Loading...
HomeMy WebLinkAbout3/4/2015 - STAFF REPORTS - 2.K. �OF P A`M SpP iy W u in *c4<lFORN�P• CITY COUNCIL STAFF REPORT DATE: March 4, 2015 CONSENT AGENDA SUBJECT: MAIN RUNWAY REHABILITATION PROJECT BID SOLICITATION FROM: David H. Ready, City Manager BY: AIRPORT SUMMARY This action would approve the Plans and Specifications for the Palm Springs International Airport Main Runway Rehabilitation Project. RECOMMENDATION: 1. Approve the plans and specifications for the Palm Springs International Airport Main Runway Rehabilitation Project AIP No. 3-06-0181-053-2015. 2. Authorize the City Manager to advertise and solicit bids. STAFF ANALYSIS: Palm Springs International Airport has two runways. The shorter of the two underwent full pavement rehabilitation in 2008. In accordance with the Federal Aviation Administration's priorities and the regulatory thresholds for pavement conditions of aircraft landing surfaces, the larger runway has reached a stage where pavement rehabilitation is necessary. On April 16, 2014, Council authorized the acceptance of an FAA Grant and a professional services contract amendment for Parsons Brinkerhoff, Inc. for the design and Plans/Specifications development for this project. The Plans and Specifications are complete and ready for bid. This larger runway project contains a more comprehensive phasing plan than the smaller runway 2008 project because it is the airport's primary runway used by the airlines. Historically, during an early 1990's pavement rehabilitation of this same runway, airline traffic was allowed to continue using a temporary runway developed from the runway's parallel taxiway. Several decades ago, when the parallel taxiway was constructed, it was intentionally designed wider than the norm in anticipation of its ! "FM NO. � lL City Council Staff Report March 4, 2015— Page 2 MAIN RUNWAY REHABILITATION BID SOLICITATION potential future use as a temporary runway. This decades old pre-planning strategy is now coming to fruition for a second time as the taxiway will become the temporary runway supporting the airport's airline activity. Extensive coordination involving all airport stakeholders has been completed and incorporated into the phasing of the project. In order to complete this project during this slower summer season, a notice to proceed must be submitted the first week in May. Phasing of the project first includes the transformation of the taxiway into a temporary runway with all the necessary lighting and markings modifications. On a night in late June, the main runway will be decommissioned and aircraft traffic will be using the temporary runway to land and takeoff at PSP Airport. After about two months of pavement rehabilitation work, the main runway will be reopened. Miscellaneous work will continue for several more weeks to convert the temporary runway back to the taxiway. Attached to this report are excerpts from the specifications. FISCAL IMPACT: The project's estimated cost prior to bid is $12,598,670.00. The Federal Aviation Administration considers this a high priority and will fund ninety percent of the final project cost. Funds for the ten percent matching share of the grant will be the responsibility of the City and these funds of $1,259,867.00 were anticipated and are available in Account No. 416-6401-56172. Tho as olan Executive Director, Airport David H. Ready City Manager Attachments: Runway 13R-31 L — Phase 2 Invitation for Bids 02 CITY OF PALM SPRINGS, CALIFORNIA NOTICE INVITING BIDS FOR RUNWAY 13R-31L REHABILITATION PALM SPRINGS INTERNATIONAL AIRPORT FAA AIRPORT IMPROVEMENT PROJECT NO. 3-06-0181-053-2015INVITATION FOR BIDS (IFB) 15-xx NOTICE IS HEREBY GIVEN that sealed bids will be received