Explanation
BACKGROUND
This legislation authorizes the Director of Public Utilities to enter into a contract renewal with The Righter Co., Inc. for FEM 0101.7 Specialty Maintenance Crafts for the Department of Public Utilities Facilities in an amount of up to $1,520,700.00.
The work under this contract consists of specialized construction, repair and maintenance services for Department of Public Utilities Facilities. The work to be performed under these specifications will be the testing, cleaning, repair, modification, demolition and/or replacement of various Waste Water Treatment Plant, Compost Facility, Sewage Maintenance Operations Center, Water Treatment Plant, various Division of Power facilities or other DPU facility components and associated equipment such as: bar racks, sluice gates, pumping systems, aeration systems including blowers, settling tanks, disinfection chemical systems, chemical storage and feed systems, gravity thickeners, centrifuges, digesters, motors, electrical distribution systems, electronics including software and hardware updates, building components, safety equipment, etc. Auxiliary equipment such as low pressure boilers, miscellaneous piping and ductwork, roofs, vent stacks, walkways, stairways, handrails, miscellaneous hard-surfacing asphalt and concrete work, painting, HVAC, conveyance systems and installation and demolition of equipment may be included in the work. The work to be performed is minor or small in relation to the total system. Examples of previous work performed are: demolition and replacement of concrete equipment pads, slabs and sidewalks, roofing repairs, asphalt and concrete patching, pump station gate actuator replacement, drywall, ceiling and flooring replacement, plumbing repairs, piping insulation, trench drain and manhole repair, camera and callbox repair and modifications, door and window replacement, lighting modifications, ladder renovations, fence repair, drainage modifications, site work including grading and seeding, and metal building repairs.
This contract was authorized by ORD 0546-2025. This contract will be funded incrementally with renewals on approximately an annual basis. Additionally this contract covers a five-year (5) period from May 9, 2025 through May 8, 2030. For each year of the contract, funding is subject to the approval, by ordinance, of City Council and certification of funds by the City Auditor. This proposed renewal #1 is for the second year of the contract. If unforeseen issues or difficulties are encountered that would require additional funding or other changes, a modification would be requested.
1. Amount of additional funds: Total amount of additional funds needed for this contract renewal #1 is ADD $1,520,000.00. Total contract amount including this renewal is $3,256,700.00
2. Reason additional funds were not foreseen: The need for additional funds was known at the time of the initial contract. This renewal is to provide the additional funding necessary for the payment of services provided through May 9, 2027.
3. Reason other procurement processes were not used: The proper procurement processes were followed in selecting the vendor, procurement processes used at that stage are relevant for the duration of the contract.
4. How cost was determined: The cost, terms and conditions are in accordance with the original agreement and the quote provided.
PROCUREMENT
The Department of Public Utilities advertised and solicited competitive bids in accordance with the relevant provisions of City Code Chapter 329 relating to competitive bidding (RFQ029442). Five hundred and ninety eight (598) vendors solicited and one bid majority bid was received and opened on January 22, 2025.
The following bid was received:
Vendor Bid Amount City/State
1. The Righter Co., Inc. $1,734,700.00 Columbus, Ohio
Subcontractors Amount City/State
1. Roberts Service Group, Inc. $36,000.00 on base bid Columbus, Ohio
2. Donley Concrete Cutting Company $2,000.00 on base bid Pickerington, Ohio
Funds in the amount of $2,000.00 were encumbered on ORD 0546-2025 with the Department of Public Service for Prevailing Wage Services.
After evaluation of the bid, the Division of Sewerage and Drainage determined the bid from The Righter Co., Inc. has met all the requirements of the specifications and is recommended for award as the only bidder.
CONTRACT AMOUNTS/TIMELINE
This renewal will go into effect in May 2026 and remain in force for one (1) year from the date of execution by the City of Columbus with the option to renew annually for three (3) additional one (1) year periods upon mutual agreement between the parties, availability of budgeted funds and approval by City Council. If unforeseen issues or difficulties are encountered that would require additional funding, a modification would be requested.
