header-left
File #: 0107-2016    Version: 1
Type: Ordinance Status: Passed
File created: 1/6/2016 In control: Public Utilities Committee
On agenda: 2/8/2016 Final action: 2/10/2016
Title: To authorize the Director of Public Utilities to execute a construction contract with Decker Construction Company for the Watershed Roadway Improvements - Part 3: Griggs Reservoir Project; to authorize a transfer and expenditure up to $1,015,302.59 within the Water GO Bonds Fund; for the Division of Water; and to authorize an amendment to the 2015 Capital Improvements Budget. ($1,015,302.59)
Attachments: 1. ORD 0107-2016 bid tab, 2. ORD 0107-2016 QFF, 3. ORD 0107-2016 Information, 4. ORD 0107-2016 Sub ID, 5. ORD 0107-2016 map, 6. ORD 0107-2016 Funding

Explanation

 

1. BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into a construction contract with Decker Construction Company for the Watershed Roadway Improvements - Part 3: Griggs Reservoir Project; in an amount up to $1,015,302.59; for Division of Water Contract Number 1175.

 

This is a contract for construction services to replace or repair roadway pavement associated with Griggs Reservoir including adjacent parking lots, adjoining drives, and the Griggs Maintenance compound that were not previously addressed by the Watershed Roadway Improvements - Griggs Part 1 project.  The work will consist of: the removal of existing asphalt pavement (roadways and parking areas) identified in the Watershed Roadways Master Plan and installation of new pavement; pavement marking; and associated work including intersection signal detection replacement, maintenance of traffic, sediment and erosion control, and other such work as may be necessary to complete the work.

 

The Griggs Reservoir facilities are located in the “Northwest” Planning Area.

 

 2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT: This project will rehabilitate deteriorated roads, allowing safe and convenient access to Griggs Reservoir.  The roads are used by the Division of Water for water sampling operations, dam maintenance, and security monitoring and safety operations for Griggs Reservoir. This project will also help to provide safe and convenient public access to our reservoir parks.

 

The Division of Water is cooperating with the Department of Recreation and Parks and the Division of Police to coordinate construction with recreational activities at Griggs Reservoir.  The Division of Water is also cooperating with the Division of Sewerage and Drainage to mitigate impacts to the existing bio-retention basins and other environmental best management practices located in the area and the Central Ohio Transit Authority to mitigate impacts to stakeholders of the adjacent bus stops.

 

3.0 CONSTRUCTION CONTRACT AWARD:  The Director of Public Utilities publicly opened five bids on December 16, 2015 from: Columbus Asphalt Paving (non-local) - $1,015,302.59; Decker Construction (local) - $1,021,661.16; Strawser Paving - $1,055,856.45; The Shelly Co. - $1,099,649.87; and Shelly and Sands - $1,634,885.01.

 

Under Columbus City Code, Section 329, Local Preference for Competitive Sealed Bidding, if the lowest, responsive, responsible bid is from a non-local bidder, and a local bidder deemed responsive and responsible is within 1% of said non-local bidder, the city shall award the contract to said local bidder if they agree to meet the lowest bidder’s price and provide a revised bid to demonstrate the same.

 

Decker Construction Company’s (local) bid was 0.63% higher than Columbus Asphalt Paving’s (non-local) bid.  Decker Construction notified the City that they agreed to match Columbus Asphalt Paving’s bid amount and provided a revised bid tabulation.  Decker also submitted a waste management plan and is considered an environmentally preferable bidder.

 

Therefore, the Department of Public Utilities will contract with Decker Construction Company as the lowest, most responsive, responsible, local bidder, in the amount of $1,015,302.59.

 

3.1 PRE-QUALIFICATION STATUS: Decker Construction Company and all proposed subcontractors have met code requirements with respect to pre-qualification, pursuant to relevant sections of Columbus City Code Chapter 329.

 

Decker Construction Company’s Contract Compliance Number is 31-0857095 (expires 11/12/17, Majority).  Additional information regarding all bidders, description of work, contract time frame and detailed amounts can be found on the attached Information form.

 

Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Decker Construction Company.

