header-left
File #: 3346-2023    Version: 1
Type: Ordinance Status: Passed
File created: 11/17/2023 In control: Public Utilities Committee
On agenda: 12/11/2023 Final action: 12/14/2023
Title: To authorize the Director of the Department of Public Utilities to enter into a construction contract with Travco Construction Inc. and John Eramo & Sons Inc. for the 2024 Water Main Repairs project; to authorize an amendment to the 2023 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 $1,574,527.75 for the project; and to declare an emergency. ($1,574,527.75)
Indexes: MBE Participation
Attachments: 1. ORD 3346-2023 Accounting Template.pdf, 2. ORD 3346-2023 Eramo Utilization.pdf, 3. ORD 3346-2023 Travco Utilization.pdf

Explanation

1.  BACKGROUND

This ordinance authorizes the Director of Public Utilities to enter into construction contracts for the 2024 Water Main Repairs project, CIP #690521-100012, with the following companies:

                     Travco Construction Inc., in an amount up to $768,352.75.

                     Eramo & Sons Inc., in an amount up to $802,175.00

 

This ordinance also encumbers funds with the Department of Public Service for prevailing wage services in an amount of $2,000.00 for each company, for a total of $4,000.00 for the prevailing wage services.

 

This contract will provide the necessary labor and equipment to complete repairs to water mains at various locations within the Columbus Water Distribution System on an as needed basis.

 

This project was bid with the following language in the bid documents “The City reserves the right to award up to three contracts to the first, second, and third lowest, responsive and responsible bidders if it is in the best interest of the City to do so. If multiple contracts are awarded, the contracts will run concurrently and will be non-exclusive. The City may utilize any of the contracts at the discretion of the City.”  Upon review of the bids submitted the City has decided to award the two lowest bidders a contract for the project work.

 

The Community Planning Area is 99 - Citywide.

 

TIMELINE:  Contract work is required to be completed in a manner acceptable to the City within 730 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 for Travco Construction is $768,352.75, 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.

 

The bid amount and proposed award amount for John Eramo & Sons Inc. is $802,175.00, 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: Travco Construction

 

Original Contract                                               $768,352.75

Future Anticipated Needs                          $           0.00

CONTRACT TOTAL                                               $768,352.75

Prevailing Wage Charge                          $    2,000.00

                                                                                          $770,352.75

 

Cost summary: John Eramo & Sons Inc.

 

Original Contract                                               $802,175.00

Future Anticipated Needs                          $           0.00

CONTRACT TOTAL                                               $802,175.00

Prevailing Wage Charge                          $    2,000.00

                                                                                          $804,175.00

 

Total project expenditure:                       $1,574,527.75

 

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

These contracts will provide assistance to our water line maintenance crews in completing water main break repairs in a timely matter should the number of breaks exceed our normal maintenance capacities.

 

3.  BID INFORMATION

This project was formally advertised on the Vendor Services and Bid Express websites from 10/2/2023 through 11/1/2023.   Three bids were received:

 

     Name                                                     Bid Amount_______City/State                     Status                    

Travco Construction Inc.                                         $768,352.75              Groveport, OH                                             MAJ

John Eramo & Sons Inc.                                         $802,175.00                            Hilliard, OH                                          MAJ

Conie Construction, Inc.                                                  $1,222,556.50                        Columbus, OH                                          MAJ

 

The certification of Travco Construction Inc. and John Eramo and Sons Inc. was in good standing at the time of the contract award.

 

4.  CONTRACT COMPLIANCE INFORMATION

Travco Construction Inc.’s contract compliance number is CC009944 and expires 9/26/24.  Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Travco Construction Inc.

 

John Eramo & Sons Inc.’s contract compliance number is CC004251 and expires 10/31/25.  Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Travco Construction Inc.

 

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 10% as assigned by the City’s Office of Diversity and Inclusion (ODI).  After ODI’s review of documentation submitted by Travco Construction Inc. and John Eramo & Sons Inc. with their bid responses, including the Utilization Plan and the Request for MBE/WBE Waiver and Documentation of Good Faith Effort, ODI waived the MBE/WBE Program goal for the Travco Construction, Inc. contract, and accepted a reduced goal of 4.5% for the John Eramo & Sons Inc. contract.

 

As part of their proposal, Travco Construction Inc. proposed the following subcontractor to perform contract work:

 

Company Name                                            City/State                                     ODI Certification Status

Decker Construction Company                 Columbus, Ohio                                                        MAJ                                

 

The certification of Travco Construction Inc. the proposed subcontractor was in good standing at the time the bid was awarded.

