header-left
File #: 2899-2017    Version: 1
Type: Ordinance Status: Passed
File created: 10/25/2017 In control: Public Utilities Committee
On agenda: 12/4/2017 Final action: 12/7/2017
Title: To authorize the Director of Public Utilities to execute a construction contract with Strawser Paving Company, Inc. for the Cooper Park Stormwater System Improvements Project; to authorize an expenditure of up to $267,319.80 within the Stormwater Recovery Zone Super Build America Bond (B.A.B.) Fund; to authorize a transfer of $267,319.80 within the Stormwater Recovery Zone Super Build America Bond (B.A.B.) Fund; and to amend the 2017 Capital Improvement Budget. ($267,319.80)
Attachments: 1. Ord. 2899-2017 Director's Legislation Information Sheet Cooper Park, 2. Ord. 2899-2017 Funding Templates, 3. Ord. 2899-2017 QFF Bond Funded, 4. SWIF

Explanation

 

1.0 BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into a construction contract with Strawser Paving Company, Inc. for the Cooper Park Stormwater System Improvements in an amount up to $267,319.80.

 

This project involves approximately 1,082 feet of 30-inch and 48-inch pipe, 1,252 feet of 15-inch to 48-inch pipe cleaning, and other such work as may be necessary to complete the contract, in accordance with the drawings (CC 16745), technical specifications, and City of Columbus Construction and Material Specifications. This project will eliminate an outlet constriction on the storm system and install a backflow prevention device to reduce the occurrence of flooding due to hydraulic connectivity with Alum Creek. The project is located in the Cooper Park Neighborhood off of Cooper Road in the Northland planning area.

 

2.0 ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:  The project was initiated due to public complaints of flooding in the Cooper Park Neighborhood.

 

3.0 CONSTRUCTION CONTRACT AWARD:  The Director of Public Utilities publicly opened ten bids on August 23, 2017: 

 

1.                     Strawser Paving                                                                $267,319.80

2.                     Trucco Construction Company                                           $348,326.25

3.                     John Eramo and Sons, Inc.                                            $389,900.50

4.                     Facemeyer Company                                                               $391,862.25

5.                     Shelly & Sands Inc.                                                               $399,351.45

6.                     Danbert, Inc.                                                                                    $420,900.66

7.                     Complete General Construction                                          $438,978.10

8.                     Elite Excavating Co. of Ohio                                          $453,420.55

9.                     Fields Excavating, Inc.                                                               $474,471.80

10.                     Mark Haynes Construction, Inc.                      $538,639.20

 

3.1 PRE-QUALIFICATION STATUS: Strawser Paving Company, Inc. and all proposed subcontractors have met code requirements with respect to pre-qualification, pursuant to relevant sections of Columbus City Code Chapter 329. Strawser Paving Company, Inc.’s bid was deemed the lowest, best, most responsive and responsible bid in the amount of $267,319.80.  Their Contract Compliance Number is 31-4412354 (expires 1/30/2019, Majority, DAX #006114).  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 Strawser Paving Company, Inc.

 

4.0 FISCAL IMPACT:  A transfer within the Stormwater Recovery Zone Super Build America Bond (B.A.B.) Fund 6202 and an amendment to the 2017 Capital Improvement Budget is needed to align cash and authority for this contract.

 

 

Title

 

To authorize the Director of Public Utilities to execute a construction contract with Strawser Paving Company, Inc. for the Cooper Park Stormwater System Improvements Project; to authorize an expenditure of up to $267,319.80 within the Stormwater Recovery Zone Super Build America Bond (B.A.B.) Fund; to authorize a transfer of $267,319.80 within the Stormwater Recovery Zone Super Build America Bond (B.A.B.) Fund; and to amend the 2017 Capital Improvement Budget. ($267,319.80) 

 

 

Body

 

WHEREAS, ten (10) bids for the Cooper Park Stormwater System Improvements Project were received and publicly opened in the offices of the Director of Public Utilities on August 23, 2017; and

 

WHEREAS, the lowest, best, most responsive and responsible bid was from Strawser Paving Company, Inc. in the amount of $267,319.80; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into contract for the said project; and

 

WHEREAS, it is necessary to authorize a transfer and an expenditure within the Stormwater Recovery Zone Super Build America Bond (B.A.B.) Fund; and 

 

WHEREAS, it is necessary to amend the 2017 Capital Improvement Budget in order to align cash and authority for the project; and

 

WHEREAS, it has become necessary in the usual daily operation of the Department of Public Utilities to authorize the Director to enter into a construction contract with Strawser Paving Company, Inc. for the Cooper Park Stormwater Improvements 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 is hereby authorized to execute a contract for the Cooper Park Stormwater Improvements Project with Strawser Paving Company, Inc., 1595 Frank Rd., Columbus, Ohio 43223; in an amount up to $267,319.80; in accordance with the terms and conditions of the contract on file in the Office of the Division of Sewerage and Drainage.

 

SECTION 2.  That said contractor shall conduct the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Sewerage and Drainage.

 

SECTION 3. That a transfer of funds is hereby authorized per the account codes in the attachment to this ordinance.

 

SECTION 4.  That the 2017 Capital Improvement Budget is hereby amended as follows:

 

Fund | Project Number | Project Name | Current Authority | Revised Authority | Change

6202 | 610704-100000 | Linden Area Wide Storm Syst. Impvs. | $359,239 | $91,919 | -$267,320

6202 | 611011-100000 | Cooper Park Stormwater Syst. Impvs. | $0 | $267,320 | +$267,320

 

SECTION 5. That the expenditure of $267,319.80 or so much thereof as may be needed, is hereby authorized 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.