Long Beach, CA
File #: 08-0499    Version: 1 Name: PW-Taxilane F&H Improvements @ LB Airport D5
Type: Contract Status: CCIS
File created: 5/12/2008 In control: City Council
On agenda: 5/20/2008 Final action: 5/20/2008
Title: Recommendation to adopt Plans and Specifications No. R-6692 for the construction of Taxilane F and H improvements at the Long Beach Airport; and authorize City Manager to execute a contract with Sully-Miller Contracting Company, the lowest responsible bidder, in an estimated amount of $1,407,603.23, plus a 25 percent contingency amount of $351,900.81, if necessary. (District 5)
Sponsors: Public Works, Long Beach Airport
Attachments: 1. 052008-R-32sr&att.pdf
Related files: 30674_000

TITLE

Recommendation to adopt Plans and Specifications No. R-6692 for the construction of Taxilane F and H improvements at the Long Beach Airport; and authorize City Manager to execute a contract with Sully-Miller Contracting Company, the lowest responsible bidder, in an estimated amount of $1,407,603.23, plus a 25 percent contingency amount of $351,900.81, if necessary.  (District 5)

 

DISCUSSION

The construction of Taxilanes F and H will provide a taxi route for aircraft around the west end of Runway 7R-25L, minimizing the number of runway crossings and reducing the potential for runway incursions. It will also provide airfield access, reduce congestion and enhance safety for the general aviation facilities located at the southwest quadrant of the Airport. The project also includes the reconstruction of the adjacent perimeter road, which currently requires frequent emergency maintenance.Reconstruction of this road will allow for the safe passage of fuel trucks, fire and safety equipment and operations and maintenance vehicles.

 

This project also includes construction of taxiway and perimeter road pavement and shoulders, installation of signage, pavement markings and drainage improvements, including storm drains and the grading of the adjacent infield areas. The drainage improvements will be installed, inspected and maintained to ensure compliance with the Airport's National Pollutant Discharge Elimination System (NPDES) Industrial Permit.  The Contractor will be required to obtain an NPDES Construction Permit and provide both construction and permanent Best Management Practices to ensure that storm water quality is maintained throughout and following the construction of the improvements.

 

City Council adoption of the plans and specifications and award of the contract are being recommended concurrently to expedite implementation of this project. The project was advertised for bid on March 7, 2008, and bids were opened on April 9, 2008. Three bids were received and Sully-Miller Contracting Company was the lowest responsible bidder. Information regarding the bid is provided on the attached contract award document.

 

This matter was reviewed by Deputy City Attorney Amy R. Burton on May 8, 2008 and Budget Management Officer Victoria Bell on May 9, 2008. In accordance with the California Environmental Quality Act, Categorical Exemption No. CEP-119-05 was issued for this project.

 

SUSTAINABILITY

 

The project area has extremely poor soils that require enhancement prior to the construction of the taxilanes and perimeter road. Rather than removal and replacement, the Airport has opted to treat the soil with lime, which will stabilize and strengthen it. This will allow the soil to remain in place, while providing a subgrade for the pavement structural section that meets the Federal Aviation Administration design standards for aircraft use. This optional method will result in a decrease of more than 1,400 truck trips.

 

In addition, the removal of existing asphalt will occur by cold milling so that it may be recycled for use in other projects in the Southern California region.

 

TIMING CONSIDERATIONS

City Council action on this matter is requested on May 20, 2008, in order to authorize commencement of this project. Construction is anticipated to begin in August 2008 and will take approximately 5 months to complete.

 

FISCAL IMPACT

The contract award is for an estimated amount of $1,407,603.23. A 25 percent contingency amount of $351,900.81 is being recommended, due to the poor condition of existing subgrade, and potential unforeseen circumstances. Sufficient funds to cover the contract are budgeted in the Airport Enterprise Fund (EF 320). The funding sources are Federal Aviation Administration Airport Improvement Program (AlP) Grant No. 3-060127-26 and Airport revenue. There will be no impact to the General Fund.

 

SUGGESTED ACTION

Approve recommendation.

 

Respectfully Submitted,

 

 

CHRISTINE F. ANDERSEN

AIRPORT DIRECTOR

 

MICHAEL P. CONWAY

DIRECTOR OF PUBLIC WORKS

 

 

 

 

NAME

APPROVED:

TITLE

 

 

                                                 

 

PATRICK H. WEST

 

CITY MANAGER