at the Office of the Procurement and Contracting Manager of the City of Palm Springs, California, 3200 East Tahquitz Canyon Way, Palm Springs, California 92262 until, 3:00 PM, local time on TUESDAY, APRIL 7, 2015 at which time they will be opened and read aloud. Bids must be submitted in sealed envelopes marked on the outside: " RUNWAY 13R-31L REHABILITATION". LOCATION OF WORK -The Work to be performed hereunder is located at the Palm Springs International Airport, 3400 E. Tahquitz Canyon Way, Palm Springs, California. DESCRIPTION OF THE WORK: The work to be done consists of the Rehabilitation of Runway 13R -31L. The Project consists of Three (3)distinct phases of construction. Phase One consists of the work necessary to reconfigure existing Taxiway C to become Temporary Runway 13R-31L. This work will commence with NTP and must be complete and Air traffic shifted for operation on the morning of June 25th. Improvements for the reconfiguration includes restriping the taxiway as a Group III Runway, installing HIRL lighting, installing PLASI's and REILS; restriping and resigning Taxiway C and connector taxiways to establish the Temporary Runway. During this phase of construction both existing Runways are open for normal use. The Contractor is required to provide access through the work site for taxing and towed aircraft as defined by the construction drawings. Phase Two consists of the work necessary to rehabilitate Runway 13R-31L. This work may commence on the day of June 25th after shifting air-traffic to Temporary Runway 13R-31L and must be complete and Air traffic restored on the morning of August 20th. The Runway Rehabilitation effort includes milling and overlay of the existing AC Pavements, crack repair where noted and includes installation of new HIRL lighting, replacement of existing runway guard lighting, replacement of existing Distance Remaining signs as well as new runway and taxiway signs and striping. During this phase of construction Temporary Runway 13R-31L is the only Runway open for use. The Contractor is required to provide access through the work site for taxing and towed aircraft as defined by the construction drawings. Phase Three consists of the work necessary to reconfigure Temporary Runway 13R-31L as Taxiway C. This work will commence on August 20th, and must be completed by end of contract September 25th, 2015. Improvements for the reconfiguration includes removing temporary NAVAIDs including PLASI's, REIL's, and HIRL's slurry sealing the pavements ; restriping and resigning Taxiway C and connector taxiways. The Contractor is also required to provide Runway grooving and second coat of Paint during off-use hours. During this phase of construction both existing Runways are open for normal use. The Contractor is required to provide access through the work site for taxing and towed aircraft as defined by the construction drawings. The Engineer's Estimate falls within a range of$11.5 to $12.5 million. The City has not yet received FAA grant funding. However, a pre-application has been made and there is sufficient Airport Improvement Program entitlement funding allocated for this project, but the FAA will not issue final grant offer without final bid price amount. OBTAINING OR INSPECTING CONTRACT DOCUMENTS -A complete set of Contract Documents dated February 27, 2015 may be obtained on, or after Wednesday, March 5, 2015 at Planit Reprographics, 77738 Flora Road, Palm Desert, California 92211, phone (760) 345-2500, fax (760) 3452599 for a non-refundable deposit of $100.00 for each hardcopy set or $65.00 for each CD. Shipping costs are extra. Checks to be made payable to Planit Reprographics. A copy of the Planholder's list may be obtained by