Title
24th Street Water Treatment Plant Rehabilitation 2025 - Construction Manager at Risk Services - WS85290033 (Ordinance S-52442) - District 6
Description
Request to authorize the City Manager, or his designee, to enter into an agreement with PCL Construction, Inc. to provide Construction Manager at Risk Preconstruction and Construction Services for the 24th Street Water Treatment Plant Rehabilitation 2025 project. Further request to authorize execution of amendments to the agreement as necessary within the City Council-approved expenditure authority as provided below, and for the City Controller to disburse all funds related to this item. The fee for services will not exceed $88,930,000.
Report
Summary
The purpose of this project is to rehabilitate and/or replace the various treatment systems at the 24th Street Water Treatment Plant due to age and usage.
PCL Construction, Inc. will begin in an agency support role for Construction Manager at Risk Preconstruction Services. PCL Construction, Inc. will assume the risk of delivering the project through a Guaranteed Maximum Price agreement.
PCL Construction, Inc.’s Preconstruction Services include, but are not limited to: provide detailed cost estimating and knowledge of marketplace conditions; provide project planning and scheduling; provide for construction phasing and scheduling that will minimize interruption to City operations; provide alternate system evaluation and constructability studies; advise City on ways to gain efficiencies in project delivery; provide long-lead procurement studies and initiate procurement of long-lead items; assist in the permitting processes; protect the City's sensitivity to quality, safety, and environmental factors; and participating with the City in a process to establish a Small Business Enterprise (SBE) goal for the project.
PCL Construction, Inc.’s initial Construction Services will include preparation of a Guaranteed Maximum Price proposal provided under the agreement. PCL Construction, Inc. will be responsible for construction means and methods related to the project and fulfilling the SBE program requirements. PCL Construction, Inc. will be required to solicit bids from prequalified subcontractors and to perform the work using the City’s subcontractor selection process. PCL Construction, Inc. may also compete to self-perform limited amounts of work.
PCL Construction, Inc.’s additional Construction Services include: construct and rehabilitate the treatment systems as described in Section 1; select subcontractors/suppliers for this project; prepare a Guaranteed Maximum Price proposal that meets the approval of the City; coordinate with various City of Phoenix departments, other agencies, utility companies; arrange for procurement of materials and equipment; schedule and manage site operations; bid, award, and manage all construction related contracts while meeting City bid requirements including the local and SBE participation goal; provide quality controls; bond and insure the construction; and maintain a safe work site for all project participants.
Procurement Information
The selection was made using a qualifications-based selection process set forth in Section 34-603 of the Arizona Revised Statutes (A.R.S.). In accordance with A.R.S. Section 34-603(H), the City may not publicly release information on proposals received or the scoring results until an agreement is awarded. Two firms submitted proposals and are listed below:
Selected Firm
Rank 1: PCL Construction, Inc.
Additional Proposer
Rank 2: Filanc
Contract Term
The term of the agreement is five years from issuance of the Notice to Proceed. Work scope identified and incorporated into the agreement prior to the end of the term may be agreed to by the parties, and work may extend past the termination of the agreement. No additional changes may be executed after the end of the term.
Financial Impact
The agreement value for PCL Construction, Inc. will not exceed $88,930,000 including all subcontractor and reimbursable costs.
Funding is available in the Water Services Department's Capital Improvement Program budget. The Budget and Research Department will separately review and approve funding availability prior to execution of any amendments. Payments may be made up to agreement limits for all rendered agreement services, which may extend past the agreement termination.
Location
24th Street Water Treatment Plant
Council District: 6
Department
Responsible Department
This item is submitted by City Manager Ed Zuercher, Deputy City Manager Ginger Spencer, the Water Services Department, and the City Engineer.