REQUEST FOR BIDDER PRE-QUALIFICATION APPLICATIONS MICROTUNNELING FOR

Size: px
Start display at page:

Download "REQUEST FOR BIDDER PRE-QUALIFICATION APPLICATIONS MICROTUNNELING FOR"

Transcription

1 REQUEST FOR BIDDER PRE-QUALIFICATION APPLICATIONS MICROTUNNELING FOR UPPER NORTH OCONEE (UNO) 2B TRUNK REPLACEMENT ATHENS-CLARKE COUNTY (ACCUG) RFPQ #00926 I. General A. The Unified Government of Athens-Clarke County ( ACCUG or Owner ) is a unified city/county government located in the northeast section of the state of Georgia and is approximately sixty (60) miles northeast of Atlanta, Georgia. The ACCUG was formed in 1991 by a referendum which required the combining of the City of Athens and Clarke County. ACCUG serves an area population of approximately 140,000 with annual growth projected at 1% per year. ACCUG provides a multitude of local and state-funded services, which includes, but is not limited to, Public Safety, Utility, Courts, Corrections, Tax, and Fire Services. ACCUG employs approximately 2,000 people. B. The ACCUG desires to solicit Pre-Qualification Applications in accordance with the Georgia Local Government Public Works Construction Law (the Georgia Public Works Law ) from responsible Microtunneling Contractors. C. Responsible Microtunneling Contractors are to provide all construction, materials, equipment, and labor to complete the Upper North Oconee (UNO) 2B Trunk Replacement (Project) as generally described below: The upcoming ACC PUD UNO 2B Trunk Replacement Project includes the construction of approximately 1,300 feet of 60-inch-diameter steel cased 36-inch-diameter ductile iron gravity sewer pipe using microtunneling methods. The 55-foot-deep primary tunnel launching shaft and approximately 1,000 feet of the microtunneling will be completed in the jointed Gneiss bedrock below the groundwater table. The primary tunneling shaft is located approximately 100 feet from the traveled lanes of Athens Perimeter Loop (US Route 129/State Route 10 Loop) and approximately 150 feet from multiple occupied ACC PUD facilities. For the purpose of evaluating Contractor qualifications and developing the lists of responsible Contractors, the following definitions apply: Microtunneling - A remotely controlled, guided, pipejacking process that provides continuous support to the excavation face and uses a pressurized slurry spoil removal system. The guidance system usually consists of a reference laser or theodolite and electronic distance measurement (EDM) device, mounted in the jacking shaft, and a target mounted inside the microtunneling machine s articulated steering head. The microtunneling process does not require routine personnel entry into the jacked pipe. Two key elements of microtunneling are the ability to control the stability of the face by applying fluid and mechanical pressure to balance the earth and groundwater pressures and the ability to perform a wet recovery of the MTBM. All construction must be carried out in coordination with the Owner to minimize operational impacts to the Owner s facilities. 1. Anticipated Schedule: i. The Invitation to Bid and Final Construction Documents including Drawings and Specifications are expected to be available for purchase in January ii. Project Notice to Proceed anticipated to be awarded May iii. Project schedule requires completion of the work prior to June 2020.

