Skip to main content
File #: 19-1608   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/19/2019 Final action: 6/19/2019
Title: Portland Cement Concrete Repair Program - 2-Step Job Order Contracting Services - 4108JOC180 (Ordinance S-45831)
District: Citywide

Title

Portland Cement Concrete Repair Program - 2-Step Job Order Contracting Services - 4108JOC180 (Ordinance S-45831)

 

Description

Request to authorize the City Manager, or his designee, to enter into separate master agreements with four contractors, to provide Portland Cement Concrete Repair Program Job Order Contracting (JOC) services for the Street Transportation 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 fee for services will not exceed $16,250,000 for each master agreement.

 

Additionally, request to authorize the City Manager, or his designee, to take all action deemed necessary to execute all utilities-related design and construction agreements, licenses, permits, and requests for utility services relating to the development, design, and construction of the project and to include disbursement of funds. Utility services include, but are not limited to: electrical; water; sewer; natural gas; telecommunications; cable television; railroads; and other modes of transportation. This authorization excludes any transaction involving an interest in real property.

 

Report

Summary

The JOC contractors' services will be used on an as-needed basis to provide Portland Cement Concrete Repair Program services for the removal and replacement of existing deteriorated or damaged concrete curb, gutter, valley gutters with and/or without aprons, driveway and alley entrances, sidewalk and damaged and/or non Americans with Disabilities Act (ADA) compliant sidewalk ramps, and the installation of new valley gutters with and without aprons, alley entrances, in accordance with Maricopa Associations of Governments (MAG) and/or Phoenix Supplement to MAG and/or field designed to retrofit existing conditions within the dedicated public right-of-way on Major Arterial, Collector, Local and Industrial streets within Phoenix city limits. Additionally, the 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: ViaSun Corporation

Rank 2: Talis Construction Corporation

Rank 3: Sunland Asphalt & Construction, Inc.

Rank 4: Michael J. Valente Contracting, Inc.

 

Additional Proposers:

Rank 5: DBA Construction, Inc.

Rank 6: Nesbitt Contracting Co., Inc.

Rank 7: L. Keeley Construction Co.

Rank 8: Lincoln Constructors, Inc.

 

Contract Term

The term of each master agreement is for up to five years, or up to $16,250,000, 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 values for each of the JOC contractors will not exceed $16,250,000, including all subcontractor and reimbursable costs. The total fee for all services will not exceed $65 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 Street Transportation 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.

 

Public Outreach

The public will be notified on each project, if notification is required.

 

Department

Responsible Department

This item is submitted by Deputy City Manager Mario Paniagua, the Street Transportation Department, and the City Engineer.