PDF Return
C. 1
To: Board of Supervisors
From: Brian M. Balbas, Public Works Director/Chief Engineer
Date: May  12, 2020
The Seal of Contra Costa County, CA
Contra
Costa
County
Subject: Contract for the 2020 On-Call Trucking Services Contract for Aggregate Stockpiling and Transportation, Countywide.

APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE

Action of Board On:   05/12/2020
APPROVED AS RECOMMENDED OTHER
Clerks Notes:

VOTE OF SUPERVISORS

AYE:
John Gioia, District I Supervisor
Candace Andersen, District II Supervisor
Diane Burgis, 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:     May  12, 2020
David Twa,
 
BY: , Deputy

 

RECOMMENDATION(S):

(1) APPROVE the specifications for the 2020 On-Call Trucking Services Contract for Aggregate Stockpiling and Transportation, Countywide. Project No. 0672-6U2181  
  

(2) DETERMINE that C & J Favalora Trucking, Inc. (“C & J Favalora”), the lowest monetary bidder, has complied with the requirements of the project specifications; and FURTHER DETERMINE that C & J Favalora has submitted the lowest responsive and responsible bid for this project.  

  

RECOMMENDATION(S): (CONT'D)
(3) AWARD on-call contract to the following contractor as provided in the project specifications: C & J Favalora, in a not to exceed amount ($900,000.00) and the unit prices submitted in the bid ($ 105.00 Total Unit Price).  
  
(4) DIRECT 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 any required certificates of insurance and 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 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 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 contract, for a maximum amount of $900,000, will be funded by 100% Local Road Funds.

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 March 31, 2020, the Public Works Department received bids from the following contractors:  
  
BIDDER, TOTAL UNIT AMOUNT  
  
C & J Favalora, Inc., $105.00 Total Unit Price  
  
The Public Works Director has reported that the bid submitted by C & J Favalora complies with the requirements of the project specifications. The Public Works Director recommends that the bid submitted by C & J Favalora is the lowest responsive and responsible bid and this Board so concurs and 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.

CONSEQUENCE OF NEGATIVE ACTION:

The Public Works Department may be unable to complete routine road and flood control maintenance work in a timely manner.

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved