Fresno Logo
File #: ID 24-286    Version: 1 Name:
Type: Action Item Status: Passed
File created: 2/21/2024 In control: City Council
On agenda: 3/7/2024 Final action: 3/7/2024
Title: Approve the consultant services agreement with Kimley-Horn and Associates, Inc., to provide professional engineering services for the Runway 11L-29R Reconstruction Project at the Fresno Yosemite International Airport in an amount not to exceed $1,879,495 (Council District 4)
Sponsors: Airports Department
Attachments: 1. Consultant Services Agreement - Kimley-Horn Runway Design Services

REPORT TO THE CITY COUNCIL

 

 

FROM:                     HENRY THOMPSON, Director of Aviation

Airports Department

 

BY:                                          FRANCISCO PARTIDA, Assistant Director

                                          Airports Department

 

SUBJECT

Title

Approve the consultant services agreement with Kimley-Horn and Associates, Inc., to provide professional engineering services for the Runway 11L-29R Reconstruction Project at the Fresno Yosemite International Airport in an amount not to exceed $1,879,495 (Council District 4)

Body

RECOMMENDATION

 

Staff recommends approval of a consultant services agreement with Kimley-Horn and Associates, Inc., in the amount of $1,879,495 for professional engineering services for the Terminal Expansion Project at the Fresno Yosemite International Airport (FAT) and to authorize the Director of Aviation or designee to execute the agreement on behalf of the City.

 

EXECUTIVE SUMMARY

 

Runway 11L-29R is the primary runway at Fresno Yosemite International Airport and has exceeded its useful life. It is necessary for commercial and military operations which have had an increase in aircraft size due to the Airport’s unprecedented growth. It is also required for the Alert Mission of the 144th Fighter Wing of the California Air National Guard. The design effort for this Project will enable the Airport to meet the FAA funding timelines, solidify the construction schedule, and construct a runway that will allow for continued future growth.

BACKGROUND

Runway 11L-29R was originally reconstructed between 2004 and 2005 with six inches of asphalt concrete. In 2013, two small concrete cement sections at the east and west ends were constructed with aircraft arresting systems for military use. These two sections are not part of the Project. The 2021 Airport Pavement Management System Report identified the remaining structural life of the runway to be 0 to 5 years. Runway 11L-29R is the only runway equipped for Category II/III instrument approaches which allow aircraft to land in poor weather and visibility conditions. The runway reconstruction is planned to be completed during months of good weather over two years in two phases.

This will minimize the impact to airport operations during bad weather. Recent growth trends at the airport have caused airlines to use larger aircraft with more frequency. In addition, larger aircraft have been proposed by airlines for future international destinations. Combined with the existing condition of the runway and the impact of future growth, the reconstruction of the runway is essential to maintain the level of service needed for its current and future operations.

 

Through a competitive Request for Qualifications (RFQ) process, the Airports Department (Department) invited civil engineering firms that could provide comprehensive on-call full-service planning, design, construction document preparation, bidding support and construction administration to submit Statements of Qualifications. The Department published a public notice in The Business Journal, posted information on the Airport’s website for qualified firms and direct mailed the RFQ to all interested firms. Seven professional consulting firms responded to the RFQ and their qualifications were evaluated by a selection committee in accordance with the provisions of the RFQ and FAA regulations. It has been determined by the Department that Kimley-Horn and Associates is most qualified to perform the design work for this project.

 

The Project will be delivered through a design-bid-build procurement.

The agreement utilizes Standard Document FYI-S, pre-approved as to form by the City Attorney’s Office and used without modification as certified by Airports staff.

ENVIRONMENTAL FINDINGS

This is not a “project” for the purpose of CEQA pursuant to CEQA Guidelines Section 15378.

LOCAL PREFERENCE

 

Local preference is not applicable because the agreement is federally funded.

 

FISCAL IMPACT

Funding for both the design and construction of this Project will be by Federal Aviation Administration Airport Improvement Program entitlement grants.

Attachment: Consultant Services Agreement