Explanation
1. BACKGROUND
This ordinance authorizes the Director of Public Utilities to enter into a construction contract with Kenmore Construction for the Blacklick Creek Sanitary Interceptor Sewer Shaft 1 Control Gate project, C.I.P. No. 650034-100010, in an amount up to $4,238,000.00 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 $4,240,000.00.
This project is necessary to control sanitary water flows that are received from a rapidly developing portion of Franklin County containing high water users. This project will install a gate at Shaft 1 of the Blacklick Creek Sanitary Interceptor Sewer (BCSIS) to control flows originating from the upstream tributary area in real time conditions in order to throttle flows to the hydraulically constrained downstream sewers in the Three Creeks area.
Planning Area - 58- Far East
TIMELINE: Contract work is required to be completed in a manner acceptable to the City within 455 days from the date that a Notice To Proceed (NTP) is given by the City.
ESTIMATED COST OF PROJECT: The bid amount and proposed award amount is $4,238,000.00, 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 $ 4,238,000.00
Future Anticipated Needs $ 0.00
Prevailing Wage Services $ 2,000.00
CONTRACT TOTAL $ 4,240,000.00
2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT
There is no expected economic impact related to this project outside the direct work associated with the project. No community outreach was completed during development of this replacement project. This project is necessary to control flows that are received from a rapidly developing portion of Franklin County containing high water users.
3. BID INFORMATION
This project was formally advertised on the Vendor Services and Bid Express websites from 4/9/2025 through 5/1/2025. Two bids were received:
Name Bid Amount City/State Status
Kenmore Construction $4,238,000.00 Akron, OH MAJ
Complete General Construction $5,554,141.57 Columbus, OH MAJ
4. CONTRACT COMPLIANCE INFORMATION
Kenmore Construction’s contract compliance number is CC006456 and expires 11/4/26.
Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Kenmore Construction.
As part of their proposal, Kenmore Construction has proposed the following subcontractors to perform contract work:
Company Name City/State ODI Certification Status
Claypool Electric Inc. Lancaster, OH MBE
Foundation Steel LLC Swanton, OH MAJ
Howard Painting Inc. Defiance, OH MAJ
The certification of Kenmore Construction and the above companies except Howard Painting, Inc., was in good standing at the time the bid was awarded. Howard Painting, Inc., will need to update their contract compliance number as it has expired.
6. PRE-QUALIFICATION STATUS
Kenmore Construction and all subcontractors have met code requirements with respect to pre-qualification, pursuant to relevant sections of Columbus City Codes Chapter 329.
7. FISCAL IMPACT
Funding for the construction contract will be obtained through the Ohio Water Development Authority Direct Loan Program. City Council authorized this loan application and acceptance of loan funding via Ordinance 0700-2025, passed by Council on 3/31/25. This loan is expected to be approved at the July Board meeting. This ordinance is contingent upon the OWDA Board approving the loan application. Funds will need to be appropriated in the Sanitary - Fresh Water Market Rate Fund, Fund 6124.
The Ohio Water Development Authority (OWDA) Direct Loan Program is a reimbursement program. Purchase orders will need to be established to Kenmore Construction for these contracts. Public Utilities will need to pay invoices directly to Kenmore Construction and then submit reimbursement requests based upon these paid invoices to OWDA for OWDA to reimburse Public Utilities.
Funding for the prevailing wage services provided by the Department of Public Service is available and appropriated in the Sanitary Bond Fund, Fund 6109.
Title
To authorize the Director of the Department of Public Utilities to enter into a construction contract with Kenmore Construction for the Blacklick Creek Sanitary Interceptor Sewer Shaft 1 Control Gate project; to authorize an amendment to the 2024 Capital Improvement Budget; to make this contract approval contingent upon the loan being approved; to authorize the appropriation and expenditure of up to $4,238,000.00 from the Sanitary-Fresh Water Market Rate Program Fund for the contract; and to authorize an expenditure of up to $2,000.00 within the Sanitary Bond Fund to pay for the prevailing wage services for the project. ($4,240,000.00)
Body
WHEREAS, the Department of Public Utilities is engaged in the Blacklick Creek Sanitary Interceptor Sewer Shaft 1 Control Gate project; and
WHEREAS, two bids for the Blacklick Creek Sanitary Interceptor Sewer Shaft 1 Control Gate project were received and opened on 5/1/2025, and
WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into a construction services contract with Kenmore Construction for the Blacklick Creek Sanitary Interceptor Sewer Shaft 1 Control Gate project; and
WHEREAS, Ordinance 0700-2025 authorized the use of loans from the Ohio Water Development Authority (OWDA) Direct Loan Program to finance Public Utilities projects; and
WHEREAS, a loan application has been submitted to OWDA to finance this project; and
WHEREAS, this ordinance is contingent upon the loan being approved; and
WHEREAS, the 2024 Capital Improvements Budget must be modified to align budget authority with the proper project; and
WHEREAS, it is necessary to appropriate and expend funds from the Sanitary Fresh Water Market Rate Fund, Fund 6124, to pay for the construction of this project; and
WHEREAS, it is necessary to expend funds from the Sanitary Bond Fund, Fund 6109 to pay for the prevailing wage services of this project; NOW, THEREFORE
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
SECTION 1. That the 2024 Capital Improvements Budget authorized by Ordinance 1907-2024 be amended as follows to establish sufficient budget authority for this project:
Fund / Project Number / Project Name (Funding Source) / Current Authority / Revised Authority / Change
6124 / 650034-100010 / Blacklick Creek Sanitary Interceptor Sewer Shaft 1 Control Gate (OWDA Direct Loan) / $349,988.00 / $4,587,988.00 / $4,238,000.00 (To match loan amount)
SECTION 2. That from the unappropriated monies and from all monies estimated to come into said fund from any and all sources and unappropriated for any other purpose during the fiscal year ended December 31, 2025, the sum of $4,238,000.00 is appropriated in Fund 6124 (Sanitary - Fresh Water Market Rate Fund) 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 services contract with Kenmore Construction, 700 Home Ave., Akron, OH 44310; for the Blacklick Creek Sanitary Interceptor Sewer Shaft 1 Control Gate project, in an amount up to $4,238,000.00; and to encumber funds in an amount up to $2,000.00 with the Department of Public Service to provide prevailing wage services for the project.
SECTION 4. That an expenditure of $4,240,000.00, 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. This ordinance is contingent upon the Ohio Water Development Authority's Board approving the loan for this project.
SECTION 6. 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 7. 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 8. 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 9. That this ordinance shall take effect and be in force from and after the earliest period allowed by law.