File #: 09-0651    Version: 1
Type: Agenda Item Status: Approved
File created: 5/12/2009 In control: Board of Supervisors
On agenda: 6/2/2009 Final action: 6/2/2009
Title: Chief Administrative Office, Procurement and Contracts Division, 1) recommending findings be made that it is more economical and feasible to contract out for road material hauling services in accordance with County Ordinance 3.13, Section 3.13.030; 2) award Bid 09-961-104 to Blain Stumpf Trucking, Shingle Springs, CA in an amount not to exceed $170,000 for a one (1) year term; 3) Terminate Agreement 892-S0811 with Johal Enterprises due to non-compliance with the insurance requirements of said Agreement; and 4) authorize the Purchasing Agent to execute an agreement for services for same subject to County Counsel and Risk Management review and approval. FUNDING: Road Fund.
Attachments: 1. 09-961-104 Hauling
Title
Chief Administrative Office, Procurement and Contracts Division, 1) recommending findings be made that it is more economical and feasible to contract out for road material hauling services in accordance with County Ordinance 3.13, Section 3.13.030; 2) award Bid 09-961-104 to Blain Stumpf Trucking, Shingle Springs, CA in an amount not to exceed $170,000 for a one (1) year term; 3) Terminate Agreement 892-S0811 with Johal Enterprises due to non-compliance with the insurance requirements of said Agreement; and  4) authorize the Purchasing Agent to execute an agreement for services for same subject to County Counsel and Risk Management review and approval.
 
FUNDING:  Road Fund.
Body
BUDGET SUMMARY:
 
 
Total Estimated Cost
 
$170,000.00
 
 
 
     Funding
 
 
          Budgeted
$170,000.00
 
          New Funding
$
 
          Savings
$
 
          Other
$
 
     Total Funding Available
$170,000.00
 
Change To Net County Cost
 
$0.00
 
 
 
Body
 
REASON FOR RECOMMENDATION: At the request of the Department of Transportation, the Procurement and Contracts Division issued an invitation to bid for road material hauling services.   The hauling services are for the provision of transporting road materials from the point of purchase to a designated stock pile for work-site where road maintenance is being performed.
 
Ten (10) Invitations to Bid were mailed, four (4) to local vendors.  Six (6) qualified bid responses were received, three (3) from a local vendors.  The bid results are provided on the attached intent to award announcement.
 
The Board should be advised that the Purchasing Agent executed an interim contract for these services with the recommended vendor in order to meet the Department of Transportation's immediate need for the services.  The vendor that was under contract to perform the services, Johal Enterprises, (agreement #892-S0811) has been unable to provide current proof of insurance which has resulted in the Department's inability to utilize their services and, as such, the vendor has not complied with the requirements of the agreement necessitating an interim contract.  The interim contract was effective May 15, 2009, and will be superseded by the contract resulting from award of this bid.  
 
FISCAL IMPACT/CHANGE TO NET COUNTY COST:  Procurement and Contracts has been advised that funding is available with the Department of Transportation's Road Fund.
 
ACTION TO BE TAKEN FOLLOWING APPROVAL:   Following Board approval, 1) the Department of Transportation will process an agreement for services for an amount not to exceed $170,000.00 with Blain Stumpf Trucking of Shingle Springs, CA and will submit same to the Purchasing Agent for signature upon County Counsel and Risk Management review and approval and 2) agreement 892-S0811 with Johal Enterprises will be terminated.
 
Contact:  Gayle Erbe-Hamlin, Chief Administrative Officer, x5530
 
Concurrences:  County Counsel and Risk Management