Approval Sheet

CITY OF GILLETTE
201 E. 5th Street
Phone (307)686-5200
CITY OF GILLETTE


www.gillettewy.gov

 
DATE: 5/20/2013 7:00:00 PM
SUBJECT:
Council Consideration to Pre-Qualify General Contractors for Formal Bidding Purposes for the Gillette Madison Pipeline Project Contract 4b, 4c, 4d and 4f.
BACKGROUND:
The City of Gillette and its consultants are wrapping up the design for the next pipeline contracts that will be advertised for formal bidding purposes in June.

The general work under this combined contract is as follows:
#4b - Pine Ridge Potable Water System (8-inch and 10-inch water main) - approximate length 2.3 miles
#4c - Donkey Creek Pump Station to Wyodak 42-inch Transmission Line - approximate length 7.7 miles
#4d - "D" Road to Donkey Creek Pump Station 42-inch Transmission Line - approximate length 12.9 miles
#4f - Pine Ridge Tanks to Sta. 2300+00 42-inch Transmission Line - approximate length 1.5 miles

For each segment the contractor shall furnish, install, test, disinfect, warrant, bond, insure and certify the waterline. The work will also include connections to existing waterlines, roadway surface replacement, fence replacement, vegetated surface reclamation and all other restoration required to bring the site to pre-construction conditions. Work will be performed on private property, on public property and within public right-of-way per the permits, easements and licenses obtained by the City of Gillette. The waterline material will be coated ductile iron or coated steel for projects 4c, 4d and 4f and PVC for 4b.

The construction cost is anticipated to be in the range of $42M to $50M.

The work provides for the complete installation including all associated piping, fittings, valving, cut-off walls, cathodic protection, and all related appurtenances. All borings, trench shoring, traffic control, dewatering, storm water discharge permitting, groundwater discharge permitting, pipeline water discharge permitting, potholing and crossing of existing utilities, connections to existing waterlines, pavement surface restoration, fence replacement and vegetated surface reclamation shall be performed as part of this work. All incidental items required for completely functioning waterlines shall be included.

The City of Gillette sought Pipeline Contractor Pre-Qualification Statements in April 2013. The City of Gillette provided a DRAFT copy of the Pre-Qualification Documents to the Wyoming Contractor's Association for their review and comment on March 25, 2013. The Request for Pre-Qualifications for Pipeline Contract No. 4b, 4c, 4d and 4f was publicly advertised within the Gillette News Record on April 5, 2013 and April 12, 2013.  The Pre-Qualification Submittal deadline was 2:00 p.m. on April 19, 2013.

Ten (10) general contractors submitted Pre-Qualification Statements for Pipeline Contract No. 4b, 4c, 4d and 4f. Upon receipt, the sealed Pre-Qualification Documents were sent to our engineering consultant - Burns & McDonnell Engineering Company (B&McD) - for their review.

The following general contractors submitted Pre-Qualification Statements:
- Ames Construction, Inc.; West Valley City, UT
- BARCON Inc.; Sheridan, WY
- Condie Construction Company, Inc.; Springville, UT
- COP Wyoming LLC; Sheridan, WY
- Garney Companies Inc.; Littleton, CO
- Layne Heavy Civil, Inc.; Denver, CO
- Ranger Pipelines, Inc.; San Francisco, CA
- S.J. Louis Construction, Inc.; Rockville, MN
- TIC - The Industrial Company Wyoming, Inc.; Casper, WY
- Whitaker Construction Co.; Brigham City, UT

Contractor Pre-Qualification Statements have been reviewed by the Engineer, Burns & McDonnell Engineering Company (B&McD). Findings of the Engineer’s review are attached for your consideration.

City staff has reviewed the Engineer's findings and offers the following comments:

(1)  All 10 of the Contractors submitting Pre-Qualification documents appear to be able to fully bond, insure and cash-flow this large pipeline construction project.

(2)  Based on reference checks performed by B&McD, it appears all 10 of the Contractors possess favorable reputations and have performed adequately on other projects.

(3)  Based on the information provided, and based upon B&McD review, it appears all 10 of the contractors do not possess any significant, unresolved legal litigation (not including claims) that has made its way to the court system.

(4)  Based upon our review, it appears all 10 of the Contractors are capable of performing the work.  Some of the larger contractors have more experience than some of the smaller contractors with a local presence.

(5)  It is difficult to ascertain whether the Contractors who might claim in-state preference as a Wyoming Resident Contractor meet the minimum experience requirements as specifically identified within our Request for Contractor Pre-Qualifications.  The parent company(s) of the Wyoming Resident Contractors (who might claim in-state preference during the formal bidding phase) appear to meet the minimum experience requirements we identified.  To avoid complications, City Staff did not consider the minimum experience requirement as explicitly stated within our Request for Contractor Pre-Qualifications when the staff recommendation was finalized.

Based on these observations, and based on the City's desire to maximize competition during the formal bidding process, City Staff recommends approving all ten contractors who submitted Pre-Qualification Documents by the April 19th deadline.  All ten of these Contractors are recommended to receive the “Approved for Bidding” status.

Upon formal approval by the Governing Body of the City of Gillette, a Letter of Approval will be provided to Contractors that are Pre-Qualified. Only bids received from Bidders who have been Pre-Qualified will be opened following a subsequent, formal construction bid solicitation process.  A 5% Wyoming in-state contractor preference will apply for those who qualify.

It is anticipated that Contractors will be notified of pre-qualification status by May 24, 2013 and bidding documents will be available after May 31, 2013. It is anticipated that formal bids for the Project will be publicly advertised on June 14 and June 21, 2013. A mandatory pre-bid meeting for interested, pre-qualified bidders is tentatively scheduled to take place in Gillette at 2:00 p.m. MDT in the City West Breakroom on Wednesday, June 26, 2013.  At this time, it is anticipated that bids will be received, opened and read aloud by the City of Gillette on Wednesday, July 10, 2013 at 2:00 p.m., MDT, in the City West Breakroom.
ACTUAL COST VS. BUDGET:
Not Applicable for the Pre-Qual Phase.
SUGGESTED MOTION:
I move to Pre-Qualify the following General Contractors for Formal Bidding Purposes for the Gillette Madison Pipeline Project Contract 4b, 4c, 4d and 4f.

- Ames Construction, Inc., West Valley City, UT
- BARCON Inc.; Sheridan, WY
- Condie Construction Company, Inc.; Springville, UT
- COP Wyoming LLC; Sheridan, WY
- Garney Companies Inc.; Littleton, CO
- Layne Heavy Civil, Inc.; Denver, CO
- Ranger Pipelines, Inc.; San Francisco, CA
- S.J. Louis Construction, Inc.; Rockville, MN
- TIC - The Industrial Company Wyoming, Inc.; Casper, WY
- Whitaker Construction Co.; Brigham City, UT
STAFF REFERENCE:
Kendall Glover, Utilities Director
ATTACHMENTS:
Click to download
No Attachments Available