21
Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T . ,, Approved by: C t ' G. dry, Deputy Ex lUtive Director Y Reviewed by: Robert Gilbert, Chief Development Officer - Chief Executive Officer Meeting Date: 1/18/2018 CAO Review: Completed Pending N/A Reviewed for Date Approval Status By Finance 1/4/2018 NY N NA RW CEQA 1/2/2018 I NY N JH Procurement I 01/05/18 NY ON End MT Guest Experience I 01/09/18 I NY ON 1 AW Strategic Planning I 1/2/18 NY ON I KV SUBJECT: Award a Design-Build Contract to Austin Commercial, LP for the Terminal Cores and Automated People Mover Interface Project at Los Angeles International Airport. Authorization to award a Two-Phase Design-Build contract to Austin Commercial, LP for an amount not to exceed $336,531,000 for comprehensive engineering, design, demolition, preconstruction and construction services for the Terminal Cores and Automated People Mover Interface Project at Los Angeles International Airport. RECOMMENDATIONS: Management RECOMMENDS that the Board of Airport Commissioners: 1. ADOPT the Staff Report. 2. DETERMINE that this action is exempt from the California Environmental Quality Act pursuant to Article III, Class 1(18)(c) of the Los Angeles City CEQA Guidelines. 3. FIND that the work can be performed more economically or feasibly by an independent contractor than by City employees. 4. FURTHER FIND that the proposal from Austin Commercial, LP represents the lowest ultimate cost (as defined in Charter Section 371) to the City than any other responsive proposal submitted. Page 1 Terminal Cores and APM Interface Project

REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

Los Angeles World Airports

REPORT TO THE

BOARD OF AIRPORT COMMISSIONERS

T . ,,

Approved by: C t ' G. dry, Deputy Ex lUtive Director Y

Reviewed by: Robert Gilbert, Chief Development Officer

- Chief Executive Officer

Meeting Date:

1/18/2018

CAO Review:

Completed

Pending

N/A

Reviewed for 1 Date Approval Status By Finance 1/4/2018

1 NY N NA RW

CEQA 1/2/2018 I NY N JH

Procurement I 01/05/18 NY ON End MT

Guest Experience I 01/09/18 I

NY ON 1 AW

Strategic Planning I 1/2/18 NY ON I KV

SUBJECT: Award a Design-Build Contract to Austin Commercial, LP for the Terminal Cores and Automated People Mover Interface Project at Los Angeles International Airport.

Authorization to award a Two-Phase Design-Build contract to Austin Commercial, LP for an amount not to exceed $336,531,000 for comprehensive engineering, design, demolition, preconstruction and construction services for the Terminal Cores and Automated People Mover Interface Project at Los Angeles International Airport.

RECOMMENDATIONS:

Management RECOMMENDS that the Board of Airport Commissioners:

1. ADOPT the Staff Report.

2. DETERMINE that this action is exempt from the California Environmental Quality Act pursuant to Article III, Class 1(18)(c) of the Los Angeles City CEQA Guidelines.

3. FIND that the work can be performed more economically or feasibly by an independent contractor than by City employees.

4. FURTHER FIND that the proposal from Austin Commercial, LP represents the lowest ultimate cost (as defined in Charter Section 371) to the City than any other responsive proposal submitted.

Page 1

Terminal Cores and APM Interface Project

Page 2: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

5. FURTHER FIND that the award of contract is in compliance with Los Angeles City Ordinance No. 183585 effective May 26, 2015.

6. APPROVE the award of a contract for an amount not to exceed $336,531,000 to Austin Commercial, LP for Design-Build Services for the Terminal Cores and Automated People Mover Interface Project at Los Angeles International Airport, subject to change order authority by the Chief Executive Officer, as necessary.

7. FURTHER APPROVE a budgeted owner's contingency in the amount of $50,480,000. This contingency can only be utilized through change orders authorized by the Chief Executive Officer or the Board as outlined below.

8. AUTHORIZE the Chief Executive Officer to approve and execute change orders to the contract up to the budgeted owner's contingency of $50,480,000 provided that prior execution of any change order in excess of $500,000, the Board of Airport Commissioners shall first have reviewed and authorized the execution thereof, and such authorization shall have become final pursuant to the Charter Section 373.

9. APPROPRIATE capital funds in the amount of $129,306,000 for Phase 1 of the project; mobilization, design, and preconstruction. LAWA will return to the Board upon the acceptance of each Guaranteed Maximum Price (GMP) work package, and request appropriation of the associated funds at that time.

10. AUTHORIZE the Chief Executive Officer to execute the contract with Austin Commercial, LP upon its approval as to form by the City Attorney and further approval by the Los Angeles City Council.

DISCUSSION:

1. Purpose

The purpose of the five-year contract award to Austin Commercial, LP is to obtain comprehensive engineering, design, demolition, preconstruction and construction services to carry out the Terminal Cores and Automated People Mover (APM) Interface Project at Los Angeles International Airport (LAX). This Project will support the Landside Access Modernization Program (LAMP) by designing and constructing new facilities with vertical circulation "cores" (i.e. elevators, escalators and stairs) to connect passengers from the new Automated People Mover (APM) stations and pedestrian walkways into the existing Tom Bradley International Terminal (TBIT) and Terminals 5 and 6, and upgrade the existing vertical circulation core at Terminal 7. The Project will also provide interior commercial space to offer revenue-generating opportunities and enhance the functional capacities of the terminals.

2. Prior Related Actions

April 16, 2015 - Resolution No. 25681 The Board requested the Los Angeles City Council to consider and approve an ordinance to allow use of Alternate Project Delivery Methods and Competitive Sealed Proposal Selection Process (CSPSP) for Design-Build (DB), Design-Build-Finance- Operate and Maintain (DBFOM) and Construction Manager at Risk (CMAR) contracts for

Page 2 Terminal Cores and APM Interface Project

Page 3: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

select Capital Improvement Projects (CIP) related to the Landside Access Modernization Program (LAMP) at Los Angeles International Airport (LAX). On May 26, 2015 the City Council approved Ordinance No. 183585 authorizing the use of alternate project delivery methods as requested, Council File 14 -0987.

