File #: 17-1979   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 4/5/2017 Final action: 4/5/2017
Title: Cured-in-Place Pipe (CIPP) - Lined Concrete Sanitary Sewer Manhole Rehabilitation - Design-Bid-Build - WS90500271 (Ordinance S-43390)
District: District 4, District 7, District 8

Title

Cured-in-Place Pipe (CIPP) - Lined Concrete Sanitary Sewer Manhole Rehabilitation - Design-Bid-Build - WS90500271 (Ordinance S-43390)

 

Description

Request to authorize the City Manager, or his designee, to accept Hunter Contracting Co. (Gilbert, Ariz.) as the lowest-priced, responsive, and responsible bidder and to enter into a contract with Hunter Contracting Co. for construction services for the CIPP-Lined Concrete Sanitary Sewer Manhole Rehabilitation project. Further request authorization for the City Controller to disburse all funds related to this item.

 

Report

Summary

The CIPP-Lined Concrete Sanitary Sewer Manhole Rehabilitation project consists of rehabilitation of 130 active sanitary sewer manholes. The major work for this project includes repair of defective corrosion protection systems and installation of structural inserts in the interior of existing manholes. The types of corrosion protection systems used in this project are epoxy coatings and polyvinyl cholroide (PVC) linings.

 

Hunter Contracting Co. shall provide all materials, equipment and labor necessary to safely perform the work contained in the contract, including, but not limited to, lighting, odor control, bypass pumping, flow diversion, traffic control, pavement replacement, manhole rehabilitation, noise control and confined space entry.

 

Procurement Information

Four bids were received in compliance with Section 34-201 of the Arizona Revised Statutes by the Street Transportation Department on Jan. 31, 2017. The bids were reviewed by the Equal Opportunity Department (EOD) to determine subcontractor eligibility and general contractor responsiveness in demonstrating compliance with the project's Small Business Enterprise (SBE) goal. A Small Business Enterprise goal of four percent has been established for this project. EOD determined the four bidders were responsive.

 

Bids ranged from a low of $1,189,236.76 to a high of $1,387,252.00. The engineer's estimate and the four lowest-priced, responsive and responsible bidders are listed below:

 

 

Engineer's Estimate: $1,771,440.00

Hunter Contracting Co.: $1,189,236.76

Joseph Painting Company, Inc., dba JPCI Services: $1,303,650.00

B&F Contracting, Inc.: $1,360,139.61

Action Direct, LLC, dba Redpoint Contracting: $1,387,252.00

 

Contract Term

The term of the contract is 310 calendar days. The contract work scope identified and incorporated into the contract prior to the end of the contract may be agreed to by the parties, and work may extend past the termination for work in progress. No additional contract work scope changes may be executed after the end of the contract term.

 

Financial Impact

The bid award amount of $1,189,236.76 is within the total budget for this project. Funding is available in the Water Services Department's Capital Improvement Program budget. Contract payments may be made up to the contract limits for all rendered contract services, which may extend past the contract termination.

 

Department

Responsible Department

This item is submitted by Deputy City Managers Karen Peters and Mario Paniagua, the Water Services Department and the City Engineer.