Title
Franklin Water Treatment Plant Clearwell Improvements
Action
Action:
A. Approve a contract in the amount of $66,741,735.00 to the lowest responsive bidder Sanders Utility Construction Co., Inc. for the Franklin Water Treatment Plant Clearwell Improvements project, and
B. Approve a contract for $1,640,000.00 with Hazen and Sawyer for engineering services.
Body
Staff Resource(s):
Angela Charles, Charlotte Water
David Czerr, Charlotte Water
Carl Wilson, Charlotte Water
Explanation
Action A
§ This project is for installing new piping, valves, and fittings at the Franklin Water Treatment Plant (WTP) (Council District 2) to optimize the treatment process. The project also includes repairs to existing facilities and the addition of a new chemical feed system.
§ On May 5, 2023, the city issued an Invitation to Bid (ITB); one bid was received.
- N.C. General Statute Section 143-132 prohibits municipalities from awarding construction contracts over $500,000 without receiving at least three competitive bids from the initial advertisement of the contract. The city may subsequently award the contract even if re-advertisements result in fewer than three competitive bids.
§ On June 15, 2023, the ITB was re-issued.; one bid was received.
§ Sanders Utility Construction Co., Inc. was selected as the lowest responsive, responsible bidder.
§ The project is anticipated to be complete by the second quarter 2025.
Action B
§ This contract provides engineering services for construction administration and inspection services.
§ On December 14, 2020, Council approved a contract with Hazen and Sawyer for the design of the Franklin WTP Clearwell Improvements project. The approval included the selection of Hazen and Sawyer for future phases of work on the project, including the current contract request for construction related engineering services for the project.
Charlotte Business INClusion
Action A
Established MWSBE Goal: 6.00%
Committed MWSBE Goal: 6.00%
Sanders Utility Construction Company, Inc. met the established subcontracting goal and has committed $4,005,600 or approximately 6.00% of the total contract amount to the following certified firms (Part B: Section 3 of the Charlotte Business INClusion Policy):
§ Tryon Services (SBE) ($3,104,000) (electrical)
§ Jim Bob’s Grading & Paving, Inc. (SBE) ($386,000) (asphalt milling and paving)
§ Buffkin Trucking, Inc. (MBE, SBE) ($200,000) (hauling services)
§ Diamond Trucking of NC, Inc. (MBE, SBE) ($150,000) (hauling services)
§ Sun King Trucking, LLC (MBE, SBE) ($100,000) (hauling services)
§ Martin Landscaping Company, Inc. (MBE, SBE) ($45,000) (seeding and landscaping)
§ Mid Atlantic Erosion Control, Inc. (MBE, SBE) ($20,600) (erosion control)
Action B
The city negotiates subcontracting participation after the proposal selection process (Part C: Section 2.1 (h) of the Charlotte Business INClusion Policy). Hazen and Sawyer has committed $115,010 or approximately 7.01% of the total contract amount to the following certified firm:
§ Froehling & Robertson, Inc. (MBE) ($115,010) (soils and materials testing, special inspections)
Fiscal Note
Funding: Charlotte Water Capital Investment Program