July 13, 2017 - Resolution No. 26293 The Board of Airport Commissioners (Board) authorized the release of a RFP to solicit a Design-Build contractor for the Terminal Cores and APM Interface Project at LAX using CSPSP and Alternative Delivery methods.

3. Current Action

Staff requests the Board to approve a five-year contract to Austin Commercial, LP for Design-Build services for the Terminal Cores and APM Interface Project at LAX in the amount of $336,531,000 and delegate signature authority to the Chief Executive Officer for change orders provided that change order in excess of $500,000 receive Board approval prior to their execution.

Staff further requests the Board appropriate Capital Funds in the amount of $129,306,000 for Phase 1 of the Project. This includes $95,000,000 for Phase 1 of the Design-Build Contract, $17,575,000 for LAWA Soft Costs during Phase 1, $10,000,000 for LAWA Contingency during Phase 1, and $6,731,000 for Interdepartmental Orders (IDO).

Background

As part of the overall modernization program at LAX, LAWA is undertaking the LAMP program, which consists of a Consolidated Rental Car Center (ConRAC), Intermodal Transportation Facilities (ITF), parking garages, and an APM. In order to connect the Terminals in the Central Terminal Area (CTA) to the APM, necessary modifications must be made to the Terminals to accommodate the vertical circulation of passengers for a

connection to the three proposed APM stations in the CTA. The new Terminal Cores will include a series of elevators, escalators, stairs and circulation space to facilitate the ingress and egress of passengers between the Terminals and the APM Stations.

The Project will help L,,1,A1A deliver a Gold Standard Airport through the following actions: Provide first class facilities to enhance the guest experience; Utilize an innovative procurement process to promote design excellence and increase speed of delivery; Enhance our passenger throughput capacity at TBIT, Terminal 5, Terminal 6 and Terminal 7 to support the success of the upcoming Landside APM;

Scope of Work

The Project includes a new single core between Terminals 5 and 6 (T5.5 Core), a new dual core in front of TBIT (TBIT Core), and improvements to the vertical circulation at Terminal 7

(T7 Vertical Circulation Improvements). This project also includes the relocation and restoration of displaced functions and systems, including restrooms, ticket counters and baaqage claim.

Page 3 Terminal Cores and APM Interface Project

Page 4: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

Some of the project goals include, but are not be limited to:

Each of the new Cores will achieve both `LEED Silver' and Cal Green 'Tier 1'

certifications, contributing to LAWA's sustainability plan. The Cores will provide enhanced reliability & redundancy in the new structural, electrical, and communications systems, enhancing LAWA's resiliency at LAX. The new Cores will improve operational performance by providing intuitive connections to the new APM System, thereby promoting the use of alternative modes of transportation to/from LAX and relieving traffic-congestion in the CTA. The new Cores will enhance the guest experience by delivering a consistent architectural statement throughout all Terminals in the CTA (see Exhibit 2), with cohesive plans and prominent signage & wayfinding in accordance with the LAX Design Guidelines (see Exhibit 4).

T5.5 Core (see Exhibit 2): The T5.5 Core will include 80,000 - 100,000 ft2 of new construction, and a small amount of renovation to the surrounding areas to interface with the new construction. This includes, but is not limited to;

Vertical Circulation (Elevators, Escalators, Stairs) Tenant Spaces (Offices, Ticketing, Baggage Handling, etc.) Passenger Areas (Restrooms, Baggage Claim, Circulation Space, etc.) APM Interface (Structural Support, Architectural Interface, etc.) Other / Miscellaneous (IT Rooms, Electrical Rooms, Utility-Relocations, Canopies & Façade, Demolition of the Existing P6 Pedestrian Bridge, etc.)

The T5.5 Core may also include additional revenue-generating space (such as airline club/lounge space), and will require a series of temporary accommodations (during construction) for the existing functions & facilities that will be displaced. Airline & Tenant coordination is ongoing, and will intensify as the design advances.

TBIT Core (see Exhibit 3): The TBIT Core will include = 100,000 - 130,000 ft2 of new construction and a small amount of renovation to the surrounding areas to interface with the new construction. This includes, but is not limited to;

Vertical Circulation (Elevators, Escalators, Stairs) Tenant Spaces (Offices, Concessions, Baggage Handling, etc.) Passenger Areas (Restrooms, Check-in Kiosks, Concessions, Circulation Space, Information Desk, etc.) APM Interface (Structural Support, Architectural Interface, etc.) Other / Miscellaneous (IT Rooms, Electrical Rooms, Utility-Relocations, Main Terminal Entries, Canopies & Façade, etc.)

The TBIT Core may also include provisions for a future secure connector from the north to south terminals and/or additional revenue-generating space (such as airline offices), and will require a series of temporary accommodations (during construction) for the existing functions & facilities that will be displaced. Airline & Tenant coordination is ongoing, and will intensify as the design advances.

Page 4

Terminal Cores and APM Interface Project

Page 5: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

T7 Vertical Circulation Improvements: This project includes the removal & replacement of 1 exterior escalator, and the installation of 1 new interior escalator with an elevated pathway to connect to the existing pedestrian bridge. United Airlines recently completed a significant modernization program at Terminal 7, and these additional escalators will build upon their existing vertical circulation core to increase the terminal's capacity to further support the future APM System.

Separately, American Airlines, Delta Airlines, and Southwest Airlines are also developing new vertical cores in their respective terminals through separate projects and lease agreements as shown in Exhibit 1.

Exhibit 1: Terminal Core and APM Interface Improvements

BY LAWA

CORES

DPROJECTI

BY OTHERS

CORES

D'''S OSTATIONS

Page 5 Terminal Cores and APM Interface Project

Page 6: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

Exhibit 2: T5.5 Core

Exhibit 3: TBIT Core

' VIIIIIntilitr:

Lliiiilliki Iiii 41-,1

, MINI

-7771-1-1

iiimtiou

1.