2 RFPQ #00902 Page - 2 The estimated project construction value range is $6,000,000 to $8,000,000 US Dollars for the construction of the gravity sewer. ACCUG reserves the right to split the contract work into phases to accommodate the project schedule. D. The previous pre-qualification of contractors or Application for Qualification on other projects for the ACCUG will not be considered for this project. Applications must be made for this project separate from any other project. E. Documentation provided must be specific and the data given must be clear and comprehensive. Documentation provided must pertain specifically to the entity that will bid for and construct the project, not an affiliated company, parent firm, or other entity. F. No interpretation of the meaning of this Application will be made to any Applicant orally. Every request for such interpretation should be made in writing and addressed to Julie Ann Donahue, CPPB, Purchasing Administrator or Toro Holt, Senior Buyer, at , or accbids@accgov.com to be given consideration the request must be received at least five business days prior to the date fixed for Application submittal. Any and all such interpretations and any supplemental instructions will be in the form of written Addenda to the Application which, if issued, will be mailed, shipped or faxed to all prospective Applicants (at the respective addresses furnished) prior to the date fixed for the receiving Applications. Failure of Applicants to receive or acknowledge any Addendum shall not relieve them of any obligation under the Application. All Addenda shall become part of the Application. G. SUBMITTAL INSTRUCTIONS: ALL Application copies must be submitted in a sealed envelope or container with the OUTERMOST Container stating the Contractor s/vendor s Unified Government of Athens-Clarke County Vendor Number (ACC Vendor number), address, telephone number, and title as follows: RFPQ #00926, APPLICATION FOR BIDDER PRE-QUALIFICATION ATHENS-CLARKE COUNTY UNO 2B TRUNK REPLACEMENT MICROTUNNELING. (If you do not know your vendor number, please call or accpurchasing@accgov.com If you do not have a vendor number, please fill out a Bid List Application located on the ACC website at so one may be issued to your company). Submit the Application documents as follows: Two (2) hard copies of the complete signed application One (1) USB Flash Drive PDF format copy of the complete signed application Applications are to be delivered to: Unified Government of Athens-Clarke County Finance Department, Purchasing Division 375 Satula Avenue Athens, Georgia Not later than 3:00 P.M. ET, FRIDAY, DECEMBER 7, 2018 Applications received after 3:00 P.M. will not be considered. II. Determination of Qualified Microtunneling Contractors By ACCUG It is the intent of the ACCUG to identify and qualify as many Microtunneling Contractors as possible. ACCUG has established optimal Project Construction Experience and Corporate Criteria against which ACCUG will compare the actual project construction experience and corporate information offered by each Applicant to evaluate and determine whether the Applicant possesses sufficient and appropriate qualifications to offer a Bid and to provide the desired construction services.

3 RFPQ #00902 Page - 3 The stated Criteria IS NOT considered PASS/FAIL Criteria but represents the project construction experience and corporate criteria desired and deemed suitable by ACCUG for Qualified Applicants. The ACCUG will consider Applicants having construction experience that differs from the optimal Project Construction Experience and Corporate Criteria described below provided the Applicant has substantial experience in such areas. The ACCUG reserves the right to reject any one or all Applications for Pre-Qualification submitted and to waive technicalities and informalities in making its evaluation of applications and determination of qualified applicants. The final determination of any Applicant's qualification status rests solely with the ACCUG. Prior to solicitation of construction bids for the Project, it is the intent of ACCUG to publish and make known to all Applicants all Microtunneling Contractors that are determined by ACCUG to be qualified to bid and to provide the required construction services. III. Pre-Qualification Process A. Applicants may not be deemed qualified by ACCUG if: 1. Applicants fail to submit a responsive Application, including failing to provide all required documentation; Applicants shall confirm response to all noted criteria. 2. Applicants fail to reasonably meet the Project Construction Experience Criteria. Any determination that an Applicant meets or fails to meet the Criteria rests solely with the ACCUG. 3. Applicants fail to reasonably meet the Corporate Criteria. Any determination that an Applicant meets or fails to meet the Criteria rests solely with the ACCUG. 4. The Microtunneling Applicant, or any of its affiliated companies, is a party as the General Contractor to more than one Application. The applicant may apply as a General Contractor and as a Microtunneling or Controlled Blasting subcontractor through the concurrent RFPQ applications for these subcontractor trades. The Applicant will not be considered for pre-qualification as a General Contractor unless they submit an application through the General Contractor RFPQ. 5. Reasonable grounds exist that Applicant(s) are involved in collusion among other applicants; or 6. Applicants fail to execute the Disclosure Affidavit. B. Final determination of Applicant's qualification status rests solely with the ACCUG. IV. Qualification Criteria A. Project Construction Experience Criteria Microtunneling Contractor or General Contractor and Subcontractor team must meet ALL of the requirements below. 1. Using as many forms as necessary, list projects that demonstrate that the microtunnel contractor has completed at least 5,000 feet of Microtunneling within the last 5 years. Include within this list of projects that demonstrate at least 2,000 feet of microtunneling in rock having an unconfined compressive strength between 10,000 psi and 20,000 psi or higher. List one (1) microtunnel project completed within the last 5 years that included sub-surface MTBM disc cutter replacement. To be pre-qualified, the Contractor must meet all of the above requirements in addition to other applicable requirements covered elsewhere in this document. Note: Pre-qualified Microtunnel Contractors are required to submit the resumes of a field supervisor and an MTBM operator that has completed at least one (1) microtunneled intake in the last 5 years that included subsurface replacement of MTBM disc cutters. It will be required that the staff listed in the resumes are mobilized on the project. Completed work submitted for references should be of the type and complexity comparable to the ACCUG

