Title
Scenario 3A Transmission Main Rehabilitation Engineering Services - WS85507004 (Ordinance S-44587)
Description
Request to authorize the City Manager, or his designee, to enter into an agreement with Wilson Engineers, LLC to provide evaluation, Design Services and possible Construction Administration and Inspection Services (CA&I) for the Scenario 3A Transmission Main Rehabilitation project. Further request authorization to execute amendments to the contract 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 engineering services will not exceed $1,244,625.37.
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
As part of the Transmission Main Inspection and Assessment Program, a need was identified to rehabilitate or relocate 1.6 miles of 48-inch Pre-stressed Concrete Cylinder Pipe (PCCP) transmission main extending north from the 24th Street Water Treatment Plant to Orangewood Avenue and 20th Street. This project will first evaluate available rehabilitation or relocation options and technology prior to commencing design of the selected option. The selected option may result in relocation rather than in-place rehabilitation.
Wilson Engineers, LLC's Design Engineering Services will include, but are not limited to: providing complete rehabilitation or replacement design; providing construction documents and specifications; providing a construction schedule and engineer’s estimate of construction costs; identification of all utility locations; geo-technical evaluations; coordination and collaboration with the Construction Manager at Risk during the design process; and additional services as needed.
Wilson Engineers, LLC's possible CA&I Services would include, but are not limited to: providing project administration and engineering services during construction activities; inspecting the site through various stages of construction; reviewing contractor work submittals; performing field inspections for completed repairs; and providing resident services during construction.
Procurement Information
Wilson Engineers, LLC was selected for this project using a qualifications-based selection process according to section 34-603 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. Five firms submitted proposals. The top three rankings follow:
Wilson Engineers, LLC: Rank 1
Dibble Associates Consulting Engineers, Inc.: Rank 2
Carollo Engineers, Inc.: Rank 3
Contract Term
The term of this contract will be from the issuance of the Notice to Proceed through May 15, 2020. Contract work scope identified and incorporated into the contract prior to the end of the contract term 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 contract for Design Services for a fee not-to-exceed $594,625.37, including all subconsultants and reimbursable costs. Contract amendments may be executed for CA&I Services or other contract services totaling an amount not-to-exceed an additional $650,000, for a total contract value of $1,244,625.37, including all subconsultants and reimbursable costs.
Funding is available in the Water Services Department's Capital Improvement Program budget. The Budget and Research Department will separately review and approve funding availability prior to the execution of any amendments. Contract payments may be made up to the contract limits for all rendered services, which may extend past the contract termination.
Location
North from the 24th Street Water Treatment Plant to Orangewood Avenue and 20th Street
Council District: 6
Department
Responsible Department
This item is submitted by Deputy City Managers Karen Peters and Mario Paniagua, the Water Services Department, and the City Engineer.