Skip to main content
File #: 20-3099   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 2/17/2021 Final action: 2/17/2021
Title: Relief Sewer Project: Van Buren and 52nd Streets - Design-Bid-Build Services - WS90500295 (Ordinance S-47296)
District: District 6

Title

Relief Sewer Project: Van Buren and 52nd Streets - Design-Bid-Build Services - WS90500295 (Ordinance S-47296)

 

Description

Request to authorize the City Manager, or his designee, to accept Hunter Contracting Co. as the lowest-priced, responsive and responsible bidder and to enter into an agreement with Hunter Contracting Co. for Design-Bid-Build Services for the Relief Sewer Project: Van Buren and 52nd Street. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $3,522,369.

 

Report

Summary

This project was established under the Sanitary Sewer Relief Program. Flow monitoring showed the existing 8-inch diameter sanitary sewer line, in the area of Van Buren Street between 52nd Street and the Phoenix Zoo, at times surcharged by as much as two to four inches. As a result, a relief sewer project was recommended for this area.

 

Hunter Contracting Co.'s services include, but are not limited to: the installation of approximately 5,000 linear feet (LF) of 12-inch diameter sanitary sewer line and 500 LF of 8-inch sewer, abandonment of approximately 3,250 LF of 8-inch sewer and 250 LF of 10-inch sewer, installation of approximately 1,070 LF of 36-inch storm drain main, 25 sewer manholes, and eight storm drain manholes.

 

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. Seven bids were received on Nov. 17, 2020, 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 four lowest responsive, responsible bidders are listed below:

 

Opinion of Probable Cost: $4,163,035

Hunter Contracting: $3,522,368.20

T & T Construction Inc.: $3,881,840.50

Achen Gardner Construction LLC: $4,997,701.00

The Fishel Construction Company: $5,894,509.00

 

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

Action Direct LLC dba Redpoint Contracting

Degan Construction, LLC

FPS Civil, LLC

 

The bid award amount is within the total budget for this project. There are no specific cost differences found by the Engineer to be of a concern that would prevent the City from moving forward with the lowest responsive bid amount.

 

Contract Term

The term of the agreement is 425 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 Hunter Contracting Co. will not exceed $3,522,369.00, 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.

 

Location

Van Buren Street and 52nd Street to Galvin Parkway

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.