Fresno Logo
File #: ID17-1355    Version: 1 Name:
Type: Action Item Status: Passed
File created: 9/27/2017 In control: City Council
On agenda: 10/12/2017 Final action: 10/12/2017
Title: Actions pertaining to the Taxiway C Reconstruction project at Fresno Yosemite International Airport (Council District 4): 1. Adopt a finding of Categorical Exemption pursuant to Section 15301(c)/Class 1 (Existing Facilities) of the California Environmental Quality Act (CEQA) Guidelines for the Taxiway C Reconstruction 2. ***RESOLUTION - 28th amendment to the Annual Appropriations Resolution (AAR) No. 2017-165 appropriating $20,912,500 for the Taxiway C Reconstruction project at Fresno Yosemite International Airport (Requires 5 affirmative votes) (Subject to Mayor's veto) 3. Award a construction contract to Security Paving Company, Inc., of Sylmar, California, for the Taxiway C Reconstruction project at Fresno Yosemite International Airport in the amount of $13,070,242 (Base Bid + Additive Alternate No. 3)(Bid File 3519) 4. Approve a consulting agreement with RMA GeoScience of Fresno, California, to provide geotechnical quality assurance testing and inspection services for the Taxiway ...
Sponsors: Airports Department
Attachments: 1. 10-12-17 Taxiway C Reconstruction AAR - 2017-165 28th Amendment.pdf, 2. 10-12-17 Taxiway C Reconstruction Bid Evaluation.pdf, 3. 10-12-17 Taxiway C - Consultant Agreement - RMA.pdf, 4. 10-12-17 - Taxiway C Reconstruction - Site Map.pdf, 5. 10-12-17 - Bid File 3519- Taxiway C Reconstruction - Hearing Authority Recommendation - 7-24-17.pdf

REPORT TO THE CITY COUNCIL

 

 

 

October 12, 2017

 

 

FROM:                     KEVIN R. MEIKLE, Director of Aviation

                     Airports Department

 

 

SUBJECT

Title

 

Actions pertaining to the Taxiway C Reconstruction project at Fresno Yosemite International Airport (Council District 4):

1.                     Adopt a finding of Categorical Exemption pursuant to Section 15301(c)/Class 1 (Existing Facilities) of the California Environmental Quality Act (CEQA) Guidelines for the Taxiway C Reconstruction

2.                     ***RESOLUTION - 28th amendment to the Annual Appropriations Resolution (AAR) No. 2017-165 appropriating $20,912,500 for the Taxiway C Reconstruction project at Fresno Yosemite International Airport (Requires 5 affirmative votes)  (Subject to Mayor’s veto)

3.                     Award a construction contract to Security Paving Company, Inc., of Sylmar, California, for the Taxiway C Reconstruction project at Fresno Yosemite International Airport in the amount of $13,070,242 (Base Bid + Additive Alternate No. 3)(Bid File 3519)

4.                     Approve a consulting agreement with RMA GeoScience of Fresno, California, to provide geotechnical quality assurance testing and inspection services for the Taxiway C Reconstruction project at Fresno Yosemite International Airport in the amount of $442,088

 

Body

RECOMMENDATION

 

Staff recommends that Council: 1) Adopt a finding of Class 1 Categorical Exemption pursuant to Section 15301(c) (Existing Facilities) of the CEQA Guidelines;  2) Adopt the 28th Amendment to the AAR No. 2017-165 appropriating $20,912,500 for the Taxiway C Reconstruction project (Project); 3) Award a construction contract to Security Paving Company, Inc., of Sylmar, California, in the amount of $13,070,242 (Base Bid + Additive Alternate No. 3) (Bid File 3519); and, 4) Approve a consulting agreement with RMA GeoScience of Fresno, California, to provide geotechnical quality assurance (QA) testing and inspection services in the amount of $442,088 for the Project at Fresno Yosemite International Airport (FAT).

.

EXECUTIVE SUMMARY

 

The Federal Aviation Administration (FAA)-mandated Pavement Management Plan (PMP) for FAT conducted pavement evaluations and concluded the Project is necessary. The Project will remove and replace existing pavements, lighting, markings and drainage facilities on Taxiway C.  The geotechnical quality assurance consultant services include, but are not limited to, inspection and testing of soils, Portland cement concrete, and asphalt concrete; onsite inspections; engineering reports; and recommendations.

 

The Project was planned as a multi-phased effort with FAA funding for the Base Bid in FY 2018 and FAA funding for the balance of the Project in FY 2019.  The FAA is providing additional funding for Additive Alternate No. 3 at this time and has programmed funding for additional Additive Alternates in 2018, which necessitates the AAR. 

 

BACKGROUND

 

The FAA-approved Airport Capital Improvement Program (ACIP) for FAT identifies a number of airfield related projects needed at FAT, including Taxiway C Reconstruction.  The ACIP is FAA’s tool to ensure that projects are properly prioritized with regard to the safe and secure operation of the airport and to provide appropriate project funding.  The prioritization of airfield projects at FAT is based on the FAA-approved Airport PMP, which evaluates pavement conditions and life-cycle costs. This Project will address the next area of aged, deteriorating pavement scheduled for reconstruction at FAT. 

