Title
Local Drainage Mitigation Package 3 - Design-Bid-Build Services - ST83140112, ST83140117, ST83140118, ST83140124, PW26220003 ARPA (Ordinance S-51868) - Districts 3, 4, 6, 7 & 8
Description
Request to authorize the City Manager, or his designee, to accept TF Contracting Services LLC as the lowest-priced, responsive and responsible bidder and to enter into an agreement with TF Contracting Services LLC for Design-Bid-Build Services for the Local Drainage Mitigation Package 3 Design-Bid-Build American Rescue Plan Act (ARPA) Project. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $4,628,173.
Report
Summary
The purpose of this project is to construct drainage improvements at multiple locations including:
- City of Phoenix Printing Services facility onsite storm water collection system improvements.
- 18th Street storm drain improvements from Earl Drive to Catalina Drive and from Catalina Drive to 16th Street.
- 23rd Avenue storm drain improvements north of Indian School Road to Heatherbrae Drive.
- 48th Place and Flower Street storm drain improvements.
- City Clerk Customer Service Center parking lot improvements.
TF Contracting Services LLC's services include, but are not limited to:
- Construction of two area drain catch basins.
- Construction of 18-inch and 24-inch storm drain pipes, storm drain manholes, three catch basins and lateral pipes.
- Construction of three catch basins, lateral pipes, and reconstruction of restrained joint water service pipes and a fire hydrant.
- Construction of a 30-inch storm drain pipe, storm drain manholes, two catch basins and lateral pipes.
- Re-paving 6,400 square yards of the existing parking lot for the City Clerk Customer Service Center.
The selection was made using an Invitation for Bids procurement process set forth in Section 34-201 of the Arizona Revised Statutes. Three bids were received on November 13, 2024 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. A DBE goal has not been established for this project.
The Opinion of Probable Cost and the three lowest responsive, responsible bidders are listed below:
- Opinion of Probable Cost: $3,678,402.55
- TF Contracting Services LLC: $4,628,173
- Action Direct LLC: $6,696,090
Bidders who were deemed non-responsive are listed below, in alphabetical order:
Although the bid exceeds the Engineer’s Opinion of Probable Cost by more than 10 percent, it has been determined the bid represents a fair and reasonable price for the required work scope. Additionally, the bid award amount is within the total budget for this project.
Contract Term
The term of the agreement is 300 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 TF Contracting Services LLC will not exceed $4,628,173, 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 using ARPA funds. 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.
Location
- 22nd Avenue and Lower Buckeye Road
- 18th Street and Pinchot Avenue
- 23rd Avenue and Devonshire Avenue
- 48th Place and Flower Street
- 22nd Avenue and Lower Buckeye Road
Council Districts: 3, 4, 6, 7 and 8
Department
Responsible Department
This item is submitted by Assistant City Manager Inger Erickson, the Street Transportation Department and the City Engineer.