Agenda Item
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 |
||||||||
|
|
|
||||||||
Staffing Impact: |
No |
# of Positions: |
Sole Source: No |
|||||||
Current Fiscal Year Revenue: N/A
|
||||||||||
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