ox CITY OF ARD ACTION TYPE OF ITEM Meetin,g Date: 01/07/14 ...
Transcript of ox CITY OF ARD ACTION TYPE OF ITEM Meetin,g Date: 01/07/14 ...
CITY OF
ox ARDCALIFORNIA
Meetin,g Date: 01/07/14..----------~-~n:::~::::_':~;_,.;:::ACTION TYPE OF ITEMLJ Approved Recommendation til Info/ConsentLJ Ord. No(s).,~, , LJ ReportLJ Res. No(s), LJ Public Hearing (Info/consent)LJ Other LJ Other
Reviewed B
Prepared B/~icia Friend & Cynthia DanielsAgenda Item No .. +- ~
DATE: December 24,2013
TO:
FROM:
City Council
M~atthewWinegar, Development Services DirectorT<iI' Development Services Department
. ~L/l -,-~~~Michael Henderson, General Services Superintendent .// /VJP"~,..J-~'·~'~City Manager Department
SUBJECT: Appropriate Bu.dget and Award Contract to Berry General EngineeringContractors Inc. for Specification No. DS14-04 -Ventu.ra Blvd. Park & Ride Lotand Pedestrian Facilities
RECOMMENDATION
That City Council:
1. Award the contract and authorize the purchasing agent to execute an agreement with Berry GeneralEngineering Contractors Inc. as the lowest responsible and responsive bidder in the amount of$150,430.00 for Specification No. DS14-04 for Ventura Blvd. Park & Ride Lot and PedestrianFacilities (Agreement A-7642).
2. Appropriate $232,200 for Specification No. DS14-04 from the Air Pollution Buy-down Fundbalance to the "Park & Ride Lot" project for improvements at Ventura Boulevard southeast ofSanta Clara Avenue and west of Nyeland Avenue.
DISCUSSION
The City Council adopted the plans, specifications, and working details, and authorized a public bidprocess be conducted for Ventura Blvd. Park & Ride Lot and Pedestrian Facilities on October 15, 2013.The park and ride lot will provide commuter parking spaces for 11 vehicles and bicycle lockers for fourbicycles on property acquired during the realignment of Ventura Boulevard as part of the RiceAvenue/Santa Clara Avenue interchange improvements at Highway 101. The pedestrian crossing andsidewalk will improve pedestrian access and safety between the Country Squire Mobile Home Park andthe adjacent neighborhood.
Award DS14-04 Ventura Blvd. Park & Ride Lot and Pedestrian FacilitiesDecember 24, 2013Page 2
On December 11,2013 the City received seven (7) bids ranging from the low bid of$133,933.00 to ahigh bid of$875,641.00. The apparent low bidder withdrew their bid. The bid from the second lowestbidder, Berry General Engineering Contractors, Inc., has been reviewed and found to be complete andaccurate, and meets all the requirements for award as the lowest responsible and responsive bidder.
This project award is time sensitive based on the need to award and complete the work so as not toadversely impact federal grant funds for adjacent work for landscaping on Ventura Blvd., whichincludes the Park & Ride Lot. The landscaping project must be completed and those funds must bespent by April 2014.
The special budget appropriation will establish the project budget from fees collected to reduce airpollution. The park and ride lot and pedestrian improvements meet the intent to improve air quality byreducing trips from single-occupancy vehicles.
FINANCIAL IMPACT
Funding in the amount of $232,200 from Air Pollution Buy-down Fund 118 will be appropriated to newproject Ventura Blvd. Park & Ride Lot.
MH/pcf/CD
Attachment I - Bid Documents from Berry Engineering2 - Special Budget Appropriation
BID DOCUMENTSFOR
PROJECT TITLE: - Ventura Blvd. Park & Ride Lot and Pedestrian Crossing
BRIEF DESCRIPTION OF PROJECT: Construction ofa park and ride lot andpredestrian crosswalk along Ventura Blvd. onsists ofasphalt paving,construction of 6-ft. high block wall, concrete s concrete access ramps andinstallation ofbike lockers, parking lot lighting, solar powered flashing warning beaconsystem, pavement markings and road signs.
