File #: 18-1244   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/6/2018 Final action: 6/6/2018
Title: Water System Power Redundancy Project Phase II - 24th Street Water Treatment Plant - Engineering Services - WS85290030 (Ordinance S-44664)
District: District 6
Related files: 18-1189

Title

Water System Power Redundancy Project Phase II - 24th Street Water Treatment Plant - Engineering Services - WS85290030 (Ordinance S-44664)

 

Description

Request to authorize the City Manager, or his designee, to enter into an agreement with Carollo Engineers, Inc. to provide engineering services that would include design and possible construction administration and inspection (CA&I) services for the Water System Power Redundancy Phase II - 24th Street Water Treatment Plant 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 $2.6 million.

 

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 agreement, 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 objective of the Water System Power Redundancy Project is to improve the ability to continue delivery of potable water to customers during potential local or regional utility outages. Phase I of the project has been implemented to provide standby power to critical equipment at Deer Valley Water Treatment Plant (WTP), Union Hills WTP, and several booster pump stations. Phase II of the project will provide a standby power system at 24th Street WTP.

 

Carollo Engineers, Inc.'s design services will include, but are limited to: reviewing the existing standby power generation capability; modifying/improving existing electrical and auxiliary systems to accommodate the addition of standby power; obtaining all required permits for the construction and modifications; and providing all required services to implement alternative design, constructability, and quality control reviews that may be performed by the contractor.

 

Carollo Engineers, Inc.'s possible CA&I services would include but not be limited to: performing on-site examination of material; equipment and workmanship; conducting a pre-construction conference and holding subsequent meetings; providing quality control services to assure the overall technical correctness of construction phase services are being followed; and providing start-up assistance and training services.

 

Procurement Information

Carollo Engineers, Inc. was selected 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. Two firms submitted proposals. The rankings are as follows:

 

Carollo Engineers, Inc.: Rank 1

Delta Systems LLC: Rank 2

 

Contract Term

The term of the contract is four years after 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 for work in progress. 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 engineering design services for a fee not-to-exceed $1 million, including all subconsultant and reimbursable costs. Staff may execute amendments to the contract for additional engineering, design and/or possible CA&I services for an amount not-to-exceed an additional $1.6 million, for a total contract value of $2.6 million, including all subconsultant and reimbursable costs.

 

Funding is available in the Water Services Department's Capital Improvement Program budget. The Budget and Research Department will separately review and approve funding availability prior to the execution of any amendments. Contract payments may be made up to the contract limits for all rendered services, which may extend past the contract termination.

 

Location

6202 N. 24th St.

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.