City of Pensacola Logo
 
File #: 20-00224    Version: 1 Name:
Type: Legislative Action Item Status: Passed
File created: 5/1/2020 In control: City Council
On agenda: 5/28/2020 Final action: 5/28/2020
Enactment date: Enactment #:
Title: AWARD OF BID NO. 20-046 PENSACOLA INTERNATIONAL AIRPORT REMAIN-OVERNIGHT (RON) APRON
Sponsors: Grover C. Robinson, IV
Attachments: 1. ITB #20-046 Bid Tabulation, 2. ITB #20-046 Final Vendor List, 3. ITB #20-046 Contract

LEGISLATIVE ACTION ITEM

 

SPONSOR:                         Grover C. Robinson, IV, Mayor

 

SUBJECT:

 

title

AWARD OF BID NO. 20-046 PENSACOLA INTERNATIONAL AIRPORT REMAIN-OVERNIGHT (RON) APRON                      

end

 

RECOMMENDATION:

 

recommendation

That City Council award Bid No. 20-046, Pensacola International Airport Remain-Overnight Apron, to Independence Excavating, Inc., the lowest and most responsible bidder with a base bid of $4,911,965.00, bid alternate 1 of $104,900, plus a 10% contingency in the amount of $501,686.50 for a total amount of $5,518,551.50.  Further, that City Council authorize the Mayor to execute the contract and take all actions necessary to complete the project.

end

body                

 

HEARING REQUIRED:  No Hearing Required

 

SUMMARY:

                                          

As part of the process for the development of the Master Plan Update for Pensacola International Airport, the consultant, RS&H, Inc., was required to evaluate existing infrastructure, and determine needs to meet projected growth.  One area reviewed was the availability of apron parking areas for air carrier aircraft.  Pensacola International Airport presently has ten gates on the terminal concourse and several parking positions on an adjacent ramp area.

 

To meet demand levels and provide adequate parking for air carrier aircraft, the Airport needs to reconstruct a portion of the apron area just west of the air carrier ramp.  This area was identified in the Master Plan Update for expanded air carrier parking.  The area has been used for helicopter operations since approximately 2002.  Helicopter operations would be relocated to an area closer to the general aviation facilities on the southeast quadrant of the facility, and the ramp reconstructed to handle air carrier aircraft.

 

The design portion of the project was awarded to RS&H under Work Order 3.  RS&H evaluated the area to determine the appropriate reconstruction methods, evaluated aircraft parking configurations, and prepared construction plans based on the Federal Aviation Administration’s requirements for airfield development.

 

Bid No. 20-046 for the work was advertised on March 24, 2020.  Three bids were received and subsequently reviewed by RS&H as the engineering firm.

 

Upon review of the bids, Staff would propose a deductive change order at project kickoff to omit certain elements, with a corresponding reduction in cost of approximately $522,800.

 

An application for the use of FAA grant funds will be submitted for this project.  A notice-to-proceed for the work will not be issued until the award and execution of this grant.

 

PRIOR ACTION:                     

 

N/A

 

FUNDING:                     

 

     Budget:                     $  3,600,000.00                     FAA Airport Improvement Program Funding

                                                 600,000.00                     Airport Capital Program Funding

                                          $  5,200,000.00                     Total

 

      Actual:                     $ 4,911,965.00                     Base Bid

                                                104,900.00                     Bid Alternate #1

                                                501,686.50                     10% Contingency

                                             5,518,551.50                       Sub-Total

                                               (522,800.00)                      Proposed Deductive Change Order

                                          $ 4,995,751.50                     Total

 

 

FINANCIAL IMPACT:

                     

Funds were appropriated in the Airport’s FY 2020 Capital Improvement Program and Federal Aviation Administration (FAA) Airport Improvement Program Funding for the construction of the remain-overnight apron.

 

CITY ATTORNEY REVIEW:    Yes

 5/11/2020

   

STAFF CONTACT:

 

Keith Wilkins, City Administrator

Richard Barker, Jr., Deputy City Administrator - Administration & Enterprise

Daniel E. Flynn, Airport Director

 

ATTACHMENTS:

 

1)                     ITB #20-046 Bid Tabulation

2)                     ITB #20-046 Final Vendor List

3)                     ITB #20-046 Contract

 

PRESENTATION:     No   end