 

Plans and specifications were prepared for the Project by Kimley Horn and Associates, Inc., Consultant Engineers.  A Notice Inviting Bids was advertised in the Business Journal on April 10, 2017, posted on the City’s website and faxed to eight (8) building exchanges.  Plans and Specifications were distributed online to seventeen (17) prospective bidders.  Five (5) sealed bid proposals were received and opened in a public bid opening on May 16, 2017.  The lowest bid was determined by the lowest responsive and responsible bid for the total amount of the base bid plus Additive Alternates 1 through 4.  The bids ranged in price from $23,719,612 to $29,382,553. The lowest responsible and responsive bid from Security Paving Company, Inc., in the amount of $23,719,612 is 3% below the Engineer’s Estimate of $24,434,537.50.  The staff determination was posted on the City website on June 16, 2017. 

 

The second lowest bidder, Teichert Construction Company, protested the City’s determination.  A hearing was conducted on July 10, 2017, at Fresno City Hall by Michael D. Flores, Independent Administrative Hearing Officer.  On July 24, 2017, Mr. Flores presented his findings to the City Manager, recommending that the City Council UPHOLD the staff determination designating Security Paving Company, Inc., as the lowest responsive and responsible bidder.

 

The Project was designed and bid in five (5) distinct components (Base Bid, and Add-Alternates 1-4), which is per the FAA’s request based on funding streams between federal fiscal years.  The five components include, (i) Base Bid - storm drainage facilities and related work, (ii) Add-Alternate No. 1 - west end Taxiway C reconstruction and related work, (iii) Add-Alternate No. 2 - middle section of Taxiway C reconstruction and related work, (iv) Add-Alternate No. 3 - east end Taxiway C reconstruction and related work, and, (v) Add-Alternate No. 4 - reconstruct west end of Taxiway C aircraft holding area with concrete to better accommodate Air National Guard (ANG) operations.  The FAA initially programed funds to award the Base Bid ($6,556,751), and have since made available additional funds for Add-Alternate No. 3 ($6,513,491).

 

The Bid documents require the contractor to hold their Add-Alternate prices for the duration of the Project.  Should the FAA provide additional funding in 2018 for Add-Alternate No. 1 and/or No. 2, or should the ANG provide funding for Add-Alternate No. 4, Airports may request Council approval in accordance with Resolution 2017-158.  The AAR will provide adequate appropriations to cover all of FAA’s and the ANG funding contingencies for this Project.

 

The Project requires QA services per FAA guidance.  In accordance with FAA policy and consistent with City of Fresno administrative orders, the Department issued a competitive Request for Qualifications (RFQ) for geotechnical QA testing and inspection on-call services.  Nine Statements of Qualifications were received and evaluated. Five firms have been approved to provide QA testing and inspection services for the Airports Department on an on call or individual basis.  RMA GeoScience has been determined to be most qualified for this Project.  A scope of work was developed and a fee was negotiated in accordance with FAA guidance for the Project.  RMA GeoSceince’s consulting agreement represents the QA work associated with the Base Bid and Add-Alternate No. 3.  Capital project QA services are of a specific technical nature and beyond the capabilities of Airports staff to perform, thereby requiring the enlistment of a specialized QA consulting firm.  The QA agreement has been reviewed and approved as to form by the City Attorney’s office.  The AAR also incorporates appropriations necessary to perform all of the Project QA work.

 

ENVIRONMENTAL FINDINGS

 

Staff has determined that this project falls within the Class 1 Categorical Exemptions set forth in the California Environmental Quality Act (CEQA) Guidelines, Article 19, Section 15301(c) (Existing Facilities), as it involves the restoration or rehabilitation of existing pavement surfaces.  In addition, the FAA has determined the proposed project is Categorically Excluded pursuant to FAA Order 1050.1F as it relates to National Environmental Policy Act of 1969, as amended (NEPA).  Therefore, no further federal environment disclosure documentation for this project is necessary for NEPA purposes.

 

LOCAL PREFERENCE

 

Local Preference does not apply because federal funding is being used.

 

FISCAL IMPACT

 

Taxiway C Reconstruction Project is part of the Department’s ongoing commitment to ensure FAT remains operationally ready and is properly positioned for local and regional growth.  The Project will provide approximately 150 construction related jobs.  Airports Department FY18 Adopted Budget provided $5,801,900 of appropriation authority for this Project, which was estimated to fund the first phase of work as dictated by FAA’s initially programmed grant amount.  The Project cost (including construction, QA inspection and testing, administration and construction contingency) is $26,714,332.  The $20,912,500 requested in the 28th Amendment to AAR No. 2017-165 will provide the additional appropriation authority to execute the entire Project.  Funding for this Project is provided by FAA Airport Improvement Program grants, matching Measure C Regional Transportation Program funds and potentially the ANG. There is no impact to the General Fund from this action.

 

Attachments:

                     -                     Resolution Adopting the 28th Amendment to AAR No. 2017-165

                     -                     Evaluation of Bid Proposals - Taxiway C Reconstruction

                     -   Consulting Services Agreement with RMA GeoScience

                     -                     Project Site Map

                     -                     Independent Administrative Hearing Officer Findings and Recommendation dated July 24,

  2017