Skip to main content
header-left
File #: 0809-2025    Version: 1
Type: Ordinance Status: Passed
File created: 3/20/2025 In control: Public Utilities & Sustainability Committee
On agenda: 4/21/2025 Final action: 4/24/2025
Title: To authorize the Director of Public Utilities to enter into a construction contract with Viking Painting, LLC for the Lazelle South Tank Painting Improvements project; to authorize an amendment to the 2024 Capital Improvement Budget; to authorize a transfer of cash and appropriation between projects within the Water Bond Fund; to authorize the expenditure of up to $2,746,995.00 from the Water Bond Fund for the project; and to declare an emergency. ($2,746,995.00)
Attachments: 1. ORD 0809-2025 Utilization Plan, 2. ORD 0809-2025 SEC OF ST, 3. ORD 0809-2025 Accounting Template.pdf

Explanation   

1.  BACKGROUND

This ordinance authorizes the Director of Public Utilities to enter into a construction contract with Viking Painting, LLC, via the City’s Invitation For Bid process, for the Lazelle South Tank Painting Improvements, 690477-100021, in an amount up to $2,744,995.00, and to encumber funds with the Department of Public Service for prevailing wage services in an amount up to $2,000.00, for a total expenditure of $2,746,995.00.

 

The Division of Water is responsible for providing quality water for consumer use and adequate volume for fire protection.  There are currently 38 water tanks in the distribution system and 26 of them are maintained by the City of Columbus, Division of Water.  To keep these tanks in optimal condition, each year tank interiors or exteriors are identified to be recoated. 

 

This project provides painting improvements for the maintenance of a steel elevated water storage tank. These improvements will keep this tank in optimal condition and prolong its service life.  Regular maintenance inspections have determined that the Lazelle South tank exterior needs to be blasted and recoated at this time. The interior dry area and spots of the interior wet area coating systems also need to be blasted and recoated.  The project will include various safety improvements such as fall protection tie-off lugs on the roof and a rooftop handrail opening safety gate. Special consideration towards environmentally friendly operations will be implemented, one of which is the recycling of the Garnet abrasive blast media, which results in significantly reducing the volume of waste sent to the landfill.

 

Community planning areas: 32 - Far North

 

TIMELINE:                       Contract work is required to be completed in a manner acceptable to the City within 180 days from the date that a Notice To Proceed (NTP) is given by the City.  The City anticipates issuing a Notice To Proceed on or about May 2025.

 

ESTIMATED COST OF PROJECT:  The bid amount and proposed award amount is $2,744,995.00, including a 10% construction contingency amount that will be utilized to fund needed and approved changes in the work.  No contract modifications are anticipated at this time; however, construction exigency might later compel modification of this contract, if unforeseen difficulties are encountered.

 

Cost Summary:

 

Original Contract                     $2,744,995.00                                          

Future Anticipated Needs                     $            0.00

       CONTRACT TOTAL                     $2,744,995.00

Prevailing Wage Charges                     $      2,000.00                                           

                     $2,746,995.00                     

 

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

These improvements will keep this tank in optimal condition and prolong its service life.  Special consideration towards environmentally friendly operations will be implemented, one of which is the recycling of the Garnet abrasive blast media, which results in significantly reducing the volume of waste sent to the landfill.

 

3.  BID INFORMATION

This project was advertised on the Vendor Services and Bid Express websites from 1/21/26 through 2/26/25.  Four bids were received for the project and were opened on 2/26/25.  The following companies submitted bids:

 

Name

Bid Amount

City/State

Status

Viking Industrial Painting

$2,744,995.00

Omaha, NE

MAJ

Clearcreek Coatings

$2,970,109.78

New Carlisle, OH

MAJ

  D&M Painting                                                    $3,513,994.50        Washington, PA        MAJ

  MW Cole Construction LLC*                              $1,678,850.00        The Villages, FL        MAJ

 

*MW Cole Construction LLC submitted a bid withdrawal request that was approved due to a misunderstanding the scope of the job.

 

The Viking Painting, LLC bid was deemed the lowest, best, most responsive and responsible bid in the amount of $2,744,995.00.

 

4.  CONTRACT COMPLIANCE INFORMATION

Viking Painting, LLC’s contract compliance number is CC-051999 and expires 03/14/27.  

 

5.  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.

As part of their proposal, Viking Painting, LLC, Inc. has proposed the following two subcontractors to perform contract work:

 

Company Name                                            City/State                                  ODI Certification Status

Columbus Door Sales                                Columbus, Ohio                                      MAJ

Corrpro                                                   Columbus, Ohio                                       MAJ

 

6. PRE-QUALIFICATION STATUS

Viking Painting, LLC and all subcontractors have met code requirements with respect to pre-qualification, pursuant to relevant sections of Columbus City Code Chapter 329.

 

7.  FISCAL IMPACT

Funding in the amount of $2,744,995.00 is available and appropriated within the Water Bond Fund, Fund 6006.  An amendment to the 2024 Capital Improvement Budget is needed to align budget authority with the proper project.  A transfer of cash and appropriation between projects within Fund 6006 is also needed to align cash and appropriation with the proper project.

 

8.  EMERGENCY DESIGNATION

Emergency action is requested to allow the work to be completed before winter.  This will reduce the time this critical piece of water distribution equipment is out-of-service, reducing the risk of not being able to supply water to residents, and prevents delay charges the City will incur if this project has to be completed after winter.

