File #: 18-1716   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/20/2018 Final action: 6/20/2018
Title: Crack Seal and Preservative Treatment Program - Job Order Contract Services - 4108JOC164 (Ordinance S-44785)
District: Citywide

Title

Crack Seal and Preservative Treatment Program - Job Order Contract Services - 4108JOC164 (Ordinance S-44785)

 

Description

Request to authorize the City Manager, or his designee, to enter into separate agreements with M.R. Tanner Construction, Inc. and Sunland Asphalt & Construction, Inc. to provide Crack Seal and Preservative Treatment Job Order Contract (JOC) services for the Street Transportation Department. Further request authorization to execute amendments to the contract and exercise contract options 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 $55 million per contract for a total of $110 million for the two contracts.

 

Additionally, request authorization for the City Manager, or his designee, to take all action as 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 purpose of the Crack Seal and Preservative Treatment Program is to replenish lighter oils and rejuvenate the street in order to prolong its service life. Crack seal and preservation treatments are part of the overall Pavement Maintenance Program administered by the Street Transportation Department. The JOCs will be utilized on an as-needed basis to provide services for the treatment of pavement surfaces within the right-of-way.

 

The scope of work will include asphalt-rubber crack and joint sealing treatment or preservative treatments including polymer modified master-seal (PMM), tire rubber modified surface sealant (TRMSS), LiquidRoad, Optipave, cationic quickset tire rubber (CQSTR), scrub sealing, fog sealing, and other work and services as required for this JOC. The work will be performed on major, collector, residential, and local streets and frontage roads. A Small Business Enterprise goal of four percent has been established for these contracts.

 

Procurement Information

M.R. Construction, Inc. and Sunland Asphalt & Construction, Inc. were chosen for this contract using a two-step qualifications and price based selection process according to section 34-604 of the Arizona Revised Statutes (A.R.S.). Pursuant to A.R.S. title 34, the City may not release the scoring of proposers until a contract has been awarded. Seven contractors submitted for this two-step (qualifications and price based) selection process. The top four rankings follow:

 

M.R. Construction, Inc.: Rank 1

Sunland Asphalt & Construction, Inc.: Rank 2

ViaSun Corporation: Rank 3

Cactus Asphalt: Rank 4

 

Contract Term

The term of each JOC contract is for three years, with an option to renew for an additional two-year term or the maximum funding capacity, whichever occurs first. Contract work scope identified and incorporated into the contract prior to the end of the contract may be agreed to by the parties, and work may extend past the termination of the contract. No additional contract work scope changes may be executed after the end of the contract term.

 

Financial Impact

  • The initial contract value of each JOC will be $33 million with an option to renew for an additional $22 million, for a total contract value of $55 million each, including all amendments.
  • Authorization is requested to execute job order agreements performed under this JOC for up to $2 million each in construction costs. In no event will any job order agreement exceed $2 million without Council approval to increase the limit.

 

The total fee for contract services of $110 million, including all subcontractors and reimbursable costs, is available in the Street Transportation Department's Capital Improvement Program budget. Operating and Capital Improvement Program funding may be utilized. The Budget and Research Department will review and approve funding availability prior to issuance of any job order agreement. Contract payments may be made up to the contract limits for all rendered contract services, which may extend past the contract termination.

 

 

Department

Responsible Department

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