Professional Documents
Culture Documents
Prepared for
Wellington International Airport Limited
November 2015
Prepared by
AECOM New Zealand Limited
Wellington, New Zealand
Wellington International Airport Limited
Runway Extension Project
Concept Feasibility and Design Report
Prepared by
AECOM New Zealand Limited
Level 3, 80 The Terrace, Wellington 6011, PO Box 27277, Wellington 6141, New Zealand
T +64 4 896 6000 F +64 4 896 6001 www.aecom.com
November 2015
AECOM in Australia and New Zealand is certified to the latest version of ISO9001, ISO14001, AS/NZS4801 and
OHSAS18001.
Quality Information
Document Runway Extension Project
Concept Feasibility and Design Report
Ref 42792153/60436023
Revision History
Authorised
Revision
Revision Details
Date
Name/Position Signature
A Oct-2015 Update to include new Philip Hadfield,
project studies and Marine Task Lead
analyses
B Nov-2015 Address comments from Philip Hadfield,
WIAL Marine Task Lead
Table of Contents
Volume 1
Executive Summary i
1.0 Purpose and Scope of Project 1
1.1 Purpose 1
1.2 Background 1
1.3 Baseline Projects and Options 1
1.4 Scope of Work 2
1.4.1 Preliminary Feasibility Report 2
1.4.2 Lyall Bay Geotechnical Investigation and New South Project
Options 4
1.4.3 Construction Methodology Report 4
1.4.4 Completion of Feasibility Report 4
2.0 Existing Conditions 6
2.1 Airport/Airfield 6
2.2 Topography/Bathymetry 6
2.3 Geotechnical 7
2.3.1 Field Investigation 7
2.3.2 Laboratory Testing 8
2.3.3 Geotechnical Analysis 9
2.3.4 Settlement 9
2.3.5 Liquefaction 9
2.3.6 Further Investigation 10
2.4 Roads, Tunnels, and Underground Utilities 10
2.5 Sewer Outfall 10
3.0 Runway Extension Preliminary Design Criteria 11
3.1 Seismic 11
3.1.1 Seismic Ground Motion 11
3.1.2 Seismic Performance Objective 11
3.1.3 Alternative Seismic Performance Objective 12
3.2 Wave 12
3.3 Geotechnical 12
3.3.1 Initial Seismic Deformation Analyses 12
3.3.2 Additional Analyses 13
3.3.3 Ground Improvement 13
3.4 Rock Dyke Protection 13
3.5 Fill Sources 14
3.6 Other Criteria 15
3.6.1 Airfield 15
3.6.2 Roads and Utilities 16
4.0 Optioneering 17
4.1 Chronology 17
4.2 North Baseline Option 17
4.2.1 Airfield Civil 17
4.2.2 Aeronautical Ground Lighting and Navigational Aids 18
4.2.3 Reclaimed Land Platform Design 19
4.2.4 Roads, Tunnels, and Utilities 20
Revision B - November 2015
Prepared for Wellington International Airport Limited Co No.: 396240
Wellington International Airport Limited
Runway Extension Project
Concept Feasibility and Design Report
List of Tables
Table 3.5.1 Preliminary Estimates of Materials and Volumes Required
Table 3.5.2 Shortlist of Potential Fill Material Sources
Table 4.8.1 Cost Summary of Initial Baseline and Option Projects
Table 4.8.2 Cost Summary of New South Baseline and Option Projects
Table 5.2 Summary of Key Design Criteria
Table 5.4 Summary of Key Project Parameters
List of Figures
Figure 4.5 Pile-Supported Runway Structure Concepts
Figure 4.8.3.1 Taxiway Configuration Options
Figure 5.1 New South Baseline Project Option
Figure 5.4.1 Project Plan View
Figure 5.4.2 Project Profile View
Figure 5.4.3 Project 3-D Model View
List of Appendices
Appendix A Geotechnical Investigation Data
Appendix B Geotechnical Analysis Results
Appendix C Earthquake Ground Motion Response Spectra and Time Histories
Appendix D 100-Year Design Waves for Extension Alternatives
Appendix E Seismic Deformation Analyses for Initial and New Project Options
Appendix F Rock Dyke Protection
Appendix G Fill Material Sources
Appendix H Initial Runway Extension Options
Appendix I Preliminary Construction Programme for North Runway
Appendix J Preliminary Construction Programme for South Runway
Appendix K Cost Estimates
Appendix L Construction Methodology Report
Appendix M Marine Construction Mooring System Concepts
Appendix N Outfall Pipe Protection Schemes
Appendix O Stone Column Constructability
Appendix P Rock Dyke Constructability
Volume 2
List of Figures
Part 1 North Runway Extension into Evans Bay
Part 2 South Runway Extension into Lyall Bay
Glossary
Executive Summary
This report presents the results of a study to determine the engineering feasibility of building
a runway extension at Wellington International Airport to achieve a minimum Take-Off
Runway Available of 2,300 metres. The primary purpose of this study is to provide
information to Wellington International Airport Limited (WIAL) to assist with the Resource
Management Act 1991 (RMA) consenting process for this project. This study was executed
by performing preliminary engineering analyses and conceptual design, developing
preliminary drawings, preparing construction methodologies and preliminary programmes,
and estimating the cost for construction, design fees, and Airport project management fees.
The study initially examined two baseline projects. One baseline would build the runway
extension north into Evans Bay; and the other would build south into Lyall Bay. The cost
analyses of these baseline projects revealed that the cost to build north was greater than the
cost to build south by a significant margin, nearly a factor of 2. This finding led to the
development and costing of six options to build the extension south into Lyall Bay, as well as
one hybrid north/south option. These options represent a combination of various
assumptions concerning the characteristics of the soil properties and their liquefaction
potential, the depth to bedrock (greywacke), value engineering with respect to the rock dyke
design and improvement of the marine sediments, and reduced expectations for seismic
performance,. A summary of the costs for the baselines and options is provided in the
Report.
The thickness and engineering properties of the marine sediments in Evans and Lyall Bays
are important considerations that influence the cost and construction methodology for the
baseline projects and options. The North Baseline project used existing available
geotechnical information that characterised the thickness and properties of the marine
sediments in Evans Bay. Sediment thicknesses overlying bedrock in Evans Bay are in the
order of 40 to 50 metres deep. Much of this sediment layer has been determined to be
susceptible to earthquake-induced liquefaction, a factor that significantly increases the likely
cost to build in Evans Bay.
For Lyall Bay, existing geotechnical information presented an incomplete picture. Thus, the
Initial South Baseline project and all the options, as well as a North/South Hybrid Option,
were based on assumed engineering properties for the Lyall Bay marine sediments. As a
result, these initial South Baseline project and Options projects were assessed using rather
conservative assumptions for these properties, particularly with respect to the thickness of
materials and their susceptibility to liquefaction. For some of the Initial South Options, less
conservative (more optimistic) assumptions were used for the characteristics of the Lyall Bay
marine sediments so as to assess the impact of the subsurface conditions on the project
seismic performance and construction costs. Upon completion of the first phase of the study,
it was not feasible to choose between the South Baseline and Options because the cost and
feasibility of these options was based on assumed geotechnical information that needed to
be confirmed via additional subsurface explorations.
As a result, WIAL commissioned AECOM to perform a supplementary geotechnical
investigation, which was performed in order to obtain additional information on the soil
strength and liquefaction potential of the marine sediments in Lyall Bay, as well as confirm
the depth to bedrock (greywacke). Although the extent of the completed investigation was
limited, the information obtained provided further understanding of the marine sediments,
including that the potential for seismic-induced liquefaction of these sediments is very low.
