To: Board of Supervisors
From: Warren Lai, Public Works Director/Chief Engineer
Report Title: AWARD the 2025 On-Call Trucking Services Contract for Aggregate Stockpiling and Transportation.
☒Recommendation of the County Administrator ☐ Recommendation of Board Committee

RECOMMENDATIONS:
(1) APPROVE specifications for the 2025 On-Call Trucking Services Contract for Aggregate Stockpiling and Transportation, Countywide area. Project No. 0672-6U2034
(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 this project.
(3) DETERMINE that Mitchells Transport LLC (“Mitchells Transport”), the second lowest monetary bidder, has complied with the requirements of the project specifications; and FURTHER DETERMINE that Mitchells Transport has submitted the second lowest responsive and responsible bid for this project.
(4) DETERMINE that Rapid Trans LLC (“Rapid Trans”), the third lowest monetary bidder, has complied with the requirements of the project specifications; and FURTHER DETERMINE that Rapid Trans has submitted the third lowest responsive and responsible bid for this project.
(5) DETERMINE that C.B. Roadways, Inc. (“CB Roadways”), the fourth lowest monetary bidder, has complied with the requirements of the project specifications; and FURTHER DETERMINE that CB Roadways has submitted the fourth lowest responsive and responsible bid for this project.
(5) AWARD on-call contracts to the following four contractors in the following priority for Job Orders, as provided in the project specifications:
(A) USA Trucking, in a not to exceed amount ($900,000) and the unit prices submitted in the bid ($129.00 Total Unit Price).
(B) Mitchells Transport, in a not to exceed amount ($900,000) and the unit prices submitted in the bid ($134.90 Total Unit Price).
(C) Rapid Trans, in a not to exceed amount ($900,000) and the unit prices submitted in the bid ($139.00 Total Unit Price).
(D) CB Roadways, in a not to exceed amount ($900,000) and the unit prices submitted in the bid ($154.94 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 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 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 substitution 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) DECLARE that, should the award of the contract to USA Trucking, Mitchells Transport, Rapid Trans, or CB Roadways be invalidated for any reason, the Board would not in any event have awarded the contracts 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, plans and specifications were filed with the Board, and bids were invited by the Public Works Director. On May 6, 2025 the Public Works Department received bids from the following contractors:
BIDDER, TOTAL UNIT AMOUNT
USA Trucking, Inc., $129.00 Total Unit Price
Mitchells Transport LLC., $134.90 Total Unit Price
Rapid Trans LLC, $139.00 Total Unit Price
C.B. Roadways, Inc., $154.94 Total Unit Price
USA Trucking submitted the lowest responsive and responsible bid, which is $5.90 (Total Unit Price) less than the next lowest bid.
Mitchells Transport submitted the second lowest responsive and responsible bid.
Rapid Trans submitted the third lowest responsive and responsible bid.
CB Roadways submitted the fourth lowest responsive and responsible bid.
The Public Works Director has reported that the bids submitted by USA Trucking, Mitchells Transport, Rapid Trans, and CB Roadways comply with the requirements of the project specifications, and recommends that contracts be awarded to USA Trucking, Mitchells Transport, Rapid Trans, and CB Roadways in that order. The Public Works Director recommends that the bids submitted by USA Trucking, Mitchells Transport, Rapid Trans, and CB Roadways are the lowest responsive and responsible bids and this Board so concurs and finds. As provided in the project specifications, the four on-call contracts would be awarded in the following priority for Job Orders: (1) USA Trucking; (2) Mitchell Transport, (3) Rapid Trans, and (4) CB Roadways. The contracts will be for a one-year period, with the option of two one-year extensions.
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 maintenance work in a timely manner.