Agenda Item AGENDA STAFF REPORT ASR
Control 23-000892 |
||
MEETING
DATE: |
12/19/23 |
|
legal entity taking action: |
Board
of Supervisors |
|
board of supervisors district(s): |
5 |
|
SUBMITTING Agency/Department: |
OC
Public Works (Approved) |
|
Department contact person(s): |
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: 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 Walsh Construction Company II, LLC, to provide Pre-Construction Phase
Services for the John Wayne Airport Taxiways A, D and E Reconstruction
Project, for a Guaranteed Maximum Price of $984,575, effective upon execution
of all necessary signatures. |
3. |
Authorize the
Director of OC Public Works or designee to execute the Pre-Construction Phase
Services contract with Walsh Construction Company II, LLC. |
SUMMARY:
Approval of the contract for the
John Wayne Airport, Taxiways A, D and E Reconstruction Project will provide
Pre-Construction Phase Services for reconstruction of portions of Taxiways A, D
and E to provide for the replacement of aging pavement on critical taxiways and
to 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, approximately 11.3 million
passengers were served. 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 B) 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. (A-E) 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 Pre-Construction Phase 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 and deemed responsive. The
evaluation panel composed of members from OC Public Works scored the responsive
proposals. See Attachment D for the Summary of Evaluators Scoring.
Contractors |
Rank |
Walsh Construction Company II, LLC |
1 |
Flatiron West, Inc. |
2 |
OC Public Works is procuring Services for
this Project in accordance with the 2020 Design and Construction Procurement
Policy Manual (DCPM), Section 3. 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
award Contract MA-080-24010619 (Contract) to Walsh Construction Company II, LLC
(Contractor) for Services for the Project, for a Guaranteed Maximum Price (GMP)
of $984,575, effective upon execution of all necessary signatures. Upon
substantial completion of the design by the A-E 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 Riverside County.
An analysis was conducted to determine the
cost/benefit of contracting out versus providing Services in- house. Based on
this analysis, OC Public Works has determined that contracting for Services is
required as the specialized construction expertise needed to complete the work
is currently unavailable utilizing in-house staff.
OC Public Works has conducted due
diligence on the Contractor. Reference checks were satisfactory and completed
with City of Long Beach, FedEx and Los Angeles World Airports regarding similar
projects.
This Contract includes subcontractors. 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 for this Contract
are included in Fund 281, Airport Construction Fund, FY 2023-24 Budget and will
be encumbered in FY 2023-24.
On July 13, 2022, JWA accepted an
Airport Improvement Grant from the FAA to fund the design services for this
Project in the amount of $2,014,750. On March 24, 2023, the FAA approved JWA's
Passenger Facility Charge Application (PFC) No. 2 and authorized the use of PFC
revenue for 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-080-24010619 with Walsh Construction Company II, LLC
Attachment B - Contract Summary Form
Attachment C - Memorandum of Recommendation
Attachment D - Summary of Evaluator Scoring
Attachment E - Citations from Code of Federal Regulations