Agenda Item AGENDA STAFF REPORT 19 ASR
Control 21-000844 |
||
MEETING DATE: |
11/16/21 |
|
legal entity taking action: |
Board of Supervisors |
|
board of supervisors
district(s): |
2 |
|
SUBMITTING
Agency/Department: |
John Wayne Airport
(Approved) |
|
Department contact person(s): |
Barry A. Rondinella (949) 252-5183 |
|
|
Kevin B. Flynn (949) 252-6038 |
|
Subject: Approve Amendment Number One
with JBT AeroTech Corporation
ceo CONCUR |
|
Clerk of the Board |
||||||||
Concur |
Approved Agreement to Form |
Discussion |
||||||||
|
|
3 Votes Board Majority |
||||||||
|
|
|
||||||||
Budgeted: Yes |
Current Year Cost:
$1,955,096 |
Annual Cost:
FY 2022-23 $2,318,020 |
||||||||
|
|
|
||||||||
Staffing Impact: |
No |
# of Positions:
|
Sole Source:
No |
|||||||
Current Fiscal Year Revenue: N/A
|
||||||||||
Prior Board Action: 5/19/2020
#31, 12/04/2018 #28 |
||||||||||
RECOMMENDED ACTION(S):
1. |
Authorize the County Procurement Officer or authorized Deputy to execute Amendment Number One to renew and amend Contract with JBT AeroTech Corporation for Terminals A, B and C Passenger Boarding Bridges and Baggage Handling System Maintenance Services in an amount not to exceed $4,273,116 commencing January 14, 2022, through January 13, 2023, for a revised cumulative contract total amount not to exceed $16,334,663. |
2. |
Pursuant to Contract Policy Manual Section 3.3-113, authorize the County Procurement Officer or authorized Deputy to exercise a contingency contract cost increase, not to exceed a total of 10 percent of the Contract amount for the first year of the Contract, for the entire term of the Contract, including renewals, and within the scope of work set forth in the Contract. The use of this contingency contract cost increase is subject to approval requirements established by the County Procurement Officer. |
SUMMARY:
Approval of Amendment Number One to renew the contract for Terminals A, B and C Passenger Boarding Bridges and Baggage Handling System Maintenance Services will help ensure the safety and security of the traveling public when using John Wayne Airport aviation facilities.
BACKGROUND INFORMATION:
On December 18, 2018, the Board of Supervisors (Board) approved Contract MA-280-19010940 (Contract) with John Bean Technologies Corporation dba JBT AeroTech Services for Terminals A, B and C Passenger Boarding Bridges (PBB) and Baggage Handling System (BHS) maintenance services. On May 19, 2020, the Board approved the Assignment, Novation and Consent Agreement to transfer and assign the Contract for services with John Bean Technologies Corporation dba JBT AeroTech Services to JBT AeroTech Corporation (JBT), effective August 1, 2019.
The Contract provides maintenance and on-site emergency technician response for John Wayne Airport's (JWA) BHS and PBBs and associated components. Both of these major equipment systems are mission-critical elements of a modern, busy commercial service airport.
The BHS allows the Transportation Security Administration (TSA) to meet their 100 percent checked baggage screening requirement by ensuring that all checked-in baggage are adequately screened.
JWA's BHS consists of both inbound and outbound lines. The BHS includes 16,000 linear feet of conveyor belt that carries baggage from the curbside and ticket counter check-in areas, through the TSA baggage screening room and out to six baggage carousel units in the secure operating area of the terminal adjacent to the commercial aircraft gates. Also included in the baggage system are seven baggage claim carousels utilized by passengers in the arrivals area of the terminal building and the belt segments that feed these carousel units.
JWA also operates 20 PBBs, also known as Passenger Loading Bridges, that are utilized by aircraft when parked at the gates. Each PBB includes a NOVA baggage slide/wheelchair lift, a fixed preconditioned air unit, connections for potable water and a 400 Hz electrical ground power unit. The successful operation of PBBs is critical to ensuring the high aircraft turnaround rates required to maintain air carrier flight schedules.