This study concludes that there are feasible design and construction concepts that could be
used to build the project, and provides a framework for the detailed engineering that will be
needed to fully resolve the design and construction issues that have been identified by the
Revision B - November 2015
Prepared for Wellington International Airport Limited Co No.: 396240
Wellington International Airport Limited
Runway Extension Project
Concept Feasibility and Design Report
investigations and assessments carried out to date. As indicated in the Report, the preferred
approach for the Project is a southern extension of the runway into Lyall Bay, with
corresponding project costs (including cost of construction design fees and Airport project
management fees) ranging from $315.1 million to $291.9 million at 95 percent confidence.
The median cost range is $280.4 million to $258.5 million. However, with residual
uncertainty over the characteristics of the subsurface conditions in Lyall Bay, the project cost
with contingency included for potential ground improvement of the marine sediments under
the rock dyke ranges from $335.1 million to $311.9 million at 95 percent confidence. A
detailed geotechnical investigation will be necessary as this project progresses to further
confirm the project preliminary design and construction costs.
All of the proposed designs envisage the construction of a rock dyke around the perimeter of
the runway extension and construction of a reclaimed land platform inside the rock dyke
using dredge and/or land-based fill construction methods. The soils beneath the rock dyke
may need to be improved or removed to provide a firm foundation for the dyke. This will be
confirmed once further geotechnical investigations have been completed. The reclaimed land
platform will undergo settlement. The settlement process must be substantially complete
before the runway and taxiway can be built on it. The settlement process can be accelerated
by placing - then removing - a surcharge fill, with installation of vertical wick drains, and/or
using ground improvement methods. Again, this construction detail will be confirmed once
further geotechnical and detailed design work has been completed.
The 50:1 Obstacle Limitation Surface off the end of the existing runway presents a significant
constraint to construction of the proposed project. This constraint has been addressed within
the Report by considering low headroom construction equipment and performing construction
during night-time hours. These factors will decrease efficiency and increase the cost. An
implicit assumption is that future phases of the project, including detailed design, will further
examine and confirm the interaction between construction and airport operations to achieve
maximum efficiency of both during the construction period.
This Executive Summary should be read in conjunction with the main body of the report so
the reader can fully understand the basis for the information presented in this Report.
1.2 Background
In June of 2014, AECOM (AECOM) New Zealand Limited (as legacy firm URS [URS] New
Zealand Limited) prepared a Preliminary Feasibility Study Report for extending Runway
16/34 to achieve a 2300 metre TORA. This Report is an update of the June 2014 Report and
includes the findings of additional investigations and engineering analyses that have been
completed since the issuance of the Preliminary Feasibility Study Report. One of the key
additional studies performed since the preparation of our original report was a geotechnical
investigation to further characterise the marine sediments in Lyall Bay.
AECOM also prepared (in January of 2015) a Preliminary Construction Methodology Report
for this project. This Report describes the revisions to the construction methodology,
programme and cost that flow from the additional investigations and engineering analyses
mentioned in the previous paragraph.
Section 1.4 of this Report describes the scope of work that was undertaken to prepare the
June 2014 Preliminary Feasibility Study Report and the scope of work completed since.
marine sediments in Lyall Bay. The results of this exploration program were used in January
2015 to develop and estimate the construction cost of a New South Baseline Project and
New South Options 1 through 3.
All of the aforementioned baseline and option projects envisaged the runway extension to be
constructed on a reclaimed land platform. In a parallel study, Nippon Steel & Sumitomo
Metal Corporation (NSSMC) developed an alternative for building a northern runway
extension in Evans Bay on a pile-supported structure. NSSMC also investigated building a
southern pile-supported platform in Lyall Bay, which required a separate breakwater structure
to mitigate the significant uplift forces resulting from the wave energy generated by the 100-
year storm event. The costs of both alternatives were found to be significantly higher that the
reclamation options and therefore were outside the project budget.
As a consolidation of all engineering studies performed to-date, this report addresses the
following baseline and option projects:
1) The North Baseline Project presented in the June 2014 Preliminary Feasibility Study
Report.
2) The Initial South Baseline Project and South Options 1 through 6 from the June 2014
Preliminary Feasibility Study Report.
3) The New South Baseline Project and New South Options 1 through 3 from the January
2015 update and presented herein.
4) The North/South Hybrid Option from the June 2014 Preliminary Feasibility Study Report.
5) The Pile-Supported Structure Options developed by Nippon Steel
The reports referred to above include work to estimate the respective costs of the various
options considered. It is important to note that the estimated construction costs associated
with Items 1, 4 and 5 above were significantly greater than the other options under
consideration. For this reason, these options were not investigated further as they were not
feasible from a budgetary perspective. The continuing engineering focus and majority of the
detail of this Report was directed at further assessment of the engineering options presented
in Items 2 and 3 above. Thus, the focus of this Report is on the options identified in Items 2
and 3.
depth of 6 metres into soft sediments. The primary objective was to investigate depth to
bedrock through probing locations on a roughly 75-metre spacing in a grid pattern. The
results of this task were generalised logs of the sediment profile encountered, derived from
grab samples at various locations and depths throughout the probing.
Task 3: Development of Baseline Projects: This task was composed of the following
subtasks:
Task 5: Development and Costing of Options: The scope of this task was to develop
engineering properties to describe the options developed, and to prepare cost estimates.
The engineering properties of these options were developed by modifying specific elements
WIAL performed detailed reviews of traveller demographics, and determined that a viable
case for long-haul travel exists from WIAL. In addition, WIAL is aware of new entrant airlines
that wish to operate trans-Tasman flights, but are unable to because of the length of the
runway.
WIAL also performed a detailed analysis of known aircraft characteristics to determine the
optimum runway length. This analysis has concluded that extending the runway to a
minimum TORA of 2,300 metres would enable WIAL to handle most Code E aircraft types
with sufficient load capacity to and from Asian and American destinations.
Accordingly, WIAL commenced planning for extending the runway, beginning with an
engineering feasibility study that is summarised in this Report.
2.2 Topography/Bathymetry
In support of the engineering feasibility study, topographic data for the Airport land area and
bathymetry data for Evans and Lyall Bays were provided by WIAL. The data sources used
are shown in Volume 2, Figure G.1.
The data sources included dxf contours for bathymetry adjacent to the shorelines for both the
Evans and Lyall Bay areas; and two txt point files for additional areas in Lyall Bay, but
outside the project area. Also used were topographic shapefiles of the existing ground (land)
contours, existing kerbs, buildings, and pavement markings. These data sources were
merged to develop one fully coordinated Civil 3D model that could be used for both the land
and offshore areas of the project.
Because data were drawn from different sources, extra care was taken to ensure that there
were no discontinuities. For example, the topography and bathymetry data were checked at
the shoreline to confirm consistency. The bathymetry data from different sources were
checked to the extent possible where they are adjacent to each other. These verifications,
although clearly approximate in nature, did not reveal any inconsistencies.
The Civil 3D model of existing topography and bathymetry that resulted from the compilation
of various data sources was used as the basis for the drawings presented in Volume 2, and
also forms the basis of many construction-related quantity calculations upon which the
construction cost estimates were ultimately based. As the project moves into the future
detailed design phase, it is recommended that additional topographic and bathymetric
surveys are performed as validation for the next phase of the project.
2.3 Geotechnical
Prior to undertaking the feasibility Study, existing available geotechnical information for the
project site consisted of the following:
- Offshore (three) and onshore borings on the Evans Bay side of the runway;
- Onshore borings on the Lyall Bay side of the runway, in proximity to the existing tunnel;
- Subsurface geophysical imaging; and
- Geologic reports and documentation.
2.3.1 Field Investigation
To address the lack of geotechnical information in Lyall Bay, AECOM performed a two stage
geotechnical investigation. The first stage of the investigation used underwater air-lancing
equipment within the proposed reclamation area to confirm the near surface material type for
marine sediments and to gauge the approximate extent of shallow bedrock at the southern
end of the runway. The second stage of the investigation consisted of drilling a borehole off
the southern end of the existing runway to confirm marine sediment composition and
characteristics at depth.
Both stages of the investigation are described in more detail in the sections below.
