header-left
File #: 2936-2023    Version: 1
Type: Ordinance Status: Passed
File created: 10/16/2023 In control: Public Utilities Committee
On agenda: 12/4/2023 Final action: 12/7/2023
Title: To authorize the Director of the Department of Public Utilities to enter into a construction contract with The Righter Co., Inc., for the Southerly Waste Water Treatment Plant Chemically Enhanced Primary Treatment Flow Splitter Bridge and Raw Sewage Pump Building Cooling Upgrade project; to authorize an amendment to the 2023 Capital Improvement Budget; to authorize the appropriation of funds in the Sanitary Fresh Water Market Rate Fund; to authorize the expenditure of up to $1,379,160.00 from the Sanitary Fresh Water Market Rate Fund for the contract; and to authorize an expenditure of up to $2,000.00 from the Sanitary Bond Fund to pay for the prevailing wage services for the project. ($1,381,160.00)
Indexes: WBE Participation
Attachments: 1. ORD 2936-2023 Accounting Template, 2. ORD 2936-2023 Utilization

Explanation   

1.  BACKGROUND

This ordinance authorizes the Director of Public Utilities to enter into a construction contract with The Righter Co., Inc. for the SWWTP CFS Bridge and RSP Cooling Upgrade project, CIP #650260-103015, in an amount up to $1,379,160.00, 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 $1,381,160.00.

 

This project involves the construction of a small access bridge spanning the CEPT Flow Splitter (CFS) and the incorporation of a duplex strainer into the CEPT (Chemically Enhanced Primary Treatment) ferric chloride line. Additionally, it involves upsizing of the seal (flushing) water piping serving the raw sewage pumps and the enhancement of the cooling system within the electrical room and glycooler located in the Raw Sewage Pump Building (RSP).

 

Planning Area - 99 - Citywide

 

TIMELINE:  Contract work is required to be completed in a manner acceptable to the City within 385 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 $1,379,160.00, 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                                               $1,379,160.00

Future Anticipated Needs                          $            0.00

CONTRACT TOTAL                                               $1,379,160.00

Prevailing Wage Charge                          $      2,000.00

                                                                                          $1,381,160.00

 

 

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

The current state of the CEPT building reveals deficiencies in its accessibility and operational maintenance. Building an access bridge spanning the CFS, along with the incorporation of a duplex strainer into the CEPT ferric chloride line, will help improve maintenance and operation of CEPT system.

 

Furthermore, the upsizing of the flushing water piping dimensions serving the raw sewage pumps and enhancements to the cooling infrastructure within the electrical room will facilitate the seamless operation of all six raw sewage pumps while preventing equipment overheating.

 

3.  BID INFORMATION

This project was formally advertised on the Vendor Services and Bid Express websites from 8/22/2023 through 9/20/2023.   Two bids were received:

 

     Name                                          Bid Amount________City/State                    Status                    

The Righter Co., Inc.                        $1,379,160.00                 Columbus, OH                              MAJ

Kenmore Construction Co., Inc.                            $1,525,200.00                 Akron, OH                               MAJ

 

The Righter Co., Inc.’s bid was deemed the lowest, best, most responsive bid. The Righter Co., Inc.’s certification was in good standing at the time of the bid award.

 

4.  CONTRACT COMPLIANCE INFORMATION

The Righter Co., Inc.’s contract compliance number is CC004433 and expires 11/22/23. 

 

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 the Utilization Plan and other related information the contractor submitted with their bid response, ODI has approved an MBE/WBE Program goal of 10% for this contract. 

 

As part of their proposal, The Righter Co., Inc. has proposed the following subcontractors to perform contract work:

 

Company Name                                      City/State                                     ODI Certification Status

Capital City Mechanical, Inc                   Grove City, Ohio                                               MAJ                               

Claypool Electric, Inc                              Columbus, Ohio                                               WBE

Howard Painting Inc                               Defiance, Ohio                                                 MAJ

                                                                                                                                                                              

The certification of The Righter Company and the above companies was in good standing at the time the bid was awarded.

 

6. PRE-QUALIFICATION STATUS

The Righter 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 for this contract will be obtained through the Ohio Water Development Authority OWDA) Direct Loan Program.  City Council authorized applying for these types of loans and the acceptance of the loan funding via Ordinance 0997-2023, passed by Council on 4/24/23.  This specific project was added to the list after the ordinance was approved per Section 2 of the Ordinance that authorizes the Director of Public Utilities to add or subtract projects from the list per department need.  The loan award in the amount of $1,379,160.00 was made in October of 2023 and an OWDA Loan Account number was assigned.  An amendment to the 2023 Capital Improvement Budget is needed to show the actual loan amount.  Funds will need to be appropriated and expended in the Sanitary Fresh Water Market Rate Fund, Fund 6124.  An Auditor Certificate Purchase Order will need to be established and a purchase order issued.  Public Utilities will pay invoices issued against this purchase order and submit reimbursement requests to OWDA.

  

Funds in the amount of $2,000.00 are budgeted, available and appropriated in Project 650260-103015 within the Sanitary Bond Fund, Fund 6109, to pay the Department of Public Service to provide prevailing wage services for this project

 

Title

To authorize the Director of the Department of Public Utilities to enter into a construction contract with The Righter Co., Inc., for the Southerly Waste Water Treatment Plant Chemically Enhanced Primary Treatment Flow Splitter Bridge and Raw Sewage Pump Building Cooling Upgrade project; to authorize an amendment to the 2023 Capital Improvement Budget; to authorize the appropriation of funds in the Sanitary Fresh Water Market Rate Fund; to authorize the expenditure of up to $1,379,160.00 from the Sanitary Fresh Water Market Rate Fund for the contract; and to authorize an expenditure of up to $2,000.00 from the Sanitary Bond Fund to pay for the prevailing wage services for the project.  ($1,381,160.00)

 

Body

WHEREAS, the Department of Public Utilities is engaged in the SWWTP CFS Bridge and RSP Cooling Upgrade project; and

 

WHEREAS, two bids for the SWWTP CFS Bridge and RSP Cooling Upgrade project were received and opened on 9/20/23; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into a  construction services contract with The Righter Co., Inc. for the SWWTP CFS Bridge and RSP Cooling Upgrade 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 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 authorize an expenditure of funds within the Sanitary Bond Fund, Fund 6109, to pay for the prevailing wage services for the project; 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

6124 / 650260-103015 / SWWTP CFS Bridge and RSP Cooling Upgrade (OWDA Direct Loan) / $0.00 / $1,379,160.00 / $1,379,160.00 (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 ending December 31, 2023, the sum of $1,379,160.00 is appropriated in the Sanitary Fresh Water Market Rate Fund, Fund 6124, 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 SWWTP CFS Bridge and RSP Cooling Upgrade project with The Righter Co., Inc., 2424 Harrison Rd, Columbus, Ohio 43204, in an amount up to $1,379,160.00, 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 4.  That the expenditure of $1,381,160.00, 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.  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 this ordinance shall take effect and be in force from and after the earliest period allowed by law.