contacting Planit Reprographics directly. Contact person: Eric Birch Email planwell@planitreprographics.com 03 Bidder must supply all information required by the complete bid documents and specifications. PROJECT ADVERTISEMENT-The project was advertised for bid March 5, 2015 and March 12,2015. PRE-BID CONFERENCE AND VISIT TO WORK SITE -All interested bidders are encouraged to attend a Pre-Bid Conference and examine the site to become familiar with the site conditions. The NON-MANDATORY Pre Bid Conference will be held at 1:00 PM, local time, on Wednesday, March 12, 2015 at the Palm Springs nd International Airport, 3400 E. Tahquitz Canyon Way, Palm Springs, California, in the 2 Floor Conference Room. A tour of the site will occur for interested bidders, immediately following the conclusion of the Pre Bid Conference. For safety and security reasons, bidders are limited to 2 representatives on the site tour. COMPLETION OF WORK -Time is of the essence. All field work must be completed within 130 consecutive calendar days after commencement date stated in the Notice to Proceed. AWARD OF CONTRACT -The contract will be awarded to the lowest responsible bidder. The city reserves the right, after opening, to reject any and all bids, or to waive any minor informality in a bid. The award of the contract is subject to the approval of the Federal Aviation Administration. As a condition of award, the successful bidder will be required to submit bonds and insurance, prior to the execution of the contract by the City. Failure to meet this requirement shall constitute abandonment of the Bid by the Bidder and forfeiture of the Bid Bond. If this occurs the contract will then be awarded to the next lowest bidder. BID SECURITY -Each bid shall be accompanied by either cash, certified cashier's check or Bid Bond in the amount of ten (10) percent of the total bid price (all schedules, as applicable), payable to the City of Palm Springs, as a guarantee that the Bidder, if its Bid is accepted, will promptly obtain the required Bonds and Insurance and will prepare the required submittal document and execute the Agreement. BIDS TO REMAIN OPEN -The Bidder shall guarantee the Total Bid Price for a period of ninety (90) calendar days from the date of Bid Opening. CONTRACTOR'S LICENSE CLASSIFICATION -In accordance with the provisions of California Public Contract Code Section 3300, the City has determined that the Contractor shall possess a valid Class A Contractor License at the time the Contract is awarded. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award of the Contract to any bidder not possessing said license at the time of award. The Contractor must be licensed to do business in the City of Palm Springs in accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code, and will be required to obtain a City Construction Permit No Fee from the Building Department and/or the Public Works Inspection Supervisor, City Hall, Palm Springs, California. STATEMENT OF QUALIFICATIONS -Each proposal must be accompanied by a statement of the bidder's qualifications to perform the work contemplated. The Statement of Qualifications shall be prepared on the form attached hereto. WAGE RATE REQUIREMENTS (a)State-In accordance with the provisions of California Labor Code Section 1770, 1773, 1773.1,1773.6 and 1773.7, as amended, the Director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with the standards set forth in Section 1773 for the locality in which the Work is to be performed. A copy of said wage rates is on file at the Department of Building and Safety, City Hall, Palm Springs, California. It shall be mandatory upon the Contractor to whom the Work is awarded and upon any subcontractor