Page 6 Terminal Cores and APM Interface Project

Page 7: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

Exhibit 4: LAX Design Guidelines

The Terminal Cores and APM Interface will be delivered in two phases. Phase 1 will include;

Mobilization: Project Management Office (PMO), Insurance & Bonds, Staff Onboarding, etc. Design: Basis of Design, Alternatives Analysis, Schematic Design, Building Information Modeling (BIM), Design Development, Early Permitting, etc.

Preconstruction: Field Investigations, Exploratory Excavations, Subcontractor Outreach & Procurement, Cost Estimating, Phasing & Logistics Planning, Scheduling, Stakeholder Outreach, etc. Early Enabling Work: Utility Relocations, Tenant Relocations, Purchase of Long- Lead Equipment, etc.

LAWA will be using Target Value Design. This means that the budget will be fixed, and the design will be continuously reviewed, estimated, and adjusted to stay within that budget constraint. In order to maximize collaboration and transparency, this will involve co-locating the Project Team with blended staff from LAWA and the Design-Builder in a PMO. LAWA and the Design-Builder will each prepare independent estimates at each formal design- milestone, and will continuously monitor costs, risks, milestones, etc. to inform key decisions throughout Phase 1 of the Contract. The team will also provide monthly reports, weekly design workshops, and constant coordination throughout all stages of the Project.

One of LAWA's key objectives is to minimize operational impacts to the existing roadways, sidewalks, terminals and airfield. To that end, Austin Commercial, LP will also provide detailed Phasing & Logistics Plans at each formal design-milestone. These plans will be

developed collaboratively with LAWA's Coordination and Logistics Management (CALM) group, and approved by LAWA's Shutdown Control Center (SCC) prior to implementation.

Page 7

Terminal Cores and APM Interface Project

Page 8: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

Upon completion of the 60% Design Package, Austin Commercial, LP will submit a GMP proposal for Phase 2 of the Contract (Construction, Commissioning, etc.). The GMP Proposal will be based on detailed estimates of the design from both LAWA and the Design- Builder, and actual competitive bids for key subcontracts. Once the GMP has been negotiated and accepted, staff will return to the Board for approval of the GMP in order to appropriate the remaining funds and execute Phase 2 of the Contract. This is anticipated to occur in early 2019.

If staff is not satisfied with the performance of Austin Commercial, LP or the submitted GMP, LAWA has the option to retain them under the Design-Build contract to complete the design only, and then solicit new bids for construction. Or, LAWA could choose to begin a new procurement altogether using the design completed up to that point, and select another contractor to complete the design and construction.

Project Budget

The total budget for this project is $456,000,000. This includes the Design-Build contract, owner contingency, and soft costs for LAWA and other City support services (inspection, survey, testing, permits, etc.). Permits & Agency Fees are included in the Design-Build Contract, except for those that will be funded through Interdepartmental Orders. The project also includes a public art allowance calculated at 1% of construction cost for terminal public areas as required by the City's Administrative Code for all public works projects.

The budget was developed from an independent cost-estimate, refined with industry- feedback during the procurement process, and compared with cost-data from similar projects at LAX and other major airports. The adjusted cost ($/ft2) is consistent with similar projects.

Budget Phase 1 Phase 2 Grand Total

Design-Build Contract $95,000,000 $241,531,000 $336,531,000

Interdepartmental Orders' (2%)

$6,731,000 $0 $6,731,000

LAWA Soft Costs (18.5%)

$17,575,000 $44,683,000 $62,258,000

Owner Contingency2 (15%)

$10,000,000 $40,480,000 $50,480,000

Total Program Budget $129,306,000 $326,694,000 $456,000,000

1 Note that the funding for Interdepartmental Orders is included entirely in Phase 1 for coordination of design & permitting.

2 Note that the majority of contingency is being deferred to Phase 2 of the Contract. The Phase 1 Contingency is meant to support the Early Enabling Projects.

Page 8

Terminal Cores and APM Interface Project

Page 9: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

AOR Trials

Demonstrations & Training )

Project Schedule

Upon BOAC Approval, LAWA will proceed with design and preconstruction activities to refine & detail the drawings, specifications, and project implementation plans. These efforts will facilitate the development of a GMP Proposal with increasing specificity, clarity, comprehensiveness and accuracy. LAWA will provide Board briefings at key design- milestones as the project advances, and will return to the Board in 1Q-2019 to present the final GMP Proposal and recommend proceeding with Phase 2 of the Contract. Below is an outline of how the design, preconstruction, construction and closeout activites overlap in order to achieve an accelerated delivery with minimal risk.

Phase 1

NTP Phase 2

NTP

0°I;Me

1Q-2018

Construction

Final Design

Pre-Construction & Work Plans

Subcontractor Procurement

Mobilization

Early Work Packages

1Q-2019

Substantial Completion

Beneficial

Occupancy

Punch list

Commissioning

4Q-2021

Contract Completion

Warranty

As part of this project, LAWA will be providing structural supports for the future pedestrian walkways no later than December 31, 2021. These walkways will then be installed by the APM Developer. Therefore, LAWA will achieve Substantial Completion of the Terminal Cores in 4Q-2021, and will be ready to receive the pedestrian walkways several months before that date. Liquidated Damages of $100,000 per day have been clearly identified in

this Contract to further incentivize an accelerated delivery schedule.

Procurement Process

On October 14, 2016, staff issued a Request for Qualifications for Design-Build Firms on the Los Angeles Business Assistance Virtual Network (LABAVN). Four (4) firms responded by the closing date of January 12, 2017.

On April 11, 2017, LAWA short-listed all four (4) Proposers and invited them to participate in

a collaborative process aimed at developing a more robust Final RFP for the Terminal Cores and APM Interface Project. LAWA issued Draft RFPs and hosted a series of confidential meetings with the Proposers to discuss LAWA objectives, scope and project constraints. The four short-listed firms were:

Austin Commercial / AC Martin Hensel Phelps / Corgan Skanska - W.E. O'Neil, a Joint Venture / Leo A Daly Swinerton Builders / Gensler

Page 9 Terminal Cores and APM Interface Project

Page 10: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

On August 1, 2017, LAWA issued the Final RFP using a Competitive Sealed Proposals Selection Process to procure a firm for comprehensive engineering, design, demolition, preconstruction and construction services using the Design-Build delivery method. In

addition, LAWA utilized a "Proposal Agreement" to pay for the work product submitted in the Proposals valued at $140,000 for each Complete Design Proposal and $70,000 for each Complete Construction/Technical Proposal. The work product included Conceptual Designs, Phasing and Logistics Plans, Project Schedules, Risk Management Matrices, etc.