Specification Number DS14·04 includes 14 pages ofbid documents. Drawing No. 12-8Aincludes §. sheets of plans (Sheet Nos. 1, 2, 3, 7, 8 and 9 prepared in English units) andrevision to Caltrans plans for Rice Ave. Ventura Freeway (U.S. Route 101) InterchangeImprovements includes Sheets L-3, C-ll, X-16, PD4, 8-3 and 8-11 in Metricunits) -§. sheets. The total number ofdrawing sheets for the project is
Work must begin within 14 calendar days after the Notice to Proceed is issued. Work isto be complete in 60 calendar days. Liquidated damages will be assessed at $1,000.00per calendar day.
Payment shall be in accordance with the provisions of 8ection 9-3 of the StandardSpecifications for Public Works Construction.
CONTRACTOR'S FAILURE TO COMPLETE THIS SECTIONMAY CAUSE REJECTION OF THE BID
Name Berry General Engineering Contractors, Inc.
Physical Address 350 West Lewis Street Ventura, CA 93001
Mailing Address P.O. Box 1457
City Ventura
TelephoneNo. 805.643.7567
State CA
Fax No. 805.643.7482
Zip Code 93002
Bidder's Failure to CompleteAll Items Contained On This Page
May Cause Rejection of Your Bid
B-1
lTV OF OXNARDSPECIFICATION NUMBER D814·04
PROJECT OVERVIEW
The following description of the amount of work to be done and materials to be furnished by thecontractor is an approximation provided for your use in preparing a bid. The City of Oxnard doesnot expressly or by implication warrant that the actual amount ofwork or materials awarded willcorrespond therewith. The City reserves the right to increase or decrease the amount of any classor portion of the work or materials or to delete any of the work or materials, as the City deemsnecessary or expedient. If the description includes more than one job, the City may decide toaward a contract for only one or less than all of the jobs included in the bid submitted.
DESCRIPTION
The project consists of traffic control; clearing & grubbing; asphalt saw cutting; concretesidewalk removal; access ramp removal; asphalt paving; construction of 6' high block wall,concrete sidewalk, concrete curb & gutter, concrete access & curb ramps and installation ofbikelockers, parking lot lighting, solar powered flashing warning beacon system, pavement markingsand road signs. The plans for Ventura Blvd. Park & Ride Lot were prepared in English units andconsist of6 sheets of plans labeled as Drawing No. 12-8A 8heetNos. 1,2,3, 7, 8 and 9 while theplans for Pedestrian Crossing Project were prepared in Metric units and consist of6 sheetslabeled as L-3, C-l1, X-16, PD-4, 8-3 and 8-11. Revisions in Pedestrian Crossing Project aremarked in the plans by "cloud revision" markings.
Bidder's Failure to CompleteAll Items Contained On This Page
May Cause Rejection of Your Bid
B-2
ITY OF OXNARDSPECIFICATION NUMBER DS14·04
BID SCHEDULE OF WORK AND PRICES
BIDDER'S NAME Berry General Engineering Contractors. Inc.
ITEM PAYMENT UNIT OF BVALUATION. UNITNO. REF. MEASURE TY* COST TOTAL
1 1011-3 LS 12 1014-7 Ton 843 1015-3 Cy 834 10164 LF 1845 1013-3 LF 268
6 1013-3 LF 1271 1013-3 SF 1388 1013-3 EA 19 1013-3 EA 1
10 1025-3 Set
11 LS 112 EA 213 LS 114 LS 1
15 EA16 LS
17 EA 2
1022-3 EA 21017-3 LS 11017-3 EA 41017-3 EA 21017-3 EA 11017-3 EA 11017-3 EA 11017-3 EA 11018-3 LS I
Sub-Total: $
Bidder's Failure to CompleteAU Items Contained On Tbis Page
May Cause Rejection of Your BidB-3
ITY OF OXNARDSPECIFICATION NUMBER DS14-04.
IUD SCHEDULE OF WORK AND PRICES
BIDDER'S NAME Berry General Engineering Contractors, Inc.
