File #: 25-0235   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 3/26/2025 Final action: 3/26/2025
Title: Lift Station 40 Rehabilitation - Design-Bid-Build Services - WS90400085 (Ordinance S-51740) - District 6
District: District 6

Title

Lift Station 40 Rehabilitation - Design-Bid-Build Services - WS90400085 (Ordinance S-51740) - District 6

 

Description

Request to authorize the City Manager, or his designee, to accept MGC Contractors, Inc. as the lowest priced, responsive and responsible bidder, and to enter into an agreement with MGC Contractors, Inc. for Design-Bid-Build Services for the Lift Station 40 Rehabilitation project. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $44,162,034.72.

 

Report

Summary

This project is for the refurbishment of Lift Station 40 to include the construction of a new wet well, pig launching stations, electrical building, generator, chemical storage facility, biofilter, other work in the area located north of the existing lift station, and demolition of the existing wet well and associated items.

 

MGC Contractors, Inc.'s services include, but are not limited to: construction and installation of a new wet well; new submersible pumps; new header piping; new electrical building; new diesel standby generator; new biofilter odor control facility; new chemical storage facility; new electrical, instrumentation and control wiring; cabinets and controls; new dual service electrical feed with two new transformers; reconfiguration of the two existing on-site gravity sewers; expansion of the site area including extension of site walls; new pig launching stations; new waterline for fire hydrants and decommissioning of exiting site; coordination with City staff to maintain existing facility operations while the construction of the new lift station facility advances, implement temporary bypass pumping, and perform startup and commissioning.

 

The selection was made using an Invitation for Bids procurement process set forth in Section 34-201 of the Arizona Revised Statutes. One bid was received on January 7, 2025 and was 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 one lowest responsive, responsible bidder is listed below:

 

Opinion of Probable Cost: $30,321,000

MGC Contractors, Inc.: $44,162,034.72

 

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 960 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 MGC Contractors, Inc. will not exceed $44,162,034.72, 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

Near Ray Road and the 1-10 Freeway

Council District: 6

 

Department

Responsible Department

This item is submitted by Assistant City Manager Inger Erickson, Deputy City Manager Ginger Spencer, the City Engineer and the Water Services Department.