SUPPLIER / CONTRACT COMPLIANCE INFORMATION
The Righter Co., Inc., vendor #004433, cc expires 10/3/27
Subcontractors:
1. Roberts Service Group, Inc., vendor #004397, expires 08/01/2026
2. Donley Concrete Cutting Company, vendor #005516, expires 05/30/2027
The certification of The Righter Co., Inc., Roberts Service Group, Inc. and Donley Concrete Cutting Company was in good standing at the time of the contract award. The companies are 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
$1,520,000.00 funds are budgeted and available for this expenditure
$143,248.55 has been spent so far in 2026 as of March 23, 2026
$1,129,057.94 was spent in 2025
$2,942,310.94 was spent in 2024
EMERGENCY DESIGNATION: This ordinance is being submitted as an emergency in order to allow continuity of support for DPU’s existing Services Contract. The contract will lapse on April 22, 2026, emergency action is requested to ensure the legislation is approved before the current contract expires and minimize the amount of time the necessary services are not covered.
Title
To authorize the Director of the Department of Public Utilities to enter into a contract renewal with The Righter Co., Inc. for Specialty Maintenance Craft Services; to authorize the expenditure of up to $1,520,000.00 from the Electricity, Water, Sewerage Operating Fund; and to declare an emergency. ($1,520,000.00)
Body
WHEREAS, the Department of Public Utilities has a need for specialized construction, repair and maintenance services for various facilities within the Department; and
WHEREAS, the Department of Public Utilities opened formal bids on January 22, 2025 for the purchase of Specialty Maintenance Craft Services; and
WHEREAS, additional Department of Public Utilities facilities may be added in the future; and
WHEREAS, the Department of Public Utilities recommended an award be made to The Righter Co., Inc.; and
WHEREAS, the contract renewal is for a period of one (1) year from the date of execution by the City of Columbus, with the option to renew for three (3) additional years, on a year-to-year basis upon mutual agreement, budgeted funds and approval by Columbus City Council; and
WHEREAS, if unforeseen issues or difficulties are encountered that would require additional funding, a modification would be requested; and
WHEREAS, it is necessary to authorize the expenditure of $1,520,000.00 or so much thereof as is needed for the purchase from and within the Electricity, Water and Sewerage Operating Fund; and
WHEREAS, an emergency exists in the usual daily operations of the Department of Public Utilities to enter into a contract renewal with The Righter Co., Inc. for FEM 0101.7 Specialty Maintenance Craft Services in accordance with the terms, conditions and specifications of solicitation RFQ029442 on file; to continue providing Specialty Maintenance Craft services uninterrupted, maintaining the current work schedule and to avoid a delay in payment of invoices; all for the immediate preservation of the public health, peace, property, safety, and welfare; and, NOW, THEREFORE
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
SECTION 1. That the Director of the Department of Public Utilities be and is hereby authorized to enter into contract renewal with The Righter Co., Inc. for Specialty Maintenance Crafts Services in accordance with the terms, conditions and specifications of Solicitation Number RFQ029442 on file, with the option for three (3) additional one-year renewal terms, and to obtain the necessary prevailing wage related services from the Department of Public Service.
SECTION 2. That the expenditure of $820,000.00 or so much thereof as may be needed, is hereby authorized in Fund 6100 Sewerage System Operating Fund, in object class 02 Materials & Supplies in the amount of $300,000.00 and in object class 03 Services in the amount of $520,000.00 per the accounting codes in the attachment to this ordinance.
SECTION 3. That the expenditure of $550,000.00 or so much thereof as may be needed, is hereby authorized in Fund 6000 Water Operating Fund, in object class 02 Materials & Supplies in the amount of $150,000.00 and in object class 03 Services in the amount of $400,000.00 per the accounting codes in the attachment to this ordinance.
SECTION 4. That the expenditure of $150,000.00 or so much thereof as may be needed, is hereby authorized in Fund 6300 Electricity Operating Fund, in object class 02 Materials & Supplies in the amount of $50,000.00 and in object class 03 Services in the amount of $100,000.00 per the accounting codes in the attachment to this ordinance.
SECTION 5. 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 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 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.