During the proposal preparation period, LAWA hosted a series of confidential workshops with each of the Proposer Teams:

Two rounds of workshops to allow Proposers to present their conceptual designs and technical deliverables and receive feedback from LAWA. Two site tours with LAWA Operations, Facility Maintenance, Commercial Development, and the Proposer Teams. Two separate meetings to discuss commercial terms of the contract, current and forecasted market conditions and specific project logistics challenges.

The successful proposer is required to meet a mandatory 20% Small Business Enterprise, 7% Local Business Enterprise, 5% Local Small Business Enterprise and 3% Disabled Veterans Business Enterprise goals.

Proposers were evaluated using the following criteria: Part Evaluation Criteria Description Possible Points

A Administrative Requirements

Administrative Submittals Pass/Fail

B Work Product Proposal Agreement

Executed Agreement Pass/Fail

C Technical Requirements

Transmittal Letter Pass/Fail

Technical Deliverables Risk Management Plan

Work Approach & Phasing Plan Lean Construction Plan Project Schedule Safety Plan Phase 1 Cost Estimate Commissioning Plan Innovative Solutions Key Personnel Confirmation Quality Control Program

40

Conceptual Design Material Boards

Target Value Design Functionality Drawings, Specs, Design Build quality Narrative Design impact Optional Program

25

Innovative, Value-Added Design Elements 10

Past Performance & Inclusivity

References and Past Performance SBE, LSBE, LBE and Local Hiring Plans

10

D Multiplier Proposal

Lead Designer Multiplier

All-inclusive multiplier for the Lead Designer 15

Grand Total (Proposal Efficiency Factor) 100

Page 10 Terminal Cores and APM Interface Project

Page 11: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

The points assigned for the Lead Design Multiplier were determined by awarding 15 points to the firm with the lowest fully-loaded multiplier and awarding a proportional share to the other firms based on the following formula:

(Firm 'X' Lowest Proposed Multiplier / Firm 'Y' Multiplier) x 15 = Firm 'Y' Points

The Grand Total points were converted to an "Efficiency Factor" which was used to calculate the Lowest Ultimate Cost Calculation. The Efficiency Factor was used to calculate the Lowest Ultimate Cost as follows:

Design to Budget Value x (1 + Contractor's Fee) = Lowest Ultimate Cost Proposer's Efficiency Factor

Ranking Firm Name

Efficiency Score

Proposer's Ultimate Cost*

SBE/LBE/LSBE/DVBE Pledge Percentage

1 Austin Commercial /

AC Martin 90.35% $ 368,157,166 20 /7 /5/ 3

2 Swinerton Builders /

Gensler 73.67% $ 452,060,540 20 /7 /5 / 3

3 Hensel Phelps /

Corgan 71.02% $ 517,161,363 20 /7 /5/ 3

* Note that these values are not bids nor cost estimates, but are simply the result of LAWA's Evaluation Criteria & Formulas.

On November 7, 2017 LAWA received proposals for the following three firms: Austin Commercial / AC Martin Hensel Phelps / Corgan Swinerton Builders / Gensler

Procurement Services Division (PSD) reviewed the administrative documents submitted by the three (3) firms and determined that all were in compliance with LAWA and City of Los Angeles administrative requirements.

The firms were evaluated by a five-member evaluation panel consisting of LAWA staff: Deputy Executive Director, Planning & Development Director of Maintenance II

Director of Terminal Design Sr. Airport Engineer II, Terminals Chief of Airports Planning I, Planning & Development

The panelists interviewed the Proposers on December 12, 2017. Interviews were based on the Part B - Technical Requirements evaluation criteria. Overall scores for Part B were then determined from both the written submissions and interviews.

The Evaluation Panel invited all three Proposers to submit Fee Proposals, which were submitted by the Proposers on December 15, 2017. Staff then calculated the "Lowest Ultimate Cost" in accordance with the RFP to determine the Proposer's Ultimate Cost as listed above.

Page 11

Terminal Cores and APM Interface Project

Page 12: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

The City Council approved an ordinance to allow the use of alternative project delivery methods and competitive sealed proposal selection process (CSPSP) for delivery of projects related to the LAMP. When using the CSPSP, City Charter Section 371(b) requires that the Design-Builder be selected based on the "Lowest Ultimate Cost to the City." Proposers must be able to demonstrate to LAWA their technical and construction experience, staffing and organizational approach, schedule and cost controls, and an understanding of the unique challenges of working in an airport environment.

Based on the RFP requirements and the evaluation criteria, staff determined that Austin Commercial, LP is a responsive and responsible proposer with the Lowest Ultimate Cost.

How this action advances a specific strategic plan goal and objective

This action advances this strategic goal and objective: Deliver Facilities & Guest Experiences that are Exceptional: Develop, maintain and operate first class facilities. This Project will support the Landside Access Modernization Program (LAMP) by designing and constructing new facilities with vertical circulation "cores", such as elevators, escalators and stairs to connect passengers from the new Automated People Mover (APM) stations and pedestrian walkways into the existing Terminals.

Action Requested

Staff requests the Board award a Design-Build contract to Austin Commercial, LP for the Terminal Cores and APM Interface Project, and appropriate funds for Phase 1 of the Project. If an agreement for Phase 2 is reached, staff will return to the Board with a request to appropriate funds for Phase 2 of the Project. If an agreement for Phase 2 Services is not reached, staff will provide the Board with other available options.

Fiscal Impact

The Terminal Cores and APM Interface is an approved capital project at LAX. Costs incurred under this contract will be capitalized and when projects are put in service, those costs will be recovered through landing fees and terminal rates and charges, as well as through non-aeronautical revenues.

