Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019 · Adopt the plans and...
Transcript of Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019 · Adopt the plans and...
Agenda Item
AGENDA STAFF REPORT 5
ASR Control 19-000425
MEETING DATE: 05/07/19
LEGAL ENTITY TAKING ACTION: Board of Supervisors
BOARD OF SUPERVISORS DISTRICT(S): 2
SUBMITTING AGENCY/DEPARTMENT: John Wayne Airport (Approved)
DEPARTMENT CONTACT PERSON(S): Barry A. Rondinella (949) 252-5183
Lawrence G. Serafini (949) 252-5270
SUBJECT: Notice Inviting Bids Pavement Maintenance and Repair Project
CEO CONCUR
Pending Review COUNTY COUNSEL REVIEW
No Legal Objection CLERK OF THE BOARD
Consent Calendar 3 Votes Board Majority
Budgeted: NI A Current Year Cost: NI A Annual Cost: NI A
Staffing Impact: No # of Positions: Sole Source: NIA
Current Fiscal Year Revenue: NI A Funding Source: Airport Operating Fund 280:100% County Audit in last 3 years: No
Prior Board Action: N/ A
RECOMMENDED ACTION(S):
I. Find that the project is categorically exempt from the California Environmental Quality Act (CEQA), Class 1 (Existing Facilities), pursuant to CEQA Guidelines, Section 15301.
2. Adopt the list of prequalified contractors to bid on the Pavement Maintenance and Repair project.
3. Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement Maintenance and Repair project.
4. Authorize the Airport Director or designee to sign the plans and specifications for the County.
5. Authorize the Airport Director or designee to solicit bids and establish a bid opening date of June 5, 2019.
6. Authorize the Airport Director or designee to extend the bid opening date, if necessary, up to 60 days.
SUMMARY:
Adoption and implementation of the plans and specifications for the Pavement Maintenance and Repair project at John Wayne Airport will provide high-quality infrastructure and drainage on the airfield and in vehicular traffic areas.
Page l
BACKGROUND INFORMATION:
John Wayne Airport (JWA) is responsible for maintaining over 11 million square feet of asphalt and concrete pavement on the airfield, its public access roads and parking lots. To help accomplish this task, JW A has developed a standing Pavement Maintenance and Repairs contract.
Public Contract Code Section 20128.5 (Section 20128.5) gives the Board of Supervisors (Board) discretion to award individual annual contracts, none of which shall exceed $3 million dollars, adjusted annually to reflect the percentage change in the California Consumer Price Index, for repair, remodeling or other repetitive work to be done according to unit prices. No such annual contracts may be awarded for any new construction. The contracts shall be awarded to the lowest responsible bidder and shall be based on plans and specifications for typical work. For purposes of Section 20128.5, "unit price" means the amount paid for a single unit of an item of work and "typical work" means a work description applicable universally or applicable to a large number of individual projects, as distinguished from work specifically described with respect to an individual project. Also, "repair, remodeling, or other repetitive work to be done according to unit prices" shall not include design or contract drawings.
On January 16, 2019, pursuant to Section 6.1 ("Prequalification Criteria") of the County of Orange Design and Construction Procurement Policy manual, JW A publicly advertised a Request for Prequalification for general contractors in order to establish a list of prequalified firms that will be eligible to bid on this project.
On February 20, 2019, JW A received prequalification submittals from the following firms:
1. All American Asphalt 2. Century Paving Incorporated 3. Sully-Miller Contracting Company
Upon review of the prequalification submittals received, JW A found that all firms met the prequalification requirements. On February 25, 2019, JWA notified each contractor of JWA's findings regarding prequalification results. To initiate an appeal, a firm must deliver written notice of its appeal to JWA within seven calendar days from the date of the notification. No appeals were received.
Project:
The project provides for the maintenance and repair of infrastructure and drainage on the airfield and in vehicular traffic areas at JW A. This would be "typical work" as determined by Section 20128.5. The proposed contract contains various line items with estimated quantities for work associated with pavement maintenance and repair. Individual job orders will be written for each job with a cost based upon unit prices in the contract. When awarded, all work under the contract will be for pavement maintenance and repair at JWA. JWA seeks Board approval, pursuant to Section 20128.5, to adopt the plans and specifications and authorize advertisement for bids on a new one-year contract with a not-to-exceed amount of $1.2 million.
Compliance with CEQA: The proposed project is Categorically Exempt (Class 1) from the provisions of CEQA pursuant to Section 15301 because the project consists of repairing or maintaining existing facilities involving no expansion of an existing use.
FINANCIAL IMPACT:
Appropriations for this project are included in the FY 2019-20 Budget for Airport Operating Fund 280.
