header-left
File #: 0683-2024    Version: 1
Type: Ordinance Status: Passed
File created: 2/29/2024 In control: Public Utilities & Sustainability Committee
On agenda: 4/15/2024 Final action: 4/19/2024
Title: To authorize the Director of the Department of Public Utilities to enter into a construction contract with K & W Roofing, Inc. for the Jackson Pike Waste Water Treatment Plant DC3 and DC4 Roof Replacement project; to authorize an amendment to the 2023 Capital Improvement Budget; and to authorize the expenditure of up to $414,680.00 for the project. ($414,680.00)
Indexes: WBE Participation
Attachments: 1. ORD 0683-2024 Utilization, 2. ORD 0683-2024 Accounting Template

Explanation

1.  BACKGROUND

This ordinance authorizes the Director of Public Utilities to enter into a construction contract with K & W Roofing, Inc. for the Jackson Pike WWTP DC3 and DC4 Roof Replacement project, CIP #650234-100111, in an amount up to $412,680.00, 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 $414,680.00.

 

This is a contract for the complete roof replacement of the Jackson Pipe WWTP West DC3 and DC4. The work consists of roof removal to the deck, partial roof deck repair, new roof system installation, reinstallation of lightning protection systems, and other such work as may be necessary to ensure that the building is watertight.

 

The Community Planning Area is 59 - Southwest.

 

TIMELINE:  Contract work is required to be completed in a manner acceptable to the City within 230 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 $412,680.00, 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                                               $412,680.00

Future Anticipated Needs                          $          0.00

CONTRACT TOTAL                                               $412,680.00

Prevailing Wage Charge                          $    2,000.00

                                                                                          $414,680.00

 

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

Roof replacement of a failed roofing system provides watertight environmental controls to the important process equipment and building components housed in the structure.  Removal and replacement of the failed equipment, electronic and electrical components, would be a major impact to the budget. No community outreach or environmental factors are considered for this project.

 

3.  BID INFORMATION

This project was formally advertised on the Vendor Services and Bid Express websites from 12/1/2023 through 1/17/2024.   Four bids were received:

 

     Name                                                   Bid Amount________City/State                        Status                    

JB Roofing                                                $317,316.00                 Columbus, OH                               MAJ

General Maintenance & Engineering                          $411,000.00                                    Columbus, OH                                MAJ                     

K & W Roofing, Inc.                                                  $412,680.00                 Columbus, OH                               WBE

Kalkreuth Roofing and Sheet Metal, Inc.     $480,240.00                                   Lewis Center, OH                               MAJ

 

The JB Roofing bid was deemed non-responsive due to not meeting the City MBE/WBE goal requirements.  K & W Roofing, Inc. is a WBE firm and received a 5% discount incentive off their bid price, making them the lowest bidder.  Their bid was evaluated and deemed the lowest, best, most responsive bid. 

 

K & W Roofing, Inc.’s certification was in good standing at the time of the contract award.

 

4.  CONTRACT COMPLIANCE INFORMATION

K & W Roofing, Inc.’s contract compliance number is CC005659 and expires 2/8/26. 

 

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 15% 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 JB Roofing, ODI deemed their bid non-responsive for not meeting the goal and for an insufficient Good Faith Effort. 

 

K & W Roofing, Inc. is a WBE company and received a 5% discount incentive making them the next low bidder. They submitted a Utilization Plan meeting the 15% goal.  After review of their Utilization Plan and other related information the contractor submitted with their bid response, ODI approved an MBE/WBE Program goal of 15% 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, K & W Roofing, Inc., has proposed the following two subcontractors to perform contract work:

 

Company Name                                            City/State                                     ODI Certification Status

Roberts Service Group, Inc.                          Columbus, Ohio                                            WBE                                

Maxwell Lightning Protection Company           Dayton, Ohio                                              MAJ

                  

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

 

6. PRE-QUALIFICATION STATUS

K & W Roofing, 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 $414,680.00 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.

 

Title

To authorize the Director of the Department of Public Utilities to enter into a construction contract with K & W Roofing, Inc. for the Jackson Pike Waste Water Treatment Plant DC3 and DC4 Roof Replacement project; to authorize an amendment to the 2023 Capital Improvement Budget; and to authorize the expenditure of up to $414,680.00 for the project.  ($414,680.00)

 

Body

WHEREAS, the Department of Public Utilities is engaged in the Jackson Pike WWTP DC3 and DC4 Roof Replacement project; and

 

WHEREAS, four bids for the Jackson Pike WWTP DC3 and DC4 Roof Replacement project were received and opened on 1/17/24; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into a construction services contract with K & W Roofing, Inc. for the Jackson Pike WWTP DC3 and DC4 Roof 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 expend funds to pay for this 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

6109 / P650234-100000 / Roof Replacement for DPU Facilities (Voted Sanitary Carryover) / $565,210.00 / $150,530.00 / ($414,680.00)

6109 / P650234-100111 / Jackson Pike WWTP DC3 and DC4 Roof Replacement (Voted Sanitary Carryover) / $0.00 / $414,680.00 / $414,680.00

 

SECTION 2.  That the Director of Public Utilities is hereby authorized to enter into a construction services contract for the Jackson Pike WWTP DC3 and DC4 Roof Replacement project with K & W Roofing, Inc., 4299 Lockbourne Industrial Parkway, Columbus OH 43207, in an amount up to $412,680.00, 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 3.  That the expenditure of up to $414,680.00, 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 4.  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 5.  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 6.  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 7.  That this ordinance shall take effect and be in force from and after the earliest period allowed by law.