TOTAL
LS
LS ITon 22
CubicMeter 10
LM 75
1074
131.60
EA
EA 2EA 14LS 1
ub-Total $
LS
LS
$
tOt t~3
lOt 1-3
1013-3
lOt7-3
1023-3
1015-3
1017-3
1018-31017-3
1017-3
1013~3
IOOO~12
PAYMENT UNIT OF EVALUATION. UNITREF. MEASURE TY* COST
GRAND TOTAL
Survey
27
29
Type A2~150 (Modified)31 Concrete Curb & Gutter
30 A e ateBase
100mm Concrete Sidewalk32 (Width Varies)
28
36
35
33 A
34
41
40 Mobilization I Demobilization
ITEMNO.
Bidder's Failure to CompleteAll Items Contained On This Page
May Cause Rejection of Your Bid
PA.RK &RIDE
PEDESTRIAN CRC)SSJfNG -""'lUU-
GRAND TOTAL SUBMITTED - $__----U~~~_-----
The grand total submittedverifiedthe unit
verification. Item total will beapI>rmdmlate quantity. If any discrepancy is found,
Bidder must fiU in number and "none'" ifapproprlate.
The following addenda areacknowledged and attached:
I make the above bid and certify or declare under penalty of perjury that the statements made inthis bid, and below my signature, are true and correct.
DATED~~~~~~ _
TITLE Vic~-President
($oleOwner,Partner, Corporate Officer)*
Berry General Engineerin Contractors. Inc.
SIGNATURE~~~::;;:..:::::::- _
COMPANYNA
*Person signing must be listed on records of Contractors State License Board.
Bidder's Failure to CompleteAll Items Contained On This Page
May Cause Rejection of Your BidB-4
ITY OF OXNARDSPECIFICATION NUMBER DS148 04
SUBCONTRACTORS INFORMATION
BIDDER'S NAME Berry General Engineering C:ontractors. Inc.
Pursuant to the Subletting and Subcontracting Fair Practices Act, Public Contract Code Sections 4104 etseq., each bidder submitting bids for the construction ofany public work or improvement shaH set forth:
A. The name and location of the place of business of each subcontractor who will perform work orlabor or render service to the prime contractor in or about the construction of the work orimprovement, in an amount in excess of onewnalf of one percent (1/2 of 1%) of the primecontractor's total bid or, in the case of bids for the construction of streets or highways, includingbridges, in excess of one-halfofone percent (1 /2 of 1%) ofthe prime contractor's total bid or tenthousand dollars ($10,000). whichever is greater.
B. The portion ofthe work which will be done by each such subcontractor. The prime contractorshall list only one subcontractor for each such portion as is defined by the prime contractor inhis or her bid.
This information mils!
The information requested below mustbe.fjlled out completely. be prOVided now or viajax (805 385.8360)
within 24 hours ojbidoPf!nlnJ?·
STATE l..lCENSE
COMPLETE DESCRIPTIONNAME OF SUBCONTRACTOR ADDRESS OFWORK NUMBER CLASS
'6~ ~(1).bl-qoIt.~~~
lElecJ.~I·<:-
1~~O~~lIt~~ 11010213 Ft( (!.; lO~Ln ~qr1QJ ~dwiA P6A.l:cW10S-
2'S~¥,~""", S~l atz ...f'C? ~o¥- '?rr ~J'-;Pl~r i5Jv~pe. ;::;'11h~e
$ ''-'" f),(;(;z:) G-~'L
~jo-/~
3. g""",~"" i JoG e.~ e<I; l.$ 8.J.>G4.v.v~C#f....P~~ $a\.""B~~~~ ~~y 1//4
'SJ<:>6t>
Bidder's Failure to CompleteAll Items Contained On This PageMay Cause Rejection of Your Bid
8-5
This infonnation mustbe providedIWlV OJ' via
fax ~
completely.The
Of SUBCONTRACTOR·l.,;~e\A)
1;V\"',f 0"""?-
DESCRIPTIONOF WORK
Bidder's Failure to CompleteAll Items Contained On This Page
May Cause Rejection of Your Bid
8-6
BIDDER'S NAME....!:~~~~~~~L _
Please See A.. ,t..A ,!?,
Owner
ProJ~ct Cost
Owner
ProjectC(l$t
I
~p,,{'p Sheet
I.proJect Manager
Project Manager
Project Location
Project locatlon
1
TelephQne
Telephone
Owner
Project Descrlptlon
