HomeMy WebLinkAboutMINUTES - 06092015 - C.07RECOMMENDATION(S):
(1) APPROVE specifications and project design for the above project.
(2) DETERMINE that U.S.A. Trucking, Inc., the lowest monetary bidder, submitted a non-responsive bid that did not
comply with the requirements of the project specifications for this project; and REJECT the bid on that basis.
(3) DETERMINE that C&J Favalora Trucking, Inc., the second lowest monetary bidder, has complied with the
requirements of the project specifications; and FURTHER DETERMINE that C&J Favalora Trucking, Inc., has
submitted the lowest responsive and responsible bid for the project.
(4) AWARD the on-call trucking services contract to C&J Favalora Trucking, Inc., for the maximum amount
($300,000.00) and for the unit prices submitted in the bid ($90.00 Total Unit Price), and DIRECT that the contractor
shall present two good and sufficient surety bonds, as indicated below, and that the Public Works Director, or
designee, shall prepare the contract.
(5) ORDER that, after the contractor has signed the contract and returned it, together with the bonds as noted below
and any required certificates of insurance or other required documents, and the Public Works Director has reviewed
and found them
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 06/09/2015 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
ABSENT:Federal D. Glover, District V
Supervisor
Contact: Chris Lau, 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: June 9, 2015
David Twa, County Administrator and Clerk of the Board of Supervisors
By: June McHuen, Deputy
cc:
C. 7
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:June 9, 2015
Contra
Costa
County
Subject:AWARD and AUTHORIZE the Contract for 2015 On-Call Trucking Services for Aggregate Stockpiling and
Transportation, Countywide, Project No. 0672-6U2144.
RECOMMENDATION(S): (CONT'D)
to be sufficient, the Public Works Director, or designee, is authorized to sign the contract for this Board.
(6) 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 substitution of securities for moneys
withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300.
(7) 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.
(8) DECLARE that, should the award of the contract to C&J Favalora Trucking, 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 in this Board Order 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).
FISCAL IMPACT:
The on-call construction contract will be funded 100% by the Local Road Fund.
BACKGROUND:
The above project was previously approved by the Board of Supervisors, specifications were filed with the Board,
and bids were invited by the Public Works Director. On April 21, 2015, the Public Works Department received
bids from the following contractors:
BIDDER, TOTAL UNIT PRICE, BOND AMOUNTS
U.S.A. Trucking, Inc.: $89.00 Total Unit Price
C&J Favalora Trucking, Inc.: $90.00 Total Unit Price; Payment Bond: $300,000.00; Performance Bond:
$300,000.00
LS Trucking, Inc.: $100.00 Total Unit Price
Destination Anywhere, Inc.: $100.00 Total Unit Price
The Public Works Director has determined that U.S.A. Trucking, Inc., the lowest monetary bidder, submitted a
non-responsive bid due to various deficiencies in its bid submittal, including missing and partially-whited-out
signatures, missing required notarizations, forms not filled out, the corporation's legal status and signatures of
corporate officers were not identified, and Addendum No. 1 not acknowledged, all of which created uncertainty in
the company's bid and failed to comply with the requirements of the project specifications and, therefore, the
Public Works Director recommends rejection of the bid submitted by U.S.A. Trucking, Inc.
On May 7, 2015, U.S.A. Trucking, Inc., was notified in writing of the Public Works Director’s determination that
the company's bid was considered deficient and subject to rejection for the described reasons. A copy of the
notification letter is attached to this Board Order as Exhibit A. U.S.A. Trucking, Inc., did not appeal the
determination.
The Public Works Director has determined that the bid submitted by C&J Favalora Trucking Inc., the second
lowest monetary bidder, complied with the requirements of the project specifications and is the lowest responsive
and responsible bid, and this Board concurs and so finds.
The Public Works Director recommends that the on-call trucking services contract be awarded to C&J Favalora,
Trucking Inc.
The general prevailing rates of wages, which shall be the minimum rates paid on this project, have been filed
with the Clerk of the Board, and copies will be made available to any party upon request.
CONSEQUENCE OF NEGATIVE ACTION:
On-call trucking services for various County projects would not be available and projects would be considerably
delayed.
ATTACHMENTS
May 7, 2015 Letter to USA Trucking Inc.