City of Charlotte Banner
File #: 15-22737    Version: 1 Name:
Type: Consent Item Status: Approved
File created: 4/30/2024 In control: City Council Business Meeting
On agenda: 6/24/2024 Final action: 6/24/2024
Title: Airport Fourth Parallel Runway Taxiway V and Connectors Construction

Title

Airport Fourth Parallel Runway Taxiway V and Connectors Construction

 

Action

Action                     

A.                     Approve a contract in the amount of $84,279,244 to the lowest responsive bidder Ames Construction for the Fourth Parallel Runway Taxiway V and Connectors construction project, and

 

B.                     Approve contract amendment #2 for $24,202,501 to the contract with RS&H Architects-Engineers-Planners, Inc. for construction administration services for the construction phase of the Fourth Parallel Runway Taxiway V and Connectors project.

 

Body

Staff Resource(s):

Haley Gentry, Aviation

Jack Christine, Aviation

 

Background

§                     The Fourth Parallel Runway Program will enhance airfield capacity and operational efficiency and reduce the number of active runway crossings.

§                     The overall program consists of ten packages of work. This package includes the construction of parallel Taxiway V and associated connector taxiways in preparation for future Runway 1C-19C.

§                     The project is anticipated to be complete by third quarter fiscal year 2026.

 

Explanation

Action A

§                     This contract will provide for pavement demolition and replacement, excavation, hauling, stormwater drainage, erosion and sediment control, pavement markings, airfield electrical, Federal Aviation Administration power and communications, and Navigational Aid (NAVAID) relocation.

§                     On April 10, 2024, the city issued an Invitation to Bid (ITB); two bids were received.

-                     NC General Statute 143-132 prohibits municipalities from awarding construction contracts over $500,000 without receiving at least three competitive bids from the initial advertisement of the contract. The city may subsequently award the contract even if readvertisements result in fewer than three competitive bids.

§                     On May 15, 2024, the city re-issued an ITB; three bids were received.

§                     Ames Construction was selected as the lowest responsive, responsible bidder.

 

Action B

§                     On March 13, 2023, City Council approved a contract with RS&H Architects-Engineers-Planners, Inc. in the amount of $25,191,290 to provide design services for the Fourth Parallel Runway Program.

§                     On August 31, 2023, contract amendment #1 was executed in the amount of $1,573,928 with RS&H Architects-Engineers-Planners, Inc. for additional design services for the relocation of NAVAIDs.

§                     Amendment #2 includes construction administration services, including submittal reviews, RFI responses, as-built final drawings, and material acceptance.

§                     The new value of the contract is $50,967,719.

 

 

Disadvantaged Business Enterprise

Action A

Established DBE Goal: 17.80%

Committed DBE Goal: 17.81%

 

Ames Construction exceeded the established contract goal and has committed 17.81% ($15,011,054) of the bid amount to the following firms:

§                     Axios Civil Solutions LLC (DBE) ($624,485) (dowels, cure, epoxy)

§                     Capstone Civil Group (DBE) ($229,562) (quality control)

§                     Chambers Express Trucking (DBE) ($143,500) (hauling asphalt)

§                     Empire Crushing, LLC (DBE) ($207,000) (crushing)

§                     Express Logistics (DBE) ($3,611,487) (trucking on site, trucking aggregate)

§                     Glaze Independent Trucking (DBE) ($143,500) (hauling asphalt)

§                     Laser Bridge Industries (DBE) ($3,582,798) (reflected ceiling plan, precast manholes)

§                     Martin Landscaping Co (DBE) ($2,312,341) (erosion control and seeding)

§                     Millennium MISR Trucking, Inc. (DBE) ($908,512) (wet batch trucking)

§                     Pozzolanic Contracting & Supply (DBE) ($2,971,829) (cement soil treatment, cement supply)

§                     Southeastern Public Safety Group (DBE) ($276,040) (flagging and escorts)

 

Action B

All additional work involved in this amendment will be performed by RS&H Architects-Engineers-Planners, Inc. and their existing subcontractor(s). RS&H Architects-Engineers-Planners, Inc. has committed 7.15% ($3,643,004) of the total contract amount to the following DBE-certified firms:

§                     2MNEXT (DBE) ($210,000) (testing and observation)

§                     CES Group, LLP (DBE) ($218,740) (surveying)

§                     Connico, LLC (DBE) ($669,943) (cost estimating)

§                     LKN Engineering (DBE) ($50,000) (testing and observation)

§                     On-Spec Engineering, PC (DBE) ($185,000) (testing and observation)

§                     Tela Vulota, PLLC (DBE) ($398,500) (general engineering and quality control)

§                     Wall Engineering, PLLC (DBE) ($1,910,821) (airfield electrical support)

 

Fiscal Note

Funding:  Aviation Capital Investment Plan