Project Locatlon
PrOject COllt Project Manager I
Vice-President
TelephOne
Bidder's Failure to CompleteAU Items Contained On This PageMay Cause Rejection ofYout Bid
B-7
BE YGENERAL ENGINEERING
CONTRACTORS, INC.P.O. BOX 1457 VENTURA, CA 93002
805-643-7567 FAX 805-643-7482License No. 400577
Experience Statement
Carpinteria Unified School District - 1400 Linden Avenue, Carpinteria, CA 93013Carpinteria Middle School Outdoor Athletic Facilities, CarpinteriaCindy Abbott - 805.684.4511$1,216,200.00 - Completed March 2009
dreat American Insurance - P.O. Box 2119, Cincinnati, OR 45201Upland Road Completion - Paving & Concrete S/W, CamarilloJeffery Jubera - 410.604.1596$737,154.00 - Completed March 2010
Clark Realty Builders Group - P.O. Box 3285, Camarillo, CA 93011 ~3285
Catalina Heights Military Housing - Grading/Paving/Concrete, CamarilloRob Gish - 805.987.8600$2,192,888.00 - Completed July 2010
City of Carpinteria - 5775 Carpinteria Ave., Carpinteria, CA 93013I
2009 ARRA Pavement Rehabilitation on Casitas Pass RoadMatt Roberts - 805.684.5405$682,623.00 - Completed December 2010
Oxnard Harbor District, Port of Hueneme - 333 Ponama St., Port Hueneme, CA 93044TWIC Gate, Phase III - Grading and Asphalt Paving and new Electric Security GateChris Birkelo - 805.488.3677$970,284.00 - Completed August 2012
BIDDER'S STATEMENT
1. Have you ever
Yes No -
2. fiyes, explain the circumstances.
Vice-President
SIGNATURE OF BIDDER
Bidder's Failure to CompleteAll Items Contained On This PageMay Cause Rejection ofYour Bid
B-8
lTV OF OXNARDSPECIFICATION NUMBER DS14-04
BIDDER'S AFFIDAVIT
PROJECT Ventura Blvd. Park & Ride Lot and Pedestrian Crossing
I depose and say that I am Robert Sainsbury - Vice-President(Print or type name and title)
of Berry General Engineering Contractors, Inc.(Name ofCompany)
P.O. Box 1457 Ventura, CA 93002
(Address) (City) (State) (Zip Code)
Contractor's Employer Identification Number: _9_5_-_35_o_7_3_7_9 _
A VALID Cl.JRRENT CALIFORNIA STATE CONTRACTOR'S LICENSE REQUIRED TO BID:
Contractor's License No. 400577 FED TAX LD. # 95-3507379--:-;;......:;..;;;...;;..;...;;;...;,...:------
Classification: A _
Contractor's License Expiration Date: 2_/_2_8_/2_0..;.1_5 _
City of Oxnard Business License Number(Not Required to Bid): /0-- J)... '1Data Universal Numbering System (D-U-N-S #): 0 '\- t.{ t..t q t..( '1 t <eWhoever submits this bid to the City ofOxnard declares:
1. That the bidder has read these specifications, will abide by and agrees to the conditions herein, hascarefully examined the project plans and does hereby agree to furnish all materials and doall the work required to complete the work in accordance with the plans and specifications for the unitprices or lump sums stated in the schedule ofwork and prices.
2. That this bid is genuine, and not sham or collusive, nor made in the interest or in behalfof any personnot herein named, and that the bidder has not directly or indirectly induced or solicited any otherbidder to put in a sham bid, or any other person. firm, or corporation to refrain from bidding, and thatthe bidder has not in any manner sought by collusion to secure an advantage over any other bidder.
3. That the addenda listed on Page B-4 ofthese bid documents are acknowledged and attached.
4. That the bidder, as principal, acknowledges being bound by the foHowing bid bond when completed bythe surety.
Dated 12/11/13 at 350 W. Lewis St •• Ventura , California.
