File #: 18-1678   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/20/2018 Final action: 6/20/2018
Title: Wastewater Facilities General Construction - Job Order Contract - 4108JOC166 (Ordinance S-44779)
District: Citywide

Title

Wastewater Facilities General Construction - Job Order Contract - 4108JOC166 (Ordinance S-44779)

 

Description

Request to authorize the City Manager, or his designee, to enter into three separate agreements with Felix Construction Company, PCL Construction, Inc., and MGC Contractors, Inc., to provide Wastewater Facilities General Construction Job Order Contracting (JOC) services for the Water Services Department, and to execute amendments to the contract as necessary within the Council-approved expenditure authority, and for the City Controller to disburse all funds related to this item. The fee for services will not exceed $75 million for all contracts, including all amendments.

 

Additionally, request authorization for 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 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 will be used on an as-needed basis to provide Wastewater Facilities General Construction services for three Wastewater Treatment Plants, 29 Lift Stations, and 4,900 miles of gravity sewer line throughout the service area. The services may include, but are not limited to: installation and/or replacement of mechanical equipment such as pumps, chemical feed equipment, valves and/or actuators; installation of instrumentation and electrical equipment, such as analyzers, meters, sensors, variable frequency drives, and Supervisory Control and Data Acquisition (SCADA) system components, including conduit and/or wiring; programming Remote Terminal Units (RTUs), Programmable Logic Controllers (PLCs) and instrumentation to control facilities in accordance with City Operating Divisions control strategy; general work such as building modifications, structural repairs and/or modifications, painting, specialized maintenance, and concrete, masonry or structural steel work; emergency repair services; pre-construction and post construction services; engineering design services when necessary or required; and sewer line rehabilitation, repair or replacement.

 

Procurement Information

Felix Construction Company, PCL Construction, Inc., and MGC Contractors, Inc. were selected 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 may not release the scoring of proposers until a contract has been awarded. Six firms submitted proposals. The top five rankings follow:

 

Felix Construction Company: Rank 1

PCL Construction, Inc.: Rank 2

MGC Contractors, Inc.: Rank 3

B&F Contracting, Inc.: Rank 4

McCarthy Building Companies, Inc.: Rank 5

 

A Small Business Enterprise goal of 5 percent has been established for these contracts.

 

Contract Term

The term of each JOC will be for three years, or up to the contract limit of $15 million, whichever occurs first, with an option to extend for two years with an additional contract limit of $10 million, 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

Staff will execute the initial contracts for each of the selected JOCs for a fee not-to-exceed $15 million, with an option to renew for an additional $10 million, for a total contract value of $25 million each, including all amendments. The total fee for contract services will not exceed $75 million, including all subcontractors and reimbursable costs. 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.

 

Funding is available in the Water Services Department’s Capital Improvement Program and operating budgets. The Budget and Research Department will review and approve funding availability prior to the execution of any amendments or the issuance of any job order agreements. Contract payments may be made up to contract limits for all rendered contract services, which may extend past the contract termination.

 

 

Department

Responsible Department

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