Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        ASR Control  19-000924

 

MEETING DATE:

09/24/19

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 

 

 

Lawrence G. Serafini (949) 252-5270

 

 

Subject:  Award Contract for Terminal Utilities and Seat Power Improvements Project

 

      ceo CONCUR

County Counsel Review

Clerk of the Board

Concur

Approved Agreement to Form

Discussion

 

 

3 Votes Board Majority

 

 

 

    Budgeted: Yes

Current Year Cost: $8,999,185

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%

County Audit in last 3 years: No

 

 

    Prior Board Action: 07/16/2019 #2

 

RECOMMENDED ACTION(S):

 

 

1.

Adopt the list of prequalified contractors to bid on the Terminal Utilities and Seat Power Improvements Project.

 

2.

Award and execute a construction contract with GB Construction, Inc. dba Golden Bear Construction Co. for the Terminal Utilities and Seat Power Improvements Project, in the amount of $8,999,185 for a term of 168 calendar days from the contract award date.

 

3.

Authorize return of bid guarantees to all bidders upon execution of the contract.

 

 

 

 

SUMMARY:

 

Awarding a construction contract to GB Construction, Inc. dba Golden Bear Construction Co. for the Terminal Utilities and Seat Power Improvements Project will allow John Wayne Airport to provide utility infrastructure to future concession sites and electrical power for holdroom seating at the Thomas F. Riley Terminal.

 

 

 

BACKGROUND INFORMATION:

 

The Terminal Utilities and Seat Power Improvements Project (Project) will establish a utility infrastructure network for future concession sites throughout Terminals A, B and C. In addition, the Project will provide convenience power outlets at approximately 1,600 seats within gate holdrooms where physically feasible. This project will further John Wayne Airport's (JWA) mission of delivering a superior guest experience to its traveling public.

 

JWA plans to add several new concession sites throughout Terminals A, B and C to provide guests with more diverse options when choosing vendors at JWA. The sites will vary in type but will include quick-serve food outlets, dine-in restaurants, coffee shops and retail stores. The future vendors will be selected under a separate Request for Proposal (RFP) and evaluation process, after which JWA will establish concession contracts with selected vendors. Phase I of the Concession Development Program RFP has just been completed. The vendors will be allowed to design and construct their concession sites once JWA and the Board of Supervisors (Board) approve their design concepts.

 

JWA also plans to increase the number of convenience power outlets at gate holdroom seating clusters. Currently, only 11 percent of holdroom seating, or approximately 370 seats, feature power outlets for guest use. JWA’s goal is to increase the availability of power outlets to 50 percent of holdroom seating, or approximately 1600 seats, effectively providing convenience power outlet capability at every other seat within a seating cluster.

 

Pursuant to Section 6.1 of the County of Orange Design and Construction Procurement Policy Manual, JWA publicly advertised a Request for Prequalification, in order to establish a list of prequalified prime contractors that would be eligible to bid on the Project.

 

On July 16, 2019, the Board authorized the Airport Director to advertise the Project, to prequalify bidders utilizing a streamlined process and to solicit bids from prequalified bidders with a bid opening date of August 7, 2019.

 

On July 29, 2019, JWA received prequalification submittals from seven potential contractors. Of these respondents, the following firms met the prequalification requirements (listed in alphabetical order):

 

1.

GB Construction, Inc. dba Golden Bear Construction Co. (GB Construction)

2.

Metro Builders & Engineers Group, Ltd.

3.

New Dynasty Construction Co.

4.

Newman Midland Corp.

5.

PCL Construction Services, Inc.

6.

Snyder Langston, LLC.

 

On August 7, 2017, three bids were received and opened by Clerk of the Board representatives. The following listing summarizes the Final Engineer's Estimate and the bids received:

 

GB Construction

$  8,999,185

Metro Builders & Engineers Group, Ltd.

$  9,911,796

Engineer's Estimate

$10,019,351

Snyder Langston, LLC.

$14,970,330

 

GB Construction is the lowest responsive and responsible bidder with the bid amount of $8,999,185. The bid is approximately 10.7%, or $1,020,166, below the engineer’s estimate of $10,019,351. This difference is within the Engineer’s Estimate’s added contingency and escalation amounts, which totals $1,023,301. A comparison of the work without factoring in the contingency and escalation shows that the total construction value in the Engineer’s Estimate is $8,996,051 and GB Construction’s total construction value is $8,999,185, a difference of $3,134 or 0.03%.

 

GB Construction has completed numerous renovation, rehabilitation, modernization, improvement and new build projects ranging up to $24 million, primarily in the residential housing market in Los Angeles County. In addition, it has completed similar work in municipal buildings, such as libraries, schools, community centers and police stations for various jurisdictions within Los Angeles County.

 

Department staff have conducted due diligence on GB Construction. Reference checks were conducted and completed with Garden Grove Unified School District, Skid Row Housing Trust, Restore Neighborhood Los Angeles and Clifford Bears Housing regarding similar projects. All reference checks returned satisfactory evaluations and ratings.

 

JWA seeks Board approval to award the construction contract to GB Construction, the lowest responsive and responsible bidder, in the amount of $8,999,185.

 

This contract includes subcontractors. See Attachment C for information regarding subcontractors and Contract Summary Form. 

 

Compliance with CEQA:  The proposed project was previously determined to be Categorically Exempt from the California Environmental Quality Act pursuant to Section 15301 (Class 1) of the CEQA Guidelines which provides for the exemption of repairing or maintaining existing facilities on July 16, 2019, when it was originally approved.

 

 

 

 

FINANCIAL IMPACT:

 

Appropriations for the Project are included in the FY 2019-20 Budget for Airport Construction Fund 281.

 

The construction contract contains language that allows JWA to terminate the contract, reduce the level of services or scope of work and/or renegotiate the levels of services or scope of work to be provided.

 

 

 

STAFFING IMPACT:

 

N/A

 

ATTACHMENT(S):

 

Attachment A - Construction Contract
Attachment B - Bid Recap Sheet and Evaluation Forms
Attachment C - Contract Summary Form