Page 2
STAFFING IMPACT:
NIA
ATT ACHMENT(S):
Attachment A - Notice Inviting Bids Attachment B - Public Contract Code Section 20128.5 Attachment C - Bid Form
Page 3
NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that the Board of Supervisors of the County of Orange, California
(“COUNTY”) will receive sealed bids up to 2:00 PM PST, Wednesday, the 5th day of June,
2019, in the office of the Clerk of the Board of Supervisors, Room 100, Robert E. Thomas Hall of
Administration (Building 10), 333 W. Santa Ana Blvd., Santa Ana, California 92701, at which
time said bids will be publicly opened and read in Room 169 on the first floor, for the following
project:
Project Title: Pavement Maintenance and Repair
Project No.: 280-280-1400-P305
Location: John Wayne Airport (JWA), County of Orange, California
Delivery of the Bid to the correct address and room by the time specified above shall be the sole
responsibility of Bidder. COUNTY shall return unopened any late Bids.
DESCRIPTION OF WORK: The project provides for the maintenance and repair of asphalt and
concrete pavement on the airfield, and in vehicular traffic areas at JWA. The maintenance and
repair includes pavement replacement, overlays, spall repair, slurry seal, seal coats, rubber
removal, joint seal, repair of damaged underground utilities, adding bollards for safety, drainage
and erosion control system repairs, and emergency repairs. The project also includes repair and
reconstruction of underground utility structures. This would be "typical work" as determined by
Section 20128.5.
CONTRACTOR PREQUALIFICATION: This project is open for bidding only to those firms
that have been prequalified by John Wayne Airport. Bids submitted by firms not prequalified to
bid this project will not be accepted. The prequalified contractors are:
1. All American Asphalt
2. Century Paving Incorporated
3. Sully-Miller Contracting Company
All of said work to be performed in accordance with the complete contract documents as defined
in the Agreement, including but not limited to the Agreement, General Conditions, drawings,
specifications, and addenda, if any, which are available for purchase at ARC, 345 Clinton Street,
Costa Mesa, CA 92626, telephone 949-660-1150. Contact ARC for the cost. Information regarding
this bid is available by visiting the JWA Website at
http://www.ocair.com/businessandemployment/bids/. Prospective bidders are responsible for
obtaining the bid package details, and addenda, if any, by contacting ARC. For additional
information, contact the Project Manager, Sean Lally at [email protected].
CONTRACTOR’S LICENSE CLASSIFICATION: For performance of this work, a current
and active California Class A – General Engineering Contractor’s license is required of the
Contractor at the time of bid.
Pursuant to California Public Contract Code Section 3400(b), where a material, product, thing, or
service is designated by a specific brand or trade name followed by the words “or equal” in the
Attachment A
Page 1 of 3
Contract Documents, requests for approval of an “equal” material, product, thing, or service shall
be submitted prior to the date and time indicated below for submission of bidder questions.
LABOR CODE NOTICE: Pursuant to the provisions of Section 1773 of the Labor Code of the
State of California, COUNTY has obtained the general prevailing rate of per diem wages and the
general prevailing rate for holiday and overtime work in this locality from the Director of the
Department of Industrial Relations for each craft, classification, or type of workman needed to
execute the contract. Copies of the prevailing wage rates are on file at COUNTY’S principal office.
Copies may be obtained from the State Office, Department of Industrial Relations, or from the
Department of Industrial Relations website: http://www.dir.ca.gov. Contractor shall post a copy of
such wage rates at the job site and shall pay the adopted prevailing wage rates. Additionally,
Contractor shall comply with the provisions of Labor Code Section 1775 (Penalties for Prevailing
Wage Violations) and 1813 (Forfeiture for Overtime Violations).
All contractors and subcontractors must comply with the requirements of Labor Code Section
1771.1(a), pertaining to registration of contractors pursuant to Section 1725.5. Bids cannot be
accepted from unregistered contractors except as provided in Section 1771.1. This project is
subject to compliance monitoring and enforcement by the Department of Industrial Relations.
After award of the contract, Contractor and each Subcontractor shall furnish electronic payroll
records directly to the Labor Commissioner in the manner specified in Labor Code Section 1771.4.
In the performance of this work Contractors and subcontractors, in addition to the above-noted
Labor Code sections, shall also comply with the requirements of Labor Code Sections 1774
(Minimum Prevailing Wage Rates), 1776 (Payroll Records), 1777.5 (Employment of
Apprentices), and 1815 (Working Hours).
