Title
Resolution Approving the Prequalification of Prime Contractors Bidding on the T. Z. Osborne Water Reclamation Facility 56 MGD Upgrade Package II Construction Contract (2011-038A)
Body
Department: Water Resources
Council District: 2
Public Hearing: N/A
Advertising Date/By: N/A
Contact 1 and Phone: Steven Drew, 373-7893
Contact 2 and Phone: Mike Borchers, 373-2494
PURPOSE:
City Council approval of the prime contractor prequalification process and selection results for the T. Z. Osborne Water Reclamation Facility 56 MGD Upgrade Package II Construction Contract (2011-038A) is requested as required by Session Law 2014-42.
BACKGROUND:
In accordance with the overall plan by Water Resources Department to complete necessary upgrades at the T.Z. Osborne Water Reclamation Facility the second of three associated construction contracts is ready for bidding. As part of the bidding process for package II the Department made a decision to prequalify prime contractors due to the magnitude, complexity, and potential cost tied to the construction activities associated with package II treatment upgrades. Package two will upgrade the treatment capacity at T.Z. Osborne through primary treatment hydraulic improvements, the replacement of two existing blowers for process aeration and the modification of existing fine bubble diffusers in the aeration basins. The addition of 3 new secondary clarifiers, repairs to the existing return activated sludge and waste activated sludge systems and standby power generation improvements will occur as well.
Session Law 2014-42 was approved on June 30, 2014 and applies to construction or repair contracts awarded after October 1, 2014. The new law stipulates a governmental entity may prequalify bidders for a particular construction or repair work project when certain requirements are met. The requirements include utilization of one of the construction methods authorized in G.S. 143-128(a1)(1) through G.S. 143-128(a1)(3), the governmental entity adopts an objective prequalification policy applicable to all construction or repair work prior to the advertisement of the contract for which the governmental entity intends to prequalify bidders and the governmental entity has adopted the assessment tool and criteria for that specific project, which must include the prequalification scoring values and minimum required score for prequalification on that project.
Water Resources Department utilized the services of Hazen & Sawyer to develop and administer a prequalification process for the prime contractors who will bid on the construction project mentioned above. The prequalification application and policy developed by Hazen & Sawyer and approved by Water Resources meets the requirements of GS 143-135.8(b)(2) and GS 143-135.8(c). Twelve contractors submitted a Statement of Qualifications (SOQ) to the prequalification request for qualifications (RFQ), and two contractors, Layne and MWH withdrew their SOQ packages. The remaining prequalified bidders for this construction contract are:
Adams Robinson Construction Dayton, OH
Archer Western Atlanta, GA
PC Construction Burlington, VT
Haren Construction Etowah, TN
Garney Kansas City, MO
Crowder Construction Co. Charlotte, NC
Ulliman Schutte Miamisburg, OH
Shook Construction Dayton, OH
TA Loving Goldsboro, NC
English Construction Lynchburg, VA
The anticipated date for start of construction is November 2014 with anticipated completion by November 2016.
BUDGET IMPACT:
There is no budget impact to the City. A separate agenda item will be presented to Council to facilitate the award of a construction contract to the lowest responsive bidder.
RECOMMENDATION / ACTION REQUESTED:
Water Resources Department recommends City Council approval of the prime contractor prequalification process and selection results for the T. Z. Osborne Water Reclamation Facility 56 MGD Upgrade Package II Construction Contract (2011-038A).