 

Title

To authorize the Director of Public Utilities to enter into a construction contract with Viking Painting, LLC for the Lazelle South Tank Painting Improvements project; to authorize an amendment to the 2024 Capital Improvement Budget; to authorize a transfer of cash and appropriation between projects within the Water Bond Fund; to authorize the expenditure of up to $2,746,995.00 from the Water Bond Fund for the project; and to declare an emergency.  ($2,746,995.00)

 

Body

WHEREAS, the Department of Public Utilities is engaged in the Lazelle South Tank Painting Improvements project; and

 

WHEREAS, four bids for the Lazelle South Tank Painting Improvements project were received and opened on February 26, 2025; and

 

WHEREAS, the Viking Painting, LLC bid was deemed the lowest, best, most responsive and responsible bid in the amount of $2,744,995.00; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into a construction contract with Viking Painting, LLC for the Lazelle South Tank Painting Improvements project; and

 

WHEREAS, the 2024 Capital Improvements Budget must be modified to align budget authority with the proper project; and

 

WHEREAS, a transfer of funds and appropriation within the Water Bond Fund, Fund 6006, is needed to align cash and appropriation with the proper project; and

 

WHEREAS, it is necessary to authorize an expenditure of funds within the Water Bond Fund, Fund 6006, to pay for the contracted services and for prevailing wage services for the project; 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 to execute the construction contract to allow the work to be completed before winter as this will reduce the time this critical piece of water distribution equipment is out-of-service, reducing the risk of not being able to supply water to residents, and prevents delay charges the City will incur if this project has to be completed after winter; all for the immediate preservation of the public health, peace, property, safety and welfare; NOW, THEREFORE

 

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

 

SECTION 1.  That the 2024 Capital Improvement Budget authorized by Ordinance 1907-2024 be amended as follows to establish sufficient budget authority for this project:

 

Fund / Project Number / Project Name / Current Authority / Revised Authority / Change

6006 / 690411-100013 / Hoover Dam Imp’s - Part 1 (Voted Water Carryover) / $0.00 / $1,527,701.00 / $1,527.701.00 (To match cash for cancellations submitted 3/31/25 for PO329900 and PO227982)

6006 / 690389-100000 / HCWP Basin Concrete Rehab (Voted Water Carryover) / $0.00 / $619,963.00 / $619,963.00 (To match cash for cancellation submitted 3/31/25 for PO238229)

6006 / 690513-100000 / PAWP HVAC Improvements (Voted Water Carryover) / $0.00 / $202,254.00 / $202,254.00 (To match cash for cancellation submitted 3/31/25 for PO246897)

6006 / 690479-100002 / Security Enhancements - 910 Dublin Road (Voted Water Carryover) / $0.00 / $61,456.00 / $61,456.00 (To match cash for cancellation submitted 3/31/25 for PO258058)

6006 / 690589-100001 / Large Diameter Valve Replacement Part 2 (Voted Water Carryover) / $0.00 / $365,661.00 / $365,661.00 (To match cash for two cancellations submitted 3/31/25 for PO285944 and PO287120)

 

6006 / 690411-100013 / Hoover Dam Imp’s - Part 1 (Voted Water Carryover) / $1,527.701.00 / $0.00 / ($1,527.701.00) 

6006 / 690389-100000 / HCWP Basin Concrete Rehab (Voted Water Carryover) / $619,963.00 / $0.00 / ($619,963.00)

6006 / 690513-100000 / PAWP HVAC Improvements (Voted Water Carryover) / $202,254.00 / / $0.00 / ($202,254.00)

6006 / 690479-100002 / Security Enhancements - 910 Dublin Road (Voted Water Carryover) / $61,456.00 / $30,040.00 / ($31,416.00)

6006 / 690589-100001 / Large Diameter Valve Replacement Part 2 (Voted Water Carryover) / $365,661.00 / $0.00 / ($365,661.00)

 

6006 / 690477-100021 / Lazelle South Tank Painting Improvements (Voted Water Carryover) / $409,875.00 / $3,156,870.00 / $2,746,995.00

 

SECTION 2.  That the transfer of $2,746,995.00, or so much thereof as may be needed, is hereby authorized between projects within the Water Bond Fund, Fund 6006, per the account codes in the attachment to this ordinance.

 

SECTION 3.  That the Director of Public Utilities is hereby authorized to enter into a construction contract for the Lazelle South Tank Painting Improvements project with Viking Painting, LLC, 10905 Harrison St., La Vista, NE 68128, in an amount up to $2,744,995.00; in accordance with the terms and conditions of the contract on file in the Department of Public Utilities; and to obtain the necessary prevailing wage services from the Department of Public Services and to pay up to a maximum amount of $2,000.00.

 

SECTION 4.  That the expenditure of $2,744,995.00, or so much thereof as may be needed, is hereby authorized to pay for this contract per the accounting codes in the attachment to this ordinance.

 

SECTION 5.  Funds are hereby deemed appropriated and expenditures and transfers authorized to carry out the purposes of this ordinance and the City Auditor shall establish such accounting codes as necessary.

 

SECTION 6.  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 7.  That the City Auditor is hereby authorized to transfer the unencumbered balance in a project account to the unallocated balance account within the same fund upon receipt of certification by the Director of the Department administering said project that the project has been completed and the monies are no longer required for said project.

 

SECTION 8.  That for the reasons stated in the preamble hereto, which is 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 (10) days after passage if the Mayor neither approves nor vetoes this Ordinance.