under the Contractor to pay not less than said specified rates to all workers employed by them in the execution of the Work, and shall post a copy of said wage rates at the project site. (b)Federal The general prevailing rate of wages, as determined by the Secretary of Labor are included hereinafter as part of the Contract Documents; provided,that if there is any difference between the State or Federal wage rate for any given craft or mechanic needed to execute the work, it shall be mandatory upon the Contractor and any subcontractor to pay the higher of the two rates. 04 All labor on the project shall be paid no less than the minimum wage rates established by the U.S. Secretary of Labor. TRADE RESTRICTIONS -All solicitations, contracts and subcontracts resulting from projects funded under the Airport Improvement Program (AIP) must contain the foreign trade restriction required by 49 CFR Part 30. Denial of Public Works Contracts to Suppliers of Goods and Services of Countries That Deny Procurement Market Access to U. S. Contractors. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION REQUIREMENTS — Each bidder must complete, sign and furnish, prior to award of the contract, the "Bidders Statement on Previous Contracts Subject to EEO Clause", a "Certification of Nonsegregated facilities", and the "Assurance of Disadvantaged Business Enterprise Participation" as contained in the Bid Proposal. These items must be submitted with his or her bid. A Contractor having 50 or more employees and his or her subcontractors having 50 or more employees and who may be awarded a contract of $50,000 or more will be required to maintain an affirmative action program, the standards for which are contained in these specifications. The proposed contract is under and subject to Executive Order 11246, as amended, of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions. The EEO requirements, labor provisions, and wage rates are included in the specifications and bid documents and are available for inspection at the Department of Building and Safety, City Hall, Palm Springs, California. To be eligible for award, each bidder must comply with the affirmative action requirements which are contained in the specifications. Disadvantaged Business Enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards of requirement for the employment of minorities. RETAINAGE FROM PAYMENT -The Contractor may elect to receive 100 percent payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the Contractor, shall be valued by the City, whose decision on valuation of the securities shall be final. Securities eligible for investment under this provision shall be limited to those listed in Section 6430 of the Government Code or bank or savings and loan certificates of deposit. ADDRESS AND MARKING OF BIDS -The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to Craig L. Gladders, C.P.M., Procurement and Contracting Manager, at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer with the name and address of the Bidder and shall bear the words"RUNWAY 13R-31 L REHABILITATION" for the "PALM SPRINGS INTERNATIONAL AIRPORT", followed by the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. PROJECT ADMINISTRATION -All communications relative to this Work shall be directed to Mr. Curt Ingraham, P.E., Parsons Brinckerhoff, 451 E. Vanderbilt Way, Suite 200, San Bernardino, CA 92408, phone (909)888-1106, fax (909) 889-1884, (e-mail) Ingraham@pbworld.com All questions relating to interpretation of the Contract Documents or products must be submitted in writing, ten days prior to bid opening, and any responses will be in the form of written addenda to the Documents. 