE that Roby Trucking, the third lowest monetary bidder, has complied with the requirements of the
project specifications, and FURTHER DETERMINE that Roby Trucking has submitted the third lowest responsive
and responsible bid for the project.
(5) AWARD on-call contracts to the following three contractors in the following priority for Job Orders: (A) USA
Trucking in a not-to exceed amount ($300,000) and the unit prices submitted in the bid ($244.00 Total Unit Price)
(B) All City Trucking in a not-to-exceed amount ($300,000) and the unit prices submitted in the bid ($248.47 Total
Unit Price)
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 07/08/2014 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: Kevin Emigh,
925-313-2233
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: July 8, 2014
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Stacey M. Boyd, Deputy
cc:
C. 9
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:July 8, 2014
Contra
Costa
County
Subject:Execution of three contracts for the 2014 On-Call Trucking Services Contract(s) for Various Road and Flood Control
Maintenance Work, Countywide.
RECOMMENDATION(S): (CONT'D)
(C) Roby Trucking in a not-to-exceed amount ($300,000) and the unit prices submitted in the bid ($255.00 Total Unit
Price)
(6) DIRECT that the Public Works Director, or designee, shall prepare the contracts.
(7) ORDER that, after the contractors have signed the contracts and returned them, together with any required
certificates of insurance or other required documents, and the Public Works Director has reviewed and found them to
be sufficient, the Public Works Director, or designee, is authorized to sign the contracts for this Board.
(8) ORDER that the Public Works Director, or designee, is authorized to sign any escrow agreements prepared for
this project to permit the direct payment of retentions into escrow or the substitutions of securities for moneys
withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300.
(9) DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the
Board’s functions under Public Contract Code Sections 4107 and 4110.
(10) DELEGATE, pursuant to Labor Code Section 6705, to the Public Works Director 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.
(11) DECLARE that, should the award of the contracts to USA Trucking, All City Trucking, or Roby Trucking be
invalidated for any reason, the Board would not in any event have awarded the contracts to any other bidders, but
instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board
from re-awarding a contract to another bidder in cases where the successful bidder established a mistake, refuses to
sign the contract, or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107).
FISCAL IMPACT:
The contracts, for a maximum amount of $300,000 each, will be funded by 100% Local Road Funds
BACKGROUND:
The above project was previously approved by the Board of Supervisors, specifications were filed with and approved
by the Board, and bids were invited by the Public Works Director. On June 17, the Public Works Department
received bids from the following contractors:
USA Trucking, Inc. (“USA Trucking”): $244.00 Total Unit Price
All City Trucking, Inc. (“All City Trucking”): $248.47 Total Unit Price
Roby Trucking, Inc. (“Roby Trucking”): $255.00 Total Unit Price
Destination Anywhere, Inc.: $263.00 Total Unit Price
Dillard Trucking, Inc.: $276.00 Total Unit Price
Cutler Trucking, Inc.: $400.98 Total Unit Price
USA Trucking submitted the lowest responsive and responsible bid, which is $4.47 less (Total Unit Price) than the
next lowest bid.
All City Trucking submitted the second lowest responsive and responsible bid, which is $6.53 less (Total Unit Price)
than the next lowest bid.
Roby Trucking submitted the third lowest responsive and responsible bid, which is $8.00 less (Total Unit Price) than
the next lowest bid.
The Public Works Director has recommended that the contracts be awarded to USA Trucking, All City Trucking, and
Roby Trucking. The Public Works Director recommends that the bids submitted by USA Trucking, All City
Trucking, and Roby Trucking are the lowest responsive and responsible bids, and this Board so concurs and finds.
As provided in the project specifications, the three on-call contracts will be awarded in the following priority for Job
Orders: (1) USA Trucking, (2) All City Trucking, and (3) Roby Trucking.
CONSEQUENCE OF NEGATIVE ACTION:
The Public Works Department may be unable to complete routine maintenance work in a timely manner.
CHILDREN'S IMPACT STATEMENT:
Not applicable.