Title
Scenario 16B Transmission Main Rehabilitation - Engineering Services - WS85507003 (Ordinance S-44594)
Description
Request to authorize the City Manager, or his designee, to enter into an agreement with Wilson Engineers, LLC to provide engineering services, including evaluation and design services, and possible construction administration and inspection (CA&I) services for the Scenario 16B 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 services will not exceed $1,236,416.
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 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, it has been determined there is a need to rehabilitate one mile of 60-inch Pre-stressed Concrete Cylinder Pipe (PCCP) transmission main extending south along 36th Street from Roeser Road to Vineyard Road. A distressed, single-pipe section 20 feet long on Baseline Road will also be evaluated for rehabilitation. This project will evaluate relocation versus rehabilitation alternatives. Included in this analysis will be evaluation of applicable pipe rehabilitation technologies and alternative routes for relocation of the main. Project design will be dictated by the chosen improvement alternative.
Wilson Engineers, LLC's design services will include, but are not limited to: provide evaluation, complete rehabilitation or replacement design; construction documents and specifications; construction schedule and engineer’s estimate of cost to construct; identify all utility locations; conduct geotechnical evaluations; coordinate and collaborate with the Construction Manager at Risk (CMAR) during the design process; assist during the CMAR bidding 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 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 rankings follow:
Wilson Engineers, LLC: Rank 1
Carollo Engineers, Inc.: Rank 2
Primatech Engineers & Consultants: Rank 3
Contract Term
The term of this contract will be 24 months from the issuance of the Notice to Proceed. 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 evaluation and design services for a fee not to exceed $536,416.40.
- Contract amendments may be executed for CA&I services or other contract services totaling an amount not to exceed the remaining $700,000, and will be reviewed and approved separately by the Budget and Research Department.
- Funding for the total $1,236,416.40, including all subconsultant and reimbursable costs, 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 services, which may extend past the contract termination.
Location
36th Street from Roeser Road to Vineyard Road
Council District: 8
Department
Responsible Department
This item is submitted by Deputy City Managers Karen Peters and Mario Paniagua, the Water Services Department, and the City Engineer.