Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        ASR Control  23-000463

 

MEETING DATE:

06/27/23

legal entity taking action:

Board of Supervisors

board of supervisors district(s):

5

SUBMITTING Agency/Department:

OC Public Works   (Approved)

Department contact person(s):

Joseph Seybold (714) 667-4921 

 

 

Charlene Reynolds (949) 252-5183

 

 

Subject:  Award Contract for John Wayne Airport Vertical Conveyance Systems Improvements

 

      ceo CONCUR

County Counsel Review

Clerk of the Board

          Concur

Approved Agreement to Form

Discussion

 

 

3 Votes Board Majority

 

 

 

    Budgeted: N/A

Current Year Cost:   N/A

Annual Cost: FY 2023-24 $8,181,840
FY 2024-25 $8,181,840
FY 2025-26 $2,623,018

 

 

 

    Staffing Impact:

No

# of Positions:            

Sole Source:   No

    Current Fiscal Year Revenue: N/A

   Funding Source:     See Financial Impact Section

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 the provisions of CEQA, Class 1 (Existing Facilities), Class 2 (Replacement or Reconstruction), Class 3 (New Construction or Conversion of Small Structures) pursuant to CEQA Guidelines, Sections 15301, 15302 and 15303.

 

2.

Award a contract to Swinerton Builders to provide Design and Construction Services for the John Wayne Airport Vertical Conveyance Systems Improvements Phase 1 for a Guaranteed Maximum Price of $18,986,698, which includes Phase I - Design Services and Pre-Construction Phase Services and Phase II - Construction Phase Services, effective upon Board of Supervisors approval, to be completed within 892 calendar days of the effective date of the Notice to Proceed.

 

3.

Authorize the Director of OC Public Works or designee to execute the contract with Swinerton Builders.

 

4.

Authorize the Director of OC Public Works or designee to amend the contract, in substantially the same form, for approval of Guaranteed Maximum Price phases, with the condition that the total sum does not exceed $18,986,698.

 

SUMMARY:

 

Award of a contract to provide Design and Construction Services for the John Wayne Airport Vertical Conveyance Systems Improvements Phase 1 will replace escalators 1-6 in Terminals A and B, which were installed in 1990 and will improve safety, reliability and access.

 

 

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 Vertical Conveyance Systems Improvements Phase 1 (Project) includes the demolition and replacement of escalators 1-6 in Terminals A and B, which were installed in 1990. The Project includes, but is not limited to, demolition of all equipment, steps, trusses, pits, cladding, handrails, balustrades and end modules; demolition of adjacent building and finishes, where necessary, to accommodate new escalator dimensions, including nearby walls, glazing and other areas that potentially interfere with demolition of the existing escalators and installation of the new escalators; demolition of the pits on the lower level to expand the pit size for larger seismic movement criteria to install new slip joints at the lower end; installation of new escalators, including, but not limited to, all equipment, steps, trusses, pits, cladding, handrails, balustrades and end modules; restoration of building components, including glazing and finishes; and installation of new seismic slip joints in expanded pits.

 

On January 20, 2023, OC Public Works issued a Request for Qualification documents for the Project through the County online bidding system. One contractor, Swinerton Builders (Contractor), responded and was pre-qualified to submit a proposal in response to the County's subsequent Request for Proposals (RFP).

 

On March 28, 2023, OC Public Works issued an RFP for the Project to the Contractor. The RFP was advertised on the County online bidding system. The Contractor submitted a proposal, which was deemed responsive. The evaluation panel consisting of five people from OC Public Works scored the proposal. See Attachment D for the Summary of Evaluators’ Scoring.

 

OC Public Works is procuring Design and Construction Services (Services) for this Project in accordance with the 2020 Design and Construction Procurement Policy Manual (DCPM), Section 5. The Orange County Preference Policy is not applicable to contracts procured in accordance with the DCPM.

 

Requirements of Title 2 of the Code of Federal Regulations (CFR), part 200 and Section 200.317-200.326 of the Federal Aviation Administration (FAA) Airport Improvement Plan and 49 CFR Part 26, Participation by Disadvantage Business Enterprises in Department of Transportation Programs, apply to this proposed contract award.

 

OC Public Works is recommending the Board of Supervisors (Board) award Contract MA-280-23011440 (Contract) to the Contractor for Services for the Project, effective upon Board approval, for a Guaranteed Maximum Price (GMP) of $18,986,698. This GMP is to be completed within 892 calendar days of the effective date of the Notice to Proceed (NTP). OC Public Works is recommending the Board delegate authority to the Director of OC Public Works or designee to amend the Contract, in substantially the same form, for approval of GMP phases, with the condition that the total sum does not exceed $18,986,698.

 

After receipt of the NTP for Phase 1, the Contractor shall initiate design, comply with all design submission requirements as covered under the Contract's General Conditions and obtain County review of each submission. The Design and Construction Critical Path schedule shall contain separate GMPs. Phase I shall include Design and Pre-Construction Services. Phase II shall include Construction Phase Services, including construction work and any other additional work.

 

The Contractor’s license number was verified as current and active through the Contractors State License Board and Department of Consumer Affairs database on February 14, 2023. A copy of the verification is on file.

 

OC Public Works has conducted due diligence on the Contractor. Reference checks were satisfactory and completed with Aviation PM Consulting and SC Consulting regarding similar Projects/Services.

 

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

 

Compliance with CEQA: The proposed Project is categorically exempt from the provisions of CEQA Class 1, (Existing Facilities), Class 2 (Replacement or Reconstruction), Class 3 (New Construction or Conversion of Small Structures) pursuant to CEQA Guidelines, Sections 15301, 15302 and 15303, which provides for the exemption of the repair or maintenance of existing facilities involving negligible or no expansion of the existing use. The proposed Project entails the demolition and replacement of escalators 1-6 within Terminals A and B to improve safety, reliability and access.

 

 

FINANCIAL IMPACT:

 

Appropriations for this Contract are included in Fund 281, Airport Construction, FY 2023-24 Budget and will be included in the budgeting process for future years. The Contract may be partially funded by grants from the FAA.

 

The Contract referenced in this agenda staff report 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

 

REVIEWING AGENCIES:

 

John Wayne Airport

 

ATTACHMENT(S):

 

Attachment A - Contract MA-280-23011440 with Swinerton Builders
Attachment B - Corporate Resolution
Attachment C - Contract Summary Form 
Attachment D - Memorandum of Recommendation and Evaluation Ranking Summary
Attachment E - Summary of Evaluators Scoring
Attachment F - Citations from Code of Federal Regulations