header-left
File #: 1800-2017    Version: 1
Type: Ordinance Status: Passed
File created: 6/27/2017 In control: Public Utilities Committee
On agenda: 7/31/2017 Final action: 8/3/2017
Title: To authorize the Director of Public Utilities to modify a service contract with Asplundh Tree Expert Company for the Power Line Clearance, Tree Trimming and Removal Services Project; and to authorize the expenditure of an additional $45,000.00 from the Water Operating Fund and $50,000.00 from the Electricity Operating Fund. ($95,000.00)
Attachments: 1. 1800-2017 DAX Coding Attachment
Explanation

BACKGROUND: This legislation authorizes the Director of Public Utilities to modify a service contract with Asplundh Tree Expert Company for Power Line Clearance, Tree Trimming and Removal Services; in an amount up to $95,000.00 for the Divisions of Water and Power.

This service contract provides power line clearance, tree trimming, and removal services associated with the maintenance of the City’s electric distribution systems and related infrastructure throughout the Department of Public Utilities. Work will be performed within City of Columbus corporation limits or other areas serviced by City agencies.

CONSTRUCTION CONTRACT AWARD: The Director of Public Utilities publicly opened two bids on January 18, 2017 from: Asplundh Tree Expert Company - $321,107.76 and The Davey Tree Expert Company - $451,090.50.

Asplundh Tree Expert Company’s bid was deemed the lowest, best, most responsive and responsible bid in the amount of $321,107.76. Their Contract Compliance Number is 23-1277550 (expires 02/02/19, Majority).
Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Asplundh Tree Expert Company.
Amount of additional funds: Total amount of additional funds needed for this contract modification No. 1 is $95,000.00. Total contract amount including this modification is $416,107.76.
Reasons additional funds were not foreseen: The need for additional funds was known at the time of the initial contract. However, the Divisions of Water and Power chose not to encumber all budgeted funds at the onset of the contract in order to avoid potential over-encumbrance of funds.
Reason other procurement processes were not used: Work under this modification is a continuation of services included in the scope of the original bid contract. No lower pricing/more attractive terms and conditions are anticipated at this time.
How cost was determined: The cost, terms, and conditions are in a...

Click here for full text