4. Alternatives Considered

Take No Action

Taking no action would negatively affect the Guest Experience by not allowing passengers to directly access the terminals from the new APM Stations. Instead, passengers would need to cross the busy CTA roadways at-grade, thereby exaggerating traffic congestion and diminishing ridership of the APM. This would also put undue risk on the schedule of the LAMP Program, which is dependent on the Terminal Cores being provided to structurally support the new elevated pedestrian walkways.

Seek Proposals for Design Only

Procuring a designer only for this project would incur undue risk to the project schedule and budget by deferring many of the challenges and risks to a future Contractor through a

Page 12 Terminal Cores and APM Interface Project

Page 13: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

Design-Bid-Build (DBB) or Construction Manager at Risk (CMAR) delivery method. These risks include the inability to provide contractor input during the design, the inability to perform comprehensive field-investigations to verify existing conditions, the inability to thoroughly coordinate with LAMP, and the inability to engage the subcontracting community during design. In addition, the added step of a separate procurement and mobilization by a future contractor would endanger the timely completion of the LAMP Program.

APPROPRIATIONS:

Staff requests that funds in the not-to-exceed amount of $70,786,000 be appropriated and allocated from the LAX Revenue fund to WBS elements 1.17.03A (TBIT Core and APM Interface), $57,753,000 be appropriated and allocated from the LAX Revenue fund to WBS element 1.17.02A (Terminal 5.5 Core & APM Interface) and $767,000 be appropriated and allocated from the LAX Revenue fund to WBS element 1.18.01A (T7 Additional Vertical Circulation & APM Interface) and future related WBS elements as may be required.

STANDARD PROVISIONS:

1. The issuance of permits, leases, agreements, gate and space assignments, and renewals, amendments or extensions thereof, or other entitlements granting use of existing airport facilities or its operations is exempt from the requirements of the California Environmental Quality Act (CEQA) pursuant to Article III, Class 1(18)(c) of the Los Angeles City CEQA Guidelines.

2. This contract is subject to approval as to form by the City Attorney.

3. Actions taken on this item by the Board of Airport Commissioners will become final pursuant to the provisions of Los Angeles City Charter Section 373.

4. Austin Commercial, LP will comply with the provisions of the Service Contractor Worker Retention and Living Wage Ordinances and the Labor Code of the State of California (Prevailing Wage).

5. Procurement Services has reviewed this action (File No. 8148) and established mandatory goals of 20% Small Business Enterprise (SBE), 7% Local Business Enterprise (LBE), 5% Local Small Business Enterprise (LSBE) as a subset to LBE goal, and 3% for Disabled Veteran Business Enterprise (DVBE) for this specific project. Austin Commercial, LP has committed to 20% SBE, 7% LBE, 5% LSBE, and 3% DVBE participation.

6. Austin Commercial, LP will comply with the provisions of the Affirmative Action Program.

7. Austin Commercial, LP has been assigned Business Tax Registration Certificate number 0002056400-0001-6.

8. Austin Commercial, LP will comply with the provisions of the Child Support Obligations Ordinance.

9. Austin Commercial, LP must have insurance documents, in the terms and amounts required, on file with Los Angeles World Airports prior to issuance of a Notice to Proceed.

10. Pursuant to the provisions of Charter Section 1022, staff has determined that the work

Page 13 Terminal Cores and APM Interface Project

Page 14: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

specified in the proposed contract can be performed more feasibly or economically by an Independent Contractor than by City employees.

11. Austin Commercial, LP has submitted the Contractor Responsibility Program Questionnaire and Pledge of Compliance and will comply with the provisions of the Contractor Responsibility Program.

12. Austin Commercial, LP must be determined by Public Works - Office of Contract Compliance to be in full compliance with the provisions of the Equal Benefits Ordinance prior to execution of the contract.

13. Austin Commercial, LP will be required to comply with provisions of the First Source Hiring Program for all non-trade Airport jobs.

14. Austin Commercial, LP has submitted the Bidder Contributions CEC Form 55 and will comply with its provisions.

Page 14 Terminal Cores and APM Interface Project

Page 15: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

SUBCONTRACTOR PARTICIPATION PLAN

ATTENTION..

You MUST list ALL anticipated subcontractors, regardless of their dollar amount or percent proposed, and regardless of whether they are certified or not

You MUST fill out ALL applicable fields completely for the Prime and all subcontractors. Failure to provide complete and legible information on this form may result in your firm not receiving full certification credit

Project Title: Terminal Cores and APM interface Today's Date: 11/7/2017

. . .

BIDDERIPROPOSER COMPANY INFORNIAITON ' : BID/PROPOSAL AMOUNT . !DESCRIPTION.OF PROJECT. SERVICES . -.....k. NAME: Austin Commercial ETHNICITY: Not applicable TBD Design-Build GC/CM ADDRESS:6100 Center Drive, Suite 1175 GENDER: Not applicable CITY/STATE/ZIP: Los Angeles, CA 90045 FEDB1AL TAX ID #: 75- 2846906 CONTACT NAIVE:Thomas Conroy EMAIL: tconroyaaustin-ind.com TELEPHONE NO: 310-421-0269

CERTIFICATION TYPE: E ACDBE El DBE DVBE lE1 MBE . LBE OLSBE III SBE OWBE

CERTIFYING AGENCY: CITY OF L.A. CALIF DGS CALTRANS METRO 0 SBA NAICS: 236210,236220,237990,238110,238120, 238190,238390,238910,238990 OTHER DVA USWCC NWBOC 1111WBEC-WEST

.