JWA is recommending Board approval to authorize the County Procurement Office or authorized Deputy to execute Amendment Number One to renew the Contract for a term of one year, effective January 14, 2022, through January 13, 2023, in an amount not to exceed $4,273,116, with the same scope of services, terms and conditions. As shown in the table below, JBT is requesting a cost escalation of six percent over the third year fixed cost (Routine Maintenance and Repairs) from the first Contract term. This cost increase is directly attributable to anticipated prevailing wage increases paid to the BHS and PBB technicians, as this Contract is subject to California Prevailing Wage Law.
This Contract is the first renewal term as approved in the original three-year term. JWA will be returning to the Board for approval of the second and final renewal term in the fall of 2022.
JBT |
Original
Three-Year Term |
Proposed
renewal |
||
Contract Item |
Total Three Year Term |
Year Three |
One-Year Renewal |
|
Routine Maintenance and Repairs |
$10,711,547 |
$3,605,868 |
$3,823,116 |
|
Additional Repairs/Parts Replacement |
$1,350,000 |
$450,000 |
$450,000 |
|
Total |
$12,061,547 |
$4,055,868 |
$4,273,116 |
|
Performance
Metrics:
JWA uses a Computerized Maintenance Management System to issue JBT’s service work orders. There are 140 Preventative Maintenance (PM) items assigned to JBT at various frequencies (bi-monthly, monthly, quarterly, semi-annually and annually) throughout the Contract term. These PM tasks encompass specialty servicing and routine maintenance of the BHS and PBB equipment. The following chart summarizes JBT’s performance in the completion of the assigned tasks. Under this agreement, JBT is responsible for completing these PM tasks, providing on-call emergency response service on a 24 hours a day/seven days per week basis, and performing daily system startup inspections and testing.
BHS/PBB Performance Metrics |
|||
Tasks |
Assigned (07/01/2020 –
06/30/2021) |
Completed (07/01/2020 – 06/30/2021) |
Percentage |
BHS Monthly PM |
72 |
72 |
100 |
BHS Quarterly PM |
12 |
12 |
100 |
BHS Semi-annual PM |
8 |
8 |
100 |
BHS Annual PM |
2 |
2 |
100 |
PBB Monthly PM |
36 |
36 |
100 |
PBB Quarterly PM |
8 |
8 |
100 |
PBB Semi-annual PM |
2 |
2 |
100 |
The Contractor’s performance has been confirmed as at least satisfactory. JBT has provided responsive, on-site service to remedy unanticipated issues and performs effective preventive maintenance in a timely manner to protect JWA’s investments in critical BHS and PBB equipment. JWA has verified there are no concerns that must be addressed with respect to the Contractor’s ownership/name, litigation status or conflicts with County interests.
The Orange County Preference Policy (OCPP) was not applicable as the OCPP was not in effect when the Services were solicited in 2018. This Contract includes subcontractors. See Attachment C for the Contract Summary Form.
Compliance with CEQA: The proposed project was previously determined to be Categorically Exempt from CEQA pursuant to section 15301 (Class 1) of the CEQA Guidelines, on December 4, 2018, when it was originally approved because the amendment involves the operation, maintenance, and repair of existing public facilities with no expansion of existing use. The proposed project is still consistent with this determination.
FINANCIAL IMPACT:
Appropriations for this Contract are included in Fund 280, Airport Operating Fund, FY 2021-22 Budget and will be included in the budgeting process for future years.
The Contract referenced in this agenda item contains language that permits reductions or termination of the Contract immediately and without penalty if approved funding or appropriations are not forthcoming.
STAFFING IMPACT:
N/A
ATTACHMENT(S):
Attachment A – Amendment Number One to Contract
MA-280-19010940 with JBT AeroTech Corporation
Attachment B – Redline to Contract MA-280-19010940 with JBT AeroTech
Corporation
Attachment C – Contract Summary Form