BID SECURITY: Each bidder must submit with its bid a satisfactory check certified by an
acceptable bank or a bidder's bond made payable to the order of the County of Orange in an amount
not less than 5 percent (5%) of the TOTAL BID AMOUNT proposed in the Bid Form, as a
guarantee that the bidder will enter into the proposed contract if the same is awarded to bidder. In
the event of failure to enter into such contract, the proceeds of the check will be forfeited or, in
case of a bond, the full sum thereof will be forfeited to the County of Orange. Bidders shall leave
their bids open for 90 days.
BONDS: The successful bidder to whom the contract is awarded shall be required to furnish a
Performance Bond and a Labor & Material Payment Bond in an amount equal to 100 percent of
the contract.
SUBSTITUTION OF SECURITIES: Pursuant to Section 22300 of the Public Contract Code of
the State of California, the contract will contain provisions permitting the successful bidder to
whom the contract is awarded to substitute securities for any moneys withheld by the County of
Orange to ensure performance under the contract. An Escrow Agreement can be found in the
Project Manual.
PREBID MEETING: Bidders are advised that on the 21st day of May, 2019 a pre-bid meeting
will be held starting at 9:00 AM PST, at John Wayne Airport, Eddie Martin Building located at
3160 Airway Avenue, Costa Mesa, California.
Attachment A
Page 2 of 3
BIDDER QUESTIONS: Bidders are advised that the final day JWA will consider bidder
questions will be May 28th, 2019 at 3:00 PM PST. Bidders shall address all questions in writing
to the Project Manager, Sean Lally at [email protected].
COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS OR TO WAIVE
ANY IMMATERIAL IRREGULARITIES OR INFORMALITIES IN ANY BID
RECEIVED.
BY ORDER OF THE BOARD OF SUPERVISORS OF ORANGE COUNTY, CALIFORNIA
DATED:
ROBIN STIELER
Clerk of the Board of Supervisors
Orange County, California
Attachment A
Page 3 of 3
3/17/2016 California Law PUBLIC CONTRACT CODE [PCC Sections 20100. 20929.]
http://ca.regstoday.com/law/pcc/ca.regstoday.com/laws/pcc/calawpcc_DIVISION2_PART3_CHAPTER1.aspx#20128.5 1/1
Section 20128.5.
Notwithstanding any other provisions of this article, the board of supervisors may award individualannual contracts, none of which shall exceed three million dollars ﴾$3,000,000﴿, adjusted annually toreflect the percentage change in the California Consumer Price Index, for repair, remodeling, or otherrepetitive work to be done according to unit prices. No annual contracts may be awarded for any newconstruction. The contracts shall be awarded to the lowest responsible bidder and shall be based onplans and specifications for typical work. No project shall be performed under the contract except byorder of the board of supervisors, or an officer acting pursuant to Section 20145. For purposes of thissection, "unit price" means the amount paid for a single unit of an item of work, and "typical work"means a work description applicable universally or applicable to a large number of individualprojects, as distinguished from work specifically described with respect to an individual project. Forpurposes of this section, "repair, remodeling, or other repetitive work to be done according to unitprices" shall not include design or contract drawings.
Attachment B
Page 1 of 1
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-1
BID FORM
TO THE BOARD OF SUPERVISORS, COUNTY OF ORANGE, CALIFORNIA:
BIDDER (FIRM NAME)
LOCATION (CITY)
The undersigned hereby proposes and agrees to provide any and all materials, labor,
tools, equipment, management, supervision, incidentals, and other services and
requirements including insurance, Faithful Performance Bonds, Faithful Labor and
Material Bond, and overhead and profit, in accordance with the plans, drawings and
specifications on file at the Administrative Offices at John Wayne Airport, for the
following unit price contract:
Project: Pavement Maintenance and Repair
Project No: 280-280-1400-P305
Location: John Wayne Airport, County of Orange, California
The County will determine the lowest bidder based on the total bid amount at the time of
the bid opening.
The Board of Supervisors reserves the right to award a contract based on the base bid, or
any combination of the base bid, allowances, and/or additive and/or deductive bid items,
if any, after determination of the lowest bidder.
