Title
Pavement Preservation - Two-Step Job Order Contracting Services - 4108JOC199 (Ordinance S-48097)
Description
Request to authorize the City Manager, or his designee, to enter into separate master agreements with three contractors to provide Pavement Preservation Two-Step Job Order Contracting services citywide for the Street Transportation Department. Further request to authorize execution of amendments to the agreements as necessary within the Council-approved expenditure authority as provided below, and for the City Controller to disburse all funds related to this item. The total fee for services will not exceed $135 million.
Additionally, request to authorize the City Manager, or his designee, to take all action as may be necessary or appropriate and to execute all design and construction agreements, licenses, permits, and requests for utility services relating to the development, design, and construction of the project. Such utility services include, but are not limited to: electrical, water, sewer, natural gas, telecommunications, cable television, railroads and other modes of transportation. Further request the City Council to grant an exception pursuant to Phoenix City Code 42-20 to authorize inclusion in the documents pertaining to this transaction of indemnification and assumption of liability provisions that otherwise should be prohibited by Phoenix City Code 42-18. This authorization excludes any transaction involving an interest in real property.
Report
Summary
The Contractors' services will be used on an as-needed basis to provide Pavement Preservation Job Order Contracting (JOC) services for asphalt emulsion fog sealing and rejuvenating asphalt emulsions on arterial, major collector, collector, minor collector, and local streets; asphalt sealcoating and cool pavement surface coatings on minor collector and local streets; and incidental surface preparation work as needed for proper application of pavement preservation coatings. All work will be in accordance with Maricopa Association of Governments (MAG) and/or Phoenix Supplement to MAG. Additionally, the JOC contractors will be responsible for fulfilling Small Business Enterprise program requirements.
Procurement Information
The selections were made using a two-step qualifications and price based selection process set forth in section 34-604 of the Arizona Revised Statutes (A.R.S.). In accordance with A.R.S. section 34-604(H), the City may not publicly release information on proposals received or the scoring results until an agreement is awarded. Five firms submitted proposals and are listed below.
Selected Firms
Rank 1: Viasun Corporation
Rank 2: Sunland Asphalt & Construction, LLC
Rank 3: M. R. Tanner Development and Construction, LLC
Additional Proposers
Rank 4: VSS International, Inc.
Rank 5: Cactus Asphalt, a division of Cactus Transport, Inc.
Contract Term
The term of each master agreement is for up to five years, or up to $45 million, whichever occurs first. Work scope identified and incorporated into the master agreement prior to the end of the term may be agreed to by the parties, and work may extend past the termination of the master agreement. No additional changes may be executed after the end of the term.
Financial Impact
The master agreement values for each of the JOC contractors will not exceed $45 million, including all subcontractor and reimbursable costs. The total fee for all services will not exceed $135 million. The value for each job order agreement performed under this mater agreement will be up to $4 million each. In no event will any job order agreement exceed this limit without Council approval to increase the limit.
Funding is available in the Street Transportation Department's Capital Improvement Program budget. The Budget and Research Department will review and approve funding availability prior to issuance of any job order agreement. Payments may be made up to agreement limits for all rendered agreement services, which may extend past the agreement termination.
Public Outreach
The public will be notified on each project if notification is required.
Department
Responsible Department
This item is submitted by Deputy City Manager Mario Paniagua, the Street Transportation Department, and the City Engineer.