header-left
File #: 2750-2023    Version: 1
Type: Ordinance Status: Passed
File created: 9/28/2023 In control: Public Utilities Committee
On agenda: 10/16/2023 Final action: 10/19/2023
Title: To authorize the Director of Public Utilities to enter into a contract modification with CTL Engineering, Inc. for construction administration and inspection services for the Department’s Permits Section; to authorize the expenditure of $60,000.00 from the Water Operating Fund; and to declare an emergency. ($60,000.00)
Indexes: MBE Participation
Attachments: 1. ORD 2750-2023 Private Inspection Services - CTL Engineering Inc. - Additional Info Form, 2. ORD 2750-2023 Financial Coding - CTL Engineering Inc. - Private Inspection Services

Explanation

 

This legislation authorizes the Director of Public Utilities to enter into a contract modification with CTL Engineering, Inc. for construction administration and inspection services for the Department of Public Utilities (DPU) Permits Section.

 

The vendor will perform private development water inspections from tap to meter inlet and associated services, to include:

 

                     Single family homes small diameter (3/4”) taps and service line installs.

                     Commercial water (in most cases large diameter 4” and up) taps, ductile iron service installations, concrete cradle and backing inspections on the DI, and to witness pressure test and flush on the domestic and fire service lines.

                     Proper documentation of all inspection items, including materials used, type of bedding, location of taps, and creation of a Water Service Report.

                     Ensuring installations conform to the City’s 2018 Construction and Materials Specifications Book (CMSC), approved materials, water standard drawings, and, when applicable, to the approved Water Service Plan.

 

This Ordinance is being submitted in accordance with the relevant provisions of Chapter 329 of City Code pertaining to contract modifications.

 

1.                     Amount of additional funds: The total amount of additional funds needed for this second contract modification is $60,000.00.

2.                     Reason additional funds were not foreseen: This is a three-year capital-funded agreement for fiscal years 2023 - 2025 and modifications were anticipated and explained in the original legislation under Ordinance 0849-2023. This modification adds operating funds due to immediate needs for the Permits section.

3.                     Reason other procurement processes were not used: This is a multi-year contract that will be modified as required to provide construction administration and inspection services for construction projects that bid during the three year (2023-2025) time frame.  

4.                     How was cost determined: The cost of this modification was determined by using the existing rates and allowable expenses already established for this contract.

 

PROCUREMENT: 

 

The Department of Public Utilities advertised a Request for Proposals on the Vendor Services and Bonfire websites from 10/14/22 through 11/18/22 in order to solicit proposals for the Construction Administration and Construction Inspection Services 2023-2025 contracts with the intention of awarding contracts to multiple companies.  Proposals were received from the following companies:

 

Name

CC No.

Exp. Date

 City/State

Status

CTL Engineering

CC-004209

7/31/2024

Columbus, OH

MBE

DLZ Ohio

CC-004939

4/29/2024

Columbus, OH

MBE

EMH&T

CC-004214

11/16/2024

Columbus, OH

MAJ

FAR Group

None

None

Stafford, VA

Unknown

Resource Intl.

CC-004197

5/31/2023

Columbus, OH

WBE

Smoot Construction

CC-004871

6/30/2023

Columbus, OH

MBE

Stantec

CC-000462

7/28/2023

Columbus, OH

MAJ

True Inspection

CC-011399

10/19/2024

Columbus, OH

MBE

Anser Advisory

CC-041113

3/3/2024

Columbus, OH

MAJ

Hill International

CC-000990

11/9/2024

Columbus, OH

MAJ

Mannik Smith

CC-006578

10/11/2024

Columbus, OH

MAJ

PRIME CMS

CC-024771

10/4/2024

Columbus, OH

MAJ

 

All proposals were considered responsive and were evaluated by the evaluation committee. The six companies with proposals scored the highest by the evaluation company were offered contracts. The six companies (in score order) are: Resource International; DLZ; CTL Engineering; EMH&T; PRIME CMS; and Stantec. 

 

As part of their proposal, CTL Engineering has proposed the following five subcontractors to perform contract work:

 

Company Name                                           City/State                       ODI Certification Status

Black & Veatch                                                                        Columbus                                                                           MAJ

Hill International                                                                        Columbus                                                                                    MAJ

Dynotec                                                                                                      Columbus                                                                                    MBE

Ascension Construction Solutions                              Columbus                                                                                    MBE

E.P. Ferris                                                                                             Columbus                                                                                    MAJ

 

The certification of the above companies was in good standing at the time the bid was awarded.

