File #: 24-1052   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/12/2024 Final action: 6/12/2024
Title: 35th Avenue and Camelback Road Relief Sewer - Design-Bid-Build Services - WS90500303 (Ordinance S-50973)
District: District 4, District 5

Title

35th Avenue and Camelback Road Relief Sewer - Design-Bid-Build Services - WS90500303 (Ordinance S-50973)

 

Description

Request to authorize the City Manager, or his designee, to accept Talis Construction Corporation as the lowest-priced, responsive and responsible bidder and to enter into an agreement with Talis Construction Corporation for Design-Bid-Build Services for the 35th Avenue and Camelback Road Relief Sewer project. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $5,234,116, including any change orders.

 

Report

Summary

The purpose of this project is to replace approximately 5,200 linear feet of existing 15-inch sanitary sewer with new 21-inch sewer and approximately 800 linear feet of existing 18-inch sanitary sewer with new 21-inch sewer in the area of 35th Avenue and Camelback Road.

 

Talis Construction Corporation's services included, but are not limited to: providing a construction schedule; removal and disposal of existing sewer pipe and manholes; remove existing ornamental fencing and securely store until time for reinstallation; flush all abandoned-in-place sewer lines prior to abandonment; and employ methods and procedures that mitigate the generation and discharge of objectionable odors to the surface environment at all times.

 

Procurement Information

The selection was made using an Invitation for Bids procurement process set forth in section 34-201 of the Arizona Revised Statutes. Six bids were received on April 2, 2024, 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 six lowest responsive, responsible bidders are listed below:

 

Opinion of Probable Cost: $5,500,855

  • Talis Construction Corporation: $4,758,286.86
  • Arrowmark LLC dba Local Underground Construction: $5,752,245.54
  • TF Contracting Services LLC: $7,041,798.59
  • Hunter Contracting Co.: $7,707,479
  • TPL Construction Co.: $8,297,598.64
  • Action Direct LLC dba Redpoint Contracting: $8,674,770

 

Due to volatile material costs and increased labor prices in the construction industry, a 10 percent contingency is being requested to allow for project uncertainties. The initial contract will be executed at the bid amount of $4,758,286.86. Use of the 10 percent contingency above the amount will not be allowed without the prior written approval of the Water Services Department Director and the City Engineer. The bid award amount is within the total budget for this project.

 

Contract Term

The term of the agreement is 280 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 initial agreement value for Talis Construction Corporation will not exceed $4,758,286.86, including all subcontractor and reimbursable costs. The total agreement value, including any change orders, for Talis Construction Corporation will not exceed $5,234,116, 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

Area Bounded by: 35th Avenue and Camelback Road

Council Districts: 4 and 5

 

Department

Responsible Department

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