5/31/2017 111 NY I 1 MT BY rei Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS / <-, A A,_/ ) Apprf ed b -k: Adam. / Reviewed by:ger Joh - j 0 hie i rports Engineer II on, Deputy Executive Director Finance Oa!..e: torne e:t. Flin hief Executive Officer - Meeting Date: CAO Review: 1 6/15/2017 x 1 Completed Pending N/A Reviewed for Date i Approval Status By 6/2/2017 MY N NA RW CEQA 6/2/2017 I MY N i AE Procurement 5/30/2017 1 Guest Experience ' ON D Lind 1 ZY N 1 SUBJECT: Authorization to advertise a Request for Proposals for Qualified Firms to submit Proposals for the Landside Access Modernization Program Intermodal Transportation Facility West Project at Los Angeles International Airport Authorization to advertise a Request for Proposals to solicit qualified firms to submit proposals to provide comprehensive engineering, design, demolition, pre- construction, and construction services for the Landside Access Modernization Program Intermodal Transportation Facility West 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 (CEQA) pursuant to Article II, Section 2.f of the Los Angeles City CEQA Guidelines. 3. FIND that this work can be performed more economically or feasibly by an independent contractor than by City employees. 4. FIND that this procurement process is in compliance with Los Angeles City Ordinance No. 183585, passed on May 27, 2015, allowing Los Angeles World Airports to use the competitive sealed proposal selection process as provided herein and the Construction Manager at Risk, Design -Build, or Design -Build- Operate and Maintain alternative project delivery methods for the following projects, or any combination thereof: Automated People Mover (APM), Consolidated Rent -A -Car (ConRAC), Multi -Modal facilities, Central Terminal Area Parking Structures, pedestrian bridges, and a comprehensive set of roadway Page 1 ITFW DRAFT Board Report 5 25 17-jpa
improvements. It also includes their components and integration into facilities and operations at Los Angeles International Airport (collectively, the Projects.) 5. AUTHORIZE the Chief Executive Officer to release a Request for Proposals using a Competitive Sealed Proposal Selection Process to procure a Progressive Design -Build firm to perform comprehensive engineering, design, pre- construction, and construction services for the Landside Access Modernization Program (LAMP) Intermodal Transportation Facility West Project at Los Angeles International Airport, subject to changes by the Chief Executive Officer, as necessary. DISCUSSION: 1. Purpose Authorize the Chief Executive Officer to release a Request for Proposal (RFP) to solicit qualified firms to provide comprehensive engineering, design, pre- construction and construction services for Phase I of the Intermodal Transportation Facility (ITF) West facility. Once complete, the ITF West facility will provide approximately 7,000 parking stalls in a 5- level public parking garage. The project includes space to relocate the Los Angeles World Airports (LAWA) Security and Badging office, and space for commercial and passenger amenities. New roadways will provide access to the garage and improve traffic flow. Scope of work will include coordination with the Automated People Mover (APM) Developer and LAWA Utilities & Landside Access Modernization Program (LAMP) Enabling (Utilities & Enabling) Contractor to interface with the adjacent APM station and connecting pedestrian walkways, the adjacent traffic rotary and pick -up and drop -off curb frontage, and other LAMP utility and roadway modifications and improvements The ITF West Project will achieve the following objectives: 1) Project Goals, short term: - Early delivery of 4300 parking spaces (by early 2020) to offset the anticipated reduction of airport parking spots caused by the clearing of current parking areas to accommodate APM's path and infrastructure. 2) Project Goals, long term: - Reduce congestion on the internal airport roadway network - Improve traffic around the airport - Enhance the arrival and departure experience for passengers - Provide alternative access to the terminals via the APM system Using the progressive design -build delivery method allows design and pre- construction activities to move forward while environmental clearance is underway. Construction will not commence until final environmental approval is obtained. 2. Prior Related Actions April 16, 2015 - Resolution No. 25681 The Board of Airport Commissioners (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, Design - Build- Operate and Maintain and Construction Manager at Risk Contracts for delivery of Page 2 ITFW DRAFT Board Report 5 25 17 jpa (1).docx
select Capital Improvement Projects related to the LAMP at Los Angeles International Airport. 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. 3. Current Action Authorize the Chief Executive Officer to release a RFP using a competitive sealed proposal selection process to provide LAWA with all labor, materials, and equipment necessary and reasonably inferable to complete the work in accordance with LAWA's requirements, as set forth in the Contract Documents, under a Progressive Design -Build (DB) delivery method. Proposers should be able to provide professional engineering, design, demolition, pre - construction, and construction services as covered in this scope of work. This project will provide early delivery of new parking spaces to offset the anticipated reduction of airport parking spots caused by LAMP construction, provide a new facility to relocate the LAWA Security and Badging Office, and create flexible space for commercial and passenger amenities. After completion of the adjacent APM station and traffic rotary, the integrated facility will help reduce congestion on the internal airport roadway network and improve traffic around the airport by providing alternative access to the terminals via the APM system, enhancing the arrival and departure experience for passengers. Procurement Process All proposers must submit proposals that demonstrate relevant skill, experience and knowledge in providing engineering, design, pre- construction, demolition, and construction services. The proposer will be required to show previous successful experience in delivering projects using the Design -Build delivery methods. The City Council- approved an ordinance to allow use of Alternate Project Delivery Methods and Competitive Sealed Proposal Selection Process (CSPSP) for Design -Build, Design- Build- Operate and Maintain and Construction Manager at Risk Contracts for delivery of select Capital Improvement Projects related to the Landside Access Modernization Program at LAX. When using the CSPSP, City Charter Section 371(b) requires that a contractor 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, scheduling and cost controls, and an understanding of the unique challenges of working in an airport environment. Proposers are also required to meet several business inclusivity goals. The goals established for this project are: Small Business Enterprise 20% Local Business Enterprise 10 %, of which 5% must be Local Small Business Enterprises Disabled Veteran Business Enterprise 3% Page 3 ITFW DRAFT Board Report 5 25 17 -)pa (1).docx
