File #: 18-1186   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/6/2018 Final action: 6/6/2018
Title: Lift Station 40 Refurbishment - Engineering Services - WS90400085 (Ordinance S-44653)
District: District 6

Title

Lift Station 40 Refurbishment - Engineering Services - WS90400085 (Ordinance S-44653)

 

Description

Request to authorize the City Manager, or his designee, to enter into an agreement with HDR Engineering, Inc. to provide engineering services, including design and possible construction administration and inspection (CA&I) services, for the Lift Station 40 Refurbishment project located at I-10 and Ray Road. 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 $1,280,000.

 

Additionally, request authorization for the City Manager, or his designee, to take 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

Lift Station 40 refurbishment is a wet pit/dry pit facility that conveys wastewater further north 3.1 miles to a gravity sewer at Guadalupe Road east of 48th Street. The current lift station capacity is approximately 13 million gallons per day. The installed four sewage pumps cannot operate at full speed and require replacement due to age. The proposed refurbishment project includes design of a new wet well and above grade discharge piping connecting the force main, rehabilitation or replacement of pumps and associated appurtenances, influent gravity sewer relocation, and miscellaneous site improvements, including drainage.

 

HDR Engineering, Inc.'s design services will include, but are not limited to: obtain Wastewater Master Plan and flow monitoring data to determine updated build out flow demand due to recent expansion and development within the service area; data collection and assessment, including geotechnical and soil corrosivity investigation; design services for civil, mechanical, structural, architectural, electrical and instrumentation and control systems; construction design plans and specifications for obtaining necessary permits; assistance during the CMAR bidding process; and additional services as needed.

 

HDR Engineering, Inc.'s CA&I services will include, but are not limited to: assist the City in obtaining permits and approvals for the work; provide oversight of project construction activities to ensure protection against defects and deficiencies in contractors' work; inspect the site through various stages of construction for quality of the executed work; attend and/or conduct project-related construction progress meetings; provide data from construction to update Computerized Maintenance Management System per direction of the City's Water Asset Management Team; and assist with public outreach, if required.

 

Procurement Information

HDR Engineering, 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 may not release the scoring of proposers until a contract has been awarded. Four firms submitted proposals. The top three rankings follow:

 

HDR Engineering, Inc.: Rank 1

Stanley Consultants, Inc.: Rank 2

Carollo Engineers, Inc.: Rank 3

 

Contract Term

The term of the contract is for 18 months from issuance of the Notice to Proceed. Contract work scope identified and incorporated into the contract prior to the end of the contract may be agreed to by the parties and work may extend past the termination of the contract. No additional contract work scope 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 $630,000, including all subconsultant and reimbursable costs.
  • Contract amendments may be executed for construction administration and inspection services or other contract services totaling an amount not-to-exceed the remaining $650,000, and will be reviewed and approved separately by the Budget and Research Department.
  • The total amount of $1,280,000, 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 contract services, which may extend past the contract termination.

 

Location

The project is located in the area of I-10 and Ray Road.

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.