header-left
File #: 2647-2012    Version: 1
Type: Ordinance Status: Passed
File created: 11/19/2012 In control: Public Safety & Judiciary Committee
On agenda: 12/17/2012 Final action: 12/19/2012
Title: To authorize the Finance and Management Director to issue a purchase order with Lusk Mechanical Contractors, Inc., for window replacement at three (3) fire stations within the City of Columbus, per the terms and conditions of the State of Ohio Requirements Contract; to authorize the expenditure of $195,855.96 from the Safety Voted Bond Fund; and to declare an emergency. ($195,855.96)
Explanation
BACKGROUND:  This legislation authorizes the Finance and Management Director to establish a purchase order and expend funds for window replacement at three (3) fire stations within the City of Columbus.  These fire stations are Fire Station No. 5, 211 McNaughten Rd; Fire Station No. 7, 1425 Indianola Avenue; and Fire Station No. 12, 3200 Sullivant Avenue.  The purchase order will be established pursuant to the State Requirements contract with Lusk Mechanical Contractors, Inc.  Ordinance #582-87 authorizes City agencies to participate in the Ohio Department of Administrative Services (DAS) cooperative contracts when deemed to be "cost effective" to the City of Columbus.  This will allow the Office of Construction Management to replace aged and energy inefficient windows, thereby reducing energy costs and increasing occupant comfort and safety.
Earlier legislation authorized the Fire Window Replacement Program for three (3) City of Columbus Fire Stations using the City's traditional design-bid-build procurement method. This ordinance will allow for a pilot program for the window replacement for three (3) City of Columbus Fire Stations utilizing an established State Term contract, based on the concept of Job Order Contracting (JOC).  The JOC allows the City to get commonly encountered construction projects done using a different contracting method. By using JOC, the City hopes to reduce costs, time and errors for certain renovation, repair and construction projects.  The State of Ohio bid JOC through the use of a unit price book, which provides for preset costs for specific construction tasks.  Winning bidders were selected based on their mark-up or discount from these preset costs.  The Finance and Management Department, Construction Management Office, wishes to use this contract to measure its effectiveness in comparison to the traditional construction procurement method.  If deemed effective, the Construction Management Office will consider conducting its own procurement for a JOC program specifically for the City of Columbus.
Emergency action is requested to begin replacement of these fire station windows to ensure that the resulting energy efficiencies and employee comfort and security can be realized as soon as possible.
Fiscal Impact:  The cost of the contract is $195,855.96.   Funding is available in the Safety Voted Bond Fund.  
Title
To authorize the Finance and Management Director to issue a purchase order with Lusk Mechanical Contractors, Inc., for window replacement at three (3) fire stations within the City of Columbus, per the terms and conditions of the State of Ohio Requirements Contract; to authorize the expenditure of $195,855.96 from the Safety Voted Bond Fund; and to declare an emergency.  ($195,855.96)
Body
WHEREAS, the Finance and Management Department, Office of Construction Management, has a need to replace windows at three (3) fire stations within the City of Columbus and a State Requirements contract is available for construction projects; and
WHEREAS, it is necessary to expend funds for the window replacement for three (3) fire stations within the City of Columbus; and
WHEREAS, an emergency exists in the usual daily operation of the Finance and Management Department, Office of Construction Management, in that it is immediately necessary to issue a purchase order for window replacement for three (3) fire stations within the City of Columbus, to ensure that the resulting energy efficiencies can be realized as soon as possible, thereby preserving 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 Finance and Management Director is hereby authorized to issue a purchase order on behalf of the Office of Construction Management per the terms and conditions of State Requirements Contract as follows:
Contract No. RS901512
Lusk Mechanical Contractors, Inc.
Contract Compliance No. 61-1204838
10/1/11-9/30/13
Repair and Maintenance - Job Order Contracting (JOC)
Object Level 3:  6620
 
SECTION 2.  That the sum of $195,855.96, or so much thereof as may be necessary in regard to the action authorized in SECTION 1, be and is hereby authorized to be expended as follows:
Division: 30-04
Fund:  701
Project:  340103-100000
OCA Code:  711103
Object Level 1:  06
Object Level 3:  6620
Amount:  $195,855.96  
 
SECTION 3.  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 4.  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 5.    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 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 thereafter if the Mayor neither approves nor vetoes the same.