2.3.1.1 Air Lancing
The air lancing program consisted of performing 20 probes within the proposed reclamation
area over a period of 3 days. The objective of the investigation was to probe the marine
sediments and take select subsurface samples to confirm the material type and gradation of
marine sediments. The air-lancing equipment was able to penetrate to a depth of up to 4.5
metres and select bag samples were obtained for Particle Size Distribution testing.
The results confirmed that greywacke bedrock is present at the seafloor close to the southern
end of the existing Airport runway. Where sediments overlay bedrock, the subsoil profile to
4.5 metre depth was found to comprise interbedded sands and gravels. Particle-size testing
on samples retrieved from the lancing indicated that the sands are relatively clean, with fines
contents ranging from 1 to 5 percent and gravel contents from 1 to 23 percent.
However, the air-lancing technique is not capable of determining the in situ density of the
marine sediments, a key parameter to determine the extent to which they are susceptible to
earthquake-induced liquefaction. The investigation was also not able to identify the depth to
greywacke farther away from the end of the runway, particularly in the footprint of the rock
dyke along the southern and western edges of the proposed reclamation. The results of the
investigation are presented in Appendix A.
A summary of the tests undertaken and the full results of the laboratory tests are included in
Appendix A.
2.3.3 Geotechnical Analysis
The geotechnical analysis comprised the following tasks:
- Review of previous available geotechnical data. The locations of previous and new
boreholes are shown in Figure H.0 in Volume 2.
- Development of subsurface profiles for the northern and southern ends of the runway.
The profiles for both ends of the runway are presented in Figure H.1 of Volume 2.
- Estimation of potential short- and long-term settlements.
- Estimation of liquefaction-induced settlements.
The subsurface profile for Evans Bay was largely based on the three (3) borings undertaken
by the Ministry of Works Department in 1978 and published correlations of soil types to
geotechnical properties. The full table of geotechnical properties derived from the desktop
analysis is presented in Appendix B.
Sediment gradation and properties were obtained from the soil boring and air lancing
programs, as well as a seismic profile developed by Davey in 1971, which also provided the
depth to bedrock. It should be noted that there is not a high degree of confidence in the
Davey report. However, the depth to bedrock from the soil boring appeared to correlate well
with the proposed depth to bedrock of the Davey Report.
2.3.4 Settlement
The soil profiles and properties, as well as the analysis methodology used to estimate
settlements, are presented in Appendix B. For Evans Bay, the results of this analysis
indicated maximum settlements ranging from 2.5 to 2.8 metres. The time for 90 percent
consolidation is estimated to be on the order of 2 to 5 years, with approximately 75 percent of
the consolidation occurring in the first year following construction. It is likely that settlement
will occur more quickly than predicted, and the majority of settlement could occur prior to
completion of construction.
At the Lyall Bay end, maximum settlements occurring under the reclamation were estimated
to be about 0.65 metres. Approximately 92 percent of the settlement would be immediate.
The time for 90 percent consolidation settlement is estimated to be 1 to 1.6 years. It is
expected that the settlements can be accommodated within the construction program.
2.3.5 Liquefaction
An assessment of settlement due to liquefaction of the marine sediments underlying the
proposed reclamation was also performed. The soil profiles and properties used, as well as
the analysis methodology used to estimate liquefaction-induced settlements, are presented in
Appendix B.
In Lyall Bay, liquefaction-induced settlements of marine deposits were tested for return
periods of 500, 1,000 and 2,500 years. For all return periods analysed liquefaction was
predicted between 16.5m and 19.5m depth below sea bed. Liquefaction settlement in the
marine deposits below the seabed was estimated to be on the order of 50 to 200mm. At the
Evans Bay end of the runway, liquefaction-induced settlements of the marine sediments
(assuming the runway platform fills are placed above) were estimated to be on the order of
1 metre.
3.1 Seismic
3.1.1 Seismic Ground Motion
Seismic design criteria were developed by performing a site-specific probabilistic seismic
hazards analysis (PSHA). The criteria developed for this project comprise 500-year and
2,500-year design earthquake ground-motion response spectra and time histories for free-
field bedrock conditions. These bedrock ground-motion time histories were used as inputs at
the base of the soil and fill layers for the seismic soil-structure interaction analyses of the
proposed reclaimed land platform. The results of the PSHA are provided in Appendix C.
The peak ground acceleration (PGA) for the 500-year design earthquake has been
determined to be 0.60g, with a PGA of 0.98g for the 2,500-year design earthquake. The
ground response spectra associated with these design events, and suite of ground motion
time histories to match these spectra, are shown in Appendix C.
3.1.2 Seismic Performance Objective
Seismic performance objectives were developed to accompany the 500 year and 2,500 year
design events. Different levels of damage to the runway extension would be expected to
occur for both events. Through discussions with WIAL, it has been determined that the
performance objective for the 500 year design event should match the Airports current post-
disaster operational requirements, which include the Airport being operationalalbeit
possibly with a shortened runwaywhile repairs are made. These requirements include
performing minor repairs to the earthquake-damaged runway, such as filling in cracks and
levelling the landing surface with conventional heavy construction equipment, so that C 130
aircraft can land within 1 to 2 days following the earthquake.
Based on our understanding of C 130 aircraft landing requirements, landing can be
performed on a runway with up to 19 to 20 centimetres of differential settlement between
adjacent pavement sections. It is anticipated that with these criteria, several months of
reconstruction may still be required to reinitiate commercial flight operations. AECOM has
interpreted this objective as meaning no more than 2 metres of lateral displacement and
1 metre of vertical settlement of the rock dyke will occur during the 500 year design event.
For the 2,500 year design event, the performance objective is to have no catastrophic failure
of the perimeter rock dykes surrounding the runway extension. AECOM has interpreted this
to mean that the dyke and reclaimed land platform will remain stable following the 2,500 year
design event; although extensive re-construction will likely be needed before the runway can
be put back into service for commercial operations.
AECOMs experience on other projects suggests that a design meeting the 2 metre lateral
displacement/1 metre vertical criteria for the rock dykes during a 500 year design event is
sufficiently robust to also meet the stability (i.e., no catastrophic failure) criterion for the 2,500
year design event. Therefore, for this project we have focused the seismic analysis work on
the 500 year design event for development of design concepts, but confirmed these concepts
with the 2,500 year design event.
3.2 Wave
The 100 year wave design criteria were developed for runway extensions north into Evans
Bay and south into Lyall Bay. A memorandum summarising this work is provided in
Appendix D.
The criteria for Lyall Bay were derived from an analysis of the annual frequency of
occurrence of maximum height of a single wave; the average height of the highest 10 percent
of waves (H1/10); and the average height of the highest 30 percent of waves, also called the
significant wave height. The 16-year data record from 1998 to 2013 for waves measured at
the Baring Head buoy by the National Institute of Water and Atmospheric Research (NIWA)
was used in the Lyall Bay analysis. For the Evans Bay extension, fetch-limited calculations
were performed based on the extreme sustained wind speeds experienced during the Gisele
ex-tropical cyclone.
The probabilistic analysis of the Baring Head dataset yielded deep-water significant wave
heights, and H1/10 heights of 10.5 metres and 12.5 metres, respectively. Depth limitations in
Lyall Bay, which will induce wave breaking, yield a range of probabilistic significant wave
heights and H1/10 heights for the southern extension in Lyall Bay of 9.5 metres to
10.5 metres.
The 100 year significant wave heights and H1/10 wave heights for the northern extension in
Evans Bay can be expected to be in the range of 1.5 metres to 1.75 metres, and 1.9 metres
to 2.2 metres, respectively.
The basis upon which these criteria were developed is provided in Appendix D.