BID DETAIL
BASE BID:
Total Bid Amount (Items 1 through 129):
dollars
($ )
Attachment C
Page 1 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-2
ITEM
NO. Description
Technical
Specification
No
Section/
Plan No
ESTIMATED
QUANTITY UNIT
UNIT
PRICE TOTAL
1 Demolition and Removal of
Asphalt (Including Curbs)
Non-Airfield
Spec 1 250 CY
2 Demolition & Removal Of PCC
(Including Curbs)
Non-Airfield
Spec 1 250 CY
3
Surface Prep., Excavate &
Dispose (Replacement Pavement
Construction – Subgrade
Preparation)
Non-Airfield
Spec 2 1,000 CY
4 Bridging Aggregate - In Place Non-Airfield
Spec 2 1,000 TN
5 Pre-paving Herbicide Application,
(Weed Control, Spray Herbicide)
Non-Airfield
Spec 6, 13 1,000 SY
6 Aggregate Base In Place Non-Airfield
Spec 2, 5, 10 1,000 CY
7 Crack Sealing In Asphalt
Pavement
Non-Airfield
Spec 3, 6 40,000 LF
8 Asphalt Concrete, Installed for
Non-Airfield Pavements
Non-Airfield
Spec 4, 5, 6 2,000 TN
9
Portland Cement Concrete,
Installed for Non-Airfield
Pavements
Non-Airfield
Spec 11 200 CY
10 High-molecular-weight
Methacrylate Resin
Non-Airfield
Spec 12 2132 GAL
11 Rubberized Emulsion-Aggregate
Slurry
Non-Airfield
Spec 8 8.1 2,000 SY
12 Slurry Seal Coat Non-Airfield
Spec 7
7.1 –
7.3 20,000 SY
13 Dust Cap Slurry Seal*** Non-Airfield
Spec 7 7.4 2,000 SY
14 Geotech Fabric - Subgrade
Reinforcement
AASHTO
M288- 99
Class 2
1,000 SY
15 Saw Cutting - PCC Pavement 1”
to 6" Thick 1,000 LF
16
Raise or Lower Covers, Frames, or
Grates Of Existing Manholes &
Storm Inlets to Grade
Non-Airfield
Spec 6 6.1.4 10 EA
17 AC Curb Installed Non-Airfield
Spec 6 6.2.11 800 LF
18 Exploratory Drilling, 4" Diameter,
24" Deep Asphalt Pavement 5 EA
19 Install PCC for Sidewalk (Repairs
4" Thick)
Non-Airfield
Spec 9, 11 11.3.7 1,000 SF
20 Concrete Wheel Stop Installed Non-Airfield
Spec 9 9.2.1.4 200 EA
21 PCC Curb & Gutter Installed Non-Airfield
Spec 11 11.3.7 300 LF
22 PCC Swale Installed 6" Thick Non-Airfield
Spec 11 11.3.7 500 CY
Attachment C
Page 2 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-3
ITEM
NO. Description
Technical
Specification
No
Section/
Plan No
ESTIMATED
QUANTITY UNIT
UNIT
PRICE TOTAL
23
Repaint Roads & Parking Lot
Pavement with Reflective Glass
Beads 4" Stripes
Non-Airfield
Spec 9 3,000 LF
24
Repaint Roads & Parking Lot
Pavement with Reflective Glass
Beads 8" Stripes
Non-Airfield
Spec 9 3,000 LF
25
Repaint Roads & Parking Lot
Pavement with Reflective Glass
Beads 12" Stripes
Non-Airfield
Spec 9 3,000 LF
26
Repaint Roads & Parking Lot
Pavement with Reflective Glass
Beads 24" Stripes
Non-Airfield
Spec 9 3,000 LF
27
Repaint Roads & Parking Lot
Pavement with Reflective Glass
Beads 36" Stripes
Non-Airfield
Spec 9 3,000 LF
28
Repaint Roads & Parking Lot
Pavement with Reflective Glass
Beads Symbols & Markings
Non-Airfield
Spec 9 1,000 SF
29
New Paint Roads & Parking Lot
Pavement with Reflective Glass
Beads 4" Stripes (Two coats)
Non-Airfield
Spec 9 1,000 LF
30
New Paint Roads & Parking Lot
Pavement with Reflective Glass
Beads 8" Stripes (Two coats)
Non-Airfield
Spec 9 1,000 LF
31
New Paint Roads & Parking Lot
Pavement with Reflective Glass
Beads 12" Stripes (Two coats)
Non-Airfield
Spec 9 1,000 LF
32
New Paint Roads & Parking Lot
Pavement with Reflective Glass
Beads 24" Stripes (Two coats)
Non-Airfield
Spec 9 1,000 LF
33
New Paint Roads & Parking Lot
Pavement with Reflective Glass
