Title
Sanitary Sewer Rehabilitation (WIFA) - 2-Step Job Order Contracting Services - JOC244 (Ordinance S-52372) - Citywide
Description
Request to authorize the City Manager, or his designee, to enter into separate master agreements with the three contractors listed below to provide Sanitary Sewer Rehabilitation Job Order Contracting services for the Water Services 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 all services will not exceed $30.6 million.
Additionally, request to authorize the City Manager, or his designee, to take all action as may be necessary or appropriate and to execute all design and construction agreements, licenses, permits, and requests for utility services relating to the development, design, and construction of the project. Such utility services include, but are not limited to: electrical, water, sewer, natural gas, telecommunications, cable television, railroads and other modes of transportation. Further request the City Council to grant an exception pursuant to Phoenix City Code 42-20 to authorize inclusion in the documents pertaining to this transaction of indemnification and assumption of liability provisions that otherwise should be prohibited by Phoenix City Code 42-18. This authorization excludes any transaction involving an interest in real property.
Report
Summary
The Job Order Contracting (JOC) contractors’ services will be used on an as-needed basis to provide Sanitary Sewer Rehabilitation services to maintain the reliability and integrity of the wastewater collections system by rehabilitating existing infrastructure. Additionally, the JOC contractors will be responsible for fulfilling Small Business Enterprise program requirements.
Procurement Information
The selections were made using a two-step qualifications and price-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. Eight firms submitted proposals and are listed below.
Selected Firms
Rank 1: Insituform Technologies, LLC
Rank 2: SAK Construction, LLC
Rank 3: B&F Contracting, Inc.
Additional Proposers
Rank 4: TF Contracting Services, LLC
Rank 5: Ellison-Mills Contracting, LLC
Rank 6: Talis Construction Corporation
Rank 7: Iron Horse LLC dba Iron Horse Pipeline Services, LLC
Rank 8: Inliner Solutions, LLC
Contract Term
The term of each master agreement is for up to five years, or up to $10.2 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 value for each of the JOC contractors will not exceed $10.2 million, including all subcontractor and reimbursable costs. The total fee for all services will not exceed $30.6 million.
Request to authorize the City Manager, or his designee, to execute job order agreements performed under these master agreements for 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 Water Services 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 City Manager Jeffrey Barton, Deputy City Manager Ginger Spencer, the City Engineer and the Water Services Department.