Title
Cave Creek Wastewater Reclamation Plant Rehabilitation - Construction Manager at Risk Pre-Construction Services - WS90300008 (Ordinance S-47034)
Description
Request to authorize the City Manager, or his designee, to enter into an agreement with Sundt Construction, Inc. to provide Construction Manager at Risk (CMAR) Preconstruction Services for the Cave Creek Wastewater Reclamation Plant (WRP) Rehabilitation project. Further request to authorize execution of amendments to the agreement 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 fee for services will not exceed $6 million.
Report
Summary
The Cave Creek WRP is an eight-million-gallons-per-day conventional activated sludge wastewater treatment plant with nitrogen removal and final filtration. Wastewater flow is obtained by pumping from sewers located on Cave Creek Road and Deer Valley Road. The facility was originally placed into operation in 2002 and removed from services in 2009.
The facility was initially designed with on-grade or below-grade facilities to maintain a low-profile aesthetic for visual and noise attenuation purposes. New facilities will be designed and constructed to continue this aesthetic.
Sundt Construction, Inc. will begin in an agency support role for CMAR Preconstruction Services. Sundt will assume the risk of delivering the project through a Guaranteed Maximum Price (GMP) agreement.
Sundt Construction, Inc.'s services will include, but are not limited to: bidding, awarding and managing subcontractors; conducting constructability reviews; value engineering analysis; providing cost tracking, construction work planning and scheduling, long-lead equipment procurement; and other support tasks during preparation of the project plans and specifications as necessary for preparation of the GMP.
A Small Business Enterprise goal will be established for this project during the preconstruction services and reviewed prior to the start of construction.
This Agreement is essential to the health, safety, and welfare of the public and critical operations for the City.
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. Six firms submitted proposals and are listed below.
Selected Firm
Rank 1: Sundt Construction, Inc.
Additional Proposers
Rank 2: McCarthy Building Companies, Inc.
Rank 3: PCL Construction, Inc.
Rank 4: Kiewit Infrastructure West Co.
Rank 5: Archer Western Construction, LLC
Rank 6: The Weitz Company, LLC
Contract Term
The term of the agreement is 30 months 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 Sundt Construction, Inc. will not exceed $6 million, 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.
Concurrence/Previous Council Action
The City Council approved:
- Engineering Services Agreement 145603 (Ordinance S-43772) on July 6, 2017; and
- Engineering Services Agreement 145603 - Amendment 1 (Ordinance S-46230) on Dec. 18, 2019.
Location
Cave Creek Wastewater Reclamation Plant
Council District: 2
Department
Responsible Department
This item is submitted by Deputy City Managers Karen Peters and Mario Paniagua, the Water Services Department, and the City Engineer.