Beads 36" Stripes (Two coats)
Non-Airfield
Spec 9 1,000 LF
34
New Paint Roads & Parking Lot
Pavement with Reflective Glass
Beads Double 4" Stripes (Two
coats)
Non-Airfield
Spec 9 1,000 LF
35
New Paint Roads & Parking Lot
Pavement with Reflective Glass
Beads Symbols & Markings (Two
coats)
Non-Airfield
Spec 9 1,000 SF
36 New Paint Curb (Two coats) Non-Airfield
Spec 9 1,000 LF
37 Repaint Curb Non-Airfield
Spec 9 1,000 LF
38 Repaint Pavement Without
Reflective Glass Beads 4" Stripes
Non-Airfield
Spec 9 3,000 LF
39 Repaint Pavement Without
Reflective Glass Beads 8" Stripes
Non-Airfield
Spec 9 3,000 LF
Attachment C
Page 3 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-4
ITEM
NO. Description
Technical
Specification
No
Section/
Plan No
ESTIMATED
QUANTITY UNIT
UNIT
PRICE TOTAL
40 Repaint Pavement Without
Reflective Glass Beads 12" Stripes
Non-Airfield
Spec 9 1,000 LF
41 Repaint Pavement Without
Reflective Glass Beads 24" Stripes
Non-Airfield
Spec 9
42 Repaint Pavement Without
Reflective Glass Beads 36" Stripes
Non-Airfield
Spec 9 1,000 LF
43
Repaint Pavement Without
Reflective Glass Beads Symbols
& Markings
Non-Airfield
Spec 9 1,000 SF
44
New Paint Pavement Without
Reflective Glass Beads 4" Stripes
(Two coats)
Non-Airfield
Spec 9 500 LF
45
New Paint Pavement Without
Reflective Glass Beads 8" Stripes
(Two coats)
Non-Airfield
Spec 9 500 LF
46
New Paint Pavement Without
Reflective Glass Beads 12" Stripes
(Two coats)
Non-Airfield
Spec 9 500 LF
47
New Paint Pavement Without
Reflective Glass Beads 24" Stripes
(Two coats)
Non-Airfield
Spec 9 500 LF
48
New Paint Pavement Without
Reflective Glass Beads 36" Stripes
(Two coats)
Non-Airfield
Spec 9 500 LF
49
New Paint Pavement Without
Reflective Glass Beads Symbols
& Markings (Two coats)
Non-Airfield
Spec 9 500 SF
50
Provide, Place & Remove
Temporary Reflective Pavement
Markers
Non-Airfield
Spec 9 50 EA
51 Paint Removal Non-Airfield
Spec 9 1,000 SF
52 Guard Railing (New) Post & Rails Non-Airfield
Spec 9 9.2.1.7 20 LF
53 Remove and Dispose Guard Rails Non-Airfield
Spec 9 20 LF
54 Delineators White or Yellow Non-Airfield
Spec 9 100 EA
55
Provide In-Place Raised Reflective
(Single or Double Faced)
Pavement Markers
(Blue/White/Yellow)
Non-Airfield
Spec 9 500 EA
56 Road Signs on Single Post Non-Airfield
Spec 9 25 EA
57 Steel Plates for Temporary
Protection of Patch Areas
Non-Airfield
Spec 4, 5 400
SF /
Day
58 P-152 (i) Unclassified Excavation
and Embankment***
Airfield Spec
P-152 1,000 CY
Attachment C
Page 4 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-5
ITEM
NO. Description
Technical
Specification
No
Section/
Plan No
ESTIMATED
QUANTITY UNIT
UNIT
PRICE TOTAL
59 P-152 (ii) Unclassified
Excavation***
Airfield Spec
P-152 152 1,000 CY
60 P-152 (iii) Import Borrow*** Airfield Spec
P-152 152 1,000 CY
61 P-152 (iv) Over-Excavation*** Airfield Spec
P-152 152 1,000 CY
62 P-152 (v) Subgrade
Preparation***
Airfield Spec
P-152 152.2 1,000 SY
63 P-153 Controlled Low-Strength
Material***
Airfield Spec
P-153 1,000 CY
64 Subbase Course, P-154 for
Airfield Pavements ***
Airfield Spec
P-154 1,500 CY
65 Crushed Aggregate Base Course,
P-209 for Airfield Pavements ***
Airfield
Repairs, Spec
11, Airfield
Spec P-209
1,000 CY
66 P-602 Bituminous Prime Coat Airfield Spec
P-602 250 GAL
67 P-603 Bituminous Tack Coat Airfield Spec
P-603 250 GAL
68 P-605 Joint Sealing Filler and
