File #: 10-0924    Version: 1
Type: Agenda Item Status: Approved
File created: 8/13/2010 In control: Board of Supervisors
On agenda: 9/14/2010 Final action: 9/14/2010
Title: Department of Transportation recommending the Board take the following actions pertaining to the Airport Improvement Program Project No. 3-06-0188-13 for improvements to the Placerville Airport: 1) Award the Construction Contract for the Crack Repair and Slurry Seal West Hangar and Apron Area, Remark Runway Blast Pads and Construct Runway Exit Taxiway B to California Pavement Maintenance Company Inc. who submitted the lowest responsive, responsible bid of $260,080.02; and 2) Authorize the Chair to sign the Construction Contract, subject to review and approval of the final Contract Documents by County Counsel and Risk Management. FUNDING: Federal Aviation Administration (FAA) Grant and Placerville Airport Enterprise Fund.
Attachments: 1. A-Contract Routing.pdf, 2. B-Contract PW 10-30534.pdf, 3. C-FAA Award of Contract.pdf
Title
Department of Transportation recommending the Board take the following actions pertaining to the Airport Improvement Program Project No. 3-06-0188-13 for improvements to the Placerville Airport:
1) Award the Construction Contract for the Crack Repair and Slurry Seal West Hangar and Apron Area, Remark Runway Blast Pads and Construct Runway Exit Taxiway B to California Pavement Maintenance Company Inc. who submitted the lowest responsive, responsible bid of $260,080.02; and
2) Authorize the Chair to sign the Construction Contract, subject to review and approval of the final Contract Documents by County Counsel and Risk Management.
 
FUNDING: Federal Aviation Administration (FAA) Grant and Placerville Airport Enterprise Fund.
Body
BUDGET SUMMARY:
 
 
Total Estimated Cost
 
$260,080.02
 
 
 
     Funding
 
 
          Budgeted
$260,080.02
 
          New Funding
$
 
          Savings
$
 
          Other
$
 
     Total Funding Available
$260,080.02
 
Change To Net County Cost
 
$0
      
Fiscal Impact/Change to Net County Cost:  Funding for this construction project will be 95% from FAA Grants of $247,076.02, and 5% matching funds of $13,004.00 shall come from the Placerville Airport Enterprise Fund for a total cost of $260,080.02.  There is no net cost to County General Fund associated with this agenda item.
 
Background:  On June 29, 2010, the Board adopted and approved the Plans and Specifications and authorized advertisement for construction bids for the Crack Repair and Slurry Seal West Hangar and Apron Area, Remark Runway Blast Pads, and Construct Runway Exit Taxiway B Project (Project) for the Placerville Airport.  
 
On August 2, 2010 the Department opened bids for the Project.  Seven sets of plans were requested by prospective bidders that could act as general contractors for this work and five of them attended the pre-bid meeting, only one chose to put in a final bid.  County consultant, Reinhard Brandley, spoke with two of the prospective contractors to find a reason why they did not submit a bid.  They indicated that the project consisted of several bits and pieces and they did not want to act as a broker for a series of subcontractors.  They are correct in many respects in that there is a 100-foot long taxiway to be constructed, sealing of existing cracks, slurry sealing, airfield lighting, and airfield marking.  The FAA has given their approval of acceptance of one bid and the project will continue with the FAA's recommended improvements and asphalt repair work.
 
Reason for Recommendation:  Staff has reviewed the bid proposal and finds California Pavement Maintenance Company Inc. to be both a responsive and responsible bidder.  Given that finding, and the acceptance by the FAA, the Department recommends the contract be awarded to California Pavement Maintenance Company Inc.
 
Action to be taken following Board approval:
1. The Department will forward the construction contract to California Pavement Maintenance Inc. for their signature.
2. Upon approval by County Counsel and Risk Management, the Department will forward the Construction Contract, together with the required bonds and insurance, and the approved Contract Routing Sheet to the Board Clerk for the Board Chair's signature.
3. The Board Clerk will forward the fully executed Construction Contract to the Department for further processing.  
 
Contact: James W. Ware, P.E.
                Director of Transportation
 
Concurrences: County Counsel, pending
                          Risk Management, pending