Loading...
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.