Joint Adhesives
Airfield Spec
P-605 2000 SF
69
Plant Mix Bituminous Pavements,
P-401 for Airfield Pavements (up
to 50 TN) 1***
Airfield
Repairs Spec
11, Airfield
Spec P-401
500 TN
70
Plants Mix Bituminous
Pavements, P-401 for Airfield
Pavements (51 to 200 TN) 2***
Airfield Spec
P-401 1000 TN
71
Plants Mix Bituminous
Pavements, P-401 for Airfield
Pavements (201 to 2000 TN) 3***
Airfield Spec
P-401 2000 TN
72 P-401 Asphalt Pavement
Grinding***
Airfield Spec
P-401
401.4.1
8 100 SY
73 P-621 Saw Cut Grooves*** Airfield Spec
P-621
401.4.1
7 100 SY
74 Saw Cutting - Asphalt Pavement
1” to 4" Thick
Airfield
Repairs Specs
10.4.1 and
11.4.1
Sheet
10 2,500 LF
75 P-608 Emulsified Asphalt Seal
Coat***
Airfield Spec
P-608 20,000 SY
76
Emulsified Asphalt Slurry Seal
Surface Treatment, P-626 for
Airfield Pavements ***
Airfield Spec
P-626 20,000 SY
77 Jet Fuel Resistant Seal Coat *** Airfield Spec
P-630 2,500 SY
Attachment C
Page 5 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-6
ITEM
NO. Description
Technical
Specification
No
Section/
Plan No
ESTIMATED
QUANTITY UNIT
UNIT
PRICE TOTAL
78
Alternative Jet Fuel Resistant Seal
Coat (Carbon Plex H-25 or
equal)***
Airfield Spec
P-630 2,500 SY
79 Milling 1" - 4" Asphalt Concrete
Pavements ***
Airfield
Repairs Spec
10 and 11
500 CY
80 Pavement Reinforcing Fabric
Airfield
Repairs Spec
10
1,000 SY
81 Rapid Set Concrete Airfield spec
P-501 20 CY
82 Jet Fuel Resistant Joint Resealing
PCC ***
Airfield
Repairs Spec
1
Sheet 1 30,000 LF
83 Interior Cavity & Spall Repair
PCC ***
Airfield
Repairs Spec
2
Sheet 2 500 SQ
IN
84 PCC Spall Repair – Corner &
Edge ***
Airfield
Repairs Spec
3
Sheets 3
and 4 1,000 SF
85
Portland Cement Concrete
Pavement, P-501 for Airfield
Pavements ***
Airfield Spec
P-501 250 CY
86
High Early Strength Portland
Cement Pavement, P-501 for
Airfield Pavements ***
Airfield Spec
P-501 150 CY
87 Crack Repair PCC Pavement
(Non-Structural)
Airfield
Repairs 5 Sheet 6 750 LF
88 Structural Crack Repair PCC
Pavement ***
Airfield
Repairs 6 Sheet 7 500 LF
89 Saw Cutting - PCC Pavement 1” -
4" Thick
Airfield
Repairs 2-4
Sheets
2-4 1,000 LF
90 Exploratory Drilling, 4" Dia. x 24"
Deep PCC Pavement *** 5 EA
91 Catch Basin, 3' x 3' with Airfield
Grate
Airfield Spec
751 5 EA
92
Install Fence (Permanent 8') with
Outriggers and 3 Strand Barbed
Wire (FAA Specifications)
Airfield Spec
F-161 500 LF
93 Install Fence (Permanent 8') with 3
Strands Barbed Wire
Airfield Spec
F-161 500 LF
94 Green Fabric for Fence Airfield Spec
F-161 1,000 SF
95 Bollard, 4", with PCC fill, 4’ High Airfield
Repairs 12 24 EA
96 18" RCP, 2500 D, Including Type
IV Junction Structure 150 LF
97 Polymer Modified Concrete for
Trench Drain Repair (epoxy
Airfield
Repairs 7
Sheets 8
& 9 50 CF
Attachment C
Page 6 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-7
ITEM
NO. Description
Technical
Specification
No
Section/
Plan No
ESTIMATED
QUANTITY UNIT
UNIT
PRICE TOTAL
polymer concrete or equivalent)
98 Full Depth PCC Pavement Repair4 Airfield
Repairs 4 Sheet 5 250 SF
99 Smooth Dowels for Items 85 & 86 Sheet 5 500 LB
100 Reinforcing Steel Airfield Spec
P-501 501.2.6 500 LB
101 Crack Repair HMA Pavement-
Type 1
Airfield
Repairs 9
Sheet
10-10A 1,000 LF
102 Crack Repair HMA Pavement –
Type 2
Airfield
Repairs 9
Sheet
10-10B 1,000 LF
103 Crack Repair HMA Pavement –
Type 3
Airfield
