Napa County Airport - Taxiway K and Runway 19R Runup Apron Reconstruction, PW 24-04

Agency: Napa County
State: California
Type of Government: State & Local
NAICS Category:
  • 237310 - Highway, Street, and Bridge Construction
  • 237990 - Other Heavy and Civil Engineering Construction
Posted Date: Feb 29, 2024
Due Date: Mar 28, 2024
Solicitation No: PW 24-04
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number: PW 24-04
Bid Title: Napa County Airport - Taxiway K and Runway 19R Runup Apron Reconstruction, PW 24-04
Category: Construction, Roads and Public Works
Status: Open

Description:

The address is Napa County Airport, 2030 Airport Road, Napa County, California.

The scope of work for this project generally consists of the following:

  • Reconstruction of Taxiway K and Runway 19R Runup Apron
  • Taxiway K Lighting and Signage Improvements
  • Taxiway K Drainage Improvements
  • Access Road Regrading


Publication Date/Time:
2/28/2024 2:25 PM
Publication Information:
Napa Valley Register
Closing Date/Time:
3/28/2024 11:30 AM
Contact Person:
alex.radovanovich@meadhunt.com
Qualifications:
This project requires Contractor to possess a valid California Contractor’s License Class A.
Special Requirements:
Attending the pre-bid meeting and signing in is not mandatory but highly encouraged.
Miscellaneous:
ENGINEER’S COST ESTIMATE:
• Base Bid: $4,849,332
• Bid Alternate 1: $107,900
• Bid Alternate 2: $110,500
Related Documents:

Attachment Preview

NAPA COUNTY
STATE OF CALIFORNIA
NOTICE TO BIDDERS
Bids shall be submitted under sealed cover plainly marked as a proposal and identifying the project to
which the proposal relates and the date of the bid opening, therefore. Bids which are not properly
marked will be rejected. Sealed bids will be received at the office of the Clerk of the Board of
Supervisors, Napa County Administration Building, 1195 Third Street, Room 310, Napa, California,
until 11:30 A.M. on March 28, 2024, after which they will be publicly opened and read; for the
construction in accordance with the Plans and Specifications thereto, to which special reference is
made as follows:
NAPA COUNTY AIRPORT
TAXIWAY K AND RUNWAY 19R RUNUP APRON RECONSTRUCTION, PW 24-04
AIP PROJECT NO. 3-06-0162-047-2024
Bids are required for the entire work called for by the Plans and Specifications, and neither partial nor
contingent bids will be considered.
DESCRIPTION OF WORK: The scope of work for this Project consists of the following:
Base Bid Taxiway K and Runway 19 Runup Apron Reconstruction:
Pavement Reconstruction, Consisting of:
o Removal of Existing Asphalt & Concrete Pavement
o Subgrade Preparation
o Lime and Cement Treatment of Subgrade
o Construction of Crushed Aggregate Base Course
o Construction of Asphalt Surface Course
o Construction of Aggregate Base Shoulders
o Application of New Pavement Markings
Storm Drain Improvements
Installation of Underdrain System
Airfield Electrical Improvements, Consisting of:
o Removal of Existing Infrastructure
o Trenching and Installation of Conduit
o Installation of Lights, Signs, and Junction Structures
o Installation of Cable and Counterpoise
Access Road Improvements (Aggregate Base)
Bid Alternate 1 Runway 1L-19R Rubber Removal and Pavement Marking Application:
Removal of Rubber along Keel Section North of Taxiway E
Napa County Airport
Napa, California
AIP No. 3-06-0162-047-2024
1
Notice to Bidders
Taxiway K and Runway 19R Runup Apron Reconstruction, PW 24-04
Bid Set
Application of Pavement Markings over Existing Markings impacted by Rubber Removal
Bid Alternate 2 Runway 6-24 Pavement Marking Application:
Application of Pavement Markings over Existing Markings
ENGINEER’S COST ESTIMATE:
The estimated cost of construction for this Project is:
Base Bid: $4,849,332
Bid Alternate 1: $107,900
Bid Alternate 2: $110,500
The Plans and Specifications may be seen at the office of Napa County Department of Public
Works, 1195 Third Street, Room 101, Napa, California. The Plans and Specifications, Special
Provisions (excluding State Standard Specifications and other documents included by reference),
Proposal Forms and Contract Forms may be obtained at said office by prospective bidders to those
licensed by the State of California for the type of work involved or may be found electronically at
www.countyofnapa.org/PublicWorks/CurrentProjects.
Bidders are responsible for monitoring http://www.countyofnapa.org/PublicWorks/CurrentProjects/
for addenda which may be issued up until 11:30 AM on March 25, 2024.
PRE-BID MEETING: A pre-bid meeting for bidders is scheduled for March 13, 2024, at 10:30
A.M. The meeting point will be at the Napa County Airport Administration Building Conference
Room, 2000 Airport Road, Napa, CA 94558. Attending the pre-bid meeting and signing in is not
mandatory but highly encouraged.
Bid results of the three apparent low bidders with their subcontractor’s list will be on the County’s
website www.countyofnapa.org/PublicWorks/CurrentProjects the day after the bids are publicly
opened and read.
Pursuant to 1771.1 of the Labor Code, a contractor or subcontractor shall not be qualified to bid on,
be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code
or engage in the performance of any contract for public work, as defined in this chapter, unless
currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a
violation of this section for an unregistered contractor to submit a bid that is authorized by Section
7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the
time the contract is awarded.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the County in
which the work is to be done have been determined by the Director of the California Department of
Industrial Relations. In accordance with Section 1773.2 of the Labor Code, copies of the applicable
determinations of the Director of Public Works are on file at the Public Works Office and may be
reviewed upon request, and in accordance Section 1774 of the Labor Code, the prevailing wage
Napa County Airport
Napa, California
AIP No. 3-06-0162-047-2024
2
Notice to Bidders
Taxiway K and Runway 19R Runup Apron Reconstruction, PW 24-04
Bid Set
rates for classifications of labor to be employed in the work have been determined by the Board of
Supervisors and are included in the Special Provisions referred to above.
If there is a difference between the Federal minimum wage rates predetermined by the Secretary of
Labor and the general prevailing wage rates determined by the Director of the California
Department of Industrial Relations for similar classifications of labor, the Contractor and
subcontractors shall pay not less than the higher wage rate. The Department will not accept lower
State wage rates not specifically included in the Federal minimum wage determinations. This
includes “helper” (or other classifications based on hours of experience) or any other classification
not appearing in the Federal wage determinations. Where Federal wage determinations do not
contain the State wage rate determination otherwise available for use by the Contractor and
subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage
rate that most closely approximates the duties of the employees in questions.
This contract is under and subject to executive Order 11246, as amended September 24, 1965, the
Federal Labor provisions and the Equal Employment Opportunity (EEO) provisions as contained in the
contract, specifications and bid documents.
The EEO requirements, labor provisions and wage rates are included in the specifications and bid
documents and are available for inspection at the Napa County Department of Public Works.
All questions must be mailed (certified mail) or e-mailed by March 19, 2024, to Alex
Radovanovich at alex.radovanovich@meadhunt.com or Mead & Hunt, Inc, Attn: Alex
Radovanovich, 1360 19th Hole Drive, Suite 200, Windsor, CA 95492. No questions will be
accepted after this date. No response will be given to questions received by phone.
BIDDER / CONTRACTOR REQUIREMENTS:
1. Contractor’s License: Bidder / Contractor must possess a valid California Contractor’s
License, Class A at time of bid and throughout project.
2. Registered. Per Public Works Contractor Registration Law [SB 854], Contractors and
Subcontractors who intend to bid or perform work on this Project must be registered with the
Department of Industrial Relations. (Information is available at http://www.dir.ca.gov/Public-
Works/Contractors.html.
Pursuant to Labor Code Section 1771.1, no contractor or subcontractor may be listed on a
bid proposal for a public works project unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this
