Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        ASR Control  23-000837

 

MEETING DATE:

12/19/23

legal entity taking action:

Board of Supervisors

board of supervisors district(s):

5

SUBMITTING Agency/Department:

OC Public Works   (Approved)

Department contact person(s):

James Treadaway (714) 667-9700 

 

 

Charlene Reynolds (949) 252-5183

 

 

Subject:  Approve Contract for Airport Terminal Electrical Distribution Upgrades

 

      ceo CONCUR

County Counsel Review

Clerk of the Board

          Concur

Approved Agreement to Form

Discussion

 

 

3 Votes Board Majority

 

 

 

    Budgeted: Yes

Current Year Cost:   See Financial Impact Section

Annual Cost: N/A

 

 

 

    Staffing Impact:

No

# of Positions:            

Sole Source:   No

    Current Fiscal Year Revenue: N/A

   Funding Source:     Fund 281: 100%

County Audit in last 3 years: No

   Levine Act Review Completed: Yes

 

    Prior Board Action:         N/A

 

RECOMMENDED ACTION(S):

 

 

1.

Find that the project is categorically exempt from CEQA, Class 1 (Existing Facilities) pursuant to CEQA Guidelines Section 15301.

 

2.

Approve a contract with Swinerton Builders to provide Pre-Construction Phase Services for the John Wayne Airport Terminal Electrical Distribution Upgrades Project, for a Maximum  Contract Price of $14,194,585, effective upon execution of all necessary signatures.

 

3.

Authorize the Director of OC Public Works or designee to execute the Pre-Construction Phase Services contract with Swinerton Builders.

 

 

 

 

SUMMARY:

 

Approval of the contract for Pre-Construction Phase Services for the John Wayne Airport Terminal Electrical Distribution Upgrades Project will modernize John Wayne Airport's Terminal complex electrical distribution system, which includes replacing aging switchgear and unit substations, providing provision for future microgrid/load shedding controls and monitoring system and modifying emergency distribution systems.

 

 

 

BACKGROUND INFORMATION:

 

John Wayne Airport (JWA), located approximately 35 miles south of Los Angeles, between the cities of Costa Mesa, Irvine and Newport Beach, is owned and operated by the County of Orange (County) and is the only commercial service airport in Orange County. JWA’s service area includes more than three million people within the 34 cities and unincorporated areas of Orange County. In 2022, approximately 11.3 million passengers were served.

 

The proposed JWA Terminal Electrical Distribution Upgrades Project (Project) proposes to replace the aging main terminal medium-voltage switchgear and the five unit substations - one in Terminal A, two in Terminal B, one in Parking A2 and one in Parking B2, which have over 20 years of use and are ending their design life. The 12 kilovolt distribution for the terminals will be re-fed from the new switchgear to the unit substations. In addition, the existing emergency systems will be upgraded to replace old air traffic service (ATS) in Terminals A and B and to separate emergency (life safety) loads from other loads per California Electrical Code Article 700.5(D) in Terminal A, Terminal B, Parking A2 and Parking B2, which currently have emergency power systems and ATS serving a combination of emergency and standby loads

 

On April 4, 2023, OC Public Works issued a Request for Proposal (RFP) for Construction Manager At- Risk Pre-Construction Services (Services) the Project. The RFP was advertised in several industry publications and on the County online bid system. One proposal was received and deemed responsive. The evaluation panel composed of members from OC Public Works scored the responsive proposal. See Attachment C for Memorandum of Recommendation and Evaluation Ranking Summary.

 

Contractors

Rank

Swinerton Builders

1

 

OC Public Works is procuring Services for this Project in accordance with the 2020 Design and Construction Procurement Policy Manual (DCPM), Section 3. The Orange County Preference Policy is not applicable to contracts procured in accordance with the DCPM.

 

OC Public Works is recommending the Board of Supervisors (Board) approval of Contract MA-080-24010644 (Contract) with Swinerton Builders (Contractor) for Services for the Project, for a Maximum Contract Price of $14,194,585, which is composed of Guaranteed Maximum Price (GMP) No. 1 for Pre-construction Services in the amount of $1,794,585 and an allotment for additional GMP’s for procurement of long lead-time equipment and additional site investigations, effective upon execution of all necessary signatures. Upon substantial completion of the design by the Architect-Engineer and negotiation of a GMP for construction services with the Contractor, OC Public Works will return to the Board for award of the construction services contract.

 

The Contractor's license number was verified as current and active through the California Contractors State License Board database on May 26, 2023. A copy of the verification is on file. The Contractor is based in Contra Costa County.

 

An analysis was conducted to determine the cost/benefit of contracting out versus providing Services in-house. Based on this analysis, OC Public Works has determined that contracting for Services was required as the specialized engineering expertise needed to complete the work is currently unavailable utilizing in-house staff.

 

OC Public Works has conducted due diligence on the Contractor. Reference checks were satisfactory and completed with SC Consulting, Paslay Group and Long Beach Airport regarding similar Projects.

 

This Contract includes subcontractors. See Attachment B for Contract Summary Form.

 

Compliance with CEQA: The proposed Project is Categorically Exempt (Class 1) from the provisions of CEQA pursuant to CEQA Guidelines Section 15301, because the Project includes maintenance and repair of a public facilities and mechanical equipment, involving negligible expansion of the existing use.

 

 

 

FINANCIAL IMPACT:

 

Appropriations for this Contract are included in Fund 281, Airport Construction Fund, FY 2023-24 Budget and will be included in the budgeting process for future years. The Contract will be completed in phases and encumbered accordingly up to the Maximum Contract Price of $14,194,585.

 

The proposed Contract includes a provision stating the Contract may be terminated for convenience of the County upon less than seven days written notice to the Contractor and upon 10 days written notice to the Contractor prior to the effective date of the termination for cause without penalty to the County.

 

 

 

STAFFING IMPACT:

 

N/A

 

REVIEWING AGENCIES:

 

John Wayne Airport

 

ATTACHMENT(S):

 

Attachment A - Contract MA-080-24010644 with Swinerton Builders
Attachment B - Contract Summary Form
Attachment C - Memorandum of Recommendation and Evaluation Ranking Summary
Attachment D - Summary of Evaluators' Scoring