Repairs 9
Sheet
10-10D 1,000 LF
104 Rubber Removal *** Airfield
Repairs 8 2,000 SY
105 Paint Removal *** Airfield Spec
P-620 2,000 SF
106 Repaint Airfield Pavement 6"
Stripes ***
Airfield Spec
P-620 3,000 LF
107 Repaint Airfield Pavement 12"
Stripes ***
Airfield Spec
P-620 3,000 LF
108 Repaint Airfield Pavement 18”
Stripes ***
Airfield Spec
P-620 3,000 LF
109 Repaint Airfield Pavement 36”
Stripes ***
Airfield Spec
P-620 3,000 LF
110 Repaint Airfield Pavement Double
6" Stripes ***
Airfield Spec
P-620 3,000 LF
111 Repaint Airfield Pavement
Symbols & Markings ***
Airfield Spec
P-620 3,000 SF
112
Repaint Airfield Pavement with
Reflective Glass Beads 6" Stripes
***
Airfield Spec
P-620 3,000 LF
113
Repaint Airfield Pavement with
Reflective Glass Beads 12" Stripes
***
Airfield Spec
P-620 3,000 LF
114
Repaint Airfield Pavement with
Reflective Glass Beads 18” Stripes
***
Airfield Spec
P-620 3,000 LF
115
Repaint Airfield Pavement with
Reflective Glass Beads 36" Stripes
***
Airfield Spec
P-620 3,000 LF
116
Repaint Airfield Pavement with
Reflective Glass Beads Double 6"
Stripes ***
Airfield Spec
P-620 3,000 LF
117
Repaint Airfield Pavement with
Reflective Glass Beads Symbols
& Markings ***
Airfield Spec
P-620 3,000 SF
118 New Paint Airfield Pavement 6"
Stripes (Two coats)***
Airfield Spec
P-620 1,000 LF
Attachment C
Page 7 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-8
ITEM
NO. Description
Technical
Specification
No
Section/
Plan No
ESTIMATED
QUANTITY UNIT
UNIT
PRICE TOTAL
119 New Paint Airfield Pavement 12"
Stripes (Two coats)***
Airfield Spec
P-620 1,000 LF
120 New Paint Airfield Pavement 18"
Stripes (Two coats)***
Airfield Spec
P-620 1,000 LF
121 New Paint Airfield Pavement 36"
Stripes (Two coats)***
Airfield Spec
P-620 1,000 LF
122 New Paint Airfield Pavement
Double 6" Stripes (Two coats)***
Airfield Spec
P-620 1,000 LF
123
New Paint Airfield Pavement
Symbols & Markings (Two
coats)***
Airfield Spec
P-620 1,000 SF
124
New Paint Airfield Pavement with
Reflective Glass Beads 6" Stripes
(Two coats)***
Airfield Spec
P-620 1,000 LF
125
New Paint Airfield Pavement with
Reflective Glass Beads 12" Stripes
(Two coats)***
Airfield Spec
P-620 1,000 LF
126
New Paint Airfield Pavement with
Reflective Glass Beads 18" Stripes
(Two coats)***
Airfield Spec
P-620 1,000 LF
127
New Paint Airfield Pavement with
Reflective Glass Beads 36" Stripes
(Two coats)***
Airfield Spec
P-620 1,000 LF
128
New Paint Airfield Pavement with
Reflective Glass Beads, Double
6" Stripes (Two coats)***
Airfield Spec
P-620 1,000 LF
129
New Paint Airfield Pavement with
Reflective Glass Symbols &
Markings (Two coats)***
Airfield Spec
P-620 1,000 SF
NOTE: MOBILIZATION AND DEMOBILIZATION COMBINED WILL BE PAID AT 8% OF THE TOTAL JOB ORDER AMOUNT OR
$500, WHICHEVER IS HIGHER.
***UNIT PRICES FOR THESE LINE ITEMS INCLUDES ALL COST ASSOCIATED WITH NIGHT WORK AS SPECIFIED IN THE
GENERAL REQUIREMENTS PARAGRAPH 1.11, AND SECURITY REQUIREMENTS AS SPECIFIED IN THE GENERAL
REQUIREMENTS PARAGRAPH 1.12.
Footnotes:
1. Job orders written for 0 to 50 TN will be paid at the unit price bid for item 69.
2. Job orders written for 51 to 200 TN will be paid at the unit price bid for item 70.
3. Job orders written for 201 to 2000 TN will be paid at the unit price bid for item 71. 4. Minimum dimensions of repair will be 3’-0” by 12’-6” for item 98.
