header-left
File #: 1107-2024    Version: 1
Type: Ordinance Status: Passed
File created: 4/10/2024 In control: Finance & Governance Committee
On agenda: 5/6/2024 Final action: 5/9/2024
Title: To authorize the Director of Finance and Management, on behalf of the Office of Construction Management, to enter into a construction contract with Proline Electric Inc. for the City Hall Electrical Upgrade (Re-bid) Project; to authorize a transfer and expenditure up to $915,100.00 within the Construction Management Capital Improvement Fund; and to authorize an amendment to the 2023 Capital Improvements Budget. ($915,100.00)
Indexes: MBE Participation
Attachments: 1. ORD 1107-2024 Funding

Explanation

 

1. BACKGROUND:  This legislation authorizes the Director of Finance and Management to enter into a construction contract, on behalf of the Office of Construction Management, with Proline Electric Inc., for the City Hall Electrical Upgrade (Re-bid) Project, in the amount of $915,100.00. 

 

This project will upgrade the AEP service to 480 Volts for the City Hall Building at 90 W. Broad Street, Columbus, OH 43215. City Hall currently has municipal power as its primary power service.  The scope of this project includes a new transfer switch, backup power for security operations, and other such work as may be necessary to complete the contract, in accordance with the drawings, technical specifications, and City of Columbus Construction and Material Specifications as set forth in the Invitation for Bid (IFB).

 

2. CONSTRUCTION CONTRACT AWARD:  The project was let by the Office of Construction Management through Vendor Services and Bid Express.  Of the 514 vendors solicited, 196 were Minority-owned, 3 were Veteran-owned, 320 were Small Business-owned, and 120 were Woman-owned.

 

The Director of Finance and Management publicly opened five (5) bids on February 29, 2024:

 

1. Black Bronco Construction                     $   700,000.00

2. Proline Electric                                                                         $   915,100.00

3. Claypool Electric                                                    $1,041,200.00

4. Zenith Systems                                                                         $1,386,000.00

5. Roberts Service Group                                   $1,399,100.00

 

*Black Bronco’s bid was deemed non-responsive for not being pre-qualified as well as submitting an incomplete bid package.

 

Proline Electric’s bid was deemed the lowest, best, most responsive and responsible bid in the amount of $915,100.00.  Their DAX Vendor Account No. is 5491 (expires 7/18/25, Majority-designated).

 

3. SUBCONTRACTOR PARTICIPATION:  The ODI-assigned goal for this project is 15%.  Proline Electric proposed using the following subcontractor to meet this goal:

 

Company Name                                                  City/State                     ODI Designation     

Goldtech of Ohio Inc.                                                               Dublin/OH                                          MBE

 

Minority vendor certification was in good standing at the time the bid was awarded.

 

4. FISCAL IMPACT:  A transfer within the Construction Management Capital Improvement Fund - Fund No. 7733 will be necessary as well as an amendment to the 2023 Capital Improvements Budget.

 

Title

 

To authorize the Director of Finance and Management, on behalf of the Office of Construction Management, to enter into a construction contract with Proline Electric Inc. for the City Hall Electrical Upgrade (Re-bid) Project; to authorize a transfer and expenditure up to $915,100.00 within the Construction Management Capital Improvement Fund; and to authorize an amendment to the 2023 Capital Improvements Budget.  ($915,100.00)

 

Body

 

WHEREAS, five (5) bids for City Hall Electrical Upgrade (Re-bid) Project were received and publicly opened in the office of the Director of Finance and Management on February 29, 2024; and

 

WHEREAS, the bid from the lowest bidder, Black Bronco Construction, was deemed non-responsive for not being pre-qualified as well as submitting an incomplete bid package; and

 

WHEREAS, the lowest, best, most responsive and responsible bid was from Proline Electric Inc. in the amount of $915,100.00; and

 

WHEREAS, it is necessary to authorize the Director of Finance and Management to award and execute a construction contract for the City Hall Electrical Upgrade (Re-bid) Project; and

 

WHEREAS, it is necessary to authorize a transfer and expenditure of funds within the Construction Management Capital Improvement Fund - Fund No. 7733; and 

 

WHEREAS, it is necessary to authorize an amendment to the 2023 Capital Improvements Budget for the purpose of providing sufficient spending authority for the aforementioned project expenditure; and

 

WHEREAS, it has become necessary in the usual daily operation of the Department of Finance and Management, Office of Construction Management, to authorize the Director of Finance and Management to enter into a construction contract for the City Hall Electrical Upgrade (Re-bid) Project, with Proline Electric Inc., for the preservation of the public Safety, peace, property and safety; now therefore,

 

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

 

SECTION 1.  That the Director of Finance and Management is hereby authorized to enter into a construction contract, on behalf of the Office of Construction Management, with Proline Electric Inc., for the City Hall Electrical Upgrade (Re-bid) Project, in an amount up to $915,100.00.

 

SECTION 2.  That the transfer of $915,100.00, or so much thereof as may be needed, is hereby authorized in the Construction Management Capital Improvement Fund - Fund No. 7733, in Object Class 06 - Capital Outlay, per the accounting codes in the attachment to this ordinance. 

 

SECTION 3.  That the 2023 Capital Improvements Budget is hereby amended, in the Construction Management Capital Improvement Fund - Fund No. 7733, per the accounting codes in the attachment to this ordinance.

 

SECTION 4. That the expenditure of $915,100.00, or so much thereof as may be needed, is hereby authorized in the Construction Management Capital Improvement Fund - Fund No. 7733, in Object Class 06 - Capital Outlay, 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 hereby authorized and directed 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 account 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 allowed by law.