File #: 17-2406   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 5/10/2017 Final action: 5/10/2017
Title: Annual Fire Hydrant Assessment, Preventative Maintenance, and Replacement and Water Service Line Replacement Program Job Order Contract - 4108JOC151 (Ordinance S-43512)
District: Citywide

Title

Annual Fire Hydrant Assessment, Preventative Maintenance, and Replacement and Water Service Line Replacement Program Job Order Contract - 4108JOC151 (Ordinance S-43512)

 

Description

Request to authorize the City Manager, or his designee, to enter into separate agreements with Talis Construction Corporation (Tempe, Ariz.) and Professional Piping Systems, LLC, dba WACO Contracting (Phoenix) to provide annual Fire Hydrant Assessment, Preventative Maintenance, and Replacement and Water Service Line Replacement Program Job Order Contract (JOC) services and to execute contract options as necessary. Further request authorization for the City Controller to disburse all funds related to this item.

 

Additionally, request authorization for the City Manager, or his designee, to take 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 JOCs will be utilized on an as-needed basis to assess, maintain, repair, and replace fire hydrants, and replace service lines located throughout the City.

 

The JOC contractors will be expected to successfully perform the following construction services, including but not limited to: assessment and preventative maintenance of hydrants; hydrant replacement construction; installation/testing of City supplied hydrants; water meter service relocation and connections; service terminations; restoration of existing landscaping/irrigation systems and removal/replacement of existing concrete curb and gutter, sidewalk and driveways; provision of information reflecting changes to the asset registry and geographical information system (GIS) data for new and replaced hydrants, valves and mains; minor design services as required; other services as required to support successful completion of the work and the City’s interests.

 

A Small Business Enterprise goal of 4 percent has been established for these contracts.

 

Procurement Information

Talis Construction Corporation and Professional Piping Systems, LLC, dba WACO Contracting, were chosen for this project using a qualifications-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 is not to release the scoring of firms until a contract has been awarded. Top-three rankings follow:

 

Talis Construction Corporation: Ranked #1

Professional Piping Systems, LLC, dba WACO Contracting: Ranked #2

J. Wise Corporation: Ranked #3

 

Contract Term

Each JOC contract will be for three years with an option to renew for an additional two years. 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 contract value of each JOC will be $8 million with an option to renew for an additional $5 million, for a total contract value of $13 million each, including all amendments. Funding is available in the Water Services Department's Capital Improvement Program budget. Contract payments may be made up to the contract limits for all rendered contract services, which may extend past the contract termination. The Budget and Research Department will review and approve funding availability prior to issuance of any job order agreement. 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 this limit without Council approval to increase the limit.

 

Department

Responsible Department

This item is submitted by Deputy City Managers Karen Peters and Mario Paniagua, the Water Services Department and the City Engineer.