Skip to main content
header-left
File #: 0546-2025    Version: 1
Type: Ordinance Status: Passed
File created: 2/24/2025 In control: Public Utilities & Sustainability Committee
On agenda: 3/31/2025 Final action: 4/3/2025
Title: To authorize the Director of the Department of Public Utilities to enter into contract with The Righter Co., Inc. for Specialty Maintenance Craft Services and to provide for payment of prevailing wage services to the Department of Public Service, Design and Construction Division; to authorize the expenditure of up to $1,736,700.00 from the Electricity, Water, Sewerage Operating Fund. ($1,736,700.00)
Attachments: 1. ORD 0546-2025 Financial Coding, 2. ORD 0546-2025 QFF Form, 3. ORD 0546-2025 The Righter Company Bid, 4. ORD 0546-2025 SAM, 5. ORD 0546-2025 Secretary of State

Explanation    

 

BACKGROUND

This legislation authorizes the Director of Public Utilities to enter into a contract with The Righter Co., Inc. for FEM 0101.7 Specialty Maintenance Crafts for the Department of Public Utilities Facilities in an amount of up to $1,736,700.00.

 

The work under this contract consists of specialized construction, repair and maintenance services for Department of Public Utilities Facilities. The work to be performed under these specifications will be the testing, cleaning, repair, modification, demolition and/or replacement of various Waste Water Treatment Plant, Compost Facility, Sewage Maintenance Operations Center, Water Treatment Plant, various Division of Power facilities or other DPU facility components and associated equipment such as: bar racks, sluice gates, pumping systems, aeration systems including blowers, settling tanks, disinfection chemical systems, chemical storage and feed systems, gravity thickeners, centrifuges, digesters, motors, electrical distribution systems, electronics including software and hardware updates, building components, safety equipment, etc.  Auxiliary equipment such as low pressure boilers, miscellaneous piping and ductwork, roofs, vent stacks, walkways, stairways, handrails, miscellaneous hard-surfacing asphalt and concrete work, painting, HVAC, conveyance systems and installation and demolition of equipment may be included in the work. The work to be performed is minor or small in relation to the total system. Examples of previous work performed are: demolition and replacement of concrete equipment pads, slabs and sidewalks, roofing repairs, asphalt and concrete patching, pump station gate actuator replacement, drywall, ceiling and flooring replacement, plumbing repairs, piping insulation, trench drain and manhole repair, camera and callbox repair and modifications, door and window replacement, lighting modifications, ladder renovations, fence repair, drainage modifications, site work including grading and seeding, and metal building repairs.

 

PROCUREMENT

The Department of Public Utilities advertised and solicited competitive bids in accordance with the relevant provisions of City Code Chapter 329 relating to competitive bidding (RFQ029442). Five hundred and ninety eight (598) vendors (9 EBE, 531 Majority, 35 MBE, 5 MBE/VBE, 7 MBE/WBE, 3 VBE, 8 WBE) were solicited and one bid majority bid was received and opened on January 22, 2025.

 

The following bid was received:

 

Vendor                                                                                    Bid Amount                                          City/State                                   CC  Status     

1. The Righter Co., Inc.                                      $1,734,700.00                                         Columbus, Ohio                     MAJ

 

Subcontractors                                                                                                Amount                                                               City/State                                          CC Status                                        

1. Roberts Service Group, Inc.                                          $36,000.00 on base bid                        Columbus, Ohio                     WBE

2. Donley Concrete Cutting Company                     $2,000.00 on base bid                        Pickerington, Ohio                  MAJ

 

Funds in the amount of $2,000.00 will also be encumbered with the Department of Public Service for Prevailing Wage Services.

 

After evaluation of the bid, the Division of Sewerage and Drainage has determined the bid from The Righter Co., Inc. has met all the requirements of the specifications and is recommended for award as the only bidder.

 

CONTRACT AMOUNTS/TIMELINE

This Contract will go into effect in May 2025 and remain in force for one (1) year from the date of execution by the City of Columbus with the option to renew annually for four (4) additional one (1) year periods upon mutual agreement between the parties, availability of budgeted funds and approval by City Council. If unforeseen issues or difficulties are encountered that would require additional funding, a modification would be requested.

 

Cost summary:

Original Contract:                     Year 1: 05/2025 to 05/2026                                                               1,734,700.00

Prevailing Wage                                                                                                                                                                        $2,000.00

Modification/Renewal #1:                     Year 2: 05/2026 to 05/2027                                          $1,800,000.00

Modification/Renewal #2:                     Year 3: 05/2027 to 05/2028                                          $1,800,000.00

Modification/Renewal #3:                     Year 4: 05/2028 to 05/2029                                          $1,800,000.00

Modification/Renewal #4:                     Year 5: 05/2029 to 05/2030                                          $1,800,000.00

Estimated Contract Total:                                                                                                                                 $8,936,700.00

 

SUPPLIER / CONTRACT COMPLIANCE INFORMATION

The Righter Co., Inc., vendor #004433, cc expires 10/25/25

 

Subcontractors:

1. Roberts Service Group, Inc., vendor #004397, expires 08/01/2026, WBE status

2. Donley Concrete Cutting Company, vendor #005516, expires 06/21/2025, MAJ status

 

The certification of The Righter Co., Inc., Roberts Service Group, Inc. and Donley Concrete Cutting Company was in good standing at the time of the contract award. The companies are not debarred according to the Excluded Party Listing System of the Federal Government or prohibited from being awarded a contract according to the Auditor of State Unresolved Findings for Recovery Certified Search.

