header-left
File #: 0815-2024    Version: 1
Type: Ordinance Status: Passed
File created: 3/13/2024 In control: Public Utilities & Sustainability Committee
On agenda: 4/29/2024 Final action: 5/1/2024
Title: To authorize the Director of the Department of Public Utilities to enter into a construction contract with The Righter Co., Inc. for the Dodge Park Pump Station Radio System Upgrade project; to authorize an amendment to the 2023 Capital Improvement Budget; to authorize the transfer of cash and appropriation within the Sanitary Bond Fund; and to authorize the expenditure of $1,201,364.00 for the project. ($1,201,364.00)
Attachments: 1. ORD 0815-2024 Utilization, 2. ORD 0815-2024 Accounting Template

Explanation

1.  BACKGROUND

This ordinance authorizes the Director of Public Utilities to enter into a construction contract with The Righter Co., Inc. for the Dodge Park Pump Station Radio System Upgrade project, CIP #650260-105001, in an amount up to $1,199,364.00, 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 $1,201,364.00.

 

The Dodge Park pump station network utilizes a system of radios and repeaters for communication and control with the Sewer Maintenance Operations Center (SMOC). The existing radio hardware has become obsolete and replacement parts are no longer available. In addition to the equipment obsolescence, a future highway flyover will be built over or near the existing radio tower and will cause radio interference. This construction contract will provide the following: 1) A connection from the Dodge Park Pump Stations to existing City fiber to provide redundant communication to the Sewer Maintenance Operations Center (SMOC); and 2) Upgraded Programmable Logic Controllers (PLCs) and radio system equipment for the following locations: Sanitary Pump Station SA-13 (Dodge Park), Stormwater Pump Stations ST-22 (Long & Hocking), ST-1/1A (Mound & Sandusky), ST-23 (Long & Neil), and ST-26 (Dodge Park), Greenlawn Floodwall, Rich St. Floodwall, Biofilter 5, Biofilter 6, and the Alum Creek Storm Tank.

 

The Community Planning Area is 99 - Citywide.

 

TIMELINE:  Contract work is required to be substantially complete in a manner acceptable to the City within 500 days from the date that a Notice to Proceed (NTP) is given by the City.  Final Completion is 530 days from the date of NTP. NTP is expected in the spring of 2024.

 

ESTIMATED COST OF PROJECT:  The bid amount and proposed award amount is $1,199,364.00, 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                                               $1,199,364.00

Prevailing Wage Charge                          $      2,000.00

TOTAL                                                                    $1,201,364.00

 

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

This contract will continue the City’s efforts to utilize a system of radios and repeaters for communication and control with the Sewer Maintenance Operations Center (SMOC). This system of radio equipment informs maintenance staff of any problems at remote sanitary and stormwater facilities which would cause Water-in-Basement (WIB) events or overflows to area streams and rivers.

 

This contract replaces equipment in kind. Additional infrastructure is not being constructed; so, no community outreach impact is considered for this project and public informational meetings are not required.

 

3.  BID INFORMATION

This project was formally advertised on the Vendor Services and Bid Express websites from 1/23/2024 through 2/21/2024.   One bid was received:

 

     Name                                          Bid Amount________       City/State                      Status                    

The Righter Co., Inc.                       $1,199,364.00                            Columbus, OH                               MAJ

 

The Righter Co., Inc.’s certification was in good standing at the time of the contract award.

 

4.  CONTRACT COMPLIANCE INFORMATION

The Righter Co., Inc.’s contract compliance number is CC004433 and expires 10/25/25. 

 

5.  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 not an opportunity for MBE/WBE participation in this contract and did not assign a goal.  This contract was not bid 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.

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

 

Company Name                                            City/State                                     ODI Certification Status

JK Communications, Inc.                             Columbia City, Indiana                               MAJ                                

Dublin Technical Systems, Inc.                    Dublin, Ohio                                               MAJ

Harris and Heavener Excavating, Inc.          Reynoldsburg, Ohio                                    MAJ                            

 

The certification of 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 in the amount of $1,201,364.00 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.  A transfer of cash and appropriation between projects within the Sanitary Bond Fund is needed to align cash and appropriation with the proper 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 Dodge Park Pump Station Radio System Upgrade project; to authorize an amendment to the 2023 Capital Improvement Budget; to authorize the transfer of cash and appropriation within the Sanitary Bond Fund; and to authorize the expenditure of $1,201,364.00 for the project.  ($1,201,364.00)

 

Body

WHEREAS, the Department of Public Utilities is engaged in the Dodge Park Pump Station Radio System Upgrade project; and

 

WHEREAS, one bid for the Dodge Park Pump Station Radio System Upgrade project was received and opened on 2/21/24; and

 

WHEREAS, the bid received was evaluated and deemed responsive and responsible; 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 Dodge Park Pump Station Radio System 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 transfer cash and appropriation between projects within the Sanitary Bond Fund, Fund 6109, to align cash and appropriation 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 / P650234-100100 / DOSD Roof Replacements, No. 2 (Voted Sanitary Carryover) / $1,585,796.00 / $600,000.00 / ($985,796.00)

6109 / P650260-102016 / JPWWTP Incinerator Building Rehabilitation (Voted Sanitary Carryover) / $353,867.00 / $138,299.00 / ($215,568.00)

 

6109 / P650260-105001 / Dodge Park Pump Station Radio System Upgrade (Voted Sanitary Carryover) / $0.00 / $1,201,364.00 / $1,201,364.00                    

 

SECTION 2.  That the transfer of $985,796.00, or so much thereof as may be needed, is hereby authorized within the Sanitary Bond Fund, Fund 6109, per the account codes in the attachment to this ordinance.

 

SECTION 3.  That the Director of the Department of Public Utilities is hereby authorized to enter into a construction services contract for the Dodge Park Pump Station Radio System Upgrade project with The Righter Co., Inc., 2424 Harrison Rd, Columbus, OH 43204, in an amount up to $1,199,364.00, 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 4.  That the expenditure of up to $1,201,364.00, 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 5.  That 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.