Title
Wastewater Facilities General Construction - Job Order Contracting Services - 4108JOC197 (Ordinance S-48089)
Description
Request to authorize the City Manager, or his designee, to enter into separate master agreements with three contractors, to provide Wastewater Facilities General Construction Job Order Contracting services for the Water Services Department. Further request to authorize execution of amendments to the agreements 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 total fee for services will not exceed $120 million.
Additionally, request to authorize the City Manager, or his designee, to take all action as may be necessary or appropriate and to execute all design and construction agreements, licenses, permits, and requests for utility services relating to the development, design, and construction of the project. Such utility services include, but are not limited to: electrical, water, sewer, natural gas, telecommunications, cable television, railroads, and other modes of transportation. Further request the City Council to grant an exception pursuant to Phoenix City Code 42-20 to authorize inclusion in the documents pertaining to this transaction of indemnification and assumption of liability provisions that otherwise would be prohibited by Phoenix City Code 42-18. This authorization excludes any transaction involving an interest in real property.
Report
Summary
The Contractors' services will be used on an as-needed basis to provide Wastewater Facilities General Construction Job Order Contracting (JOC) services for three wastewater treatment plants, 29 lift stations, and 4,900 miles of gravity sewer line throughout the service area. The work includes, but is not limited to: installation and/or replacement of mechanical equipment, such as pumps, chemical feed equipment, valves and/or actuators; installations 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. Additionally, the JOC contractors will be responsible for fulfilling Small Business Enterprise program requirements.
Procurement Information
The selections were made using a qualifications-based selection process set forth in section 34-604 of the Arizona Revised Statutes (A.R.S.). In accordance with A.R.S. section 34-604(H), the City may not publicly release information on proposals received or the scoring results until an agreement is awarded. Twelve firms submitted proposals and are listed in Attachment A.
Contract Term
The term of each master agreement is for up to five years, or up to $40 million, whichever occurs first. Work scope identified and incorporated into the master agreement prior to the end of the term may be agreed to by the parties, and work may extend past the termination of the master agreement. No additional changes may be executed after the end of the term.
Financial Impact
The master agreement values for each of the JOC contractors will not exceed $40 million, including all subcontractor and reimbursable costs. The total fee for all services will not exceed $120 million. The value for each job order agreement performed under this master agreement will be up to $4 million each. 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 budget. The Budget and Research Department will review and approve funding availability prior to issuance of any job order agreement. Payments may be made up to agreement limits for all rendered agreement services, which may extend past the agreement 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.