3.3 Geotechnical
3.3.1 Initial Seismic Deformation Analyses
A series of seismic deformation analyses were performed as part of the alternatives
evaluations for the proposed runway extension schemes extending north into Evans Bay and
south into Lyall Bay. The analyses considered reclamation fills contained by rock dykes
along the perimeter. Seismic stability of the perimeter rock dykes was evaluated using
nonlinear numerical analyses, which included the effects of seismically induced liquefaction
of both the underlying marine sediments and the reclamation fill. The purpose of these
numerical analyses was to determine the dyke configurations (slope, width, etc.) and the
extent of ground improvement required to limit seismic deformations to acceptable limits, for
both 500-year and 2,500-year design earthquakes. The results of the analyses are
presented in Appendix E.
Preliminary design of the rock dykes had to consider the resistance to storm waves and
surges, as well as the stability of the structures, taking into account the underlying weak
marine sediments and the effects of possible liquefaction generated by seismic events. The
approach and development of the design for both the Evans Bay and Lyall Bay rock dykes is
included in Appendix F.
An assessment was made of the suitability of the material at each consented source and the
available volumes from each source.
Sand dredged from the entrance channel to Wellington Harbour appears to offer a suitable
source of sand-dominated bulk fill material that could be delivered to site via pipeline or
barge. The potential volume available is estimated to exceed 1 Mm3 and could be as high
as 3 Mm3.
The Kiwi Point, Belmont, and Horokiwi quarries are jointly capable of providing large volumes
of variably weathered greywacke suitable for bulk fill. The Kiwi Point, Belmont and Horokiwi
quarries are also jointly capable of providing large volumes of highly weathered greywacke
suitable for use as core material. The level of processing that may be required has not yet
been determined.
The local Wellington greywacke quarries should not be relied upon for riprap for this project.
The best-quality riprap source identified is the operating Mt. Burnett dolomite quarry near
Collingwood, Golden Bay, which has previously supplied riprap to Wellington via barge.
A shortlist of fill material sources was prepared giving consideration to the transportation
methods and constraints involved with each fill source. The shortlist is shown in Table 3.5.2
below.
Table 3.5.2 Shortlist of Potential Fill Material Sources
Transportation Method/
Material Type Potential Source
Constraints
Riprap Golden Bay Dolomite quarry Truck 42 km, barge from
Tarakohe (Takaka)
Bulk fill and/or Belmont Quarry, Lower Hutt Road, 28 km; must cross city
riprap Horokiwi Quarry, Lower Hutt Road, 18 km; must cross city
Kiwi Point Quarry, Ngauranga Road, 16 km; must cross city
Bulk fill Wellington Harbour Pipeline or barge (2 to 10 km)
Core material Kiwi Point, Belmont, Horokiwi Road, as above
quarries
Pauatahanui Road, 38 km; must cross city
Hillersden Gravel, Blenheim Truck 35 km to port, barge from
Picton
Moutere Gravel, Nelson Truck 30 km to port, barge from
Nelson
Note:
Trucks site from any of the greywacke quarries will need to pass through residential areas
km = kilometres
In conclusion, the required volumes of the various fill materials are available from a variety of
consented sources in Wellington and the upper south island. Further discussion of the study
results is included in Appendix G.
4.0 Optioneering
4.1 Chronology
This Section 4 presents the optioneering process that was implemented to result in the
preferred option that is presented in Section 5. The process is most easily understood in
terms of the chronology of work that was performed and culminates in this Runway Extension
Project Engineering Feasibility Study Report.
As indicated earlier in this report, WIAL commissioned AECOM (as legacy firm URS) to
prepare a preliminary Runway Extension Project Engineering Feasibility Study Report. This
work, which concluded in June 2014, was initially focused on two options, one which would
extend the runway north into Evans Bay and a second that would extend south into Lyall
Bay. These two options are referred to as the North Baseline Option and the Initial South
Baseline Option, as discussed in more detail below. The June 2014 report also developed
Initial South Options 1 through 6 and a North/South Hybrid Option. These options were
based upon considering a range of assumptions concerning the area and depth of existing
Lyall Bay marine sediments that would need improvement, as well as alternate configurations
for the rock dyke construction and methods for consolidating the reclamation fill. The Initial
South Options and the North/South Hybrid Option are also discussed in more detail below.
In a separate 2014 study, WIAL commissioned Nippon Steel & Sumitomo Metal Corporation
to investigate a runway extension options comprised of a steel pile-supported structural
platform. This design concept is described in Section 4.5 below.
Following completion of the aforementioned additional geotechnical work, the design team
performed further analysis and conceptual design resulting in development of a New South
Baseline project and New South Options 1, 2 and 3. These are described further in Section
4.6 of this report along with a summary of the North and Initial South Baseline and Options
from the June 2014 report.
Although not shown on the drawings, the design and cost estimates include a new temporary
taxiway connector between Taxiway A and Runway 16/34. This feature was included to
facilitate airfield operations during construction should the runway need to be temporarily
shortened.
4.2.2 Aeronautical Ground Lighting and Navigational Aids
The proposed modifications to AGL systems and NAVAIDS are shown in Volume 2,
Figure E1.0 North. The scope of the AGL systems modifications for the north runway
extension option included the following actions:
- Installing new taxiway centreline lights in the additional taxiway portion and lead-in lights
onto the runway;
- Installing new taxiway edge lights on the additional taxiway portion;
- Installing new runway guard lights at the intersection of the extended taxiway and the
new runway end;
- Installing new runway overrun lights;
- Installing new runway edge lights; and
- Reconfiguring runway lighting colour codes along the length of the runway.
The scope of the NAVAIDS systems modifications for the north runway extension option
included the following actions:
- Relocating the existing Runway 34 localizer, localizer shelter, ground checkpoints, and
associated power and communication infrastructure;
- Installing new runway distance remaining signs to delineate the new, longer, usable
pavement. Note: runway distance remaining signs are used to delineate available
pavement, and not the remaining ASDA or LDA;
- Installing new threshold bar at the runways new threshold location;
- Relocating the existing PAPI; and
- Relocating the existing glide slope antenna, shelter, and associated power and
communication infrastructure.
The proposed NAVAIDS modifications and other aspects of the construction for the northern
extension option would have impacts to airfield operations during construction:
- Arrivals on Runway 34 would be impacted for the period of construction during which the
Runway 34 localiser is being relocated;
- The length of Runway 34 may need to be temporarily shortened to accommodate near-
shore construction on the Runway 16 end;
- The length of Runway 16 may need to be temporarily shortened to accommodate near-
shore construction on the Runway 34 end;
- Arrivals on Runway 16 would be impacted for the period of construction during which the
Runway 16 glide slope antenna is being relocated;
- New flight procedures would need to be developed prior to commissioning the new
runway;
- Revised flight procedures may be needed during the construction period; and
- There would be electrical infrastructure installed in areas outside of the civil pavement in
between the runway ends. This would cause runway and taxiway shutdowns during
daytime hours unless all electrical work in this area was limited to night-time closures.
4.2.3 Reclaimed Land Platform Design
The reclaimed fill platform in Evans Bay consisted of the primary components discussed in
the subsections below.
4.2.3.1 Rock Dyke
The rock dyke section proposed for Evans Bay is shown in Appendix F. Key layers of the
rock dykes were as follows:
- Quarry run for the core of the dyke;
- Underlayer over the quarry run on the outside of the dyke, consisting of 150 millimetre
rock fill over the quarry run on the inside slope of the dyke; and
- Primary armour units, consisting of local Greywacke or Dolomite rock of about
2 to 3 tonnes in size.
The wave exposure of the rock dyke in Evans Bay would be far less than that in Lyall Bay,
because Evans Bay is sheltered and has a far shorter wave fetch generation length.
Therefore, the rock dyke system for Evans Bay was not required to be as robust as the Lyall
Bay rock dyke schemes. Recommended materials for each of the above layers are
presented in Appendix F.
4.2.3.2 Improvement of Existing Marine Sediments
Because the rock dyke would be sitting on loose, potentially liquefiable marine sediments, as
well as several soft, compressible clay layers, ground improvement of these sediments would
be necessary for the dyke to meet the seismic performance criteria for the project. Without
ground improvement, these loose soils would experience significant lateral spreading during
the 500 year event, causing excessive lateral displacement and failure of the rock dykes, as
well as large vertical settlements in the reclamation fills immediately behind the dykes.