. , SUISCONTRACTOR CONipANy I NFORM4TION $ IFIROPCISED. ,: Yo PROPOSED . .. . .. ... . .. .. _

..DESCRIPTION OF PRO.IECT SERVICES

NAME:AC Marlin ETHNICITY: Not applicable TBD TBD Architectural Services ADDRESS:444 South Flower St., Ste. 1200 GENDER: Not applicable CrrY/STATE/ZIP: Los Angeles, CA 90071 FEDERAL TAX ID it. 95-4717393 CONTACT NAME: Robert Newsom, FAIA EMAIL: robertnewsomeacmartin.com TELEPHONE No 213-614-6150

CERTFICATION TYPE: ACDBE DBE El DVBE 0 MBE U LBE OLSBE III SBE OWBE

CERTIFYING AGENCY: U CITY OF LA. CALIF DGS El CALTRANS IMMETRO 1111 SBA NAICS: 54131

OTHER Ill DVA USWCC El NWBOC . WBEC-WEST 1. NAME: gkkworks ETHNICriY: Asian Indian TBD TBD Design Engineering ADDRESS: 2355 Main Street, #200 GENDER: Male env/STATE/Zip:Irvine CA 92614 FEDERAL TAX 10#: 33-0474535 CONTACT NAME: Praful Kul karni EMAIL: Pmkulka rniggkkworIcs.com .

TELEPHONE No: 626-666-606

CERTIFICATION TYPE: A CD B E Li DBE 1:3 DVBE El MBE LBE 0 LUIS . SBE WBE

CERTIFYING AGENCY: L CITY DELA. CALIF DGS CALTRANS . METRO D SBA NAICS 541310 OTHER LA County D DVA USWCC III NWBOC In WBEC-WEST M

V

Page 16: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

SUBCONTRACTOSt COMPANYINFORMATION . PROFILE INFORMATION $ PROPOSED ' °A) PROPOSED DESCRIPTION OF PROJECT SERVICES

NAVE: TEC ETHNICITY:African American TBD TBD Construction Management ADDRESS:510 S. La Brea Ave. GENDER: Female

CITY/STATE/ZIP: Inglewood EMAIL:tcoffeycetecomcom

CONTACT NAME: Tim Coffey FEDERAL TAX ID #: 33-0737708

TELEPHONE ND: 213-598-1295

CERTFICATION TYPE: El ACDBE UDBE DVBE 11 MBE LBE EILSBE SBE WA/BE

AGENCY: II CITY OF LA. CALIF DOS CALTRANS 'MEMO III SBA NAICS: 56212,541611 CERTIFYING

' El DVA 0 uswoc 0 NWBOC WBEC-WEST !MOTHER

NAME: BASE Architecture, Planning & Engineering ETHNICITY: African American TBD TBD Architectural Support

ADDRESS: 9841 Airport BI, Suite 822 GENDER: Male CrTY/STATEMP: Los Angeles, CA 90045 EmAIL:michael§base-ae.com

CONTACT NAME Michael H. Anderson, AEA NOMA FEDERAL TAX ID #: 30-0147424 TELEPHONE No 310.988.1080 xi 'I 1

CERTIFICATION TYPE: ACME . DBE DVBE MBE ELBE LSBE SBE El WBE

CERTIFYING AGENCY: 0 CITY OF L.A. 0 CALIF DGS 0 CALTRANS 0 METRO 0 SBA

OTHER County of Los Angeles

NAICS: 541310, 541330

MA 0 USWCC 1111 NA/130C III WBEC-WEST

NAME: John A. Martin & Associates, Inc. ETHNISDY: Not applicable TBD TBD Structural Engineering

ADDRESS: 950 South Grand Avenue GENDER: Not applicable

CITY/STATE/ZIP: Los Angeles, CA 90015 EMAIL: sball ©ohnmartin.com FEDERAL TAX 1D#: 27-1318532 CONTACT NAME: Steven C. Ball, SE

TELEPHONE NO: (213) 483-6490 / (213) 785-3153

CERTIFICATION TYPE: DACDBE DBE 111 DVBE III MBE 12E LSBE SBE WBE

CERTIFYING AGENCY; CITY OF LA. ill CALIF DGS 0 CALTRANS METRO 0 SBA NAICS: 541-330

OTHER D DVA 0 USWCC 0 NWBOC III WBEC-WEST 0 NAME Kleinfelder, Inc. ETHNICITY: Not applicable TBD TBD Geotechnical Engineering

ADDRESS:707 Wilshire Blvd, Suite 1450 GENDER: Male Environmental Engineering

CITY/STATE/ZIP: Los Angeles, CA 90017 EMAIL: khadipoureldeinfelder. corn

CONTACT NAME: Kash Hadipour FEDERAL TAX ID #: 94-1532513

TELEPHONE No: 949.289.2115

CERTIFICATION TYPE: II ACDBE DDBE DVBE MBE ill LBE LSBE SBE WBE

CERTIFYING AGENCY: El cm, OF LA. 0 CALIF DGS CALTRANS METRO SBA NAICS: 541330, 541620

OTHER II DVA USWCC II NWBOC 0 WBEC-WEST D

Rev 819117

2

Page 17: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

SUBCONTRACTOR COMPANY INFORMATION PROFILE INFORMATION $ PROPOSED ' % PROPOSED DESCRIPTION OF PROJECT SERVICES .

NAME: PBS Engineers, Inc. ETHNICITY:Asian Indian TBD TBD Mechanical, Electrical and Plumbing Engineering ADDRESS: 210() E. Route 66, #101 GENDER: Male CITY/STATEOP: Glendora, CA 91740 EMAIL: kshatapbsengineers.com CONTACT NAME: Mona Shah FEDERAL TAX ID #: 770599129 TELEPHONE NO: 626-650-0350

CERTIFICATION TYPE: n ACDBE II DBE DVBE MBE i LBE LSBE U SBE WBE

CERTIFYING AGENCY: 11111CITY OF LA. CALIF DGS 1111CALTRANS . METRO SBA NAILS: 541330

OTHER El DVA El USWCC Li NWBOC WBEC-WEST LI NAME: Psomas ETHNICITY: Not applicable MD TBD Civil Engineering ADDRESS: 555 S. Flower St., Suite 4300 GENDER: Not applicable

EMAIL: [email protected] CRY/SFATEIZIP: Los Angeles, CA 90071 CONTACT NAME: Michelle Ortrz FEDERAL TAX ID#: 95-2863554 TELEPHONE NO: 213-223-1422