Evaluation Process - Lowest Ultimate Cost LAWA will award to the proposer deemed to provide the "Lowest Ultimate Cost" to the City for this project. The lowest ultimate cost is determined by scoring each proposer's Technical Proposal (60% of the score) and Price Proposal (40% of the score) to determine a Final Score (FS). The highest final score determines the winning proposal. Technical Proposal The Technical Proposal will be evaluated using the following weighted scale: A Administrative Submittal Min DB Experience RFP SCORING Pass /Fail Pass /Fail B Criteria w/ Score & Weight Max Score Weight Max Possible Points % of Total available Points Minimum Qualifying Weighted Score (85 %) B1 DB Cohesive /Committed Team (Pass Experience & Current Commitment) 10 5 50 16% B2 Schedule Innovation 10 4 40 13% B3 Project Approach 10 3 30 10% B4 B5 B6 Design Management /Excellence DB Team Internal Management Processes DB Team Management & Staffing Plan 10 3 30 10% 10 3 30 10% 10 3 30 10% B7 Firm Qualifications 10 2 20 6% B8 Team Qualifications 10 2 20 6% Sub -Total Points 80 250 81% 213 C Interview 20 3 60 19% Total Points 100 310 100% 264 Page 4 ITFW DRAFT Board Repot 5 25 17 -)pa (1) docx
Interview Upon review of the written Technical Proposal evaluation process, LAWA reserves the right to develop a list of the most qualified proposers to participate in the interview process. No Proposer whose score on the Technical Qualifications Proposal is less than 213 points, out of the possible 250 weighted points, will be invited to attend an interview. Price Proposal After completion of all Technical Proposals reviews and interviews, and after the calculation of the each Proposer's Technical Proposal Score from the Proposer's Fixed Price, Proposers with a weighted score of at least 264 will submit a Price Proposal that includes the Proposer's Fixed Price. Proposer's Fixed Price (FP) is determined as follows: FP = Design Price + Pre- Construction Service Price + DB Fee Price + DB Bond Fee Price + DB Insurance Fee Price Final Score The Final Score is a percentile grade whereby a score of 100% represents a combination of the lowest price and highest qualification score. The technical proposal that scores the most points will be awarded the highest technical score, and the lowest Price Proposal will be awarded the highest price score. The Final Score (FS) will be determined as follows: FS = [ (0.60 x NTPS) + (0.40x NFPS) ] x 100 NTPS = Normalized Technical Proposal Score - Proposer ' s Technical Proposal Score Highest Technical Proposal Score NFPS = Normalized Fixed Price - Lowest Fixed Price Proposer's Fixed Price Action Requested Staff requests authorization to advertise a RFP to solicit a firm for the LAMP Intermodal Transportation Facility West Project at LAX using the competitive sealed proposal selection process and Progressive Design -Build delivery method. Fiscal Impact This is an approved capital project within the LAMP Program. Approval of this item is an administrative action and will have no fiscal impact to LAWA's Capital Budget at this time. 4. Alternatives Considered Take No Action If the design and construction of the ITF Facility is delayed, the anticipated reduction of airport parking spots caused by LAMP construction will not be offset by new parking to be provided by the ITF West Facility. Page 5 ITFW DRAFT Board Report 5 25 17-jpa (1).docx
APPROPRIATIONS: As an administrative action, no appropriation of funds is being requested at this time. Upon completion of the procurement process, staff will return to the Board for authorization to award a Design -Build contract and to appropriate capital funds based on the total project budget. STANDARD PROVISIONS: 1. This action, as a continuing administrative activity, is exempt from the requirements of the California Environmental Quality Act (CEQA) pursuant to Article II, Section 2.f the Los Angeles City CEQA Guidelines. 2. This item will be approved 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 245. 4. As this is a construction project, Qualified firms will comply with the applicable provisions of the Living Wage Ordinance and the Labor Code of the State of California (Prevailing Wage). 5. Procurement Services has reviewed this action (File No. 10042558) and established mandatory goals of 20% Small Business Enterprise (SBE), 10% Local Business Enterprise (LBE), and 5% Local Small Business Enterprise (LSBE) as a subset to LBE goal. Additionally, a mandatory goal of 3% Disadvantaged Veterans Business Enterprise (DVBE) will be established for this specific project after Council approval of the Ordinance. 6. Qualified firms will be required to comply with the provisions of the Affirmative Action Program as appropriate for each proposal resulting from this list. 7. Qualified firms will be required to obtain a Business Tax Registration Certificate prior to execution of any contract. 8. Qualified firms will be subject to the provisions of the Child Support Obligations Ordinance as appropriate for each proposal resulting from this list. 9. Qualified firms will be subject to the insurance requirements of the Los Angeles World Airports as appropriate for each proposal resulting from this list. 10. Pursuant to Charter Section 1022, staff determined the work specified on the proposed contract can be performed more feasibly or economically by an Independent Contractor than by City employees. 11. Qualified firms have submitted the Contractor Responsibility Program Questionnaire and Pledge of Compliance and will comply with the provisions of the Contractor Responsibility Program. 12. Qualified firms will be subject to the provisions of the Equal Benefits Ordinance as appropriate for each proposal resulting from this list. 13. Qualified firms will be subject to the provisions of the First Source Hiring Program as appropriate for each proposal resulting from this list. 14. Qualified firms have submitted the Bidder Contributions CEC Form 55 and will comply with its provisions. Page 6 ITFW DRAFT Board Report 5 25 17 -)pa (1).clocx