Title
Mill and Overlay Pavement Maintenance Program - 2-Step Job Order Contracting Services - 4108JOC183 (Ordinance S-46235)
Description
Request to authorize the City Manager, or his designee, to enter into separate master agreements with four contractors, to provide Mill and Overlay Pavement Maintenance Program Job Order Contracting (JOC) services 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 $600 million.
Additionally, request to authorize the City Manager, or his designee, to take all action deemed necessary to execute all utilities-related design and construction agreements, licenses, permits, and requests for utility services relating to the development, design, and construction of the project and to include disbursement of funds. Utility services include, but are not limited to: electrical; water; sewer; natural gas; telecommunications; cable television; railroads; and other modes of transportation. This authorization excludes any transaction involving an interest in real property.
Report
Summary
The JOC contractors’ services will be used on an as-needed basis to provide Mill and Overlay Pavement Maintenance Program services for the removal and replacement or restoration of existing deteriorated or damaged pavements in the right-of-way (ROW) for Arterial, Major Collector, Minor Collector, and Residential Pavement Overlay on streets within Phoenix city limits. Programs include Crack Seal, Slurry Seal, Microseal, Sealcoating, Fractured Aggregate Surface Treatment (FAST), Scrub Sealing, and Fog Sealing. Work will be completed in accordance with Maricopa Association of Governments (MAG) and 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. Six firms submitted proposals and are listed below.
Selected Firms
Rank 1: M. R. Tanner Development and Construction, Inc.
Rank 2: Talis Construction Corporation
Rank 3: Sunland Asphalt & Construction, Inc.
Rank 4: ViaSun Corporation
Additional Proposers
Rank 5: Nesbitt Contracting Co., Inc.
Rank 6: J. Banicki Construction, Inc.
Contract Term
The term of each master agreement is for up to five years, or up to $150 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 $150 million, including all subcontractor and reimbursable costs. The total fee for all services will not exceed $600 million.
Request to authorize the City Manager, or his designee, to execute job order agreements performed under these master agreements for 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. 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.