Soil-structure interaction modelling was performed to evaluate the seismic performance of
the rock dyke system and to develop conceptual ground-improvement schemes. The results
of the modelling are presented in Appendix E. The ground-improvement scheme was
developed to meet the seismic performance criteria described within this Report for a 500
year earthquake, but was also verified with the 2,500 year earthquake performance
requirements. Based on the results, ground improvement has been assumed to consist of 1-
metre diameter stone columns, installed 3 metres on-centre, and extending to the bottom of
the loose marine sediment layers.
Due to the variable depths of the loose, liquefiable marine sediments, the proposed stone
column improvement depths vary. The northern (end) dyke would generally requires stone
column improvement up to 15 to 16 metres below the mudline; whereas the eastern and
western (side) dykes would require stone column improvement up to 30 to 31 metres below
the mudline.
4.2.3.3 Reclamation
For initial design and costing purposes, we have assumed the fill materials used for the
reclamation consist primarily of sandy sediments dredged from the Wellington Harbour
Entrance Navigation Channel. Fill quantities were developed based on the results of
geotechnical consolidation/settlement analyses, as described in Appendix B.
Alternatives sources include upland borrow sites in the Wellington area, as discussed in
Appendix G. It should be noted that the Project may require the use of fill materials from the
upland borrow sites for completion of the reclamation.
4.2.3.4 Improvement of Reclamation Fill
Depending on the placement methods of the reclamation fill materials, improvement of these
materials may have been required for reduction of both static settlements and liquefaction
(seismic)-induced settlements. For the purpose of this study, we have assumed construction
of a surcharge fill on top of the reclamation. Combined with installation of vertical drains (at
about 2 metres on centre), the surcharge fill would accelerate consolidation of the
reclamation fills, resulting in a denser subsurface layer under the runway that would perform
better during an earthquake.
The surcharge and wick drain design criteria were developed based on the results of the
geotechnical analyses and modelling, and previous experiences with marine reclamation
projects similar to this project. The location and height of the surcharge fill would be
constrained by the OLS. It has been assumed that the surcharge fill would not be practical
where the distance from the new runway platform to the existing OLS is less than about 3
metres. Inboard (south) of this location, the reclamation fill would need to be treated via
vibro-compaction. Outboard (north) of this location, the surcharge fill (with wick drains) would
likely be placed to follow the slope of the OLS to reach a maximum height of 7.5 metres, and
remain constant at 7.5 metres to the northern end of the reclaimed land platform.
4.2.4 Roads, Tunnels, and Utilities
The impacts to existing roads and utilities would be much greater for the north runway
extension option, in comparison to the south extension option. Cobham Drive would likely
need to be lowered (by approximately 1.5 metre) and reconstructed in a new vehicular
tunnel. This lowering would provide sufficient space between the roadway and runway/
taxiway surface to allow for: the tunnel design vehicle, structural support for the
runway/taxiway loads, and tunnel services. Volume 2, Figures N2.1, N7.2 and N7.4, show
indicative design concepts that were developed for cost estimating purposes. The existing
roundabout would need to be relocated to the east; see Volume 2, Figures N2.1 and N7.3.
The relocation of the roundabout would require significant excavation into Wexford Hill (see
Figure N2.1 and the section drawn on Figure N4.2 in Volume 2 of this Report), and
stabilisation of the resulting cut slope with rock bolts and shotcrete. For this option, Calabar
Road may require some re-alignment, and underground utilities under Cobham and Corbin
Drives would also need to be relocated.
There are several co-lateral impacts associated with lowering the grade at Cobham Drive:
- There would be no room for fill over the tunnel, so substantial run-on slabs would be
required to mitigate differential settlement of the fill relative to the structure;
- The tunnel may need a pump station or stormwater rising main to meet the New Zealand
Transport Agencys road design criteria, and to avoid backflow problems when storm
events combine with high tide;
- Additional excavation at the Cobham/Calabar roundabout may be needed to match the
lower level (even if vehicles can start climbing as they exit the tunnel); and
- There is a greater maximum height for the Calabar Road retaining walls.
The following north-side utilities would potentially be impacted:
- 33,000 V Cable;
- 11,000 V Cable;
- DC Cable;
- Fibre-Optic Line;
- 100 millimetre PE Gas Line;
- Stormwater Lines;
- Sewer Line Rising Main;
- Water Main Line; and
- Communications Line.
In addition to the cost of road and utility reconstruction (which will not be trivial), the
relocation of north-side roads and utilities would likely create significant traffic congestion,
and constrain Airport access during construction.
The various project elements discussed in this section apply to the South Baseline project ,as
well as all south project options.
4.3.1 Airfield Civil
The airfield civil design for the South Baseline Project is shown in Volume 2, Figures S1.0,
S2.0, and S2.1. The design is based on providing a minimum 2,300 metre TORA and
150 metres of full-strength pavement beyond the declared end of the both runways 16 and
34. For this design, there would be no modifications proposed for the Runway 16 end.
The Runway 34 end would feature a displaced landing threshold. The proposed
configuration is shown in Volume 2, Figures S2.0 and S3.1.
The longitudinal profile of the Runway 34 southern extension option would maintain the
grade of the existing runway (+0.37 percent) to the new proposed end of the runway. From
this point, the grade of the RESA would slope downward to minimise reclamation fill.
Typical runway and taxiway pavement sections are shown in Volume 2, Figures S7.0 and
S7.1. The pavement sections are indicated for costing purposes. Pavement sections are
based on existing conditions plus limited supplemental pavement design, based on fleet mix
data provided by WIAL and experience with similar runway/taxiway systems.
The geometry of the runway/taxiway extensions has been designed to accommodate Code E
aircraft. A preliminary layout was prepared to illustrate the geometry needed for Code F
aircraft, but this was abandoned due to its significant increase on the size of the reclaimed
land platform. However, this would not preclude use of the airfield by Code F aircraft. Code
F aircraft could still use the airfield, albeit with special operational procedures in place.
Although not shown on the drawings, the design and cost estimates include a new temporary
taxiway connector between Taxiway A and Runway 16/34. This feature was included to
facilitate airfield operations during construction should the runway need to be temporarily
shortened.
4.3.2 Aeronautical Ground Lighting and Navigational Aids
The proposed modifications to Aeronautical Ground Lighting (AGL) systems and Navigational
Aids (NAVAIDS) are shown in Volume 2, Figure E1.0 South. The scope of the AGL
systems modifications for the south runway extension option includes the following actions:
- Installing new taxiway centreline lights in the additional taxiway portion, and lead-in lights
onto the runway;
- Installing new taxiway edge lights on the additional taxiway portion;
- Installing new runway guard lights at the intersection of the extended taxiway and the
new runway end;
- Installing new runway overrun lights;
- Installing new runway edge lights; and
- Reconfiguring the runway lighting colour codes along the length of the runway.
The scope of the NAVAIDS systems modifications for the south runway extension option
included the following actions:
- Relocating the existing Runway 16 localizer, localizer shelter, ground checkpoints, and
associated power and communication infrastructure;
- Installing new runway distance remaining signs to delineate the new, longer, usable
pavement. Note: runway distance remaining signs are used to delineate available
pavement, and not the remaining Accelerate Stop Distance Available (ASDA) or Landing
Distance Available (LDA);
- Installing new threshold bar at the runways new threshold location;
- Relocating the existing Precision Approach Path Indicator (PAPI); and
- Relocating the existing glide slope antenna, shelter, and associated power and
communication infrastructure.