 

As part of their proposal, John Eramo & Sons Inc.  proposed the following subcontractor to perform contract work:

 

Company Name                                            City/State                                     ODI Certification Status

Decker Construction Company                 Columbus, Ohio                                                        MAJ                                

Newcomer Concrete                                 Norwalk, Ohio                                                        MAJ

Donley Concrete and Sawing                Pickerington, Ohio                                                        MAJ

Bridges Brothers Trucking                       Columbus, Ohio                                                        MBE

 

The certification of the above company was in good standing at the time the bid was awarded.

 

6. PRE-QUALIFICATION STATUS

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

 

John Eramo & Sons 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 $1,574,527.75 is available and appropriated within the Water Bond Fund, Fund 6006.  An amendment to the 2023 Capital Improvement Budget is needed to align budget authority with the proper project.  It is also necessary to transfer cash and appropriation between projects within the Water Bond Fund, Fund 6006, to align cash and appropriation with the proper project. 

 

8.  EMERGENCY DESIGNATION

Emergency designation is requested for this ordinance.  A contract must be in place before cold weather arrives when most water main breaks occur, providing sufficient emergency repair capability to ensure breaks can be repaired in a timely manner, minimizing the time the public is impacted by a water main break and is without water.

 

Title

To authorize the Director of the Department of Public Utilities to enter into a construction contract with Travco Construction Inc. and John Eramo & Sons Inc. for the 2024 Water Main Repairs project; to authorize an amendment to the 2023 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 $1,574,527.75 for the project; and to declare an emergency.  ($1,574,527.75)

 

Body

WHEREAS, the Department of Public Utilities is engaged in the 2024 Water Main Repairs project; and

 

WHEREAS, three bids for the 2024 Water Main Repairs project was received and opened on 11/1/23; and

 

WHEREAS, the bid included a clause allowing up to three companies to be awarded a contract; and

 

WHEREAS, the Department of Public Utilities, Division of Water, recommended accepting the bids of the two lowest bidders, Travco Construction Inc. and John Eramo & Sons Inc and awarding contracts to them; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into a construction services contract with Travco Construction Inc. and John Eramo & Sons Inc. for the 2024 Water Main Repairs project; and

 

WHEREAS, the 2023 Capital Improvements Budget must be modified to align budget authority with the proper project; and

 

WHEREAS, a transfer of cash and appropriation between projects within the Water bond fund, Fund 6006, is needed 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 authorize the Director to execute the contract before cold weather arrives when most water main breaks occur, providing sufficient emergency repair capability to ensure breaks can be repaired in a timely manner, minimizing the time the public impacted by a water main break is without water, 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 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

6006 / 690236-100174 / OSU Innovation District Water Extension (Voted Water Carryover) / $500,740.00 / $0.00 / ($500,740.00)

6006 / 690236-100130 / Clearview Avenue Area WL Imps (fka #71) (Voted Water Carryover) / $450,000.00 / $0.00 / ($450,000.00)

6006 / 690236-100131 / Atlanta Drive Area WL Imps (fka #72) (Voted Water Carryover) / $450,000.00 / $0.00 / ($450,000.00)

6006 / 690236-100000 / Water Main Rehabilitation (Voted Water Carryover) / $183,792.00 / $10,004.00 / ($173,788.00)

 

6006 / 690521-100012 / 2024 Water Main Repairs / $0.00 / $1,574,528.00 (Voted Water Carryover) / $1,574,528.00

 

SECTION 2.  That the transfer of cash between projects within the Water Bond Fund, Fund 6006, is authorized per the accounting 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 2024 Water Main Repairs project with Travco Construction Inc., 4097 Venture Pl, Groveport, OH 43125, in an amount up to $768,352.75, 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 Service and to pay up to a maximum amount of $2,000.00 for them.

 

SECTION 4.  That the Director of Public Utilities is hereby authorized to enter into a construction services contract for the 2024 Water Main Repairs project with John Eramo & Sons Inc., 3670 Lacon Road, Hilliard, OH 43026, in an amount up to $802,175.00, 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 Service and to pay up to a maximum amount of $2,000.00 for them.

 

SECTION 5.  That the expenditure of up to $1,574,527.75, or so much thereof as may be needed, is hereby authorized from the Water Bond Fund, Fund 6006, per the accounting codes in the attachment to this ordinance.

 

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 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.