Title
Phoenix Sky Harbor International Airport Terminal 2 Building Demolition, Apron Reconstruction, Mural Relocation, and Garage Demolition - Construction Manager at Risk Preconstruction Services - AV08000082-FAA, AV02000033 (Ordinance S-45240)
Description
Request to authorize the City Manager, or his designee, to enter into an agreement with Kiewit Infrastructure West Co., to provide Construction Manager at Risk (CMAR) Preconstruction Services for the Phoenix Sky Harbor International Airport Terminal 2 (T2) Building Demolition, Apron Reconstruction, Mural Relocation, and Garage Demolition 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 $735,500.
Report
Summary
Terminal 2, the apron, and associated systems were constructed over 60 years ago and have reached their useful life. The Terminal 3 (T3) improvements were undertaken to provide gates for the airlines operating at T2. This allows T2 to be demolished without an impact to capacity and operations.
The purpose of this project under the first phase, project number AV08000082-FAA, is to demolish the PSHIA T2 concourse and reconstruct the apron. This will provide dual taxi lanes and improved operational safety. Phase 1 of the project will have Federal Aviation Administration (FAA) funds associated with the work consistent with the phasing and grant availability.
The purpose of this project under the second phase, project number AV02000033, is to demolish the PSHIA T2 terminal building (processor) and possibly the T2 garage at a future date once a separate detailed scoping is completed and funding becomes available. Phase 2 will demolish the T2 processor, include relocation of the art mural to a new airport location with public access prior to demolition, and possibly the T2 parking garage in accordance with the airport's plan for development. The second phase is not eligible for federal funds.
Kiewit Infrastructure West Co. will begin in an agency support role for CMAR Preconstruction Services. Kiewit Infrastructure West Co. will assume the risk of delivering the project through a Guaranteed Maximum Price (GMP) agreement.
Kiewit Infrastructure West Co.'s services include, but are not limited to: project planning, scheduling and detailed cost estimates; preparing Guaranteed Maximum Price proposals; investigate utility conflicts; provide alternate systems evaluation and constructibility reviews of project plans and specifications, and compliance with 49 Code of Federal Regulations Part 26 and the U.S. Department of Transportation Disadvantaged Business Enterprise Program.
Procurement Information
The selection was made using a qualification-based selection and interview 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 awarded. Six firms submitted proposals and are listed below:
Selected Firm
Rank 1: Kiewit Infrastructure West Co.
Additional Proposers
Rank 2: Viasun-BCS, a Joint Venture
Rank 3: J. Banicki Construction, Inc.
Rank 4: Sundt Construction, Inc.
Rank 5: Granite Construction Company
Contract Term
The term of the agreement is 225 calendar days from issuance of the Notice to Proceed for Phase 1 and 300 calendar days from issuance of the Notice to Proceed for Phase 2. 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 Infrastructure West Co. will not exceed $735,500, 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.
Concurrence/Previous Council Action
The City Council approved Engineering Services Agreement (S-45142) on Nov. 14, 2018.
Location
3400 E. Sky Harbor Blvd.
Council District: 8
Department
Responsible Department
This item is submitted by Deputy City Managers Deanna Jonovich and Mario Paniagua, the Aviation Department, and the City Engineer.