4 RFPQ #00902 Page - 4 Project scope description as identified in Section I. 2. The Microtunneling Project Manager has successfully completed at least i. Three (3) projects of the size and complexity comparable to the ACCUG Project scope description included in this RFPQ. 3. The Microtunneling Applicant has an available Project Manager and an onsite Construction Superintendent to be employed on the Project with at least ten (10) years of project management and/or construction experience that includes Project Construction experience that is comparable to the descriptions above. B. Corporate Criteria Microtunneling Contractor (MT) 1. The MT has operated under the current corporate name for the last three years and the MT president and identified project manager has at least ten years of experience each. 2. The MT currently has sufficient resources to provide insurance requirements for the project. 3. The MT has not defaulted on a project or failed to complete a project within the last ten years. 4. The MT has not filed for bankruptcy nor been judged bankrupt at any time over the last nine years. 5. The MT has a history of completing projects consistently on time and within the bid amount. 6. The MT has never abandoned a project (even temporarily) during a dispute. 7. The MT does not have a history of being involved in litigation or filing claims against owners, construction contract administration firms, or design firms. 8. The MT, nor any of its affiliated companies, is currently involved in a dispute, formal claim, or litigation with ACCUG, or with any authority or organization with which ACCUG has a vested interest. 9. The MT is a Licensed Contractor in the State of Georgia or Licensed Georgia Utility Contractor. 10. The MT has a written Safety Program for their work. 11. The MT Applicant has the ability to provide a proper and logical schedule to demonstrate the effort required to complete the project in a timely manner. V. Required Documentation - Application for Pre-qualification A. Application Cover & Disclosure Affidavit to be completed by all applicants Applicant must complete and submit the Contractor Pre-Qualification Application Cover and Disclosure Affidavit (page 9 of the RFPQ). B. Project Construction Experience Microtunneling Contractor and/or Subcontractor Complete and submit Project Construction Experience - Project Information Form (Page 10 & 11 of the RFPQ) for each project referenced as documentation of meeting the Criteria; provide all the information specified in items 1-10 listed below for each Project. (The form may be expanded to accommodate information) 1. Name of the project as bid, the name of the owner, owner contact and contact information (current address, phone number, and ), the name of design firm (lead designer name, phone number and ), the name of construction contract administration firm (lead project manager, phone number and ). 2. A summary project description including work performed major components of the project, equipment utilized, etc. 3. Percent and description of labor-related items performed by the Applicant's own workforce. 4. If the project was performed as a joint venture, provide the name of the joint venture partner and the percentage of the Applicant s joint venture responsibility; describe the responsible scope of work conducted by the Applicant and its relationship to the qualification of the Applicant.