The proposed NAVAIDS modifications and other aspects of the construction for the south
extension option would have the following impacts to airfield operations during construction:
- Arrivals on Runway 16 would be impacted for the period of construction during which the
Runway 16 localiser is being relocated;
- The length of Runway 16 may need to be temporarily shortened to accommodate near-
shore construction on the Runway 34 end;
- The length of Runway 34 may need to be temporarily shortened to accommodate near-
shore construction on the Runway 34 end;
- Arrivals on Runway 34 would be impacted for the period of construction during which the
Runway 34 glide slope antenna is being relocated;
- New flight procedures would need to be developed prior to commissioning the new
runway;
- Revised flight procedures may be needed during the construction period; and
- There would be electrical infrastructure installed in areas outside of the civil pavement
between the runway ends. This would cause runway and taxiway shutdowns during
daytime hours unless all electrical work in this area is limited to night-time closures.
4.3.3 Reclaimed Land Platform Design
The reclaimed fill platform in Lyall Bay consists of the primary components discussed in the
subsections below.
The above rock dyke scheme is a robust system that would be necessary to provide
protection from the southern ocean storm waves and storm surges, and avoid repeating
previous failures of the shoreline protection system that have occurred at the Lyall Bay end of
the existing runway. Recommended materials for each of the above layers are presented in
Appendix F.
The components described above comprise a full-section rock dyke that was proposed for
the South Baseline project, as well as some of the South Options. Alternatively, some of the
South Options included a two-stage rock dyke as a cost-saving measure. The primary
difference is that the two-stage rock dyke would replace a portion of the quarry run core with
reclamation fill materials (such as sandy sediments dredged from the Wellington Harbour
Entrance Navigation Channel). The two-stage rock dyke is illustrated in the geotechnical
analyses results included in Appendix E.
4.3.3.2 Improvement of Existing Marine Sediments
Because the rock dyke could be sitting on loose, potentially liquefiable marine sediments,
ground improvement of these sediments may be necessary for the dyke to meet the seismic
performance criteria for the project. If this is the case, without ground improvement, these
loose, liquefiable soils could experience significant lateral spreading during the 500 year
design earthquake event, causing excessive lateral displacement that would compromise the
rock dykes, as well as large vertical settlements in the reclamation fills immediately behind
the dykes.
As mentioned elsewhere in this report, the engineering properties of the marine sediments in
Lyall Bay are not well known. In addition, although the depth to greywacke is relatively well
known close to the end of the runway (based on prior investigations and the air lancing
performed as part of this project), the depth to greywacke is not known under the southern
and western edges of the reclamation. However, the depth to greywacke was identified at
one location from the soil boring program and this appears to correlate quite well with the
Davey interpretation for depth to bedrock (see Appendix B).
For the initial analyses, which were performed prior to performing the soil boring program,
assumptions were needed concerning the depth of sediments that are susceptible to
earthquake-induced liquefaction. It was assumed that the boundary between liquefiable and
non-liquefiable sediments in Lyall Bay was 50 percent of the distance from the mud line to
the greywacke, based on the Davey interpretation; i.e., the upper half of the marine
sediments are susceptible to liquefaction. Additional analyses also evaluated less
conservative assumptions (i.e. shallower depths) for the depth to greywacke.
a pedestrian/services tunnel adjacent and connected to the southern side. Figure S7.2 in
Volume 2 shows an indicative design to accomplish these objectives. However, it is
assumed that the existing tunnel would not need to be modified to incorporate this feature.
The following underground utilities may be impacted by the south runway extension. The
construction cost estimate has included an allowance to either protect in place or relocate
these utilities.
- Telecom Duct;
- 11,000-V Cable;
- 400-V Cable;
- Stormwater Lines;
- Dual 180-millimetre Concrete-Encased Steel Sewer Line Rising Main;
- 200-millimetre Water Main; and
- Gas Line.
4.3.5 Sewer Outfall
Figure S3.0 in Volume 2 (among other figures) shows the rock dyke being constructed over
the existing sewer outfall. Initial calculations show that the pipeline is strong enough to
withstand the increased loading from the reclamation. However, greater stresses from
dumping of rock dyke materials could be placed upon the outfall during construction. In
addition to this, settlement of up to 400mm could occur in the marine sediments along the
pipeline alignment. The marine sediments in the vicinity of the pipeline could potentially be
grouted (improved) to reduce settlements.
Options for pipeline protection include:
- Realignment of the outfall pipeline. The pipeline could be realigned either outside the
reclamation footprint or within the reclamation itself. If installed within the reclamation, a
determination would need to be made whether the pipeline could be installed during
construction of the reclamation or after completion of construction.
- Providing a cover over the pipeline to protect it from dumped dyke materials and shield it
from increased over burden pressures.
Approximately 500m of pipe will be affected by the reclamation. If the pipe is to be relocated
outside of the reclamation, design and installation of Y-structures would be required to tie into
the existing outfall and possibly temporary shutdowns to cut over to the new pipeline.
For the purposes of this study, we have assumed the outfall pipeline would be protected-in-
place. The pipeline is concrete-lined steel pipe with a concrete weight-coat around the
outside, and is therefore structurally strong. Protection would be provided to avoid impact
damage during construction and post-construction settlements. Precast concrete units could
be fitted around the pipeline, with compressible material attached to the underside of the
panel to allow the overburden stresses on the panels to be supported beyond the limits of the
outfall pipe. More detail on protection options for the sewer outfall are provided in Section 6
of this Report.
Initial work performed by NSSMC evaluated a pile-supported structure at the southern end of
the runway, based on the geotechnical, seismic and wave design criteria developed by
AECOM (as presented in Appendices A through E) indicated that the 100 year H1/10 Lyall
Bay wave heights of between 9.5 and 10.5m would result in uplift forces acting on the
underside of pile-supported structure exceeding the weight of the structure by between 20 to
30 times, thus requiring either significant engineering and/or substantial breakwaters to
mitigate this uplift effect. The cost for this option could not be estimated without performing
additional studies to determine the requirements for a separate breakwater.
NSSMC also investigated a northern pile-supported option, again based on the geotechnical
information developed by AECOM. Although a northern option was determined to be
possible, without the need for the additional breakwater structures as required for the
southern option, an estimated cost for this option on the order of NZ$1 billion was determined
to be uneconomic compared to the traditional land reclamation options.
The primary drivers for this high cost were the materials required to resist the corrosion
effects of the harsh marine environment specifically stainless steel piles and a titanium
underdeck. Lesser grade alternatives would have yielded a cheaper initial price, however the
operational maintenance costs over the life of the structure would have been significant.
Based on the high cost for the northern pile-supported structure, no additional studies were
performed to further evaluate either option.
alternative are also shown in the soil-structure interaction modelling results presented in
Appendix E.
1. Alternative 1 North Baseline
a. Full-section rock dyke
b. Ground improvement (using stone columns) under the entire footprint of the
rock dyke extending to the greywacke
c. Meets project seismic performance objective
d. Dredged material for reclamation fill
e. Vibrocompaction and surcharging with vertical wick drains for improvement of
the reclamation
2. Alternative 2 Initial South Baseline
a. Full-section rock dyke
b. Ground improvement (using stone columns) under the entire footprint of the
rock dyke extending to the greywacke
c. Meets project seismic performance objective
d. Dredged material for reclamation fill
e. Vibrocompaction and surcharging with vertical wick drains for improvement of
the reclamation
3. Alternative 3 Initial South Option #1
a. Two-stage rock dyke
b. Ground improvement (using stone columns) under the entire footprint of the
rock dyke extending to the greywacke
c. Meets project seismic performance objective
d. Dredged material for reclamation fill
e. Vibrocompaction and surcharging (without vertical wick drains) for
improvement of the reclamation
4. Alternative 4 Initial South Option #2
a. Two-stage rock dyke
b. Ground improvement (using stone columns) under the entire footprint of the
lower stage of the rock dyke extending to the mid-point (halfway) between the
sea floor and greywacke (this assumption results in a reduction in the depth to
which the stone columns are installed)
c. Meets project seismic performance objective
d. Dredged material for reclamation fill
e. Vibrocompaction and surcharging (without vertical wick drains) for
improvement of the reclamation
5. Alternative 5 Initial South Option #3
a. Two-stage rock dyke
b. Ground improvement (using stone columns) under the entire footprint of the
rock dyke extending to a quarter of the way between the sea floor and
Stage F: Place balance of core rock, trim and place internal batter geotextile and
150 millimetre rock lining, and outer batter underlayer and armour.
