The contract, for a maximum amount of $300,000, will be funded by 100% Local Road and Flood Control Funds.
The above project was previously approved by the Board of Supervisors, plans and specifications were filed with the Board, and bids were invited by the Public Works Director. On October 4, 2016, the Public Works Department received bids from the following contractors:
BIDDER, TOTAL AMOUNT, BOND AMOUNTS
USA Trucking, Inc.: $270.00 Total Unit Price
Dillard Trucking, Inc.: $284.00 Total Unit Price
Economy Trucking Services, Inc.: $376 Total Unit Price
The Public Works Director has determined that USA Trucking submitted a non-responsive bid by failing to supply the insurance requirements as detailed in the project specification and failing to provide current registration with the Department of Industrial Relations as detailed in the Notice to Bidders.
The bidder listed first above, USA Trucking, Inc., submitted the lowest responsive and responsible bid, which is $14.00 (Total Unit Price) less than the next lowest bid.
Dillard Trucking submitted the lowest responsive and responsible bid, which is $92.00 (Total Unit Price) less than the next lowest bid.
The Public Works Director has reported that the bid submitted by Dillard Trucking complies with the requirements provided in the project specifications, and recommends that contract be awarded to Dillard Trucking.
The Public Works Director recommends that the bid submitted by Dillard Trucking is the lowest responsive and responsible bid, and this Board concurs and so finds.
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.
The Public Works Department may be unable to complete routine road and flood control maintenance work in a timely manner.