CERTFICATION TYPE: EACDBE 0 DBE 0 DVBE MBE LBE LSBE SBE WBE

CERTIFYING AGENCY: CITY OF L.A. 0 CALIF DOS CALTRANS 0 METRO 0 SBA NAI CS: 541330

OTHER 11 DVA USWCC NWBOC 0 WBEC-WEST

NAME: Rosendin Electric, Inc. ETHNICITY: Not applicable TBD TBD Electrical Construction ADDRESS:5572 Fresca Drive GENDER: Not applicable CIIY/STATE/ZIP: La Palma, CA 9D623 BAAL: jseyMOUrarosendin.com CONTACT NAME: Jeff Seymour FEDERAL TAX [Dr. 94-1242813 TELEPHONE No: 714-521-8113

CERTIFICATION TYPE: 0 ACDBE 0 DBE 0 DVBE 0 MBE I--I LBE LSBE D SBE WBE

CERTIFYING AGENCY: II CITY OF LA. CALIF DOS III CALTRANS METRO SBA NAICS: 238210

OTHER D DVA USWCC 0 NWEIOC D WBEC-WEST . NAME Ross & Baruzzini, Inc. ETHNICITY:Caucasian TBD 1-SD Engineering Services ADDRESS: 6 South Old Orchard GENDER: Male CITYISTATEMP: Saint Louis, MO 63119 Emu mzoiaerossbar_com CONTACT NAME: Michael Zola FEDERAL TAX ID#: 43-0787438 TELEPHONE NO: (314) 916-8383

CERTIFICATIONTYPE: 111 ACDBE DBE I DVBE MBE LEE CI LSBE fp SBE WBE

CERTIFYING AGENCY: III CITY OF LA. 1111 CALIF DOS CALTRANS METRO Ill SBA NAI CS; 541330

OTHER DVA 0 USWCC NWBOC ill WBEC-WEST Ill

Rev 8/9/17

3

Page 18: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

SUBCONTRACTOR COMPANY INFORM4TION . PROFILE INFORMATION $ PROPOSED . ' % PROPOSED DESCRIPTOR OF PROJECT SERYMES NAME: Seibert Perkins Design ETHN1CRY: Caucasian TBD TBD Signage & Wayfinding ADDRESS:432 Culver Blvd. GENDER: Female CITY/STATE/ZIP: Playa del Rey, CA 90293 EMAIL: rperkins@selbertparkins. corn CONTACT WALE: Robin Perkins FEDERAL TAx ID#: 954457467 TELEPHONE No: 310-822-5223

LBE 11 LSBE SBE Eiji CERTIFICATION TYPE: ACDBE D DBE III DVBE MBE

CERTIFYING AGENCY: III CITY OF LA. CALIF DGS CALTRANS 17 METRO DI SBA NAICS: 541430

D DVA 0 USWCC 0 NWBOC VVBEC-WEST 0 OTHER

NAME: Simpson Gumpertz & Heger Inc. Enimerra Not applicable GENDER: Not applicable

TBD TBD Fire Code Consulting ADDRESS: 1150 S. Olive St Suite 1600 CITYISTATEMP: Los Angeles, CA 90015 EMAIL: NBWittasekesgh_ corn CONTACT NAME: Nathan B. Vtfittasek FEDERAL TAX ID #: 042256923 TELEPHONE NO: 213_27'1.1932

CERTIFICATION TYPE: IIIACDBE DBE D DVBE 0 MBE . LBE 0 LSBE D SBE 11 WBE

CERTIFYING AGENCY: 0 CITY OF LA. 11 CALIF DGS CALTRANS METRO III SBA NAICS: 41330

OTHER DVA 0 USWCC n NWBOC WBEC-WEST

NAME: VCA Engineers, Inc. ETHNICITY:Asian TBD TBD Engineering Services ADDRESS: 1941 S. Garfield Ave., Suite 210 GENDER: Male CITY/STATE/ZIP:Alhambra, CA 91801 EMAIL: virgitaoananQvcaeng.com CONTACT NAME: Virgil C. Aoanan - FEDERAL TAX ID #: 20-0054405 TELEPHONE NO: 323-729-6098

CERTIFICATIONTYPE: 0 ACDBE DBE . DVBE MBE ELBE LSBE SBE 0 WBE

CERTIFYING AGENCY: I. CITY OF L.A. ID CALIF DGS CALTRANS METRO 0 SBA NAICS: 541330, 641350

OTHER Los Angeles County MI OVA 111USWCC 0 NWBOC EI WI3EC-VVEST

NAME: Veneklasen Associates ETHNICITY:Asian TBD TBD Design Engineering ADDFiEsS: 1711 Sixteenth Street 0 GENDER: Male CI1Y/STATE/ZIP: Santa Monica, CA 90404 BAAL: [email protected] CONTACT NAME: Jack Shimizu FEDERAL TAX ID ft 95-3543680 TELEPHONE No: 310-450-1733

CERTFICATION TYPE:. ACME 11 DBE 1111DVBE 0 MBE 111 LBE 111 LSBE USBE WBE

CERTIFYING AGENCY: . CITY OF LA CALIF DGS U CALTRANS II METRO 11. SBA

OTHER Los Angeles County

NAICS: 541330

DVA El USWCC 0 MINBOC 111WBEC-WEST U

Rev 8/9/17

Page 19: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

. SURCONTRACTCiR COMPANYINFORMATIOM PROFILE INFORMATION $ PROPOSER % PROPOSED. DEscRIPTION OFPROJEOT SERVICES NAME VI C ETHNICITY: Caucasian TBD TBD BHS/C1318 Design Engineering ADDRESS: 3751 New York Avenue, Suite 140 GENDER: Female WY/STATE/ZIP:Arlington, TX 76014 EMAIL: rbaughmanevto.us.com

FEDERAL TAX ID #: 75-2727229 CONTACT NAME: Robin Baugh man TELEPHONE N0: 817-557-5600

