Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        ASR Control  08-002287

 

MEETING DATE:

01/27/09

legal entity taking action:

Board of Supervisors

board of supervisors district(s):

2

SUBMITTING Agency/Department:

John Wayne Airport   (Approved)

Department contact person(s):

Alan L. Murphy (949) 252-5183 

 

 

 

 

 

Subject:  P201 - Terminal C - Advertise for Bids

 

      ceo Concur

County Counsel Review

Clerk of the Board

Concur

Approved Agreement to Form

Consent Calendar

 

 

3 Votes Board Majority

 

 

 

    Budgeted: N/A

Current Year Cost: N/A

Annual Cost: N/A

 

 

 

    Staffing Impact: No

# of Positions:

Sole Source: N/A

    Current Fiscal Year Revenue: N/A

    Funding Source: Airport Construction Fund 281: 100%

 

    Prior Board Action: Minute Order dated 6/19/07 award Terminal C Design & Construction Phase Services; Minute Order dated 11/18/08 adopt the list of pre-qualified general contractors & subcontractors to bid on Terminal C

 

RECOMMENDED ACTION(S)

 

 

1.

Find that: (i) Final EIR 582 and Addendum 582-1, as revised by Final Supplemental EIR 582, previously certified on June 25, 2002, accepted on December 10, 2002, and certified on October 19, 2004, respectively, have been examined in relation to the proposed project; (ii) the proposed project's environmental effects were fully analyzed and disclosed in these CEQA documents and the proposed project would not have any environmental effects beyond those analyzed and disclosed in these environmental documents; (iii) no further CEQA compliance is required for the proposed project.

 

2.

Adopt the plans and specifications on file at the Administration Offices of John Wayne Airport for construction of the Terminal C Project.

 

3.

Authorize the Airport Director or his designee to sign the plans and specifications for the County.

 

4.

Find that the specific brands or trade names identified in the specifications and this ASR  are designated in order to match other materials, products, things or services in use at John Wayne Airport.

 

5.

Authorize the Airport Director or his designee to solicit bids from the pre-qualified general contractors (approved by the Board), with a bid opening date of March 18, 2009 at 2:00 pm.

 

6.

Authorize the Airport Director to extend the bid opening date, if necessary, up to 60 days.

 

 

 

 

 

SUMMARY:

 

John Wayne Airport requests that the Board of Supervisors (i) approve the plans and specifications for the Terminal C Project; (ii) authorize the Airport Director or his designee to sign the plans and specifications; (iii) find that the specific brands or trade names identified in the specifications, and in the attached Notice Inviting Bids, are designated in order to match other materials, products, things or services in use at John Wayne Airport; (iv) authorize the solicitation of bids from the pre-qualified general contractors, with a bid opening date of March 18, 2009 at 2:00 pm; and (v) authorize the Airport Director to extend the bid opening date, if necessary, up to 60 days.

 

PROJECT:

 

The Terminal C Project is one of the major components of the Airport Improvement Program.  Terminal C will be a multi-level building comprising a total area of approximately 282,000 square feet and will include six bridged gates for commercial aircraft and facilities for commuter aircraft.  The project will also include interior renovations of the existing Terminals A and B.

 

 

 

BACKGROUND INFORMATION:

 

John Wayne Airport (JWA) is currently implementing an Airport Improvement Program (AIP) which includes the construction of Terminal C, a new multi-level terminal building with six new commercial passenger gates, new security checkpoints, baggage screening capacity enhancements, and new commuter aircraft facilities.  The Airport Improvement Program also includes the construction of a new parking structure and a central plant.

 

On June 19, 2007, the Board approved an Architect-Engineer (A-E) agreement with Gensler to perform the design and construction phase services for the Terminal C project and the deconstruction of the existing B1 Parking Structure.  Terminal C will be constructed on the location of the B1 Parking Structure once it is deconstructed.  The Board awarded a contract for the deconstruction of the B1 Parking Structure to Nuprecon, LP on June 03, 2008, and the deconstruction effort is currently underway.   JWA anticipates that it will request Board authorization to award a construction contract for the Terminal C project in June, 2009.

 

On November 18, 2008, the Board approved a list of seven (7) pre-qualified general contractors and sixty-one (61) pre-qualified subcontractors to bid on the Terminal C Project.

 

The pre-qualified general contractors authorized to bid on this project are:

 

1.

Clark Construction Group-California, L.P., Costa Mesa, CA

2.

Hensel Phelps Construction Co., Irvine, CA

3.

Hunt Construction Group, Inc., Irvine, CA

4.

McCarthy Building Companies, Inc., Newport Beach, CA

5.

PCL Construction Services, Inc., Glendale, CA

6.

Turner Construction Company, Anaheim, CA

7.

Whiting Turner Contracting Company, Irvine, CA

 

The pre-qualified subcontractors authorized to bid on this project are:

 

Electrical: CA License-C10            

1.

Anderson & Howard Electric, Inc., Irvine, CA

2.

Baker Electric, Inc., Escondido, CA

3.

Bergelectric Corporation, Costa Mesa, CA

4.

Briggs Electric, Inc., Tustin, CA

5.

CSI Electric Contractors, Inc., Santa Fe Springs, CA

6.

Cupertino Electric, Inc. Santa Fe Springs, CA

7.

Helix Electric, Inc., San Diego, CA

8.

KDC Inc.; dba Dynalectric, Los Alamitos, CA

9.

Morrow Meadows Corporation, City of Industry, CA

10.