Stage G: Commence installation of wick drains to reclamation. Once 50 percent of the area
is completed, commence construction of surcharge.
Stage H: Once surcharging is complete, remove surcharge to pavement subgrade using one
5,000 tonne barge, one tug, one 988 loader, and one conveyor. Construct airfield drainage,
pavements, and install navigation lighting, etc.
4.7.2 South Baseline Project
A preliminary construction programme and methodology for the South Baseline Project is
provided in Appendix J. Similar construction methodologies would be used for the South
Options Projects, as well as the south portion of the North/South Hybrid Option. The
following is a summary of the major stages of construction.
Stage A: Install stone columns beneath rock wall. Commence installation of stone columns
from start of eastern/western seawalls (existing land) and 1/3 along the rock dyke working
outwards into deeper water.
Stage B: Once stone columns are sufficiently advanced, commence installation of stone
blanket over stone columns and adjacent filter layer on seabed and secondary armour layer
over seabed filter layer. Backhoe dredge trim all rock to final profile.
Stage C: Once stone blanket, seabed filter layer, and secondary armour over seabed filter
are sufficiently advanced, commence installation of core rock for rock dyke. Remove existing
Akmon armour units in the immediate vicinity where land-based operations have
commenced. This will be carried out initially via split-hopper barges, and road trucks and
dozer from land.
Stage D: Progressively place filter layer to outside of core batter, and trim to profile. Trim top
of core material to obtain filter profile to complete placement of filter material.
Stage E: Place primary armour to toe; secondary armour over batter filter layer; followed by
outer primary armour to batter. Progressively recover existing Akmon armour units to place
on outside of new eastern rock dyke.
Stage F: Complete core and filter to top surface, and then place secondary armour and
primary armour top (horizontal) layers. Leave out accropodes immediately adjacent to
precast concrete wall location.
Stage G: Fabricate geotextile into large panels and roll onto mandrel. Fix geotextile to top of
rock dyke and roll down the batter.
Stage H: Establish dredge pipes, and pick up point for dredge. Commence reclamation from
end of existing runway working outwards toward the southern rock wall, relocating discharge
point progressively. Once entire reclamation is filled, relocate dredge discharge point to end
of existing runway again, and place final dredged layers to finished grade.
Stage I: Once reclamation is complete, place precast concrete wave wall units (3 metre-long
precast units ~30 tonnes each) using crawler crane. Place final accropodes in position
adjacent to the precast structure. Place precast drain and graded gravel surface, etc., to top
surface of precast concrete wave wall units.
Stage J: Commence installation of wick drains to reclamation. Once 50 percent of an area
is completed, commence construction of surcharge. Perform vibro-compaction of
reclamation fills in northern portion of reclamation.
Stage K: Once surcharging is complete, remove surcharge to pavement subgrade using one
5,000 tonne barge, one tug, one 988 loader, and one conveyor. Construct airfield drainage,
pavements, and install navigation lighting, etc.
of the most likely unit costs. For the maximum cost range, we assigned the larger value of
either 110 percent of the unit cost rates received from the Leighton analysis (which were
generally higher than unit cost rates received from other sources) or 110 percent of the most
likely unit cost rate.
The @Risk software was used to perform the Monte Carlo simulation calculations. Five
thousand (5,000) simulations were performed for both the South Baseline and North Baseline
projects, at which stable statistics were achieved (i.e., performing additional simulations
would not significantly change the results).
The results from the process described above are probabilistic distributions of construction
costs. The results for the Initial Project Baselines and Options are provided in Appendix K.
Key results from the initial cost analyses were extracted and are shown in Table 4.8.1 below.
Table 4.8.1 Cost Summary for Initial Baseline and Option Projects
The values stated in Table 4.8.1, and those provided in Appendix K, are based on 2014
New Zealand Dollars. These values represent the expected project costs; that is, the cost of
the construction contract plus allocations for design and Airport management fees.
4.8.2 Costs for Initial Baseline and Option Projects
As indicated in Table 4.8.1, the Initial North and South Baseline projects (Project Alternatives
1 and 2, respectively) did not meet the project objective with respect to the expected cost
being approximately NZ $300 million. With this result, the project was re-examined to
determine the conditions that would be needed to arrive at a project that approached the NZ
$300 million target.
The first consideration was the elimination of the North Baseline project (Project Alternative
1), with it being significantly more expensive that the Initial South Baseline project (Project
Alternative 2). The primary cost drivers for the North Baseline project (compared to the Initial
South Baseline) are:
- The elevation of the runway end above the level of Evans Bay,
- Water depths in Evans Bay increase rapidly offshore and become rather deep at the end
of the runway, and
- The marine sediments in Evans Bay being quite thick and relatively unconsolidated, and
- The need to relocate Cobham Drive in a tunnel and underground services.
All of these factors (except Cobham Drive) lead to a more massive reclaimed land platform
and rock dyke and the need for more ground improvement of the existing marine sediments.
With focus on the Lyall Bay extension, a series of options (Initial South Alternatives 1 through
6; Project Alternatives 3 through 8, respectively) were developed along with a North/South
Hybrid Option (Project Alternative 9). See Appendix H for details. These options represent
a combination of value engineering, revised assumptions concerning soil properties, and less
conservative expectations for seismic performance.
With respect to value engineering, the changes to the Initial South Baseline project (Project
Alternative 2) applied to Initial South Option 1 (Project Alternative 3) are the introduction of a
two-staged rock dyke rather than a full-section rock dyke, and the elimination of the wick
drains. As indicated in Table 4.8.1 and in Appendix H, these changes minimally impact the
seismic performance of Initial South Option 1 (Project Alternative 3), in comparison to the
Initial South Baseline project (Project Alternative 2). Therefore, Initial South Option 1 (Project
Alternative 3) is a viable alternative to the Initial South Baseline project (Project Alternative
2). The concept of a two-stage rock dyke and elimination of wick drains has been
implemented for Initial South Options 2 through 6 (Project Alternatives 4 through 8) and
North/South Hybrid Option (Project Alternative 9).
Initial South Options 2 through 6 (Project Alternatives 4 through 8) all rely on accepting less
conservative assumptions of the Lyall Bay soil conditions. The specifics of these
assumptions are provided in Section 4.6 and Appendix H. In general terms, these
assumptions result in a reduction of the depth of loose, potentially liquefiable marine
sediments under the rock dyke that requires improvement. South Options 2, 3, and 4
(Project Alternatives 4, 5 and 6) accomplish soil improvement using stone columns, the same
technique considered for the Initial South Baseline project (Project Alternative 2) and Initial
South Option 1 (Project Alternative 3). However Initial South Option 5 and 6 (Project
Alternatives 7 and 8) introduce value engineering suggestions to accomplish soil
improvement by removal and replacement of unsuitable soils with rock (Initial South Option
5; Project Alternative 7), and by vibro-compaction (Initial South Option 6; Project Alternative
8).
The seismic performance of Initial South Options 2 and 3 (Project Alternatives 4 and 5) are
compliant with the project seismic performance objectives and might be considered as viable
alternatives on this basis. However, the viability of Initial South Options 2 and 3 (Project
Alternatives 4 and 5) is conditioned on assumed soil conditions, which would need to be
confirmed.
Initial South Options 4 through 6 (Project Alternatives 7 through 9) all carry two conditions
that need to be considered to judge their viability. One condition is the assumption of
improved soil conditions that would need to be confirmed. The second condition is the
acceptance of the fact that (even with the assumed improved soil conditions) the seismic
performance of these options is not comparable to the seismic performance of the Initial
South Baseline project and Initial South Options 1 and 2 (Project Alternatives 1, 2 and 3).
