Explanation
1. BACKGROUND:
A. Need. This legislation authorizes the Director of Public Utilities to enter into a construction contract with Reynolds Inliner, LLC for the Franklin Main Interceptor Rehabilitation, Phase III: Nationwide Blvd to Buttles Avenue for the Division of Sewerage and Drainage. The work to be completed by this contract consists of all labor, equipment, and materials for the rehabilitation of approximately 250 LF of 48-inch diameter and 3315 LF of 36-inch diameter sanitary sewer utilizing the Cured-in-Place Pipe (CIPP) process, the rehabilitation of approximately 408 VF of manholes, and other such other work as may be necessary to complete the contract in accordance with the plans (CC-15695) and specifications. This project will rehabilitate a portion of the Franklin Main Sanitary sewer that is over 100 years old.
The Contract work is required to be completed within 270 days from the date that a Notice To Proceed (NTP) is given by the City.
B. Procurement Information: The Division advertised for competitive bid proposals on the City of Columbus's Vendor Services website and in the City Bulletin in accordance with the provisions of Section 329.14 of Columbus City Codes. The Division of Sewerage and Drainage opened the responding bids on December 12, 2011, from the following companies. The ranking was as follows:
Name C.C. No. Expires City/State Status
Reynolds Inliner, LLC 01-0684682 02/01/2014 Orleans, IN MAJ
Insituform Technologies 13-3032158 Not Active Chesterfield, MO MAJ
Ric-Man Construction 38-1943960 Not Active Sterling Hts., MI MAJ
Inland Waters Pollution Control 38-2024780 11/18/2012 Detroit, MI MAJ
Spiniello Companies 95-4698835 01/10/2014 Livingston, NJ MAJ
Lanzo Lining Services 65-0414559 Not Active Deerfield Beach, FL MAJ
These six bids were submitted, reviewed, and ranked utilizing the Bid Tab and Quality Factor Form evaluation process. After careful consideration, the recommendation was made that Reynolds Inliner, LLC be awarded the contract as the lowest and best bidder.
The Engineer's construction cost estimate was $3,395,800.00
C. Contract Compliance No.: 01-0684682 | MAJ | Expires 02/01/2014
D. Emergency Designation: Emergency designation is not requested at this time.
2. ECONOMIC and FISCAL IMPACT:
A. Economic Impact: This is a basic maintenance project that will maintain functionality of the this part of the system and has no economic impact.
B. Fiscal Impact: This legislation authorizes the transfer within and the expenditure of $2,141,987.20 from the Sanitary Sewer General Obligation Bond Fund, Fund 664 and to amend the 2011 Capital Improvements Budget.
Title
To authorize the Director of Public Utilities to enter into a construction contract with Reynolds Inliner, LLC in connection with the Franklin Main Interceptor Rehabilitation, Phase 3: Nationwide Blvd to Buttles Avenue; to authorize the transfer within and the expenditure of $2,141,987.20 from the Sanitary Sewer General Obligation Bond Fund for the Division of Sewerage and Drainage; and to amend the 2011 Capital Improvement Budget. ($2,141,987.20)
Body
WHEREAS, six competitive bids for construction of the Franklin Main Interceptor Rehabilitation, Phase III: Nationwide Blvd to Buttles Avenue were submitted and opened on December 12, 2011 in the offices of the Director of Public Utilities; and
WHEREAS, the Division of Sewerage and Drainage engineering personnel have recommended entering into a construction contract with Reynolds Inliner, LLC, for the construction of the Franklin Main Interceptor Rehabilitation, Phase III: Nationwide Blvd to Buttles Avenue ; and
WHEREAS, it is necessary to authorize the transfer within and expend funds from the Sanitary Sewer General Obligation Bond Fund, Fund 664 for purposes of providing sufficient funding and authority for the sanitary expenditure; and
WHEREAS, the aggregate principal amount which the City will issue to finance this phase of the project is presently expected not to exceed $2,141,987.20; and
WHEREAS, the Department of Public Utilities, Division of Sewerage and Drainage is requesting that this Council authorize the Director of Public Utilities to enter into a construction contract with the Reynolds Inliner, LLC for the Franklin Main Interceptor Rehabilitation, Phase III: Nationwide Blvd to Buttles Avenue at the earliest practical date for the preservation of the public welfare, property, and safety; Now, Therefore,
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
Section 1. That the Director of Public Utilities is hereby authorized to execute a construction contract with Reynolds Inliner, LLC, 4520 N State Road 37, Orleans, IN., 47452 Franklin Main Interceptor Rehabilitation, Phase III: Nationwide Blvd to Buttles Avenue for the Division of Sewerage and Drainage.
Section 2. That the City Auditor is hereby authorized to transfer $2,141,987.20 from the Sewerage and Drainage Sanitary Sewer General Obligation Bond Fund, Fund 664, Object Level Three 6630, as follows:
From:
Project No. | Project Name | OCA Code | Change
650350-100000 | WWTF's Renovation & Rehab | 664350 | - $2,141,987.20
To:
Project No. | Project Name | OCA Code | Change
650600-100008 | Franklin Main Interceptor Rehab Ph III | 646008 | +$2,141,987.20
Section 3. That the Director of Public Utilities be and hereby is authorized to expend up to $2,141,987.20
from the Sanitary Sewer General Obligation Bond Fund, Fund 664 | Div. 60-05 | Proj. 650600-100008 | 646008 | Object Level Three 6630.
Section 4. That the 2011 Capital Improvements Budget is hereby amended as follows:
Fund No. | Proj. No. | Proj. Name | Current Authority | Revised Authority | Change
650350-100000 | WWTF's Renovation & Rehab | $2,666,530 | $524,542 | (- $2,141,988)
650600-100008 | Franklin Main Interceptor Rehab Ph III | $0 | $2,140,988 | (+$2,141,988)
NOTE: Please leave $1000 on the AC for Prevailing Wages
Section 5. That the said firm shall perform the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Sewerage and Drainage.
Section 6. That the City Auditor is hereby authorized to transfer any unencumbered balance in the project account to the unallocated balance 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 no longer required for said project; except that no transfer shall be made from a project by monies from more than one source.
Section 7. That the City Auditor is authorized to establish proper project accounting numbers as appropriate.
Section 8. 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 9. That this Ordinance shall take effect and be in force from and after the earliest period allow by law.