 

MINORITY AND WOMAN OWNED BUSINESS ENTERPRISE & SMALL LOCAL BUSINESS ENTERPRISE PROGRAM:

 

This contract opportunity was submitted to the City’s Office of Diversity and Inclusion (ODI) for review and assignment of an MBE/WBE goal prior to bidding. ODI determined there was not an opportunity for MBE/WBE participation in this contract and did not assign a goal. This contract was not bid with a City of Columbus MBE/WBE Program goal and the requirements of the City’s MBE/WBE Program are not applicable to this contract. CTL Engineering, Inc. is ODI certified as an MBE company.

 

SUPPLIER: 

 

CTL Engineering, Inc. | EIN on file | D365 Vendor #004209 | Expires 5/20/2024 |

The company holds MBE status.

 

CTL Engineering, Inc. is not debarred according to the Excluded Party Listing System of the Federal Government or prohibited from being awarded a contract according to the Auditor of State Unresolved Findings for Recovery Certified Search.

 

FISCAL IMPACT

 

$60,000.00 is available and needed for this contract modification.

 

$25,233.45 has been spent in 2023

$0.00 was spent in 2022

$0.00 was spent in 2021

 

EMERGENCY DESIGNATION:

 

This ordinance is being submitted as an emergency in order to allow the Department of Public Utilities Permits Section to outsource inspection work that cannot be completed due to low staffing levels.

 

 

Title

 

To authorize the Director of Public Utilities to enter into a contract modification with CTL Engineering, Inc. for construction administration and inspection services for the Department’s Permits Section; to authorize the expenditure of $60,000.00 from the Water Operating Fund; and to declare an emergency. ($60,000.00)

 

 

Body

 

WHEREAS, The Department of Public Utilities (DPU) Permits Section has a need for private inspection services for inspections that cannot be performed due to low staffing levels; and

 

WHEREAS, The Department of Public Utilities has a capital-funded contract, authorized by Ordinance 0849-2023 and later modified by Ordinance 2061-2023, that provides similar services; and

 

WHEREAS, this contract opportunity was submitted to the City’s Office of Diversity and Inclusion (ODI) for review and assignment of an MBE/WBE goal prior to bidding and ODI determined there was not an opportunity for MBE/WBE participation in this contract and did not assign a goal; and

 

WHEREAS, the Department of Public Utilities advertised a Request for Proposals for Construction Administration and Construction Inspection Services from 10/14/22 through 11/18/22; and

 

WHEREAS, CTL Engineering, Inc. was one of six firms selected by the evaluation committee to provide these services and DPU wishes to modify CTL’s contract to include private inspection services for the Permits section; and

 

WHEREAS, CTL Engineering, Inc. intends to use five subcontractors for some of the work under the contract and their certifications were in good standing at the time of the award; and

 

WHEREAS, the expenditure of $60,000.00 or so much thereof as may be needed, is hereby authorized in Fund 6000, Water Operating Fund, from object class 03, Services, per the accounting codes attached to this ordinance; and                     

 

WHEREAS, an emergency exists in the usual daily operation of the Department of Public Utilities, in that it is immediately necessary to authorize the Director of Public Utilities to enter into a contract modification with CTL Engineering, Inc. for construction administration and inspection services for the Department of Public Utilities (DPU) Permits Section, without delay, that cannot be completed by City employees due to low staffing levels, all 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 is hereby authorized to enter into a contract modification with CTL Engineering, Inc., 2860 Fisher Road, Columbus, Ohio 43204, for construction administration and inspection services for the Department of Public Utilities (DPU) Permits Section.

 

SECTION 2.  That this contract is in accordance with the relevant provisions of Chapter 329 of City Code.

 

SECTION 3.  That the expenditure of $60,000.00 or so much thereof as may be needed, is hereby authorized in Fund 6000, Water Operating Fund, from object class 03, Services, per the accounting codes attached to this ordinance.

 

SECTION 4.  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 5. 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 6.  That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this Ordinance is hereby 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.