header-left
File #: 0897-2014    Version: 1
Type: Ordinance Status: Passed
File created: 4/10/2014 In control: Public Utilities Committee
On agenda: 5/5/2014 Final action: 5/8/2014
Title: To authorize the Director of Public Utilities to modify and increase the agreement with Dynotec, Inc. for the Valleyview Street Lighting Improvements Project; to amend the 2014 Capital Improvements Budget; and to authorize a transfer and expenditure up to $20,504.48. within the Electricity G. O. Bonds Fund, Fund 553 and Electricity Permanent Improvement (Non-Bond) Fund, Fund 565; and to declare an emergency. ($20,504.48)
Attachments: 1. Valleyview modification Legislation Information Sheet, 2. Dynotec Invoice
Explanation

1. BACKGROUND: The Department of Public Utilities, Division of Power entered into an agreement with Dynotec, Inc. for the Valleyview Street Lighting Improvements Project; Ordinance No. 2271-2012, passed November 12, 2012. The agreement was for design of street lighting in the Valleyview area of Columbus on the west side.

The Department of Public Utilities is requesting to modify this contract to include the replacement of nine (9) street light poles by AT&T. During design of the project, Dynotec determined that nine (9) of the street lights would need to be on poles associated with AT&T and a joint use. This required AT&T to make modification to their infrastructure to allow for the street lights to be installed. Dynotec paid AT&T to modify the poles and this ordinance allows for the Division of Power to reimburse Dynotec for those costs. Dynotech received an estimate from AT&T prior to modifications of the infrastructure.

The work proposed by this contract modification was unforeseen, but necessary for the completion of the project.

2. ORIGINAL ENGINEERING CONTRACT AWARD: Dynotec, Inc. was selected in accordance with the procedures set forth in Columbus City Code, Section 329.14, "Awarding professional service contracts through Requests for Proposals (RFPs)". The RFP were sent out on July 11, 2012, to Dynotec, Inc., E P Ferris and Associates, Inc. and Burgess & Niple, Inc., but Dynotec, Inc. was the only consultant to respond. Their proposal was received and opened on July 25, 2012.

Upon review of this proposal, the bidder was ranked using criteria specified in the City Code, and more specifically: Proposal Quality, Experience of the Team’s Personnel, Experience of the Prime, Project Schedule, and Local Workforce. Based upon these criteria, Dynotec, Inc. was selected for this project. Their Contract Compliance Number is 31-1319961, expires 03/04/2015, MBE.

2.1 Amount of additional funds to be expended: $20,504.48
Original Contract ...

Click here for full text