HomeMy WebLinkAboutResolution 37-25RECORD OF RESOLUTIONS
BARRETT BROTHERS - DAYTON, OHIO Form 6301
Resolution No._37-25 Passed ’
ACCEPTING THE LOWEST AND BEST BID FOR THE ANNUAL
SANITARY SEWER & STORMWATER MAINTENANCE
PROGRAM 2025 (25-013-CIP)
WHEREAS, formal advertising and competitive bidding procedures have been
conducted, pursuant to Section 8.04 of the Revised Dublin Charter and Chapter
37 of the Dublin Code, for the Annual Sanitary Sewer & Stormwater Maintenance
Program 2025 (25-013-CIP); and
WHEREAS, Council has determined that the bid submitted by CST Utilities LLC
on June 4, 2025 constitutes the lowest and best bid.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin,
State of Ohio, __"] _ of the elected members concurring, that:
Section 1. The bid submitted by CST Utilities LLC in the total amount of
$2,702.00 per unit hour is hereby accepted.
Section 2. The City Manager is hereby authorized to enter into a contract with
CST Utilities LLC for the performance and completion of the Annual Sanitary
Sewer & Stormwater Maintenance Program 2025 (25-013-CIP) pursuant to the
Advertisement, Proposal and Contract Documents for said work on file in the
office of the City Engineer.
Section 3. This Council further hereby authorizes and directs the City
Manager, the Director of Law, the Director of Finance, the Clerk of Council, or
appropriate officers of the City to prepare and sign all other agreements and
instruments and to take any other actions as may be necessary to implement this
Resolution and complete the work for this Program.
Section 4. This Resolution shall take effect upon passage in accordance with
Section 4.04(a) of the Revised Dublin Charter.
Passed this 23'¢ day of June, 2025.
[UL Uy
Mayor — Presiding Officer
ATTEST:
Clefk of Council
To: Members of Dublin City Council
From: Megan D. O’Callaghan, P.E., City Manager
Date: June 17, 2025
Initiated By: Michael E. Barker, Deputy City Manager
Paul A. Hammersmith, P.E., Director of Engineering/City Engineer
Michael B. Hendershot, P.E., Director of Utilities and Stormwater Management
Thomas E. Fuqua, Civil Engineer I
Re: Resolution 37-25 – Accepting the Lowest and Best Bid for the Annual Sanitary
Sewer & Stormwater Maintenance Program 2025 (25-013-CIP)
Summary
On June 4, 2025, one (1) bid was received and publicly opened for the Annual Sanitary Sewer &
Stormwater Maintenance Program 2025 (25-013-CIP) (Program). The Program provides for task order
maintenance and repair of the City’s sanitary sewer collection system and stormwater management
system when such needs are identified during routine system inspections, resident requests, or on an
emergency basis.
The City’s sanitary sewer collection system includes sanitary sewer mains, force mains, manholes,
cleanouts, lift stations, and pump stations. The maintenance and repair of the sanitary sewer
collection system is a critical component of the City’s effort to comply with the Director’s Final
Findings and Orders established by the Ohio Environmental Protection Agency (OEPA) on February
11, 2009.
The City’s stormwater management system includes storm sewer mains, manholes, catch basins, curb
and gutter inlets, and other structures that discharge stormwater runoff. The maintenance and repair
of the stormwater management system is an important component of the City’s effort to comply with
the National Pollutant Discharge Elimination System Phase II regulations established by the OEPA.
The Program was initially advertised for bids on February 5, 2025. One (1) bid by was received and
publicly opened on March 19, 2025. Staff had thoroughly reviewed the one bid received by Stevens &
Sons Builders LLC and determined they lacked the experience necessary to successfully perform the
Program. As a result, the bid was rejected and the Program was re-advertised for bids.
The budgeted funds for the Program in the 2025-2029 Capital Improvements Program (CIP) are
$110,000 from the Annual Sanitary Sewer Maintenance Program (SS25M01), and $120,000 from the
Annual Stormwater Maintenance Program (SW25M02). The engineer’s estimated unit hour pricing for
the Program is $2,883.00. The engineer’s estimated unit hour pricing, bid award and contract for the
Program are based on a per unit hour cost for providing laborers, foremen, equipment (grader, dozer,
backhoe, etc.) including equipment operators, mobilization and fuel.
CST Utilities LLC submitted the lowest and best bid of $2,702.00 per unit hour which is 6.28% below
the engineer’s estimated unit pricing. Staff has reviewed the bid, and a summary of the bid received
is listed below.
Office of the City Manager
5555 Perimeter Drive • Dublin, OH 43017
Phone: 614.410.4400 Memo
Resolution 37-25 – Accepting the Lowest and Best Bid for the Annual Sanitary Sewer & Stormwater
Maintenance Program 2025
(25-013-CIP)
June 17, 2025
Page 2 of 2
Bidder Bid as Read Bid as Read Responsive? Over (+) or Under (-)
Engineer’s Estimate
CST Utilities LLC $2,702.00 -6.28% Yes
The Program is expected to commence upon this bid acceptance and subsequent contract execution,
with the initial contract extending through December 31, 2026. As has been customary with this
Program, there will be two separate one-year renewals, and if agreed upon by the City and CST
Utilities LLC, the final (second) renewal would extend the contract through 2028 with the final
renewal expiring on December 31, 2028.
The typical and customary communication methods will be used to convey construction information
with the residents and impacted property owners throughout the duration of this Program. The City
will have a designated Engineering Project Inspector assigned to the work for this Program who will
provide coordination, be available to answer questions, and manage access needs at adjacent
residences throughout the performance of the work.
Recommendation
Staff has thoroughly reviewed the bid submitted by CST Utilities LLC. Previous experience with CST
Utilities LLC has been favorable, including these recent projects: South High Street Utility Burial –
Phase 1 and South High Street Utility Burial – Phase 2. Staff is confident CST Utilities LLC has the
capability and experience to perform well on this Program.
Staff recommends Council approve Resolution 37-25 accepting as lowest and best the bid of CST
Utilities LLC in the amount of $2,702.00 per unit hour and authorizing the City Manager to enter into
a contract with CST Utilities LLC for this Program.