File #: ID 15-0529    Version: 1 Name:
Type: Resolution Status: Passed
File created: 6/16/2015 In control: City Council
On agenda: 7/21/2015 Final action: 7/21/2015
Title: Resolution Approving Bid in the Amount of $1,105,572 and Authorizing Execution of Contract No. 2013-10 with Carolina Environmental Contracting, Inc. for Lake Higgins and Lake Brandt Earthen Dam Maintenance
Attachments: 1. 15-0529 Reso. Contract 2013-10 Carolina Environmental.pdf
Related files: ID 15-0902

 

Title

Resolution Approving Bid in the Amount of $1,105,572 and Authorizing Execution of Contract No. 2013-10 with Carolina Environmental Contracting, Inc. for Lake Higgins and Lake Brandt Earthen Dam Maintenance

 

Body

Department: Water Resources

Council District: 3

 

Public Hearing: N/A

Advertising Date/By: N/A

 

Contact 1 and Phone: Steve Drew, 373-7893

Contact 2 and Phone: Ted Partrick, 373-2302

 

 

PURPOSE:

The bids for Contract 2013-10 (Lake Higgins and Lake Brandt Earthen Dam Maintenance) have been received.  In order for the work to proceed on this contract, City Council approval is requested for award of the contract to Carolina Environmental Contracting, Inc. for $1,105,572.00.

 

BACKGROUND:

The work of this project includes furnishing all materials, labor, tools, and equipment for the work necessary to perform maintenance on the riprap embankment protection of two existing dams, spillway bulkhead deployment, and spillway gate preparation for inspection at the Lake Brandt Dam. All construction activities must be completed with the reservoir at or near full pond, and without interruption to normal operations of the water reservoirs.

 

The bids were opened on May 19, 2015 and the apparent lowest, responsible bidder is Carolina Environmental Contracting Inc. (Mt. Airy, NC) with a bid of $1,105,572.00.

 

Other bidders:

Phillips Jordan                                          $1,995,500                     MBE=2.0%; WBE=2.1%                      (Greensboro, NC)

 

The M/WBE utilization goal was MBE 2.0% and WBE 2.0%. The contractor’s sub-contracting commitment is MBE 2.89% and WBE 0%.  The contractor did not meet the WBE goal, because it did not solicit WBE sub-contractors.  The contractor is a certified WBE firm that mistakenly thought that it could satisfy the WBE subcontracting goal, since it will be performing 41% of the work.  Since there were only two bidders, the project would have to be re-bid if Carolina Environmental were disqualified for failing to meet the WBE subcontracting goal.  The project would then be delayed until the summer of 2016. 

 

Pursuant to Section VII(H) of the M/WBE Program Plan, “when a procurement is necessary to preserve or protect the health and safety of the City’s residents, and the Originating Department certifies to the City Manager or designee that an emergency exists which requires goods or supplies to be provided with such immediacy that it is unable to comply with the requirements of this Program Plan and the prospective contractor is an M/WBE”, the Goal Setting Committee may waive the one or more of the sub-contracting elements of the contract.  The Water Resources Department certified to the Assistant City Manager that an emergency exists under this provision of the M/WBE Program Plan to complete the work on these two dams before the start of the winter weather/rain season.  The Goal Setting Committee waived the WBE sub-contracting goal for this contract based on the above information. 

 

The proposed date for start of construction is August 24, 2015. The proposed date of completion is January 24, 2015.

 

BUDGET IMPACT:

Funds for this construction contract are budgeted in Water Resources Capital Improvement fund account 503-7024-04.5627.  A budget adjustment is needed to use this account.

 

RECOMMENDATION / ACTION REQUESTED:

It is recommended by the Departments of Engineering & Inspections and Water Resources that City Council approve the bid and award Contract 2013-010 (Lake Higgins and Lake Brandt Earthen Dam Maintenance) to Carolina Environmental Contracting, Inc. for the bid amount of $1,105,572, and the associated budget adjustment.