TOTAL BID AMOUNT, ITEMS 1 THROUGH 129 $
Attachment C
Page 8 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-9
As required by California State Law, the General Contractor bidding will hereinafter state
the subcontractor who will be the subcontractor on the job for each particular trade or
subdivision of the work in an amount in excess of one-half of one percent of the General
Contractor's total bid and will state the firm name and principal location of the mill, shop,
or office of each, as well as the contractor license number of each. If a General Contractor
fails to specify a subcontractor or if it specifies more than one subcontractor for the same
portion of work to be performed under the contract in excess of one-half of one percent, it
agrees that it is fully qualified to perform that portion itself and that it shall perform that
portion itself.
Division of Work or
Trade
Name of Firm or
Contractor
Location
(City, State)
Contractor
License
Number
NOTE: If alternate bids are called for and Contractor/Bidder intends to use different or
additional subcontractors on the alternates, it must provide a separate list of
subcontractors for each such alternate.
The undersigned hereby certifies that it has an appropriate license, issued by the State of
California, to provide this work; that such license will be in full force and effect throughout
the duration of construction; and that any and all subcontractors to be employed on this
project will be licensed in the State of California for the portion of the Work that will be
accomplished by said subcontractors.
Dated: , 2019
The above bid includes Addenda Number(s):_____________________.
Bids that do not reference all addenda, or that are not submitted on the prescribed forms
may be rejected.
Attachment C
Page 9 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-10
Enclosed herewith:
Bidder's Bond
Noncollusion Affidavit
____________
Official Name of Firm (Print or Type)
_______
By (Signature and Title)
____________
State License Number and Classification
____________________________________
Address
____________________________________
City, State, Zip Code
___________________-________________
Telephone Fax
Attachment C
Page 10 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-11
If this bid is made by a partnership or a corporation, the following additional information
is required:
A. If made by a partnership, the name and post office address of each member of the
partnership must be shown.
______________________________ ______________________________
Name Name
_______________________________ ______________________________
Address Address
_______________________________ ______________________________
City, State, Zip Code City, State, Zip Code
B. If made by a corporation, the person signing the proposal will give the name of the
state under the laws of which the corporation was chartered and the name, titles,
and business address of the president, secretary, and the treasurer. Anyone signing
the proposal as an agent will file evidence of its authority to do so and that the
signature is binding to do so and that the signature is binding upon the firm or
corporation
Corporate Charter made in: __________________________________________
State
_________________________________ ______________________________
Name Name
_________________________________ ______________________________
Title Title
_________________________________ ______________________________
Address Address
_________________________________ ______________________________
City, State, Zip Code City, State, Zip Code
___________________________________
Name
___________________________________
Title
___________________________________
Address
___________________________________
City, State, Zip Code (use additional sheets if required)
Attachment C
Page 11 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-12
BIDDER'S BOND (Not necessary if certified or cashier's check accompanies bid.)
We, the undersigned principal and surety, our heirs, executors, administrators, successors,
and assigns are jointly and severally held and firmly bound to the County of Orange, a
public entity and agency, in the principal sum of ($ )
to be paid and forfeited to said Authority if the bid of the undersigned principal for the
County of Orange work titled “Pavement Maintenance and Repair”, Project No. 280-280-
1400-P305, shall be accepted and the proposed contract awarded to said principal, and said
principal shall fail or refuse to execute the Agreement governing the project in accordance
with such bid as accepted and to furnish the bonds required in connection therewith with
seven (7) days after award, and in the form required; otherwise, this obligation to be void.
Witness our hands this _____ day of __________________, 2019.
Principal
By:
Title
Surety
By
Attorney in Fact
(Seal)
Attachment C
Page 12 of 13
JOHN WAYNE AIRPORT
PAVEMENT MAINTENANCE AND REPAIR
PROJECT NO. 280-280-1400-P305
BID FORMS 3-13
NONCOLLUSION AFFIDAVIT (To be Executed by Bidder and Submitted With Bid))
State of California )
) ss
County of Orange )
, being first duly
(Name)
sworn, deposes and says that he or she is of
(Title)
the party making the foregoing
(Firm)
bid, the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with
any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the
bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or fix any overhead,
profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage
against the public body awarding the contract of anyone interested in the proposed contract; that
all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, or paid and will not pay, any fee to any corporation,
partnership, company association, organization, bid depository or to any member or agent thereof
to effectuate a collusive or sham bid.
I certify under penalty of perjury under the laws of the State of California that the foregoing is true
and correct. Subscribed at
(City) (County) (State
on .
(Signature)
NOTARY TO AFFIX SEAL State License No. Classification Exp. Date
AND CERTIFICATE OF
ACKNOWLEDGMENT
Address
City, State, Zip Code
Telephone Fax
Attachment C
Page 13 of 13