Explanation
1. BACKGROUND
This ordinance authorizes the Director of Public Utilities to enter into a construction contract with Kenmore Construction Co., Inc. for the JPWWTP Disinfection Piping Replacement project, CIP #650260-102017, in an amount up to $1,128,278.40, 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 $1,130,278.40.
This project will demolish the existing PVC sodium hypochlorite and sodium bisulfite lines. The old chlorine gas lines that feed the induction units will also be removed. The PVC pipe will be replaced with HDPE piping that will run from the sodium hypochlorite and sodium bisulfite feed pumps to the respective induction units. The project will also replace flowmeters, pressure transmitters, pressure gauges, and heat tracing along the new pipe.
The Community Planning Area is 99 - Citywide, since the Jackson Pike Waste Water Treatment Plant serves several Columbus Communities.
TIMELINE: Contract work is required to be completed in a manner acceptable to the City within 620 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 $1,128,278.40, including a 20% 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 $1,128,278.40
Future Anticipated Needs $ 0.00
CONTRACT TOTAL $1,128,278.40
Prevailing Wage Charge $ 2,000.00
$1,130,278.40
2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT
The PVC piping is nearing the end of its useful life and some parts of the piping has been exposed to sunlight, which makes the PVC brittle. Replacing the existing PVC disinfection piping system with a HDPE piping system will make it last longer and is UV resistant.
3. BID INFORMATION
This project was formally advertised on the Vendor Services and Bid Express websites from 5/19/2023 through 6/12/2023. Three bids were received:
Name Bid Amount________City/State Status
Bowen Engineering Corporation $938,196.00 Indianapolis, IN MAJ
Kenmore Construction Co., Inc. $1,128,278.40 Akron, OH MAJ
The Righter Co., Inc. $1,622,400.00 Columbus, OH MAJ
The Bowen Engineering bid was deemed non-responsive due to not meeting the City MBE/WBE goal requirements. The Kenmore Construction Co., Inc.’s bid was then evaluated and deemed the lowest, best, most responsive bid. Kenmore Construction Co., Inc.’s certification was in good standing at the time of the contract award.
4. CONTRACT COMPLIANCE INFORMATION
Kenmore Construction Co., Inc.’s contract compliance number is CC006456 and expires 11/21/24.
5. MINORITY AND WOMAN OWNED BUSINESS ENTERPRISE & SMALL LOCAL BUSINESS ENTERPRISE PROGRAM
This contract was bid with an anticipated City of Columbus MBE/WBE Program goal of 8% as assigned by the City’s Office of Diversity and Inclusion (ODI). After ODI’s review of the Utilization Plan and Good Faith Effort submitted by Bowen Engineering, ODI deemed their bid non-responsive for not meeting the goal and for an insufficient Good Faith Effort.
The next low bidder, Kenmore Construction Company, submitted a Utilization Plan meeting the 8% goal. After review of their Utilization Plan and other related information the contractor submitted with their bid response, ODI has approved an MBE/WBE Program goal of 8% for this contract. Failure by the contractor to meet this goal subjects the contractor to the Penalties for Non-Compliance as described in the bid documents for this contract.
As part of their proposal, Kenmore Construction Co., Inc., has proposed the following four subcontractors to perform contract work:
Company Name City/State ODI Certification Status
Sandel Corporation Gahanna, Ohio WBE
Howard Painting Inc. Defiance, Ohio MAJ
Knight Electric LLC. Columbus, Ohio MAJ
RCP Metals, Inc. Columbus, Ohio MBE
The certification of the above companies was in good standing at the time the bid was awarded.
6. PRE-QUALIFICATION STATUS
Kenmore Construction Co., Inc. 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 $1,130,278.40 is available and appropriated within the Sanitary Bond Fund, Fund 6109. An amendment to the 2023 Capital Improvement Budget is needed to align budget authority with the proper project. A transfer of cash and appropriation between projects within the Sanitary Bond Fund is needed to align cash and appropriation with the proper project.
8. EMERGENCY DESIGNATION
Emergency designation is requested for this ordinance. The project's completion is contingent upon the disinfection system being powered down and thoroughly purged by the plant, a process that typically can only occur from November to April each year when disinfection is not required. A delay in the start of the process this year could result in the project taking three years to complete instead of two years, resulting in extra cost to the City.
Title
To authorize the Director of the Department of Public Utilities to enter into a construction contract with Kenmore Construction Company for the Jackson Pike Waste Water Treatment Plant Disinfection Piping Replacement project; to authorize an amendment to the 2023 Capital Improvement Budget; to authorize the transfer of cash and appropriation within the Sanitary Bond Fund; to authorize the expenditure of up to $1,130,278.40 for the project; and to declare an emergency. ($1,130,278.40)
Body
WHEREAS, the Department of Public Utilities is engaged in the JPWWTP Disinfection Piping Replacement project; and
WHEREAS, three bids for the JPWWTP Disinfection Piping Replacement project were received and opened on 6/21/23; 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 Co., Inc. for the JPWWTP Disinfection Piping Replacement project; and
WHEREAS, the 2023 Capital Improvements Budget must be modified to align budget authority with the proper project; and
WHEREAS, it is necessary to transfer cash and appropriation between projects within the Sanitary Bond Fund, Fund 6109, to align cash and appropriation with the proper project; and
WHEREAS, it is necessary to expend funds to pay for this project; and
WHEREAS, an emergency exists in the usual daily operation of the Department of Public Utilities in that it is immediately necessary to execute the contract due to the limited window when work can be performed during the time when disinfection is not needed, avoiding extra costs that will be incurred to perform work over a three-year period instead of the planned two year period, 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 2023 Capital Improvements Budget authorized by Ordinance 1711-2023 be amended as follows to establish sufficient budget authority for this project:
Fund / Project Number / Project Name (Funding Source) / Current Authority/ Revised Authority / Change
6109 / P650257-100101 / JPWWTP Power Systems Upgrades and Safety Improvements - Phase 1 (Voted Sanitary Carryover) / $1,170,000.00 / $39,722.00 / ($1,130,278.00)
6109 / P650260-102017 / JPWWTP Disinfection Piping Replacement (Voted Sanitary Carryover) / $0.00 / $1,130,278.00 / $1,130,278.00
SECTION 2. That the transfer of $1,130,278.40, or so much thereof as may be needed, is hereby authorized within the Sanitary Bond Fund, Fund 6109, 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 for the JPWWTP Disinfection Piping Replacement project with Kenmore Construction Co., Inc., 700 Home Avenue, Akron, OH 44310, in an amount up to $1,128,278.40, in accordance with the terms and conditions of the contract on file in the Department of Public Utilities; and to pay the Department of Public Services an amount up to $2,000.00 to provide prevailing wage services.
SECTION 4. That the expenditure of up to $1,130,278.40, or so much thereof as may be needed, is hereby authorized from the Sanitary Bond Fund, Fund 6109, 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.