Skip to main content
File #: 25-0756   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/4/2025 Final action: 6/4/2025
Title: Large Diameter Sanitary Sewer Rehabilitation Grade 5 & 4 Manholes - South - Design-Bid-Build Services - WS90500273 (Ordinance S-51975) - Citywide
District: Citywide

Title

Large Diameter Sanitary Sewer Rehabilitation Grade 5 & 4 Manholes - South - Design-Bid-Build Services - WS90500273 (Ordinance S-51975) - Citywide

 

Description

Request to authorize the City Manager, or his designee, to accept Joseph Painting Company, Inc. dba JPCI Services as the lowest-priced, responsive and responsible bidder and to enter into an agreement with JPCI Services for Design-Bid-Build Services for the Large Diameter Sanitary Sewer Rehabilitation Grade 5 & 4 Manholes - South project. Further request to authorize the City Controller to disburse all funds related to this item. The fee for services will not exceed $5,244,486.50.

 

Report

Summary

The purpose of this project is to rehabilitate 111 active sanitary sewer manholes or structures located at three different sites and identified by the Large Diameter Sanitary Sewer Condition Assessment Report, with a NASSCO Structural Condition Grade of four or higher.

 

JPCI Services shall provide all materials, equipment, and labor necessary to perform the work including, but not limited to: lighting, odor control, personnel facilities, traffic control, pavement replacement, manhole rehabilitation, noise control, safety and health equipment, installation of corrosion coating systems, structural inserts and liner repairs in all parts of the existing manholes. There will be bypass pumping for select manholes identified and use of small diameter flow through plugs may need to be utilized to complete the work.

                                                    

The selection was made using an Invitation for Bids procurement process set forth in section 34-201 of the Arizona Revised Statutes. Five bids were received on March 25, 2025, and were sent to the Equal Opportunity Department for review to determine subcontractor eligibility and contractor responsiveness in demonstrating responsiveness to Small Business Enterprise.

 

The Opinion of Probable Cost and the three lowest responsive, responsible bidders are listed below:

  •  Opinion of Probable Cost: $5,526,458
  • JPCI Services: $4,767,715
  • Hunter Contracting Co.: $5,257,839
  • Arrowmark, LLC: $6,050,000

 

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 $4,767,715. 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 990 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 JPCI Services will not exceed $5,244,486.50, 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.

 

Department

Responsible Department

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