Title
2017 CMAQ Alley Dust Proofing Federal Aid Design-Bid-Build - ST87400253 (Ordinance S-44284)
Description
Request to authorize the City Manager, or his designee, to accept Cactus Transport, Inc., as the lowest-priced, responsive, and responsible bidder and to enter into an agreement with Cactus Transport, Inc., for construction services for the 2017 Congestion Mitigation and Air Quality (CMAQ) Alley Dust Proofing project. The fee for construction services will not exceed $2,157,516. Further request authorization for the City Controller to disburse all funds related to this item.
Report
Summary
The purpose of this contract is to aid the City of Phoenix in meeting the requirements of the Federal Clean Air Act, which is designed to improve air quality throughout the City. Through the use of surface treatments, the City is able to reduce Particulate Matter (PM) emissions which place Maricopa County at risk of decreased air quality and exceedances of the PM-10 standard, identified by the Environmental Protection Agency (EPA). These exceedances can result in EPA imposed sanctions, including the loss of Federal Highway User Revenue Fund (HURF) money and a Federally imposed implementation plan for corrective action.
The City administers this program Citywide on an annual basis, based upon Federal funding and anticipates completion in 2020. Location determinations are made in response to the evaluation of air quality data obtained from PM-10 monitors throughout the City.
Cactus Transport, Inc.'s services will include approximately 205,325 square yards of clearing, grubbing, and subgrade preparation, including removal, hauling, and disposal of deleterious materials and degraded asphalt millings; 188,215 square yards of single application of MC-800TR and pre-coated fractured aggregate; weed control; traffic control; and other miscellaneous items in various alleys within the City of Phoenix.
Procurement Information
Three bids were received according to section 34-201 of the Arizona Revised Statutes by the Street Transportation Department on Dec. 12, 2017. The bids were sent to the Equal Opportunity Department for review to determine subcontractor eligibility and general contractor responsiveness in demonstrating compliance with the project’s Disadvantaged Business Enterprise (DBE) goal. A DBE goal of 5.84 percent has been established for this project. All bidders were deemed responsive.
The bids ranged from a low of $2,157,516 to a high of $2,342,145. The Engineer's estimate and the three lowest responsive, responsible bidders are listed below:
Engineer's Estimate: $2,600,780.02
Cactus Transport, Inc.: $2,157,516.00
VSS International, Inc.: $2,257,000.00
Cholla Pavement Maintenance, Inc.: $2,342,145.00
Contract Term
The term of the contract is 180 calendar days from the date of issuance of the Notice to Proceed. Contract work scope identified and incorporated into the contract prior to the end of the contract term may be agreed to by the parties, and work may extend past the termination for the contract. No additional contract work scope changes may be executed after the end of the contract term.
Financial Impact
The contract amount for this project will not exceed $2,157,516. The bid award amount is within the total budget for this project. Funding is available in the Street Transportation Department's Capital Improvement Program budget. Contract payments may be made up to contract limits for all rendered contract services, which may extend past the contract termination.
Department
Responsible Department
This item is submitted by Deputy City Manager Mario Paniagua, the Street Transportation Department, and the City Engineer.