Agenda Item
ASR
Control 24-000028 |
||
MEETING
DATE: |
02/27/24 |
|
legal entity taking action: |
Board
of Supervisors |
|
board of supervisors district(s): |
5 |
|
SUBMITTING Agency/Department: |
OC
Public Works (Approved) |
|
Department contact person(s): |
James
Treadaway (714) 667-9700 |
|
|
Charlene
Reynolds (949) 252-5183 |
|
Subject: Award Contract for Pre-Construction
for JWA Taxiways A, D and E Reconstruction
ceo CONCUR |
County Counsel Review |
Clerk of the Board |
||||||||
Concur |
Approved
Agreement to Form |
Discussion |
||||||||
|
|
3
Votes Board Majority |
||||||||
|
|
|
||||||||
Budgeted: Yes |
Current Year
Cost: See Financial
Impact Section |
Annual Cost: N/A |
||||||||
|
|
|
||||||||
Staffing Impact: |
No |
# of Positions: |
Sole Source: No |
|||||||
Current Fiscal Year Revenue: N/A
|
||||||||||
Prior Board Action: 1/9/2024 #16, 9/26/2023 #21 |
||||||||||
RECOMMENDED
ACTION(S):
1. |
Find that the project is categorically
exempt from CEQA, Class 1 (Existing Facilities) and Class 2 (Replacement or
Reconstruction) pursuant to CEQA Guidelines Sections 15301 and 15302. |
2. |
Award a contract
to Flatiron West, Inc., to provide Construction Manager at Risk
Pre-Construction Services for the John Wayne Airport Taxiways A, D and E
Reconstruction Project, for a Guaranteed Maximum Price of $1,179,559,
effective upon execution of all necessary signatures. |
3. |
Authorize the
Director of OC Public Works or designee to execute the Construction Manager
at Risk Pre-Construction Phase Services contract with Flatiron West, Inc. |
SUMMARY:
Approval of a contract to Flatiron
West, Inc. for the John Wayne Airport, Taxiways A, D and E Reconstruction
Project will provide for the replacement of aging pavement on critical taxiways
and realign the taxiways to meet Federal Aviation Administration current
separation guidance between the taxiways and the vehicle service road.
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, JWA served approximately 11.3
million passengers. The proposed JWA Taxiways A, D and E Reconstruction Project
(Project) will reconstruct Taxiways A, D and E (Taxiways) east of Runway
2L-20R. The Project will also provide for a slight realignment of Taxiway A
just south of the South Remain Over Night apron and associated reconstruction
and realignment of the vehicle service road to maintain the separation
guidelines along Taxiway A. The reconstruction of the Taxiways measures
approximately 2,800 feet (Taxiway A), 250 feet (Taxiway D) and 500 feet
(Taxiway E). The length of reconstruction and realignment of the vehicle
service road is approximately 3,200 feet adjacent to Taxiway A. Due to the
critical nature and location of the Taxiways, careful planning and construction
phasing is required, which will maximize safety and minimize impact to JWA
operations to the greatest extent possible.
On September 26, 2023, the Board of Supervisors
(Board) approved Contract MA-080-24010110 with AECOM Technical Services, Inc.
(AECOM) for Architect-Engineer consultant services for the Project, for a term
of five years, in an amount not to exceed $3,413,274.
On September 29, 2022, OC Public Works
issued a Request for Qualifications (RFQ) for Construction Manager at Risk
Services (Services) for the Project. The RFQ was advertised from January 19,
2023, through February 20, 2023, on the County online bidding system. Five
submittals were received in response to the RFQ. Two submittals were
pre-qualified to submit a proposal in response to the County’s subsequent
Request for Proposals (RFP).
On June 28, 2023, OC Public Works issued
an RFP for the Project to the shortlisted respondents. Two proposals were
received, deemed responsive and were scored accordingly. On January 9, 2024, the Board unanimously selected Flatiron West,
Inc. to provide Services for the Project and directed OC Public Works to issue
a revised Notice of Intent to Award (NOIA) and return to the Board for award of
a Services contract. On January 18, 2024, the revised NOIA was issued
indicating the selection of Flatiron West, Inc.
OC Public Works is procuring Services for
this Project in accordance with the 2020 Design and Construction Procurement
Policy Manual (DCPM), Section 5.6. 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.
In accordance with the January 9, 2024,
Minute Order, OC Public Works is bringing to the Board for award, Contract
MA-080-24010874 (Contract) to Flatiron West, Inc. (Contractor) for Services for
the Project, for a Guaranteed Maximum Price (GMP) of $1,179,559, effective upon
execution of all necessary signatures. Upon substantial completion of the
design by AECOM and negotiation of a GMP Proposal for construction services
with the Contractor, OC Public Works will return to the Board for award of the
Construction Services contract.
The Contractor's license number was
verified as current and active through the California Contractors State License
Board database on February 23, 2023, and a copy of the verification is on file.
The Contractor is based in San Bernardino County.
OC Public Works has conducted due
diligence on the Contractor. Reference checks were satisfactory and completed
with Houston Airport System, Dallas Love Field Airport and Sacramento Airport
regarding similar Services.
This Contract includes subconsultants. See
Attachment B for Contract Summary Form.
Compliance
with CEQA:
The proposed Project is Categorically Exempt (Classes 1 and 2) from the
provisions of CEQA pursuant to CEQA Guidelines Sections 15301 and 15302 because
it involves reconstruction of the existing Taxiways and associated vehicle
service road, which does not include expansion of the existing use, and will
have the same purpose and capacity of the existing Taxiways and service road.
FINANCIAL
IMPACT:
Appropriations and Revenue for this
Contract are included in Fund 281, Airport Construction Fund, FY 2023-24
Budget.
On March 24, 2023, the FAA approved
JWA's Passenger Facility Charge (PFC) Application No. 2 and authorized the use
of PFC revenue for this Project.
The proposed Contract includes a
provision stating the Contract may be terminated for convenience of the County
upon less than seven days written notice to the Contractor and upon 10 days
written notice to the Contractor prior to the effective date of the termination
for cause without penalty to the County.
STAFFING
IMPACT:
N/A
REVIEWING
AGENCIES:
John
Wayne Airport
ATTACHMENT(S):
Attachment
A - Contract MA-080-24010874 with Flatiron West, Inc.
Attachment B - Contract Summary Form
Attachment C - Citations from Code of Federal Regulations