File #: 20-2317   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 12/2/2020 Final action: 12/2/2020
Title: 2020 Congestion Mitigation and Air Quality Alley Dustproofing - Design-Bid-Build Services - ST87400272 (Ordinance S-47132)
District: Citywide

Title

2020 Congestion Mitigation and Air Quality Alley Dustproofing - Design-Bid-Build Services - ST87400272 (Ordinance S-47132)

 

Description

Request to authorize the City Manager, or his designee, to accept VSS International, Inc. as the lowest-priced, responsive and responsible bidder and to enter into an agreement with VSS International, Inc. for Design-Bid-Build Services for the 2020 Congestion Mitigation and Air Quality (CMAQ) Alley Dustproofing project. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $2,094,120.

 

Report

Summary

The purpose of this project is to provide dustproofing treatment of various alleys for dust control using Liquid Asphalt and Fractured Aggregate Surface Treatment within Phoenix.

 

VSS International, Inc. services include, but are not limited to: approximately 183,683 square yards of clearing, grubbing, and subgrade preparation, including removal, hauling, and disposal of deleterious materials and degraded asphalt millings; 168,508 square yards of single application of Liquid Asphalt and Fractured Aggregate Surface Treatment (MC-250) and precoated fracture aggregate; weed control; traffic control; and other miscellaneous items in various alleys within the City of Phoenix.

 

This agreement is essential to the health, safety, and welfare of the public and critical operations for the City.

 

Procurement Information

The selection was made using an Invitation for Bids procurement process set forth in section 34-201 of the Arizona Revised Statutes. Four bids were received on August 25, 2020 and 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.

 

The Engineer's Estimate and the three lowest responsive, responsible bidders are listed below:

 

Engineer's Estimate: $2,445,555.61

VSS International, Inc.: $2,094,120.00

Cholla Pavement Maintenance, Inc.: $2,288,744.38

Cactus Asphalt, A Division of Cactus Transport, Inc.: $2,406,978.57

 

Bidders who were deemed non-responsive are listed below, in alphabetical order:

The Fishel Construction Company, (FN)

 

The bid award amount is within the total budget for this project.

 

The reason for the variance from the Engineer's Estimate to the lowest responsive and responsible bid is the Engineer's Estimate was based on historical bid prices submitted on a prior year project with similar scope of work, which advertised within the last two years, and accounted for two years of inflation. The Engineer's Estimate was found to be within five percent of the current average bids.

 

Contract Term

The term of the agreement is 120 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 agreement value for VSS International, Inc. will not exceed $2,094,120, including all subcontractor and reimbursable costs.

 

This project will utilize federal funds and is subject to the requirements of 49 Code of Federal Regulations Part 26 and the U.S. Department of Transportation DBE Program. 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 rendered agreement services, which may extend past the agreement termination.

 

Concurrence/Previous Council Action

The City Council approved submittal of an application for federal transportation funding and the acceptance of funds for this project (Ordinance S-42066) on Sept. 30, 2015.

 

Department

Responsible Department

This item is submitted by Deputy City Manager Mario Paniagua, the Street Transportation Department, and the City Engineer.