Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and...

20
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 BOA 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 om the Califoia 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 desiee 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 r the Pavement Maintenance and Repair project at John Wayne Airport will provide high-quality inastructure and drainage on the airfield and in vehicular traffic areas. Page l

Transcript of Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and...

Page 1: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 2: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 3: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 4: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 5: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 6: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 7: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 8: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 9: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 10: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 11: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 12: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 13: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 14: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 15: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 16: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 17: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 18: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 19: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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

Page 20: Agenda Item 5 AGENDA STAFF REPORT - home | John Wayne ... · 4/17/2019  · Adopt the plans and specifications on file at the Administration Office of John Wayne Airport for the Pavement

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