header-left
File #: 2575-2018    Version: 1
Type: Ordinance Status: Passed
File created: 9/11/2018 In control: Public Utilities Committee
On agenda: 10/8/2018 Final action: 10/10/2018
Title: To authorize the Director of Public Utilities to enter into a construction contract with Righter Co. for the Tank Overflow Modifications Project; to authorize a transfer and expenditure up to $989,850.00 within the Water General Obligation Voted Bonds Fund; to provide for payment of prevailing wage services to the Department of Public Service, Design and Construction Division; for the Division of Water; and to authorize an amendment of the 2018 Capital Improvements Budget. ($989,850.00)
Attachments: 1. ORD 2575-2018 Bid Tab, 2. ORD 2575-2018 QFF, 3. ORD 2575-2018 Information, 4. ORD 2575-2018 Utilization, 5. ORD 2575-2018 Funding
Explanation

1. BACKGROUND: This legislation authorizes the Director of Public Utilities to enter into a construction contract with Righter Co., Inc. for the Tank Overflow Modifications Project; in an amount up to $987,850.00; and to encumber funds with the Department of Public Service, Design and Construction Division for prevailing wage services in the amount of $2,000.00, for Division of Water Capital Improvements Project No. 690473-100011, Contract No. 2178.

This project provides for modifications to the overflow piping on 8 water storage tanks at 6 sites as required by the Ohio EPA. The project also includes the installation of 4 tank mixing systems and a roof-mounted ice guard assembly.

Planning Area: “99-NA” since work covers water storage tanks in several communities

2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:
The goal of this project is to make modifications to the existing water tank overflow structures to ensure Ohio EPA water quality requirements are being met. Additionally, the installation of tank mixing systems will improve water quality of service, and the installation of ice guards on the Summit View tank will enhance site safety.

3.0 CONSTRUCTION CONTRACT AWARD: The Director of Public Utilities publicly opened two bids on August 29, 2018 from:

1. The Righter Co., Inc. $ 987,850.00
2. Kenmore Construction Co., Inc. $1,076,400.00

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

Righter’s bid was deemed the lowest, best, most responsive and responsible bid in the amount of $987,850.00. Their Contract Compliance Number is 31-0889208 (expires 1/19/20, Majority) and their DAX Vendor Account No. is 4433. Additional information regarding both bidders, description o...

Click here for full text