05 1 2 3 4 5 RUNWAY 13R-31L - PHASE 2 - PARSONS UTILIZE TEMPORARY RUNWAY 13R-31 L AND REHABILITATE RUNWAY 13R-31 L `;� "I E V ERHOFF All E.v A IIN s.na m cZ RaeM rNa.9ee'il`N rhoR.mM.INA TMX. irrr[•s~¢'14 'AYI •NMI_ - / �'E)�_ ! - - — - GENE ALRRY MMYLMIEK '0rtsnpy uw �� 1]190 B.n1.YvprN.CI R Nla Luu.mon CA 91)90 rw - �' '9'• ��f�-I p `— -.� L.� P,2oc.wo nst F" u80"asT f ��r I x m , � A 1 u ox, mw xm a '. vP 9'60PFN,.-�I wwe-mm • IS��'✓1N '1ORT o- .: (MERIT WORK ONLY 1 N INTERNATIONAL BWGRT WST REMN,.LLY;I MEn IARYIA 1 '._ _I ' "c� 'N Is OPEN,- x n.v x o. V i m B WEool BrLYJ ' i • ��:. � rtw. 'P•>r, 1 x Wd IAiYT 1 a ]� A ] TARDY r NO STAILNARY11 /''' -• } 1 '�• I k' OrEx t - T "..y Jk_ > 1 - 9IS tlfW .ci Lar11,fs w K_.-��. t .P. R a4 -• . .�� �u w• m• _ _ e •�� r 1 (// WTB \ , CLOSURE LIST: L -RUNWAY IN-JIL -M V Aao4 RUNWAY 15R 31L -TW V EAST TV TIT w1Iv! -TWx PALM SPRINGS INTERNATIONAL Ax TEMP ->•'N' AIRPORT RUNWAY TEMP r ■r 13R-31L 13R- 1L RSA c �^ -! r •��t I \ ,t I \ /�`2'.�' '''> °' - REHABILITATION L ROFA L ROF� �� �4k .vtiw i� �g PROJECT I - •T� ` - _._- G ` ��� � � INTERMITTENT CLOSURE LIST: p[1Y1�11 F ART -1M L'(YaT WORK ONLY.WF REOPEN MY) Y{qF pqA! R _ TB Eb1$)♦1• 4 -TUN k'(MEIN GO¢O,TW i'MST REMAIN OPEN) fi A�v dip/ TW•L--CLOSED CONDITION TW R•-OPM CONDITION V 10 T TMAxM�RNMY ISR-3I1(wEx CLOSED.TW'A' Aa a r }. B WORK PERFORMED DUIUNO THIS PHASE: � 1. REOPEN o�"WAY IR-s1t(nIrN1 xaRIK aLY.MUST - ---Y -�' -IMMEDIATE DEACTIVATION OF RUNWAY 13L-31R -REMOVE DOSIN R G RUNWAY IM-31L LIGIM F pi CLl\ S5 I Qii PARS -MU EANSTING AC PAW ENIT ML/N�"�p -IMMEDIATE CEACIVAICN OF RUNWAY 13R VA9 � REVISIONS VINO RUNWAY 31L PAR -DEACTIVATE RW 1p IM-31L A 1M-31R EGGE -D1NIRACIGt 1O 4MMIIE 1W'l:,TW I'.AND TII l'GOER 'SE UOMR X0. OSCRPTCN DAZE 3R-31L F'S -- 3R-3 RSi - -IMMEDIATE ACTIVATION OFTEW, RUNWAY -TAMMTS W OR NO V 0R Y SHALL SOOPE1N Al NL TEES CERTITIEO PLAY -PAW RUNWAY 13R-31L -RUNWAY IM-31R IS GP1D WE TO gNYYTY OF W,WIMY RUNWAY 13R-SIL -44EDAYE BLACK-COT a<RUNWAY 1SR-31L -CONSTRUCT NEW RUNWAY EDGT LIfR1T5 -ANY WGM N TEMPORARY RUNWAY IA-31L RSA STALL BE COME AT NRNT UNGR ANON PCiNT,NUMERµS, AN)CpNFUCING € JUc HM BAR LOCATIONS -INSTALL.NEW RUNWAY GLARD UGHTS 0.0AW1E T RUNWAY -IMMEDIATE PLANING CE NEW My RUNWAY -INSTALL NEW RUNWAY SIGNS -USABLE"WAY IX-31R M NN SG4 DREARY AT VNIU NUMERµS -MR TRNTIC SWIN%£R 10 TEMPORARY"WAY IA-31L USE SHALL OCCUR aK ��FDE b -NNWAY 11-31R RIGHT CHEGW DAIS. RCGIRO -IMMEDAK BAGGNG O TW'F SONS OVERNIGHT ANl CONTRACTOR SHALL RESIGNALL ACTW TAAMAYS ACCESSING TEMPORARY RUNWAY d _ -NPNWAY IM-SIL RIONT ONECK IP-31L THAT NNNI AND REMOVE ARMITESTABISI Al BARRCAIIES ME UGHIED rS Nv¢Mm Br: GC.CA.e'EWI YINlK -RMOVE EXISTING RUNWAY USN-SIL SIGNS WAM Br: INY.LI _NIAIERALS GN TEMPORARY RUNWAY BIALL BE PANED RE LAST NIONT TW X•-QdmOONDfEl0N1 oEMam Br TW-W-OPEN CONDITION : SPRINGS -MNERNS ON RMMr IF-SIL 9NNL B[LRIIQA1Ep THE LAST Igli,NEn INNIEO'A"5 METALLED Cm O P�BPIVBPILINF OS \ - -CONTRAGIOR TO OPERATE MO MNNTNI A UCHTED-N'S-N10NpED BY OWNER All,$CONTRACTM PAM JEC'NURSER 1174OTS Mi"IFNo mm.El„!TIE •rvr 1 E MP 13R-31 ' 13R-31L f 1 Z -LOW FINITE BARRICADES SIMI K.WAYS BE LOCATED WTSDE O MY ACTK y CONSTRUCTION SAFETY Yv - TEMP 13R- L TEMP 1 -WEAN N ANY�RUMMY SURETY AREA(RSA)SNW BE DOME AT NGIL D PHASING PLAN PHASE A _ - - I r: /�CONSTRUCTION NOTES: ]3R-"11 13R 111 ® DENOTES CLOSURE FGR (1)LOW-RR6RL BARBCADE R - MPS-3R- F SIP %f�-}3R- Fll��RMNEN ----�T�fT 1 - ]L JRF —�rcT T - 1L R F I't,�FuwEn w,wlNC NuesR DURAIDN DF PHASE U S -- • • BEGIRD f MY CCpSUIRE AS NECESSARY ]D"TED 'r C9.2 _ qIX NMPO B IEGEED �. DENOTES BARRICADE (�)PAWTT D 'X mmrA TO GROSS IF'Al DENOTES FLAGMEN TW-B--CLOSED CONDITION TOUT-OPEN CONDITION TW W•CLOSED CONDRI011 TW•A'-OPEN CON01T10N HM.JL ROUTE 1 1 2 3 4 1 5 6