Title
Citywide Fire Sprinkler - Job Order Contracting Services - 4108JOC190 (Ordinance S-46622)
Description
Request to authorize the City Manager, or his designee, to enter into separate master agreements with three contractors, to provide Citywide Fire Sprinkler Job Order Contracting (JOC) services. 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 $5 million.
Additionally, request to authorize 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 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
The JOC contractors services will be used on an as-needed basis to provide Citywide Fire Sprinkler services for new construction, tenant improvements, system replacement, retrofit and repairs. Services will include, but are not limited to: wet sprinkler systems, dry systems, gas systems, clean agent suppression, kitchen suppression systems, nitrogen generators, standpipe systems, both manual and automatic, fire pumps and all piping with fire pumps, underground fire line supplies, fire sprinkler supplies, fire hydrants, backflow preventers, fire hoses and all associated equipment, adhering to codes and standards as applicable. Additionally, the JOC contractors will be responsible for fulfilling Small Business Enterprise program requirements.
These agreements are essential to the health, safety, and welfare of the public and critical operations for the City.
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. Four firms submitted proposals and are listed below.
Selected Firms:
Rank 1: American Fire Equipment Sales & Service, Corporation
Rank 2: RCI Systems, Inc.
Rank 3: Summit Fire Protection Co. dba Summit Companies
Additional Proposers:
Rank 4: Metro Fire Equipment, Inc.
Contract Term
The term of each master agreement is for up to five years, or up to $5 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 $5 million, including all subcontractor and reimbursable costs. The total fee for all services will not exceed $15 million. The value for each job order agreement performed under this master agreement will be up to $1 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 Capital Improvement Program and Operating budgets of the various City departments that will utilize these Agreements. 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 Manager Mario Paniagua, the Street Transportation Department, and the City Engineer.