Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        ASR Control  25-000264

 

MEETING DATE:

04/22/25

legal entity taking action:

Board of Supervisors

board of supervisors district(s):

5

SUBMITTING Agency/Department:

John Wayne Airport   (Approved)

Department contact person(s):

Charlene Reynolds (949) 252-5183 

 

 

Komal Kumar (949) 252-5166

 

 

Subject:  Award Contract for 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:   $5,910,000

Annual Cost: FY 2025-26 $32,370,114
FY 2026-27 $39,489,791
FY 2027-28 $24,229,055

 

 

 

    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:         2/27/2024 #36, 1/9/2024 #16

 

RECOMMENDED ACTION(S):

 

 

1.

Award a contract to Flatiron West, Inc., for Construction Services for John Wayne Airport Taxiways A, D and E Reconstruction, effective upon execution of all necessary signatures, to be completed within 952 days of the effective date of the Notice to Proceed for a Total Contract Price of $101,998,960.

 

2.

Authorize the Airport Director or designee to execute the contract with Flatiron West, Inc.

 

 

 

 

SUMMARY:

 

Award of the 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 in Orange County, is the county's only commercial airport. Serving over three million people across 34 cities, JWA served around 11.1 million passengers in 2024. 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 June 28, 2023, OC Public Works issued a Request for Proposal (RFP) to provide Construction Manager At-Risk (CMAR) Services for the Project, consisting of pre-construction and construction phases. Two proposals were received, deemed responsive, and scored accordingly. On January 9, 2024, the Board of Supervisors (Board) unanimously selected Flatiron West, Inc. to provide CMAR services for the Project and directed staff to return with a negotiated contract for Board approval.  On February 27, 2024, the Board approved Contract MA-080- 24010874 with Flatiron West, Inc. for the Pre-Construction Services for the Project, for a Guaranteed Maximum Price (GMP) of $1,179,559.

 

JWA is now recommending the Board award Contract MA-280-25011290 (Contract) to Flatiron West,  Inc. to provide for the CMAR Construction phase services for the Project, for a GMP of $90,188,815, plus a Total Contingency Amount of $11,810,145 for a Total Contract Price of $101,998,960, effective upon execution of all necessary signatures.

 

JWA 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.

 

The Contractor's license number was verified as current and active through the California Contractors State License Board database on March 12, 2025, and a copy of the verification is on file. The Contractor is based in San Diego County.

 

JWA 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 projects.

 

An analysis was completed to determine whether the contract provides the county with persons specially trained, experienced, expert, and competent to perform special services in accordance with the law.

 

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

 

Compliance with CEQA: The proposed project was previously determined to be Categorically Exempt from CEQA pursuant to Sections 15301 (Class 1) and 15302 (Class 2) of the CEQA Guidelines, because it provides for the reconstruction of the existing Taxiways A, D, and E, 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. The Notice of Exemption was filed with the Clerk-Recorder on November 28, 2023. The proposed project is still consistent with this determination.

 

 

 

FINANCIAL IMPACT:

 

Appropriations and Revenue for this Contract are included in Fund 281, Airport Construction Fund, FY 2024-25 Budget and will be included in the budgeting process for future years.

 

The FAA approved JWA to collect Passenger Facility Charge (PFC) revenue to fund the Project.

 

The contract contains language that permits reductions or termination of the contract immediately without penalty if approved funding or appropriations are not forthcoming and upon 30-days' notice without penalty.

 

 

STAFFING IMPACT:

 

N/A

 

ATTACHMENT(S):

 

Attachment A – Contract MA-080-25011290 with Flatiron West, Inc.
Attachment B – Contract Summary Form