requirement for bid purposes only under Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
3. Federal Aviation Administration (FAA). This project is funded under the Federal Aviation
Napa County Airport
Napa, California
AIP No. 3-06-0162-047-2024
3
Notice to Bidders
Taxiway K and Runway 19R Runup Apron Reconstruction, PW 24-04
Bid Set
Administration (FAA) Airport Improvement Program (AIP). Contractor(s) will be required to
comply with specific federal contract provisions as listed herein and contained in the Bid
Documents.
(1) NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE
EQUAL EMPLOYMENT OPPORTUNITY
A. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the
“Standard Federal Equal Employment Opportunity Construction Contract Specifications”
set forth herein.
B. The goals and timetables for minority and female participation, expressed in percentage
terms for the Contractor’s aggregate workforce in each trade on all construction work in
the covered area, are as follows:
Timetables
Goals for minority participation for each trade: 17.1%
Goals for female participation in each trade: 6.9%
These goals are applicable to all of the Contractor’s construction work (whether or not it is
Federal or federally assisted) performed in the covered area. If the Contractor performs
construction work in a geographical area located outside of the covered area, it shall apply
the goals established for such geographical area where the work is actually performed.
With regard to this second area, the Contractor also is subject to the goals for both its
federally involved and non-federally involved construction.
The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part
60-4 shall be based on its implementation of the Equal Opportunity Clause, specific
affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a)
and its efforts to meet the goals. The hours of minority and female employment and
training must be substantially uniform throughout the length of the contract, and in each
trade, and the Contractor shall make a good faith effort to employ minorities and women
evenly on each of its projects. The transfer of minority or female employees or trainees
from Contractor to Contractor or from project to project for the sole purpose of meeting the
Contractor’s goals shall be a violation of the contract, the Executive Order and the
regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the
total work hours performed.
C. The Contractor shall provide written notification to the Director of the Office of Federal
Contract Compliance Programs (OFCCP) within 10 working days of award of any
construction subcontract in excess of $10,000 at any tier for construction work under the
contract resulting from this solicitation. The notification shall list the name, address, and
telephone number of the subcontractor; employer identification number of the
subcontractor; estimated dollar amount of the subcontract; estimated starting and
completion dates of the subcontract; and the geographical area in which the subcontract is
to be performed.
D. As used in this notice and in the contract resulting from this solicitation, the “covered
area” is City of Napa, County of Napa, California.
Napa County Airport
Napa, California
AIP No. 3-06-0162-047-2024
4
Notice to Bidders
Taxiway K and Runway 19R Runup Apron Reconstruction, PW 24-04
Bid Set
(2) CIVIL RIGHTS TITLE VI ASSURANCE
The County of Napa, in accordance with the provisions of Title VI of the Civil Rights
Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby
notifies all bidders or offerors that it will affirmatively ensure that for any contract
entered into pursuant to this advertisement, [select businesses, or disadvantaged
business enterprises or airport concession disadvantaged business enterprises] will be
afforded full and fair opportunity to submit bids in response to this invitation and no
businesses will be discriminated against on the grounds of race, color, national origin
(including limited English proficiency), creed, sex (including sexual orientation and
gender identity), age, or disability in consideration for an award.
(3) DISADVANTAGED BUSINESS ENTERPRISE (DBE) (No established DBE Goal
for this Project.)
As a recipient of federal funding, the County has an overall 6.4% triennial DBE goal
and is required to report on DBE participation each year so that its attainment efforts
may be evaluated. The County encourages the use of DBEs in the award of this
contract and any DBE participation will be counted toward the overall goal. Award of
this contract is contingent upon Bidder or Offeror submitting the signed DBE
Commitment form to document any DBE subcontractors or subconsultants, even if
there is no DBE commitment.
(4) FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
All contracts and subcontracts that result from this solicitation incorporate by reference
the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act
(FLSA), with the same force and effect as if given in full text. The FLSA sets
minimum wage, overtime pay, recordkeeping, and child labor standards for full and
part-time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute
or regulation. The Contractor must address any claims or disputes that arise from this
requirement directly with the U.S. Department of Labor Wage and Hour Division.
(5) TRADE RESTRICTION CERTIFICATION
By submission of an offer, the Offeror certifies that with respect to this solicitation and
any resultant contract, the Offeror
1) is not owned or controlled by one or more citizens of a foreign country included
in the list of countries that discriminate against U.S. firms as published by the
Office of the United States Trade Representative (USTR);
2) has not knowingly entered into any contract or subcontract for this project with
a person that is a citizen or national of a foreign country included on the list of
countries that discriminate against U.S. firms as published by the USTR; and
3) has not entered into any subcontract for any product to be used on the Federal
project that is produced in a foreign country included on the list of countries
that discriminate against U.S. firms published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of the United
States of America and the making of a false, fictitious, or fraudulent certification may
render the maker subject to prosecution under Title 18 USC § 1001.
Napa County Airport
Napa, California
AIP No. 3-06-0162-047-2024
5
Notice to Bidders
Taxiway K and Runway 19R Runup Apron Reconstruction, PW 24-04
Bid Set

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Status Ref# Project Close Date Days Left Action Open EPS-RFP-27070 Open Road Tolling

Association of Bay Area Governments

Bid Due: 6/11/2024

Project Name SMUMC MNP ORS 13, 14, AND 15 Renovation Project Number 907512.01

UCLA Capital Programs

Bid Due: 4/30/2024

7 TOS 99 - Los Angeles River Greenway East San Fernando Valley Gap

City of Los Angeles

Bid Due: 5/07/2024

Bid Solicitation # Alternate Id Contract/Blanket # Buyer Description Bid Opening Date Bid

City of Long Beach

Bid Due: 5/16/2024