Title
Water Main Replacement Quarter Sections: 10-33, 10-24 and 2-29 - Construction Manager at Risk Preconstruction Services - WS85509026, WS85509029 and WS85509061 (Ordinance S-46694)
Description
Request to authorize the City Manager, or his designee, to enter into separate agreements with three contractors listed below, to provide Construction Manager at Risk (CMAR) Preconstruction Services for the Water Main Replacement: QS 10-33, QS 10-24, QS 2-29 project. 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 $60,000.
Report
Summary
The purpose of this project is to evaluate and replace aging water mains within the City of Phoenix. The primary focus of the program is currently water mains in alleys and easements which have historically had high break rates and are difficult to repair. Work for this project will include installation of new 6-inch to 12-inch water mains, multiple cut and plugs, and installation or relocation of fire hydrants.
B & F Contracting, Inc. (B & F), Achen-Gardner Construction (Achen-Gardner), and Sundt Construction, Inc. (Sundt) will begin in an agency support role for CMAR Preconstruction Services. The Contractors will assume the risk of delivering the project through a Guaranteed Maximum Price agreement.
The Contractors' services include, but are not limited to: reviewing design plans and specifications; developing cost models through detailed cost estimating and knowledge of marketplace conditions; advising the City on ways to gain efficiencies in project delivery; project planning and scheduling; construction phasing and scheduling that will minimize interruption to the City; alternate systems evaluation and constructability studies; long-lead procurement studies and initiating procurement of long-lead items; assisting in permitting processes; and protecting the Owner's sensitivity to quality, safety, and environmental factors. A Small Business Enterprise goal will be established for this project upon substantial completion of Preconstruction Services and prior to the start of construction.
These agreements are essential to the health, safety, and welfare of the public and critical operations for 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. Twelve firms submitted proposals and are listed in Attachment A.
Contract Term
The term of the agreement is one year 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 each Contractor will not exceed $20,000, including all subcontractor and reimbursable costs. The total fee for services will not exceed $60,000.
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:
- Professional Services Agreements 151696, 151697, and 151698 (Ordinance S-46394) on March 4, 2020.
Location
- WS85509026: QS 10-33 - Washington to Van Buren streets from 20th to 36th streets
- WS85509029: QS 10-24 - Buckeye Road to Van Buren Street from 19th to 23rd avenues
- WS85509061: QS 2-29 - Southern Avenue to Vineyard Road from 7th to 12th streets
Council Districts: 7 and 8
Department
Responsible Department
This item is submitted by Deputy City Managers Karen Peters and Mario Paniagua, the Water Services Department, and the City Engineer.