Title
Scenario 3B Transmission Main Rehabilitation Project - Construction Manager at Risk Preconstruction and Construction Services - WS85507008 (Ordinance S-46312)
Description
Request to authorize the City Manager, or his designee, to enter into an agreement with Kiewit Infrastructure West Co, (Kiewit) to provide Construction Manager at Risk (CMAR) Construction Services for the Scenario 3B Transmission Main Rehabilitation 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 $36.2 million.
Report
Summary
The purpose of this project is to rehabilitate or relocate 3.2 miles of existing 48-inch pre-stressed concrete cylinder pipe transmission main extending north from Orangewood Avenue and 20th Street to 26th Street and East Shea Boulevard in its existing alignment. This project will first evaluate steel slip-line rehabilitation and possible replacement options. The CMAR will perform steel slip-line rehabilitation or possible replacement services as required along the 3.2 miles of transmission main.
Kiewit will begin in an agency support role for CMAR preconstruction services. Kiewit will assume the risk of delivering the project through a Guaranteed Maximum Price (GMP) agreement. Kiewit's preconstruction services include but are not limited to: providing detailed cost estimating and identification of marketplace conditions; planning and scheduling project/construction phases to minimize interruption to City operations; evaluating alternate systems; providing constructability studies; advising on potential efficiencies in project delivery; performing and initiating long-lead studies and procurements; and assisting in permitting processes. An SBE goal will be established for this project upon substantial completion of preconstruction services and prior to the start of construction.
Kiewit will then transition to preparation of a GMP proposal for the Construction Services provided under the agreement and participate with the City in a process to establish a Small Business Enterprise (SBE) goal for the project. Kiewit will be responsible for construction means and methods related to the project and fulfilling the SBE program requirements. Kiewit will be required to solicit bids from prequalified subcontractors and to perform the work using the City's subcontractor selection process. Kiewit may also compete to self-perform limited amounts of work.
Kiewit's construction services include but are not limited to: construction of the selected alignment design per final plans and specifications; bond and insure the construction; address all federal, state and local permitting requirements; arrange for procurement of materials and equipment; schedule and manage site operations; address owner issues; maintain a safe work site for all project participants; and provide quality controls.
Procurement Information
The selection was made using a qualifications-based selection process set forth in section 34-603 of the Arizona Revised Statutes (A.R.S.). 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 award. Three firms submitted proposals and are listed below.
Selected Firm
Rank 1: Kiewit Infrastructure West Co.
Additional Proposers
Rank 2: Achen-Gardner Construction, LLC
Rank 3: Blucor Contracting, Inc.
Contract Term
The term of the agreement is three 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 Kiewit will not exceed $36.2 million, including all subcontractor and reimbursable costs.
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.
Location
North from Orangewood Avenue and 20th Street to 26th Street and East Shea Boulevard
Council Districts: 3 and 6
Department
Responsible Department
This item is submitted by Deputy City Managers Karen Peters and Mario Paniagua, the Water Services Department, and the City Engineer.