Title
Bridge and Dam Safety Repair Program - Job Order Contracting Services - 4108JOC191 (Ordinance S-46618)
Description
Request to authorize the City Manager, or his designee, to enter into separate master agreements with two contractors, to provide Bridge and Dam Safety Repair 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 $30 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 Bridge and Dam Safety Repair Program services for the restoration and rehabilitation of 623 bridges located throughout Phoenix (Street Transportation structures, Aviation Department structures, Phoenix Convention Center structures, Valley Metro structures, and various roadways). The bridges vary in size and complexity from pedestrian bridges to taxiway bridges to large scale bridges with some over waterways or dry bed canals, including repair and maintenance work on City owned dams, levees, drainage structures and basins. Some bridges will require emergency repair, restoration, and rehabilitation due to damage caused by natural disasters, accidents, or other unknown causes requiring expedited schedules for repair.
Services will include, but are not limited to: restoration and rehabilitation to bridge drainage structures and structural integrity, concrete repairs, guardrail installation, fence repair and restoration, minor and major safety defects, preparation of Repairs Accomplished reports for each project, and other work as needed, all adhering to local, state, and federal requirements, as applicable. Additionally, the JOC contractors will be responsible for fulfilling Small Business Enterprise program requirements.
These Agreements are essential to the health, safety, and welfare of the public and critical operations of the City.
Procurement Information
The selections were made using a qualifications-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. Four firms submitted proposals and are listed below.
Selected Firms:
Rank 1: The Truesdell Corporation
Rank 2: Hunter Contracting Co.
Additional Proposers:
Rank 3: J. Banicki Construction, Inc.
Rank 4: DBA Construction, Inc.
Contract Term
The term of each master agreement is for up to five years, or up to $15 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 $15 million, including all subcontractor and reimbursable costs. The total fee for all services will not exceed $30 million. The value for each job order agreement performed under this master 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. 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.
Department
Responsible Department
This item is submitted by Deputy City Manager Mario Paniagua, the Street Transportation Department, and the City Engineer.