Title
Pavement Restoration Services Two-Step Job Order Contract - 4108JOC155 (Ordinance S-43675)
Description
Request to authorize the City Manager, or his designee, to enter into separate agreements with M.R. Tanner Development & Construction, Inc. (Tempe, Ariz.), Sunland Asphalt & Construction, Inc., (Tempe, Ariz.), and Talis Construction Corporation, Inc. (Tempe, Ariz.) to provide Pavement Restoration Job Order Contracting (JOC) Services, and to execute contract options as necessary. Further request authorization for the City Controller to disburse all funds related to this item.
Additional authorization is requested for 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 to include disbursement of funds. Utility services include: 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 purpose of the Pavement Restoration Services JOC is to improve the streets in poor condition as part of the overall Street Pavement Maintenance Program administered by the Street Transportation Department. The contractors will be utilized on an as-needed basis to provide citywide pavement restoration services within the right-of-way. The scope of work will include major, collector, and residential pavement overlay; crack seal; slurry seal; fractured aggregate surface treatment; scrub sealing; fog sealing; and all other work as it relates to this JOC.
Procurement Information
M.R. Tanner Development & Construction, Inc., Sunland Asphalt & Construction, Inc., and Talis Construction Corporation, Inc. were chosen for this project using a two-step qualifications and price-based selection process according to section 34-604 of the Arizona Revised Statutes (A.R.S.). Pursuant to A.R.S. title 34, the City is not to release the scoring of proposers until a contract has been awarded.
The five top rankings follow:
M.R. Tanner & Development Construction, Inc.: Ranked #1
Sunland Asphalt & Construction, Inc.: Ranked #2
Talis Construction Corporation, Inc.: Ranked #3
Nesbitt Contracting Co., Inc.: Ranked #4
Combs Construction Company, Inc.: Ranked #5
Contract Term
Each contract will be for a three-year term with an option to renew for an additional two-year term or maximum funding capacity, whichever occurs first. Contract work scope identified and incorporated into the contract prior to the end of the contract may be agreed to by the parties, and work may extend past the termination of the contract. No additional contract work scope changes may be executed after the end of the contract term.
Financial Impact
The initial contract value of each JOC will be $30 million with an option to renew for an additional $20 million each, for a total contract value of $50 million each, including all amendments. Authorization is requested to execute job order agreements performed under this JOC for up to $2 million each in construction costs. In no event will any job order agreement exceed $2 million without Council approval to increase the limit. Contract payments may be made up to contract limits for all rendered contract services, which may extend past the contract termination.
Operating and Capital Improvement Program funding may be utilized. The Budget and Research Department will review and approve funding availability prior to issuance of any job order agreement.
Public Outreach
The public will be notified on each project, if notification is required.
Small Business Outreach
A Small Business Outreach goal of three percent has been established for these contracts.
Department
Responsible Department
This item is submitted by Deputy City Manager Mario Paniagua, the Street Transportation Department, and the City Engineer.