5 RFPQ #00902 Page If the Project Construction Experience offered in the Application is that of a Parent Company, sister corporation or subsidiary corporation associated with the Microtunneling Contractor Applicant describe the associated experience for each entity and its relationship to the qualification of the Applicant. 6. Names and contact information for major subcontractors. If work was self-performed, please indicate such. 7. The bid date, bid amount and final cost to the owner. 8. The contract performance time as bid, actual time to complete the project and completion date. 9. Description and associated value of major Change Orders including impacts/adjustments to contract time. 10. Provide experience, resumes, of proposed on-site Project Manager and Construction Superintendent who would be involved in this project. Experience can be from previous employment but must be pertinent to technical characteristics listed under the Project Construction Experience Criteria. Also provide a staffing plan, if appropriate, identifying other key personnel anticipated to be assigned to the Project. Provide a brief description and title for each position identified in the staffing plan. C. Corporate Criteria Microtunneling Contractor Complete and submit a narrative response to the following directions/instructions for the MT and any subcontractors. 1. Provide the name, address and telephone number of Applicant's corporate headquarters, regional offices, subsidiaries, and affiliates, if any. Provide name, title, and biographical summary of pertinent corporate officers. Provide a statement that the Applicant has operated under the current corporate name for the last five years. 2. Provide a statement that the Applicant has not defaulted on a project nor failed to complete a project within the past ten years. If this is not the case, explain. 3. Provide a statement that the Applicant has not filed for bankruptcy or been judged bankrupt at any time over the past nine years. If this is not the case, explain. 4. Provide a statement that the Applicant has not been involved in liquidated damages in the past five years. If this is not the case, explain 5. Provide a statement that the Applicant has never abandoned a project, even temporarily, during a dispute. If this is not the case, please explain. 6. Provide a statement whether Applicant has or has not been involved in litigation as a plaintiff against an owner, design firm or construction contract administration firm, or served an owner with a claim for additional compensation prepared by an attorney or a claims consultant, excluding routine change order requests, in the past five years. If the Applicant has had such involvement, explain. List any lawsuits or administrative actions to which the Applicant is currently a party or has been a party (as either a plaintiff or defendant) during the past ten years. For each suit, list all parties and indicate whether any party was a bonding company, insurance company, an owner, or other. Identify the project giving rise to the suit or administrative action; explain the basis of the claim, and whether a settlement was reached or a judgment entered into for or against the Applicant, or the Applicant s bonding company or Insurance Company. 7. Provide a statement that the Applicant, as well as all of its affiliated companies, is not involved in any dispute, formal claim, or litigation with neither the ACCUG nor any authority or organization with which the ACCUG has a vested interest. If this is not the case, please explain. 8. Provide a statement that the Applicant has a Safety Program. Also, provide the date it was last updated. If this is not the case, please explain. 9. Include a copy of the Applicant s Georgia Contractor License or Georgia Utility Contractor s License. 10. Provide a list of all projects currently under contract with a construction contract amount in excess of $1 million. Provide Project Name /Title, Project Owner, contract amount and scheduled completion dates.

6 RFPQ #00902 Page - 6 VI. Supplemental Information A. ACCUG will not be liable in any way for any costs incurred by any Applicant in the preparation of its Pre- Qualification Application nor participation in any discussions. B. ACCUG reserves the right to accept or reject any one or all Pre-Qualification Applications. ACCUG, upon receipt of the Application, shall have the right to investigate the information set forth on the Application, including work performed by the Applicant on projects referenced by the Applicant, or any other projects performed by the Applicant. Investigations will be performed by Owner s personnel or their representatives as deemed appropriate by ACCUG which may include site visits and interviews with project owners and construction contract administration staff. ACCUG has the right to consider any additional information obtained about an Applicant s qualifications through this process. C. Application Format: The Application must include responses to all information requested. The Application shall address the required documentation in the order identified above, indexed and clearly identified. Additional data may be submitted as deemed appropriate to support or augment the required documentation. The submittal shall be prepared on standard 8-1/2 x 11 letter size paper, with text on one side, using 12-point font, and bound on the left side. No page limitation has been established for the application submission, but non-pertinent boilerplate materials are discouraged. D. Should any Applicant not be deemed pre-qualified by ACCUG, the Applicant may respond within three business days of being notified of pre-qualification status to ACCUG Administrator requesting reasons for not being deemed prequalified. The Applicant may then provide further written information in an attempt to correct such deficiencies within three business days of receiving reasons for not being deemed pre-qualified. This will be an informal appeals process. E. For the purposes of this Application and its review, project shall be defined as a single construction contract, including all associated change orders. F. Applicants will be advised of their status approximately two to three weeks after the submittal deadline. G. The Invitation to Bid and Final Construction Documents including Drawings and Specifications are expected to be available for purchase in January H. The words corporation or corporate as used herein shall include limited liability companies, limited partnerships and other similar for-profit business entities organized and existing under the laws of a state government.

7 RFPQ #00902 Page - 7 SECTION VII PROPOSAL FORMS MANDATORY SUBMITTAL GEORGIA SECURITY & IMMIGRATION COMPLIANCE (GSIC) AFFIDAVIT The Unified Government of Athens-Clarke County and Contractor agree that compliance with the requirements of O.C.G.A , as amended, are conditions of this Agreement for the physical performance of services. If employing or contracting with any subcontractor(s) in connection with this Agreement, Contractor further agrees: (1) To secure from the subcontractor(s) an affidavit attesting to the subcontractor s compliance with by O.C.G.A (b), as amended; such affidavit being in a form similar to and containing the same information as the form attached hereto; and (2) To obtain such subcontractor affidavit(s) when the subcontractor(s) is retained. Contractor shall have such forms available for inspection and submit to the Owner if so requested by the Owner. The failure of the Contractor to supply the affidavit of compliance at the time of the bid will be cause for the bid being deemed non-responsive. Failure of Contractor to continue to satisfy the obligations of O.C.G.A , as amended throughout the entire contract period shall constitute a material breach of the contract. Upon notice of such breach, Contractor shall be entitled to cure the breach within ten days, upon providing satisfactory evidence of compliance with the terms of this Agreement and State law. Should the breach not be cured, Athens-Clarke County shall be entitled to all available remedies, including termination of the contract and damages. SEE AFFIDAVITS ON FOLLOWING PAGES

