Title
Phoenix Sky Harbor International Airport Terminal 4 Infrastructure Fire Alarm Replacement - Design-Build Services - AV21000102 (Ordinance S-48075)
Description
Request to authorize the City Manager, or his designee, to enter into an agreement with Chasse Building Team, Inc. to provide Design-Build Services for the Phoenix Sky Harbor International Airport Terminal 4 Infrastructure Fire Alarm Replacement 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 $1 million.
Additionally, request to authorize the City Manager, or his designee, to take all necessary and appropriate action 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 the City Manager to include in this transaction's documents indemnification and assumption-of-liability provisions otherwise prohibited by Phoenix City Code 42-18. This authorization excludes any transaction involving an interest in real property.
Report
Summary
This initial request is to enter into an agreement with Chasse Building Team, Inc. for Design-Build Design Phase Services. At a future date, the City will request City Council approval of the construction phase services after the project scope requirements are developed and estimated.
The purpose of this project is to replace the existing Terminal 4 Fire Alarm (FA)/Voice Evacuation System with a new, updated system. The existing fire alarm system in Terminal 4 has been in place since 2003 and some parts of the system much longer than that. The existing system has reached the end of its service life, according to the manufacturer. To minimize the impact on terminal operations, this project will proceed in phases while the existing system stays active. Night work and multiple shifts to expedite the work will be required at certain locations.
Chasse Building Team, Inc. will initially confirm project scope requirements and then prepare a conceptual design adequate to provide a Guaranteed Maximum Price (GMP) proposal. Chasse Building Team, Inc. will assume the risk of delivering the project through a GMP agreement. Chasse Building Team, Inc. will be responsible for construction means and methods related to the project and fulfilling the Small Business Enterprise program requirements. Chasse Building Team, Inc. will be required to solicit bids from pre-qualified subcontractors and to perform the work using the City’s subcontractor selection process. Chasse Building Team, Inc. may also compete to self-perform limited amounts of work.
Chasse Building Team, Inc.’s services for the initial design phase will include: verify existing as-built conditions against record drawings, provide options and recommendations for the new FA/Voice Evacuation System, ensure the new system will communicate with the existing network, identify code-related upgrades, assume responsibility for design, engineering and permitting of entire FA/Voice Evacuation System, develop project schedule and detailed phasing plan with stakeholder input, develop cost estimates and a GMP that is within the City’s budget, execute the construction plan in coordination with stakeholders, and ensure existing FA/Voice Evacuation System remains operable during all phases of the project to allow continuous occupancy and use of the facility.
This Agreement is essential to the health, safety, and welfare of the Public and critical operations for the City.
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. 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: Chasse Building Team, Inc.
Additional Proposers
Rank 2: Caliente Construction, Inc.
Rank 3: Sun Eagle Corporation
Rank 4: The Whiting-Turner Contracting Company, 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 Chasse Building Team, Inc.'s initial design phase services will not exceed $1 million, including all subcontractor and reimbursable costs.
Funding is available in the Aviation 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
3400 E. Sky Harbor Blvd.
Council District: 8
Department
Responsible Department
This item is submitted by Deputy City Manager Mario Paniagua, the Aviation Department, and the City Engineer.