 

MINORITY AND WOMAN OWNED BUSINESS ENTERPRISE & SMALL LOCAL BUSINESS ENTERPRISE PROGRAM

This contract opportunity was submitted to the City’s Office of Diversity and Inclusion (ODI) for review and assignment of an MBE/WBE goal prior to bidding. ODI determined there was an opportunity for MBE/WBE participation in this contract and did not assign a goal due to the proprietary nature of the equipment. This contract was not implemented with a City of Columbus MBE/WBE Program goal and the requirements of the City’s MBE/WBE Program are not applicable to this contract. The anticipated MBE/WBE spend for this project is 13%.

 

There are subcontractors on this project:         

1. Roberts Service Group, Inc.                                          Scope: Electrical Work                                          $36,000.00 on base bid

2. Donley Concrete Cutting Co.                                      Scope: Concrete Cutting                        $2,00.00 on base bid

 

FISCAL IMPACT

$1,736,700.00 funds are budgeted and available for this expenditure

$2,942,310.94 was spent in 2024

$1,743,980.81 was spent in 2023

 

 

Title

 

To authorize the Director of the Department of Public Utilities to enter into contract with The Righter Co., Inc. for Specialty Maintenance Craft Services and to provide for payment of prevailing wage services to the Department of Public Service, Design and Construction Division; to authorize the expenditure of up to $1,736,700.00 from the Electricity, Water, Sewerage Operating Fund. ($1,736,700.00)

 

 

Body

WHEREAS, the Department of Public Utilities has a need for specialized construction, repair and maintenance services for various facilities within the Department; and

 

WHEREAS, the Department of Public Utilities opened formal bids on January 22, 2025 for the purchase of Specialty Maintenance Craft Services; and

 

WHEREAS, additional Department of Public Utilities facilities may be added in the future; and

 

WHEREAS, the Department of Public Utilities recommends an award be made to the only bidder, The Righter Co., Inc.; and

 

WHEREAS, the contract is for a period of one (1) year from the date of execution by the City of Columbus, with the option to renew for four (4) additional years, on a year-to-year basis upon mutual agreement, budgeted funds and approval by Columbus City Council; and

 

WHEREAS, if unforeseen issues or difficulties are encountered that would require additional funding, a modification would be requested; and

 

WHEREAS, it is necessary to authorize the expenditure of $1,736,700.00 or so much thereof as is needed for the purchase from and within the Electricity, Water and Sewerage Operating Fund; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to encumber and expend funds to provide for payment of prevailing wage services associated with said project; and

 

WHEREAS, it has become necessary in the usual daily operation of the Department of Public Utilities to enter into contract with The Righter Co., Inc. for FEM 0101.7 Specialty Maintenance Craft Services in accordance with the terms, conditions and specifications of solicitation RFQ029442 on file; NOW, THEREFORE,

 

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

 

SECTION 1. That the Director of the Department of Public Utilities be and is hereby authorized to enter into contract with The Righter Co., Inc. for Specialty Maintenance Crafts Services in accordance with the terms, conditions and specifications of Solicitation Number RFQ029442 on file, with the option for four (4) additional one-year renewal terms, and to obtain the necessary prevailing wage related services from the Department of Public Service.

 

SECTION 2. That the expenditure of $1,061,700.00 or so much thereof as may be needed, is hereby authorized in Fund 6100 Sewerage System Operating Fund, in object class 02 Materials & Supplies in the amount of $420,000.00 and in object class 03 Services in the amount of $641,700.00 per the accounting codes in the attachment to this ordinance.

 

SECTION 3. That the expenditure of $500,000.00 or so much thereof as may be needed, is hereby authorized in Fund 6300 Electricity Operating Fund, in object class 02 Materials & Supplies in the amount of $200,000.00 and in object class 03 Services in the amount of $300,000.00 per the accounting codes in the attachment to this ordinance.

 

SECTION 4. That the expenditure of $175,000.00 or so much thereof as may be needed, is hereby authorized in Fund 6000 Water Operating Fund, in object class 02 Materials & Supplies in the amount of $75,000.00 and in object class 03 Services in the amount of $100,000.00 per the accounting codes in the attachment to this ordinance.

 

SECTION 5. 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 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 this Ordinance shall take effect and be in force from and after the earliest period allowed by law.