Skip to main content
File #: 25-2463   
Type: Ordinance-S Status: Agenda Ready - Street Transportation
Meeting Body: City Council Formal Meeting
On agenda: 12/17/2025 Final action:
Title: 35th Avenue Safety Corridor Federal Highway Administration Surface Transportation Block Grant - Design-Bid-Build Services - ST89340634 (Ordinance S-52505) - Districts 4 & 5
District: District 4, District 5
Date Action ByActionAction DetailsDetailsVideo
No records to display.

Title

35th Avenue Safety Corridor Federal Highway Administration Surface Transportation Block Grant - Design-Bid-Build Services - ST89340634 (Ordinance S-52505) - Districts 4 & 5

 

Description

Request to authorize the City Manager, or his designee, to accept Combs Construction Company, Inc., as the lowest-priced, responsive, and responsible bidder and to enter into an agreement with Combs Construction Company, Inc., for Design-Bid-Build Services for the 35th Avenue Safety Corridor Federal Highway Administration Surface Transportation Block Grant Design-Bid-Build project. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $30,051,095.10.

 

Report

Summary

The purpose of this project is to implement critical safety enhancements for pedestrians and vehicles along the 35th Avenue corridor from Interstate 10 (I-10) to Camelback Road.

 

Combs Construction Company, Inc.'s services include, but are not limited to: installation of three pedestrian hybrid beacons, modernization of approximately eight intersections with upgrades to signals and light emitting diode street lighting corridor-wide, construction of raised medians, pavement restoration, and the installation of a broadband fiber network to facilitate intelligent and connected transportation systems.

 

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 November 4, 2025. They were sent to the Equal Opportunity Department for review to determine subcontractor eligibility and contractor responsiveness in demonstrating responsiveness to Disadvantaged Business Enterprise (DBE) program requirements. A DBE goal has not been established for this project.

 

The opinion of probable cost and the two lowest responsive and responsible bidders are listed below:

 

Opinion of Probable Cost: $28,064,167.00

Combs Construction Company, Inc.: $27,319,177.40

Hunter Contracting Co.: $31,796,354.32

 

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 $27,319,177.40. Use of ten percent contingency above the amount will not be allowed without prior written approval of the Street Transportation Department Director and the City Engineer. The bid award amount is within the project's total budget.

 

Contract Term

The term of the agreement is 625 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 Combs Construction Company, Inc., will not exceed $27,319,177.40, including all subcontractor and reimbursable costs.

 

This project will utilize federal funds. Funding is available in the Street Transportation 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 agreement-rendered services, which may extend past the agreement termination.

 

Location

35th Avenue - I-10 to Camelback Road

Council Districts: 4 and 5

 

Department

Responsible Department

This item is submitted by City Manager Ed Zuercher, the Street Transportation Department and the City Engineer.