Title
Phoenix Sky Harbor International Airport Taxiway A, Connectors A3-A4 Strengthening and Reconstruction - 2-Step Construction Manager at Risk Preconstruction Services - AV08000088 FAA (Ordinance S-51364) - District 8
Description
Request to authorize the City Manager, or his designee, to enter into an agreement with J. Banicki Construction, Inc. to provide Construction Manager at Risk Preconstruction Services for the Phoenix Sky Harbor International Airport Taxiway A, Connectors A3-A4 Strengthening and Reconstruction 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 $500,000.
Report
Summary
The purpose of this project is to reconstruct Taxiway A from A3 to A4 and the A4 connector at Phoenix Sky Harbor International Airport (Airport) to support Group V aircraft operations. Taxiway A is part of the north airfield of the Airport and parallels the north runway. The westernmost end of Taxiway A, from connectors A1 to A3, is made up of concrete pavement and can accommodate Group V aircraft. The remainder of Taxiway A is asphalt paving and can accommodate smaller Group III aircraft. Planned development at the northwest corner of the airfield to support cargo operations and an aircraft isolation pad requires the development of an aircraft isolation pad, accommodations to connect Taxiway A to the planned cargo development, and the reconstruction of the vehicle service road that parallels the taxiway to the north of the Airport.
J. Banicki Construction, Inc. will begin in an agency support role for Construction Manager at Risk Preconstruction Services. J. Banicki Construction, Inc. will assume the risk of delivering the project through a Guaranteed Maximum Price (GMP) agreement.
J. Banicki Construction, Inc.’s Preconstruction Services include, but are not limited to: providing project site survey and inventory of existing conditions; validating site constraints, site investigations, and utility locations; attending all project meetings as necessary to maintain the project objectives; coordinating work with the City and Design Team to secure all permits and approvals from various agencies, federal, state, county, and local utility authorities; identifying GMP packaging strategy and present alternate strategies to optimize the sequence of construction; providing detailed cost estimating; providing reconciliation with third party estimating for each design phase and have knowledge of marketplace conditions; providing value engineering and cost reduction efforts to optimize project budget; providing for construction phasing, scheduling, and evaluate sequencing based on stakeholder feedback to minimize interruption to City operations; coordinating and communicating with the City on any salvage items for turnover to owner; facilitating and supporting owner’s coordination with other internal and external stakeholders; providing alternate systems evaluation and constructability studies; advising the City on ways to gain efficiencies in project delivery; advising the City on choosing green building materials; providing long-lead procurement studies and initiate procurement of long-lead items; participating with the City in a process to set a goal for local and DBE participation and implement the local and DBE process; assisting the design team with efforts to identify public and private utilities; collaborating with the design team on coordination associated with all disciplines relative to mechanical, electrical, plumbing, technology, structural, Fire Life Safety, security, and civil; protecting the City’s sensitivity to quality, safety, and environmental factors; validating and incorporating the Aviation Department's sustainability goals and initiatives; performing preconstruction services to comply with Title 34, Arizona Revised Statutes (A.R.S.), and all other tasks as-needed for a complete project.
Procurement Information
The selection was made using a two-step price and qualifications-based selection process set forth in A.R.S. Section 34-603. 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. Four firms submitted proposals and are listed below.
Selected Firm
Rank 1: J. Banicki Construction, Inc.
Additional Proposers
Rank 2: ViaSun Corporation
Rank 3: Kiewit Infrastructure West Co.
Rank 4: Pulice Construction, Inc.
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 J. Banicki Construction, Inc. will not exceed $500,000, including all subcontractor and reimbursable costs.
Funding is available in the Aviation Department's Capital Improvement Program budget. The Aviation Department anticipates grant funding for a portion of the project. 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 termination of the agreement.
Previous Council Action
The City Council approved Engineering Services Agreement No. 159152 (Ordinance S-50142) on September 6, 2023.
Location
2485 E. Buckeye Road
Council District: 8
Responsible Department
This item is submitted by Deputy City Managers Mario Paniagua and Inger Erickson, the Aviation Department, and the City Engineer.