Neal Electric Corp., dba: Nealelectric, Inc., Poway, CA

11.

Rosendin Electric, Inc., Santa Fe Springs, CA

12.

Sage Electric Company, Chatsworth, CA

13.

Sasco, Fullerton, CA

14.

Steiny and Company, Inc., Los Angeles, CA

 

Elevators: CA License-C11

1.

Mitsubishi Electric and Electronics USA, Inc., Cypress, CA

2.

Schindler Elevator Corporation, Costa Mesa, CA

Mechanical & Plumbing: CA License C4, C20, and C36

1.

A.O. Reed & Co., San Diego, CA

2.

ACCO Engineered Systems, Inc., Glendale, CA

3.

Critchfield Mechanical, Inc., Costa Mesa, CA

4.

HPS Mechanical, Inc., Bakersfield, CA

5.

Murray Plumbing and Heating Corporation, Rancho Dominguez, CA

6.

Pacific Rim Mechanical Contractors, Inc., Santa Ana, CA

7.

University Marelich Mechanical, Inc., Anaheim, CA

 

Mechanical: CA License-C20                   

1.

Circulating Air, Inc., North Hollywood, CA

2.

Couts Heating and Cooling, Inc., Corona, CA

3.

Control Air Conditioning Corporation, Anaheim, CA

4.

Key Air Conditioning Contractors, Inc., Santa Fe Springs, CA

5.

Superior Air Handling, San Francisco, CA

 

Plumbing: CA License-C4 and C36                                                                                                     

1.

Pan-Pacific Plumbing Co., Irvine, CA

2.

DK Mechanical Contractors, Inc., Anaheim, CA

 

Metal Roof: CA License-C39 and C43    

1.

Best Contracting Services, Inc., Gardena, CA

2.

CMF, Inc. Orange, CA

3.

Crowner Sheet Metal Products, Inc., Baldwin Park, CA

4.

EMS Construction, Inc., Vista, CA

5.

Phl Inc.; dba VNSM, Carson, CA    

 

Structural Steel: CA License-C51          

1.

Beck Steel, Inc., Lubbock, TX         

2.

Gayle Manufacturing Co. Inc., Woodland, CA

3.

Schuff Steel Company, San Diego, CA

4.

SME Steel Contractors, Inc., Roseville, CA

5.

The Herrick Corporation, Fountain Valley, CA

6.

W&W Steel Company, Laguna Hills, CA

 

Stone Finishes: CA License-C29 or C54                           

1.

Carrara Marble Co of America, Inc., City of Industry, CA

2.

Cleveland Marble, L.P., Orange, CA

3.

Columbia Stone, Inc., Tualatin, OR

4.

Corradini Corp., Fountain Valley, CA

5.

Italian Marble & Tile Co., Inc., Sylmar, CA

6.

Inland Pacific Tile, Inc., San Bernardino, CA

7.

J. Colavin & Sons, Inc, Los Angeles, CA

8.

Kretschmar & Smith, Inc., Riverside, CA

9.

Paramount Tile, Inc. Corona, CA     

10.

Premier Tile & Marble, Monterey Park, CA

11.

SMG Stone Company, Inc. Sun Valley, CA

 

Window Wall: CA License-C17                                                                                                  

1.

Architectural Glass & Aluminum Company, Irvine, CA

2.

Best Contracting Services, Inc., Gardena, CA

3.

Carmel Architectural Sales, Anaheim, CA

4.

Enclos Corp., San Juan Capistrano, CA

5.

Environmental Interiors, Inc., Hudson, NH

6.

Giroux Glass, Inc., Los Angeles, CA

7.

Heinaman Contracting Glazing, Inc., Lake Forest, CA

8.

Tower Glass, Inc. Santee, CA

9.

Woodbridge Glass, Inc., Tustin, CA

 

Pursuant to California Public Contract Code Section 3400(b)(2), the County of Orange is required to find that the following materials, products, things or services are designated by respective and specific brands or trade names in order to match other materials, products, things or services in use at John Wayne Airport either completed or currently in the course of completion:

 

 

Specification

Description

Manufacturer

09 68 16

sheet carpeting

Mannington

23 09 00

HVAC instrumentation and controls

Siemens

26 09 13

 

electrical power monitoring and controls

Square D

26 32 13

engine generators

Caterpillar

27 20 00

data communications equipment

Cisco

27 28 00

 

common-use passenger processing systems

to match Terminals A & B

27 29 00

 

multi-user flight information display systems

to match Terminals A & B

37 41 10

audio systems

IED

28 10 00

security systems

Software House

28 11 00

closed circuit television system

PELCO

28 31 11

digital addressable fire alarm system

Edwards

 

CEQA COMPLIANCE:

 

Final EIR 582, Addendum 582-1 and Final Supplemental EIR 582, previously certified on June 25, 2002, accepted on December 10, 2002, and certified by the Board on October 19, 2004, respectively, have been prepared for the Settlement Agreement Amendment and Settlement Amendment Implementation Plan (“proposed project”). Your Board is required to examine the subject project to determine whether its environmental effects were fully analyzed and disclosed in these previous CEQA documents and whether the subject project would have any environmental effects beyond those analyzed and disclosed in the previous environmental documents.  If your Board concurs, no further CEQA compliance is required as noted in Recommended Action #1.

 

 

 

FINANCIAL IMPACT:

 

N/A

 

STAFFING IMPACT:

 

N/A

 

EXHIBIT(S):

 

Exhibit A: Notice Inviting Bids
Exhibit B: Affidavit of Publication