I certify or declare under penalty ofperjury that the foregoing is r
(CORPORATE SEAL)
B-9
Bidder's Failure to CompleteAll Items Contained On This PageMay Cause Rejection of Your Bid
ITY OF OXNARDSPECIFICATION NUMBER DS14-04
All Bidders MUST complete this form and it b answers to these questions will be used todetermine whether the Bidder is responsible. Company." as used in this questionnaire, is any organization of which theresponsible managing officer of the Bidder has been a r officer (as the term responsible managing officer is usedfor State of California licensing purposes) within the past 5 dlor in which any equity holder (e.g. shareholder, partner,member) of the bidder holds or has held more than a 10% interest within the past 5 years; or has had an active role in themanagement of projects performed by Company. "Contact Information" means the name, address and telephone number of a personor entity. For all Yes answers please provide complete explanations on extra-attached sheets and identify by number the question towhich the information ertains
F-O?Has Bidder or a Related Company within the past 5 years been assessed Liquidated Damages(LD's) on a public project of a government agency? If so, give project description, date ofassessment, amount ofassessment, name ofentity, and contact information for each incident
2 ofLD assessment.
Has the Bidder's insurance or a Related Company's insurance; within the past 5 years, beencancelled during a project? If so, give the dates of all cancellations and the contactinformation for all insurance companies that cancelled coverage. Insurance includes allinsurance coverages of any kind, including commercial, general liability, fire and casualty,
3 and workers' compensation.Has Bidder's surety or a Related Company's surety within the past 5 years paid any claimsarising from any project performed by Bidder or a Related Company? If so, provide the
4 contact information and state the date and amount ofeach claim paid.
Has Bidder or a Related Company within the past 5 years been investigated by the Divisionof Labor Standards Enforcement (DLSE)? Ifso, provide the date(s) of investigations and the
5 contact information for the DLSE.
Has Bidder or a Related Company been found to have violated any prevailing wagerequirement on any public agency project by any government agency or by any court of law?If so, describe each violation and provide the contact information for the agency and the
6 jurisdiction, date and case number for each court case.
Within the past 5 years, have stop notices been filed with any government agency on anyproject performed by Bidder or any Related Company? If so, please provide the followinginformation for each stop notice: contact information for each claimant, amount of the claim,amount, if any, paid to settle the claim, date of the claim and the date of payment of the
7 claim.
Has Bidder or any Related Company within the past 5 years been named as a defendant in alawsuit alleging non~payment of subcontractors, vendors or suppliers? If so, give the date,case name and case number of the suit(s), the amount ofthe claim, and the disposition of the
8 case.
Has Bidder or a Related Company ever filed a claim against a govemment agency that hasresulted in a lawsuit? If so, describe the claim, circumstances and disposition of the lawsuit.
9 Please provide the contact information for the agency.
Has Bidder or any Related Company ever been found to pe a non~responsible bidder by an10 agency or debarred? Ifso, provide the date and name ofeach and explain the circumstances.
Provide the name, date, contact information and approximate amount of contract and adescription of work performed for each job performed by Bidder in the last 3 years involving
11 work ofthe type for which this contract is being let.
See ASheet
/
to ffieer's Signature:.~-.......,---
December 11, 2013
lce-President D&eBidder's Failure to Complete AU Items Contained Oil This Page May Cause Rejection of Your Bid
BERRYGENERAL ENGINEERING
CONTRACTORS, INC.P.O. BOX 1457 VENTURA, CA 93002
805·643·7567 FAX 805·643·7482license No. 400577
~I/-
Experience Statement
Carpinteria Unified School District - 1400 Linden Avenue, Carpinteria, CA 93013Carpinteria Middle School Outdoor Athletic Facilities, CarpinteriaCindy Abbott - 805.684.4511$1,216,200.00 - Completed March 2009
Great American Insurance - P.O. Box 2119, Cincinnati, OR 45201Upland Road Completion - Paving & Concrete S/W, CamarilloJeffery Jubera- 410.604.1596$737,154.00 - Completed March 2010
Clark Realty Builders Group - P.O. Box 3285, Camarillo, CA 93011-3285Catalina Heights Military Housing - Grading/Paving/Concrete, CamarilloRob Gish - 805.987.8600$2,192,888.00 - Completed July 2010 .
