PDF Return
C. 42
To: Board of Supervisors
From: Brian M. Balbas, Public Works Director/Chief Engineer
Date: April  27, 2021
The Seal of Contra Costa County, CA
Contra
Costa
County
Subject: Construction Contract for Buchanan Field Terminal Replacement Project at 181 John Glenn Drive, Concord (WJ5304)

APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE

Action of Board On:   04/27/2021
APPROVED AS RECOMMENDED OTHER
Clerks Notes:

VOTE OF SUPERVISORS

AYE:
John Gioia, District I Supervisor
Candace Andersen, District II Supervisor
Diane Burgis, District III Supervisor
Karen Mitchoff, District IV Supervisor
Federal D. Glover, District V Supervisor
Contact: Ramesh Kanzaria 925-957-2480
I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown.
ATTESTED:     April  27, 2021
Monica Nino, County Administrator
 
BY: , Deputy

 

RECOMMENDATION(S):

DETERMINE that the bid submitted by W.E. Lyons Construction Co. complied with the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and FURTHER DETERMINE that W.E. Lyons Construction Co. submitted the best responsive and responsible bid for this project.  
  

FURTHER DETERMINE that W.E. Lyons Construction Co. as the lowest responsive and responsible bidder for the above project, has entered into a Project Labor Agreement (PLA) with the Contra Costa Building and Trades Council to comply with the requirements of the County's Project Labor Agreement policy.  

RECOMMENDATION(S): (CONT'D)
  
AWARD the construction contract for the above project to W.E. Lyons Construction Co. in the amount of $12,990,000 and DIRECT that the Public Works Director, or designee, prepare the contract.  
  
DIRECT that W.E. Lyons Construction Co. shall submit two good and sufficient security bonds (performance and payment bonds) in the amount of $12,990,000 each.  
  
ORDER that, after the contractor has signed the contract and returned it, together with the bonds, evidence of insurance, and other required documents, and the Public Works Director has reviewed and found them to be sufficient, the Public Works Director, or designee, is authorized to sign the contract for this Board.  
  
ORDER that, in accordance with the project specifications and upon signature of the contract by the Public Works Director, or designee, any bid bonds posted by the bidders are exonerated and any checks or cash submitted for bid security shall be returned.  
  
AUTHORIZE the Public Works Director, or designee, to sign any escrow agreements prepared for this project to permit the direct payment of retention into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300.  
  
AUTHORIZE the Public Works Director, or designee, to order changes or additions to the work pursuant to Public Contract Code Section 20142.  
  
DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the Board’s functions under Public Contract Code Section 4107 and 4110.

FISCAL IMPACT:

The total estimated construction cost will be funded by the Federal Aviation Administration (FAA) Airport Improvement Program (estimated at $6.1 million or 47%), Caltrans (estimated at $150,000 or 1%), and the Airport Enterprise Fund (estimated at $6.74 million or 52%)

BACKGROUND:

The Buchanan Field Airport Master Plan adopted by the Board of Supervisors on October 28, 2008, identifies a new general aviation terminal (Terminal) on the capital improvement list. The Terminal will replace the existing terminal building at the north end of John Glenn Drive. The Terminal would include space for the Airports Division Administrative staff, Airport Rescue and Fire Fighting (ARFF) staff and equipment, public space to support scheduled/unscheduled air service providers, office space for aviation businesses, and general public meeting space. The Airports Division currently rents office space from one of the airport businesses and moving those functions into the Terminal will accommodate the additional office space needed, while resulting in a long-term savings to the Airport Enterprise Fund.  
  
On April 28, 2020, the Board authorized Airport staff to submit FAA and Caltrans grants for the construction of the ARFF and general aviation components of the Terminal.  
  
On February 2, 2021, the Board approved the project design and specifications and authorized staff to put the project out to bid.  
  
The Construction cost estimate was for $11,700,000 and the general prevailing wage rates will be the minimum rates paid on this project. Bids were received and opened by the Public Works Department on March 11, 2021, and the bid results were as follows:  
  
  
  
  
  
  
  
  
  

Bidder Base Bid
W.E. Lyons Construction Co. $12,990,000
Marcon Builders $14,489,355
Zovich & Sons Inc. $14,559,000
Thompson Builders $14,680,000
Patriot Contracting $14,990,000
Rodan Builders $15,315,000
CWS Construction $15,975,000
  
  
The FAA is expected to fund a significant portion of the construction costs associated with the ARFF function and public areas of the terminal building, since Buchanan Field Airport has an active Part 139 certificate. The Airport Enterprise Fund will pay the grant match, all non-grant eligible costs, and project costs above the grant awards, including the construction of the Airport’s administrative office space. The Airport Enterprise Fund will also pay the added costs to complete the space including furnishings, window coverings, and the like.  
  
Staff has evaluated the low bid submitted by W.E. Lyons Construction Co. and their good faith documentation. Staff has determined that W.E. Lyons Construction Co.'s bid is responsive and their good faith effort documentation is in compliance with the County's Outreach Program. The Public Works Director recommends that the Board award the construction contract for this project to W.E. Lyons Construction Co., the lowest responsible and responsive bidder, in the amount of $12,990,000.  
  
Pursuant to the County's Project Labor Agreement (PLA) policy, a PLA is required on this project. W.E. Lyons Construction Co. has signed a PLA, the General Prevailing Rates of Wages which shall be the minimum rates paid on this project, are on file with the Clerk of the Board and copies are available to any parties upon request.  
  

CONSEQUENCE OF NEGATIVE ACTION:

If the project is not approved, the County will not be able to construct the terminal building, ARFF facility and administrative offices. The Airports Division would have to continue to rent office/ARFF space for approximately $6,500 per month, which does not meet the short-term or long-term space needs.

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved