Loading...
30-08 ResolutionRECORD OF RESOLUTIONS Re.rvlutiaz No i No. 30045 30-08 20 A RESOLUTION TO ACCEPT THE LOWEST/BEST BID FOR THE 2008 STORMWATER MANAGEMENT SYSTEM MAINTENANCE PROGRAM -GENERAL CONSTRUCTION SERVICE CONTRACT WHEREAS, formal advertising and competitive bidding procedures have been conducted for the 2008 Stormwater Management System Maintenance Program - General Construction Services Contract project pursuant to Section 8-04 of the Dublin Charter and Chapter 37 of the Dublin Code; and WHEREAS, on April 15, three (3) bids were received for the 2008 Stormwater Management System Maintenance Program -General Construction Service Contract project; and WHEREAS, Council has determined that the lowest and best bid for said project is from George J. Igel & Company, Inc. in the amount of $1,440.00 per unit hour. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin, Ohio, ~ of the elected members concurring: Section 1. That the bid from George J. Igel & Company, Inc. in the total amount of $1,440.00 per unit hour is hereby accepted. Section 2. That the City Manager is hereby authorized and directed to execute a contract with the George J. Igel & Company, Inc. for completion of said project pursuant to the bid specifications and documents on file in the office of the City Engineer. Section 3. That this Resolution shall take effect and be in force on the earliest date permitted by law. Passed this ~~ day of , 2008. Mayor -Presiding Officer ATTEST: ~~' ~ Clerk Pcrasetl Office of the City Manager 5200 Emerald Parkway • Dublin, OH 43017-1090 CITY OF DUBI1II1i. Phone: 614-410-4400 • Fax: 614-410-4490 TO: Members of the Dublin City Council FROM: Jane S. Brautigam, City Manager DATE: May 1, 2008 Memo INITIATED BY: Paul A. Hammersmith, P.E., Director of Engineering/City Engineer Kenneth B. Richardson, P.E., Engineering Manager -Design RE: Resolution 30-08 -Bid Acceptance - 2008 Stornn~ater Management System Maintenance Program -General Construction Service Contract Summary The Stormwater IVlanagement System Maintenance Program provides for the maintenance and repair of storm sewers, curb inlets, catch basins, ditches, man-made channels and other structures that discharge stormwater runoff into surface waters. Tlus program was first implemented in 2000 and is an important component of the City's effort to comply with our NPDES (National Pollutant Discharge Elimination System) Phase II stormwater permit established with Ohio Environmental Protection Agency (OEPA} on l~larch 19, 2003. The annual funds for this program, $300,000.00 budgeted for this year and the same amount programmed far 2009, represents an annual not-to-exceed amount for labor, equipment and material costs to repair storm sewer system deficiencies identified during routine system inspection or an an emergency basis. Condition assessment data, now being gathered on an ongoing basis, may provide justification far possibly increasing the funds programmed in the future years beyond 2009. On April 15, 2008, tluee bids were received and publicly opened and read far the 2008 stormwater Management Maintenance Program -General Construction Services Contract. The bid and contract for tlus program are based on a per unit hour cast for providing laborers, foreman, and equipment (e.g., grader, dozer, backhoe, etc.) including equipment operators, mobilization and fuel. All bids have been reviewed. The George J. Igel Company, Inc. provided the lowest and best bicl of $1,440.00 per unit hour far providing labor and equipment. h~Iaterial costs for this program are approved only after the Contractor obtains a minimum of three quotes. A summary of the bids is listed below. Bid as Read Bidder (Per unit hour) George J. Igel & Company, Inc. $1,440.00 A~IcDaniels Construction Corp., Inc. $1,771.25 Righter Company $1,939.00 Recommendation Staff recommends adoption of Resolution No. 30-08 accepting the bid of the George J. Igel Company, Inc. The George J. Igel Company, Inc. was previously awarded the stormwater management system maintenance program in 2003 and 2005. Staff was satisfied with their performance and quality of work.