header-left
File #: 1563-2018    Version: 1
Type: Ordinance Status: Passed
File created: 5/29/2018 In control: Public Utilities Committee
On agenda: 6/18/2018 Final action: 6/20/2018
Title: To authorize the Director of Public Utilities to execute a construction contract with Quality Lines, Inc. for the I-70/I-71 Split Electrical Relocation Project, which is in conjunction with the Ohio Department of Transportation’s (ODOT) FRA-IR 70/71 - 12.89/14.93, PID 103184 project for the Division of Power; and to declare an emergency. ($0.00)
Attachments: 1. ORD 1563-2018 Bid Tab, 2. ORD 1563-2018 QFF, 3. ORD 1563-2018 Information, 4. ORD 1563-2018 Utilization, 5. ORD 1563-2018 Utilization - updated, 6. ORD 1563-2018 map

Explanation

 

1. BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into a construction contract with Quality Lines, Inc. for the Division of Power’s I-70/I-71 Split Electrical Relocation Project, which is a joint project with the Ohio Department of Transportation (ODOT).

 

The Division of Power will enter into a construction contract with Quality Lines to perform electrical relocation of transmission and distribution facilities in the area of the Furnace Street Substation.  The existing 138kv and 69kv transmission lines along the east side of I-71 and north through Dodge Park, between Greenlawn Ave. and Gift St., will be relocated.  Existing distribution, street lighting, and secondary facilities east of the Furnace Street Substation along Fulton Ave. to 2nd Ave. will also be relocated. 

 

This project is in conjunction with ODOT’s FRA-IR 70/71 - 12.89/14.93, PID 103184 project.  ODOT’s project will add new ramps to and from I-70 and I-71.  The Division of Power’s facilities must be relocated prior to ODOT’s project.

 

ODOT will pay 100% of the project costs, however, the Division has agreed to administer the project due to its ownership of the facilities, the specialized nature of the work, and the need for close coordination with the contractor. 

 

Community Planning Areas:   Franklinton and Near South

 

2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT: 

This project is part of a larger project to improve the I-70 and I-71 highway system in the downtown area.

 

3. CONSTRUCTION CONTRACT AWARD:  The Director of Public Utilities publicly opened one bid on May 16, 2018 from Quality Lines, Inc. in the amount of $5,000,000.00.

 

4. PRE-QUALIFICATION STATUS: Quality Lines, Inc. and all proposed subcontractors have met code requirements with respect to pre-qualification, pursuant to relevant sections of Columbus City Code Chapter 329. 

 

Quality Lines’s bid was deemed the lowest, best, most responsive and responsible bid in the amount of $5,000,000.00.  Their Contract Compliance Number is 31-1529667 (expires 11/9/19, MAJ) and their DAX Vendor Account No. is 23933.  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 Quality Lines, Inc.

 

5. EMERGENCY DESIGNATION:  Emergency legislation is required in order to meet ODOT’s project schedule.

 

6. FISCAL IMPACT:  The Division of Power has entered into a “Direct Payment of Contractor” agreement with ODOT.  ODOT will pay 100% of eligible costs associated with construction and construction administration.  This agreement was legislated under Ordinance No. 0890-2018, passed April 2, 2018.

 

 

Title

 

To authorize the Director of Public Utilities to execute a construction contract with Quality Lines, Inc. for the I-70/I-71 Split Electrical Relocation Project, which is in conjunction with the Ohio Department of Transportation’s (ODOT) FRA-IR 70/71 - 12.89/14.93, PID 103184 project for the Division of Power; and to declare an emergency.  ($0.00)

 

 

Body

 

 

WHEREAS, one bid for the I-70/I-71 Split Electrical Relocation Project was received and publicly opened in the offices of the Director of Public Utilities on May 16, 2018; and

 

WHEREAS, this project is in conjunction with the Ohio Department of Transportation’s (ODOT) FRA-IR 70/71 - 12.89/14.93, PID 103184 project; and

 

WHEREAS, the lowest, best, most responsive and responsible bid was from Quality Lines, Inc. in the amount of $5,000,000.00; and

 

WHEREAS, the Division of Power has entered into a “Direct Payment of Contractor” agreement with ODOT, in which ODOT will pay 100% of eligible costs associated with construction and construction administration; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to award and execute a construction contract for the I-70/I-71 Split Electrical Relocation Project with Quality Lines, Inc.; and

 

WHEREAS, an emergency exists in the usual daily operation of the Division of Power, Department of Public Utilities, in that it is immediately necessary to authorize the Director of Public Utilities to enter into a construction contract for the I-70/I-71 Split Electrical Relocation Project, which is in in conjunction with the Ohio Department of Transportation’s (ODOT) FRA-IR 70/71 - 12.89/14.93, PID 103184 project, in an emergency manner in order to meet ODOT’s project schedule, for the immediate 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 a contract for the I-70/I-71 Split Electrical Relocation Project with Quality Lines, Inc., 2440 Bright Rd., Findlay, OH 45840 (FID# 31-1529667); in accordance with the terms and conditions of the contract on file in the Office of the Division of Power.

 

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 Power.

 

SECTION 3. That the Division of Power has entered into a “Direct Payment of Contractor” agreement with ODOT, in which ODOT will pay 100% of eligible costs associated with construction and construction administration.

 

SECTION 4.  That for reasons stated in the preamble hereto, which is hereby made a part hereof, this Ordinance is declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.