Skip to main content
header-left
File #: 2418-2012    Version: 1
Type: Ordinance Status: Passed
File created: 10/29/2012 In control: Public Utilities Committee
On agenda: 12/10/2012 Final action: 12/12/2012
Title: To authorize the Director of Public Utilities to enter into two construction contracts with Conie Construction Co. and Danbert, Inc., for the Emergency Water Main Repairs - 2013 Project; for the Division of Power and Water; and to authorize an expenditure up to $760,991.00 within the Water Works Enlargement Voted Bonds Fund. ($760,991.00)
Attachments: 1. ORD 2418-2012 bid tab, 2. ORD 2418-2012 QFF, 3. ORD 2418-2012 Information, 4. ORD 2418-2012 Sub ID
Explanation
1.  BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into two construction contracts with Conie Construction Co. and Danbert, Inc., for the Emergency Water Main Repairs - 2013 Project, Division of Power and Water Contract Number 1180.
This project will provide labor and equipment to complete emergency repairs within the water distribution system when the work load exceeds the ability or capacity of the Water Distribution section.
 
It is in the best interest of the City to award this contract to the first and second lowest, responsive, responsible, and best bidders, as these contracts are primarily used during the winter months, when there is a greater chance of water main breaks, and the first company cannot attend to more than one emergency at the same time.
2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:  These contracts will provide assistance to our water line maintenance crews in completing water main break repairs in a timely matter should severe weather related breaks exceed our normal maintenance capacities.
3. CONSTRUCTION CONTRACT AWARD:  The Director of Public Utilities publicly opened four bids on October 24, 2012.  Bids were received from:  Conie Construction Co. - $372,322.50; Danbert, Inc. - $388,668.50; John Eramo & Sons, Inc. - $425,815.50; and Darby Creek Excavating, Inc. - $438,845.00.
The lowest, responsive, responsible, and best bid was from Conie Construction Co. in the amount of $372,322.50  Their Contract Compliance Number is 31-0800904 (10/9/14, Majority).  
 
The second lowest, responsive, responsible, and best bid was from Danbert, Inc. in the amount of $388,668.50.  Their Contract Compliance Number is 31-1029004 (9/10/14, Majority).  
 
Additional information regarding each bidder, description of work, contract time frame and detailed amounts can be found on the attached Information form.
4.  FISCAL IMPACT:  Funds for these expenditures are available within the Water Works Enlargement Voted Bonds Fund.
  
Title
To authorize the Director of Public Utilities to enter into two construction contracts with Conie Construction Co. and Danbert, Inc., for the Emergency Water Main Repairs - 2013 Project; for the Division of Power and Water; and to authorize an expenditure up to $760,991.00 within the Water Works Enlargement Voted Bonds Fund.  ($760,991.00)
 
Body
WHEREAS, four bids for the Emergency Water Main Repairs - 2013 Project were received and publicly opened in the offices of the Director of Public Utilities on October 24, 2012; and
WHEREAS, this project will provide labor and equipment to complete emergency repairs within the water distribution system when the work load exceeds the ability or capacity of the Water Distribution section; and
WHEREAS, this contract is awarded to the two lowest, most responsive, responsible, and best bidders in order that the lowest bidder cannot attend to several emergencies at the same time; and
WHEREAS, the lowest, responsive, and responsible bid was from Conie Construction Co. in the amount of $372,322.50; and
WHEREAS, the second lowest, responsive, and responsible bid was from Danbert, Inc.  in the amount of $388,668.50; and
WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to award and execute two construction contracts for the Emergency Water Main Repairs - 2013 Project; and
 
WHEREAS, it is necessary for this Council to authorize an expenditure of funds from the Water Works Enlargement Voted Bonds Fund, for the Division of Power and Water, and  
 
WHEREAS, it has become necessary in the usual daily operation of the Division of Power and Water, Department of Public Utilities, to authorize the Director of Public Utilities to enter into two construction contracts with Conie Construction Co. and Danbert, Inc., for the Emergency Water Main Repairs - 2013 Project, for the preservation of the public health, peace, property and safety; now therefore,
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
SECTION 1.  That the Director of Public Utilities be and hereby is authorized to award and execute two construction contracts for the Emergency Water Main Repairs - 2013 Project with the lowest, responsive, responsible, and best bidder, Conie Construction Co., 1340 Windsor Ave., Columbus, Ohio 43211, in the amount of $372,322.50; and also to the second lowest, responsive, responsible, and best bidder, Danbert, Inc. 8077 Memorial Drive, Plain City, Ohio 43064, in the amount of $388,668.50; in accordance with the terms and conditions of the contracts on file in the Office of the Division of Power and Water.
SECTION 2.  That an expenditure up to $760,991.00 is hereby authorized for the Emergency Water Main Repairs - 2013 Project within the Water Works Enlargement Voted Bonds Fund, Fund No. 606, Division 60-09, Project No. 690521-100000 (New Funding), Object Level Three 6629, OCA Code  606521, as follows:
      Vendor      Amount
Conie Construction Co.      $372,322.50
Danbert, Inc.      $388,668.50
Total      $760,991.00
SECTION 3.  That said construction companies shall conduct the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Power and Water.
SECTION 4.  That the City Auditor is hereby authorized and directed to transfer any unencumbered balance in the project account to the unallocated balance within the same fund upon receipt of certification by the Director of the Department administering said project that the project has been completed and the monies no longer required for said project; except that no transfer shall be made from a project account by monies from more than one source.
SECTION 5.  That the City Auditor is authorized to establish proper project accounting numbers as appropriate.
SECTION 6.  That the City Auditor is authorized to make any accounting changes to revise the funding source for all contracts or contract modifications associated with this Ordinance.
SECTION 7.  That the funds necessary to carry out the purpose of this Ordinance are hereby deemed appropriated, and the City Auditor shall establish such accounting codes as necessary.
SECTION 8.  That this Ordinance shall take effect and be in force from and after the earliest period allowed by law.