 

4. FISCAL IMPACT:  A transfer of funds within the Water GO Bonds Fund will be necessary as well as an amendment to the 2015 Capital Improvements Budget.

 

 

Title

 

To authorize the Director of Public Utilities to execute a construction contract with Decker Construction Company for the Watershed Roadway Improvements - Part 3: Griggs Reservoir Project; to authorize a transfer and expenditure up to $1,015,302.59 within the Water GO Bonds Fund; for the Division of Water; and to authorize an amendment to the 2015 Capital Improvements Budget.  ($1,015,302.59)

 

 

Body

 

WHEREAS, five bids for the Watershed Roadway Improvements - Part 3: Griggs Reservoir Project was received and publicly opened in the offices of the Director of Public Utilities on December 16, 2015; and

 

WHEREAS, the lowest, best, most responsive and responsible bid was from Columbus Asphalt Paving (non-local bidder) in the amount of $1,015,302.59;

 

WHEREAS, the second lowest, best, responsive, and responsible bid was from Decker Construction Company (local bidder) in the amount of $1,021,661.16, which is 0.63% higher than Columbus Asphalt Paving’s bid; and

 

WHEREAS, Decker Construction Company agreed to match Columbus Asphalt Paving’s bid amount and provided a revised bid tabulation in accordance with Columbus City Code Section 329, Local Preference for Competitive Sealed Bidding; and

 

WHEREAS, the Department also deemed Decker Construction Company an environmentally preferable bidder based on the waste management plan submitted with their bid; and

 

WHEREAS, the Department of Public Utilities will contract with Decker Construction Company as the lowest, most responsive, responsible, local bidder, in the amount of $1,015,302.59;

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to award and execute a construction contract for the Watershed Roadway Improvements - Part 3: Griggs Reservoir Project; and

 

WHEREAS, it is necessary for this Council to authorize a transfer and expenditure of funds within the Water GO Bonds Fund, for the Division of Water; and 

 

WHEREAS, it is necessary to authorize an amendment to the 2015 Capital Improvements Budget for purposes of providing sufficient funding and expenditure authority for the aforementioned project expenditure; and

 

WHEREAS, it has become necessary in the usual daily operation of the Division of Water, Department of Public Utilities, to authorize the Director of Public Utilities to enter into a construction contract for the Watershed Roadway Improvements - Part 3: Griggs Reservoir 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 execute a construction contract for the Watershed Roadway Improvements - Part 3: Griggs Reservoir Project with Decker Construction Company, 3040 McKinley Avenue, Columbus, Ohio 43204; in an amount up to $1,015,302.59; in accordance with the terms and conditions of the contract on file in the Office of the Division of Water.

 

SECTION 2.  That said construction company shall conduct the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Water.

 

SECTION 3. That the transfer of $1,015,302.59 or so much thereof as may be needed, is hereby authorized between projects within Fund 6006, Water GO Bond Fund, per the account codes in the attachment to this ordinance.

 

SECTION 4.  That the 2015 Capital Improvements Budget is hereby amended, in Fund 6006, Water GO Bonds Fund, as follows:

 

Fund No. | Project ID | Project Name | Current Authority | Revised Authority | Change

P690451-100001 (New) | Mound B.S. Discharge Line | $243,339 | $229,881  | -$13,458

P690479-100000 (New) | Security Enhancements | $600,000 | $57,769 | -$542,231

P690527-100000 (New) | Fire Hydrant Repairs | $900,000 | $440,388 | -$459,612

 

P690384-100003 (New) Griggs Res. Road Imp's-Pt 3 | $750,000 | $1,765,301 | +$1,015,301

 

 

SECTION 5. That the expenditure of $1,015,302.59 or so much thereof as may be needed, is hereby authorized in Fund 6006, Water GO Bonds Fund, in Object Class 06, Capital Outlay, per the accounting codes in the attachment to this ordinance.

 

SECTION 6.  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 7.  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 8.  That the City Auditor is authorized to establish proper project accounting numbers as appropriate.

 

SECTION 9.  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 10.  That this Ordinance shall take effect and be in force from and after the earliest period allowed by law.