File #: 17-5619   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 4/4/2018 Final action: 4/4/2018
Title: Lift Station 51 Refurbishment Engineering Services - WS90400074 (Ordinance S-44405)
District: District 2

Title

Lift Station 51 Refurbishment Engineering Services - WS90400074 (Ordinance S-44405)

 

Description

Request to authorize the City Manager, or his designee, to enter into an agreement with Carollo Engineers, Inc. to provide engineering services, including design and possible construction administration services, for rehabilitation improvements to Lift Station (LS) 51. The fee for engineering services will not exceed $500,000. 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.

 

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 any interest in real property.

 

Report

Summary

LS 51 was constructed in 1996-97. The project includes design for rehabilitation and improvements to LS 51 based on the Lift Station 51 Hydraulic Analysis and Condition Assessment Report recommendations.

 

Procurement Information

Carollo Engineers, Inc. was chosen 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 is not to release the scoring of proposers until a contract has been awarded. Three firms submitted proposals. The top three rankings follow:

 

Carollo Engineers, Inc.: Ranked 1

GHD, Inc.: Ranked 2

Garver, LLC: Ranked 3

 

Contract Term

The term of the contract is for one year. 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

The total fee for contract services will not exceed $500,000, including all subconsultants and reimbursable costs.

 

Staff will execute the initial contract for design services for a fee not-to-exceed $250,000. Contract amendments may be executed for construction administration and inspection services or other contract services totaling an amount not-to-exceed the remaining $250,000 and will be reviewed and approved separately by the Budget and Research Department. The total amount of $500,000 is available in the Water Services Department 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.

 

Location

In the area of the 18000 block of Tatum Boulevard.

Council District: 2

 

Department

Responsible Department

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