Note that the two-stage dyke of Project Alternatives 4 and 5 have ground improvement under
the entire footprint of the lower stage of the rock dykes. These options have acceptable
seismic performance. Project Alternatives 6, 7 and 8 also have two-stage rock dykes, but
with partial ground improvement under the lower stage of the rock dykes; these Project
Alternatives do not have acceptable seismic performance. Thus, we have assessed the
viability of the two-stage rock dyke concept depends on the extent of ground improvement
that is applied to its foundation.
The North/South Hybrid Option (Project Alternative 9) uses the two-stage rock dyke and the
elimination of wick drains, the same as the other South options. Noteworthy is the fact that
the southward extension for this option is 75 metres shorter than the other South options,
and this means the thickness of the potentially liquefiable soils under the rock dyke are
reduced compared to the other South options. The repositioning of the rock dyke for this
North/South Hybrid Option (Project Alternative 9) allows a reduction in the depth of loose,
potentially liquefiable marine sediments requiring improvements, and a reduction in the
number and length of stone columns. However, the northern portion of this option introduces
significant costs that tend to overwhelm the cost savings achieved on the southern end. The
cost drivers for the northern end of North/South Hybrid Option (Project Alternative 9) are the
elevation of the runway end above the level of Evans Bay and the need to build the runway
on a bridge structure over Cobham Drive.
Several conclusions can be drawn from the data presented in Table 4.8.1 and Appendix H.
First is elimination from further consideration of the Initial North Baseline project (Project
Alternative 1) because of cost. Second is that Initial South Options 1 and 2 (Project
Alternatives 3 and 4) may be viable alternatives to the Initial South Baseline project (Project
Alternative 2), depending on the outcome of future subsurface investigations. North/South
Hybrid Option (Project Alternative 9) appears to present no advantages when compared to
other alternatives. Considering Initial South Options 3 through 6 (Project Alternatives 5
through 8), we would judge that Initial South Options 4, 5, and 6 (Project Alternatives 6, 7
and 8) are possibly too optimistic, depending on the results of further subsurface
investigations to confirm the assumed soil conditions upon which they are based. Also, the
seismic performance of Initial South Options 4, 5, and 6 (Project Alternatives 6, 7 and 8) is
marginal for the 500 year earthquake event. Acceptance of any one of these options would
require careful consideration of the risk of earthquake damage, in comparison to the cost to
mitigate the risk.
Initial South Options 1, 2 and 3 (Project Alternatives 3, 4 and 5) have good seismic
performance. The assumed soil conditions for Initial South Option 3 (Project Alternative 5)
might not be confirmed by further investigation, but those of Initial South Option 2 (Project
Alternative 4) are more likely to be confirmed.
Table 4.8.2 Cost Summary for New South Baseline and Option Projects
Revision B - November 2015
Prepared for Wellington International Airport Limited Co No.: 396240
Wellington International Airport Limited
Runway Extension Project
Concept Feasibility and Design Report 40
The values stated in Table 4.8.2 are based on 2014 New Zealand Dollars. These values
represent the expected project costs; that is, the cost of the construction contract plus
allocations for design and Airport management fees.
From a cost perspective, the results presented within this Report clearly favour Lyall Bay.
With limited site-specific geotechnical data, this study initially considered a range of
assumptions concerning the extent of ground improvement for the marine sediments in Lyall
Bay, which influenced the initial estimation of the project cost. Although the supplemental
geotechnical investigation performed during this project seemed to indicate competent
subsurface marine sediments that do not require ground improvement for seismic
performance of the rock dyke, the investigation data is limited and may not represent the
subsurface conditions for the entire project site. However, with a better understanding of the
subsurface conditions within Lyall Bay, the costs for the New South Baseline and Option
Projects range from $315.1 million to 291.9 million at 95 percent confidence, with median
costs ranging from $280.4 million to $258.5 million.
In consideration for the continuing uncertainty over the subsurface conditions in Lyall Bay, a
contingency cost ($20 million) for ground improvement under the rock dykes was
incorporated into the new project costs. At 95 percent confidence, the project cost with this
contingency ranges from $335.1 million to $311.9 million. It should be noted that the
contingency amount is based on the presumption that future soils investigation may result in
the need for ground improvement (stone columns) under the rock dyke. However, the
contingency should be carried as mitigation against this and other potential project risks that
have not yet been fully characterised.
The key design criteria, indicative construction programme, key design and construction
parameters of the Project are discussed in the sections below.
primary armour to batter. Progressively recover existing Akmon armour units to place on
outside of new eastern rock dyke.
- Stage F 13 months: Complete core and filter to top surface, and then complete
placement of secondary armour and primary armour top (horizontal) layers. Leave out
accropods immediately adjacent to precast concrete wall location.
- Stage G 1 month: Fabricate geotextile into large panels and roll onto mandrel. Fix
geotextile to top of rock dyke and roll down the batter.
- Stage H 5 months: Construction reclamation using locally dredged material and
marine-based equipment. Alternatively, up to 18 months using land-based (and possibly
marine based) equipment and land-based fill material: For the marine-based method,
establish pumping connections and locations for off-load of the dredged material from
marine-based equipment, as well as flow discharge points from reclamation. Commence
reclamation from end of existing runway working outwards toward the southern rock
dyke, relocating flow discharge points as needed. Once entire reclamation is filled, place
final dredged layer to finished surface level. For the land-based method, place fill across
the east-west width of the reclamation and progress in a southerly direction, starting at
the southern end of the existing land.
- Stage I 3 months: Once reclamation is complete, place precast concrete wave wall
units (3-metre-long precast units ~30 tonnes each) using crawler crane. Place final
(primary armour) accropodes in position adjacent to the precast structure. Place precast
drain and graded gravel surface to top surface of precast concrete wave wall units.
- Stage J 1 month for installation of vertical wick drains and, if performed, 10 months for
surcharge including 8 months for consolidation: Commence installation of wick drains to
reclamation. Once 50 percent of an area is completed, commence construction of
surcharge, if required. Alternatively, perform ground improvement (such as
vibrocompaction) of reclamation fill materials.
- Stage K - 10 months: If surcharge fill placed, remove surcharge. Construct airfield
drainage, pavements, and install navigation lighting, etc.
approval for some of the construction activities to penetrate the OLS during the airports
operational hours, provided visibility is adequate and flight operations can continue to occur
without compromising safety.
7.0 Limitations
AECOM New Zealand Limited (AECOM, including legacy firm URS Corporation) has
prepared this Report in accordance with the usual care and thoroughness of the consulting
profession for the use of Wellington International Airport Limited (WIAL), Except as required
by law, no third party may use or rely on this Report unless otherwise agreed by AECOM in
writing.
To the extent permitted by law, AECOM expressly disclaims and excludes liability for any
loss, damage, cost or expenses suffered by any third party relating to or resulting from the
use of, or reliance on, any information contained in this Report. AECOM does not admit that
any action, liability or claim may exist or be available to any third party.
The report is based on generally accepted practices and standards at the time it was
prepared. No other warranty, expressed or implied, is made as to the professional advice
included in this Report.
It is prepared in accordance with the scope of work and for the purpose outlined in the
Contract titled Agreement for Engagement of Consultant, Wellington International Airport
Limited, URS New Zealand Limited, Phase 1 Civil Engineering Services for Consenting the
Extension of Runway 16/34 and the subsequent contract titled Agreement for Engagement
of Consultant, Wellington International Airport Limited, URS New Zealand Limited, Phase 2
Civil Engineering Services for Consenting the Extension of Runway 16/34.
Where this Report indicates that information has been provided to AECOM by third parties,
AECOM has made no independent verification of this information except as expressly stated
in the Report.
AECOM assumes no liability for any inaccuracies in or omissions to that information.
This Report should be read in full. No responsibility is accepted for use of any part of this
Report in any other context or for any other purpose or by third parties.