City of Carpinteria - 5775 Carpinteria Ave., Carpinteria, CA 930132009 .AR.RA Pavement Rehabilitation on Casitas Pass RoadMatt Roberts - 805.684.5405$682,623.00 - Completed December 2010
Oxnard Harbor District, Port of Hueneme - 333 Ponama St., Port Hueneme, CA 93044TWIC Gate, Phase III - Grading and Asphalt Paving and new Electric Security GateChris Birke10 - 805.488.3677$970,284.00 - Completed August 2012
CITY OF OXNARDSPECIFICATION NUMBER DS14·04
ATTACHMENT(TO BE USED WHEN SMALL LOCAL BUSINESS PURCHASING
PREFERENCE IS BEING REQUESTED)
BIDDER'S CERTIFICATION
The undersigned hereby certifies under penalty ofperjury that it has verified its ownproposed employee base for performance of the contract and confirmed with allsubcontractors providing bids used to formulate the Contractor's bid, all of whom havesubcontracted with or will subcontract with the Contractor, that at least 50% ofthe laborhours devoted to performance of the contract will be provided by residents of the City ofOxnard.
Please refer to City ofOxnard Ordinance No. 2852, included in this Specification, toverify that your company is eligible for this Small Local Business Purchasing PreferenceProgram. '
Please note that under Ordinance No. 2852, you may be subject to audit and may berequired to provide proofofcompliance with the requirements ofthe Ordinance. You willbe subject to penalties, including debarment from bidding on City Contracts, for falselyclaiming to be a Small Local Business under the Ordinance.
By: _
Title: _
Firm: _
Date:.........._-~_---------
*ff no Small Local Business Purchasing Preference is being requested this form is notrequired to be completed and submitted with bid documents.
B-22
• 4
SMALL .LA_H~r ...._--, BU:SINBSS
The following in:l:<m:nati(ln bid seeking the Small Local
(Address ofPrincipal Business Office)
(Business Phone)
(Date Principal Business Address Established)
(Number ofEmployees)
(Date Established)
(NumberofE11lployeesWhosel-Ioitle Address is in Qxnard For at Le.ast 90 Days Prior toSubmission ofThis Bid. Attach List ofCurrent Employees and Addresses.)
----------~,
(Gross Receipts for Prior 3 Years)
Note: Upon receipt bythe City ofOxnard, this document becomes a public record accessibleunder the Request for Public Records Act.
B-22A
REQUEST FOR SPECIAL BUDGET APPROPRIATION
Department:
ProjectlProgram
Manager:
Development Services
Transportation Planning
Cynthia Daniels
Date: January 7, 2013
Phone: 385-7871
Reason for Appropriation:Capital improvement project for Specification No. DS14-04 for a park and ride lot and pedestrian facilities on VenturaBlvd.
Accounts and Descriptions
Fund: Air Pollution Buy-down Fund (118)
Expenditures/Transfers Out
Ventura Blvd. Parl< & Ride Lot (Project No. 1431xx)
118-3125-826.82-01 CONTRACTS AND SERVICES / SVCS-ARCHITECTURE/EN<
118-3125-826.82-08 OTHER SERVICES / SERVICES - CONSTRUCTION
118-3125-826.84-51 OTHER SERVICES / SERVICES FROM OTHER PROG
118-3125-826.86-04 CAPITAL OUTLAY / IMPROVEMENTS NOT BLDG-NEW
118-3125-826.88-02 RESERVES / FOR CONTINGENCIES
Sub-total Expenditures
AMOUNT
7,000
6,324
50,164
150,430
18,282
232,200
Approvals
Department Director
Chief Financial Officer
James Cameron
Interim City Manager
Karen Burnham
REQUIRES CITY COUNCIL AUTHORIZATION
SBA# (Finance Use OnlyJ _BA Doc# (Finance Use OnlyJ _
Revised : 2/23/2012