CERTIFICATION TYPE: 0 ACDBE U DBE 0 DVBE 0 MBE . LBE 0 LSBE IISBE 0 WBE

CERTIFYING AGENCY: IICITY OF L.A. CALIF DOS CALTRANS METRO SBA NAICS; 541330, 541712,541380, 238290,333922

OTHER OVA USWCC NWBOC WBEC-WEST

NAME: VTX, a division of Gannett Fleming, Inc. ETHNICITY: Not applicable TBD TBD Vertical Transportation Services ADDRESS: 3838 N. Central Avenue, Suite 1900 GENDER: Not applicable

EMAIL: adefrancescoegfnet.com CTIY/STATEIZT: Phoenix, AZ 85012-1957 CONTACT NAME: Anthony DeFrancesco FEDERAL TAX ID 1. 251613591 TELEPHONE No 602-908-0734

CERTIFICATION TYPE: AWE DBE DVBE II MBE LBE LSBE SBE WBE

CERTIFYING AGENCY: CITY OF L.A. CALIF DGS CALTRANS METRO SBA NAICS:

OTHER 0 DVA D USWCC . NWBOC 0 WBEC-WEST

NAME Nexus AEC, LLC dba TITAN AEC ETHNICITY: Asian Indian TBD TBD Virtual Design & Construction, Drafting Services ADDRESS: 633 W. 5th Street, 28th Floor GENDER: Male CITY/STATFJZP: Los Angeles, CA 90071 EMAIL: [email protected] CONTACT NAME: Shabhit Baadkar FEDERAL TAX ID #: 27-3709489 TELEPHONE NO: 310-651-6867

CERTIFICATION TYPE: ACDBE Q DBE DVBE MBE LBE LSBE SBE WBE

CERTIFYING AGENCY: . CITY OF LA. CALIF DGS 0 CALTRANS METRO SBA NAICS: 541340

OTHER Application in process 0 DVA D USWCC ED NWBOC MI WBEC -WEST 1 NAME:Owens Advisory Group., A California Corp ETHNICITY:African American TBD TBD

-

Consultant-Federal Government Regulations ADDRESS: 13535 Ventura Blvd. Suite C PMB 223 GENDER: Male CITY/STATERJP: Sherman Oaks, CA 91423 EMAIL. [email protected] CONTACT NAmE: Tony Owens FEDERAL TAX ID #: 81-2290531 .

TELEPHONE No: (310) 415-5769

CERTFICAT1ON TYPE: ACDBE 0 DBE DVBE MBE LBE LSBE . SBE WBE

CERTFYING AGENCY: CITY OF L.A. CALIF DGS CALTRANS METRO SBA NAICS:

OTHER DVA USWCC 011IWBOC WBEC-WEST

Rev 8/9/17

5

Page 20: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

SUBCONTRACTOR COMPANY INFORMATION . - PROFiLS INFORMATION $ PRCiPOSED .% PROPOSED . - DESCROTION OF PR SERVICES NAME: Control Air Conditining Corporation ETHNICITY: Not applicable

GENDER: Not applicable TBD TBD HVAC Piping, Sheet Metal, Plumbing

ADDRESS: 5200 E. La Palma Avenue

CITY/SIAM/ZIP: Anaheim, CA 92707 EMAIL:[email protected]

CONTACT NAME:Jay McEntire FEDERAL TAX ID*. 95-3259441

TELEPHONE NO: 714-777-8600

CERTIFICATION TYPE: D ACDBE . DBE DVBE E MBE II LBE 0 LSBE 0 SBE II WBE

CERTIFYING AGENCY: E3 CITY OF LA. D CALIF DGS 0 CALTRANS E M ETRO In SBA NAICS: 220000, 230000

OTHER III DVA MI USWCC U NWBOC 0 WBEC-WEST 0 Raw Burns & McDonnell Engineering Company, Inc. ETHNICITY: Not applicable TBD TBD Engineering Services ADDRESS: 140 S. State Coll e Blvd. Suite 100 GENDER: Not applicable CITY/STATE/ZIP:Brea, CA 92821 EMU [email protected] CONTACT NAME Todd McGuire FEDERAL TAX ID* 43-0956142 .

TELEPHONE No: (206) 430-2343

CERTIFICATION TYPE: 0 ACDBE D DBE . DVBE . MBE 0 LBE . LSBE al SBE . WBE

CERTIFYING AGENCY: 0 CITY OF L.A. 0 CALIF DGS III CALTRANS 0 METRO Ls NAICS: 541330

OTHER E OVA 0 USWCC 0 NWBOC M WBEC-WEST D

Rev 819117

Page 21: REPORT TO THE BOARD OF AIRPORT COMMISSIONERS T

SUBCONTRACTOR COMPANY INFORMATION PROFILE INFORMATION $ PROPOSED % PROPOSED DESCRIPTION OF PROJECT SERVICES

NAME: ETHNICITY:

ADDRESS: GENDER:

CITY/STATE/AP: EMAIL:

CONTACT NAME: FEDERAL TAX ID #:

TELEPHONE No:

CERTIFICATION TYPE: DACDBE DBE 111 DVBE . MBE LBE III LSBE SBE EIWBE

CERTIFYING AGENCY: Li CITY OF LA. DCAUF DOS MI CALTRANS 111 METRO MI SBA NAILS:

OTHER DVA IIII USWCC III NWBOC WBEC-WEST

1 certify under the penalty of perjury that the information contained on this form is true and correct and that the firms listed are the subcontractors anticipated to be utilized if this project is awarded to the above prime contractor_ l agree to comply with any applicable provisions for additions and substitutions, and 1 further understand and agree that any and all changes or substitutions must be authorized by the LAWA Procurement Services Division prior to their implementation. An amended Subcontractor Participation Plan is required for any substitution or change to Subcontractors listed on the originally submitted Plan.

Participation Level(s) Proposed by Bidder/Proposer:

% ACME

% DBE

3 % OVBE

7 % LBE

5 % LSBE

% MBENVBE

20 % U SBE

Goal(s) Stated in the Request for eidiProposal:

% ACDBE

% DBE

3 % DVBE

7 % L.BE

5 % LSBE

% MBE/WBE

20 % MI se E

Rev 8/9/17

7

1117120i7

DATE

Thomas Co nroy, Vi ce President, California 310-421-0269

PRINT NAME TITLE PHONE