File #: 24-1191   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/12/2024 Final action: 6/12/2024
Title: 2017 PVC-Lined Concrete Sanitary Sewer Rehabilitation - Design-Bid-Build Services - WS90500272 (Ordinance S-51000)
District: Citywide

Title

2017 PVC-Lined Concrete Sanitary Sewer Rehabilitation - Design-Bid-Build Services - WS90500272 (Ordinance S-51000)

 

Description

Request to authorize the City Manager, or his designee, to accept B & F Contracting, Inc. as the lowest-priced, responsive and responsible bidder and to enter into an agreement with B & F Contracting, Inc. for Design-Bid-Build Services for the 2017 PVC-Lined Concrete Sanitary Sewer Rehabilitation project. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $5,283,327.50, including any change orders.

 

Report

Summary

The purpose of this project is the rehabilitation of large diameter PVC-lined sanitary sewer pipe, access manholes, and structures throughout the City. Work includes cleaning and debris removal, pre and post closed-circuit television, cured-in-place-pipe (CIPP) lining installation, manhole coating repair, odor mitigation, providing bypass diversion and/or control of sanitary sewerage flows and dewatering.

 

B & F Contracting, Inc.'s services include, but are not limited to: providing traffic control on streets, maintaining access to alleys and driveways, during construction as necessary; cleaning; debris removal; pre and post pipe CCTV; CIPP lining installation; manhole coating repair and odor mitigation.

 

Procurement Information

The selection was made using an Invitation for Bids procurement process set forth in section 34-201 of the Arizona Revised Statutes. Two bids were received on April 23, 2024, and were sent to the Equal Opportunity Department for review to determine subcontractor eligibility and contractor responsiveness in demonstrating responsiveness to Small Business Enterprise program requirements.

 

The Opinion of Probable Cost and the two lowest responsive, responsible bidders are listed below:

 

Opinion of Probable Cost: $6,000,000

  • B & F Contracting, Inc.: $4,803,025
  • TF Contracting Services LLC: $5,149,318.35

 

Due to volatile material costs and increased labor prices in the construction industry, a 10 percent contingency is being requested to allow for project uncertainties. The initial contract will be executed at the bid amount of $4,803,025. Use of the 10 percent contingency above the amount will not be allowed without the prior written approval of the Water Services Department Director and the City Engineer. The bid award amount is within the total budget for this project.

 

Contract Term

The term of the agreement is 210 calendar days from issuance of the Notice to Proceed. Work scope identified and incorporated into the agreement prior to the end of the term may be agreed to by the parties, and work may extend past the termination of the agreement. No additional changes may be executed after the end of the term.

 

Financial Impact

The initial agreement value for B & F Contracting, Inc. will not exceed $4,803,025, including all subcontractor and reimbursable costs. The total agreement value, including any change orders, for B & F Contracting, Inc. will not exceed $5,283,327.50, including all subcontractor 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 execution of any amendments. 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 Ginger Spencer and Inger Erickson, the Water Services Department and the City Engineer.