8 RFPQ #00902 Page - 8 MANDATORY SUBMITTAL CONTRACTOR AFFIDAVIT & AGREEMENT UNDER O.C.G.A (b)(1) (effective July 1, 2013) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A , as amended, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of The Unified Government of Athens-Clarke County, Georgia, has registered with, is authorized to use, and uses the federal work authorization program commonly known as E- Verify, or any subsequent replacement program, in accordance with the provisions and deadlines established in O.C.G.A , as amended. Furthermore, the undersigned will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A (b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor: Name of Project: UPPER NORTH OCONEE (UNO) 2B TRUNK REPLACEMENT Name of Public Employer: The Unified Government of Athens Clarke County Georgia _ I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on,, 201 in,. Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 201 Notary Public My Commission Expires:

9 RFPQ #00902 Page - 9 Application for: Microtunneling Contractor Applicant (Company) Name: Applicant Home Address: UPPER NORTH OCONEE (UNO) 2B TRUNK REPLACEMENT CONTRACTOR PREQUALIFICATION APPLICATION COVER Applicant Branch Office Responsible for Project, if different: Applicant Contact (Person) Name: Applicant Contact Title: Applicant Contact Phone Number: Applicant Contact Address: MANDATORY SUBMITTAL DISCLOSURE AFFIDAVIT The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the local public agency in verification of the recitals comprising this Application for Bidder's Pre-Qualification. I have read the Project Construction Experience and Corporate Criteria, and have provided documentation as outlined in this RFPQ. By this signature, the signer affirms that the information provided herein is true and correct to the best of his/her knowledge and belief. Applicant: By: Title: (name signed) (name printed or typed) Date: Subscribed and sworn to me this day of, 20. NOTARY PUBLIC: (name signed) (name printed or typed) Commission Expires: (SEAL)

10 RFPQ #00902 Page - 10 MICROTUNNELING CONTRACTOR PROJECT CONSTRUCTION EXPERIENCE INFORMATION FORM MANDATORY SUBMITTAL Applicant Name: Project Name/Title: Project Owner: Owner Name: Owner s Responsible Contact Person: Address / Phone Number: Design Firm: Company Name: Contact Person: Phone Number: Construction Contract Administration Firm: Company Name: Contact Person: Phone Number: Project Description: Percentage of Work performed by Applicant: % Work Description: Joint Venture: No Yes Percentage of Applicant s Joint Venture responsibility % Name of Joint Venture partner(s) (If applicable): Description of JV Work; Basis of Qualification (if applicable); Major Subcontractors or self perform: Storm Sewer: Reinforced Concrete: Earthwork: Paving: Jack and Bore: Landscaping: Bypass Pumping:

11 RFPQ #00902 Page - 11 PROJECT CONSTRUCTION EXPERIENCE INFORMATION FORM MICROTUNNELING CONTRACTOR (cont) Construction Contract: Bid Date: Bid Price / Initial Contract Price: Final Contract Price: Contract Time: Initial Performance Time: Actual Time to Complete Construction: Completion Date: Value / Description of Major Change Orders

12 RFPQ #00902 Page - 12 JOINT VENTURE STATEMENT OF INTENT MANDATORY SUBMITTAL The undersigned firms certify and hereby provide a notice and statement of their intent to enter into a Joint Venture Agreement for the purpose of pre-qualifying and bidding on the ACCUG Upper North Oconee (UNO) 2B Trunk Replacement as a Joint Venture. Failure of the Joint Venture entity to qualify will preclude any of the participating firms from bidding as a single entity. MEMBER FIRM: By: Title: (name signed) (name printed or typed) Date: MEMBER FIRM: By: Title: (name signed) (name printed or typed) Date: Subscribed and sworn to me this day of, 20. NOTARY PUBLIC: (name signed) (name printed or typed) Commission Expires: (SEAL)