header-left
File #: 1411-2024    Version: 1
Type: Ordinance Status: Passed
File created: 5/8/2024 In control: Public Utilities & Sustainability Committee
On agenda: 6/10/2024 Final action: 6/13/2024
Title: To authorize the Director of Public Utilities to enter into a contract modification for General Engineering Services for the Fourth Water Plant with Hazen and Sawyer; to authorize an amendment to the 2023 Capital Improvement Budget; to appropriate funds within the Water Supply Revolving Loan Account Fund; to make this ordinance contingent upon the Ohio Water Development Authority approving a loan for this project; and to authorize the expenditure of $55,617,700.00 from the Water Supply Revolving Loan Account Fund. ($55,617,700.00)
Indexes: MBE Participation, WBE Participation
Attachments: 1. ORD 1411-2024 Schedule 2A-1_FWP Subcontractor Util Form.pdf, 2. ORD 1411-2024 Fourth Water Plant_VicMap.pdf, 3. ORD 1411-2024 Accounting Template.pdf

Explanation

1.  BACKGROUND

This ordinance authorizes the Director of Public Utilities to enter into a contract modification with Hazen and Sawyer for professional engineering services for the Fourth Water Plant project, CIP #690600-100000, in an amount up to $55,617,700.00. 

 

The Fourth Water Plant (FWP) project will design and construct a new water plant to meet water supply needs and increase the resiliency and reliability of the water supply system.  The FWP site will be located on City owned property in Delaware County, Concord Township, at the southeast corner of Dublin Road (S.R. 745) and Home Road (C.R. 124).

 

Work performed to date includes Study Services (Phase 1) and Preliminary Design Services (Phase 2).  The Phase 1 Study Services researched and evaluated options related to the new water plant and developed a basis of design for the recommended improvements.  The project was further developed in Preliminary Design.  The preliminary design process advanced the study phase by determining process components, evaluated technology alternatives and developed the design components contained in the final Preliminary Design Report.  This report includes: permitting efforts, site/civil design, process design, opinion of probable construction cost, and project schedule updates. The Preliminary Design Report, prepared in this phase, serves as the foundation for developing the detailed design documents in the next phase of design.

 

This modification provides funding for Detailed Design Services (Phase 3), which will develop detailed design drawings for the main plant project and will also provide funding for engineering services during construction for two of the FWP subprojects, the Site Preparation project and the Electrical Substation project.

 

It is the City’s intent to execute future contract modifications for Engineering Services During Construction for the rest of the plant construction needs. 

 

Planning area = “99-Citywide”

 

TIMELINE & FUTURE MODIFICATION(S):  Phase 1 - Study Phase services began first quarter 2023 and was completed third quarter 2023.  Phase 2 - Preliminary Design Services (Modification No. 1) began 3rd quarter 2023 and is concluding.  Phase 3 - Detailed Design Services (Modification No. 2) is expected to have a duration of approximately 20 months.  Phase 4 - Engineering Services during Construction (Modification No. 3) is expected to have a duration of approximately 36-48 months.  Phase 5 -Additional Engineering Services during Construction (Modification No. 4) is expected to have a duration of approximately 12 months.  December 2030 is the estimated ending date of the agreement based on the total term.

 

ESTIMATED COST OF PROJECT:

Cost summary:

 

Original Contract - Study Phase                                                                                $  7,470,000.00 (ORD 3316-2022; PO363156)

Modification No. 1 - Preliminary Design                                                      $ 11,838,000.00 (ORD 1692-2023; PO394443)

Modification No. 2 - Detailed Design                                                                    $ 55,617,700.00 (current)

Modification No. 3 - Services during Construction           $24,000,000.00 (estimated)

Modification No. 4 - Services during Construction II                     $ 16,000,000.00 (estimated)

Modification No. 5 - Services during Operation                                 $   8,000,000.00 (estimated)

CONTRACT TOTAL                                                                                          $122,925,700.00 (estimated)

 

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

The City currently has three water plants that collectively provide drinking water to approximately 1.2 million customers in the City of Columbus and surrounding communities.  The existing water plants include the Hap Cremean Water Plant (HCWP), the Dublin Road Water Plant (DRWP), and the Parsons Avenue Water Plant (PAWP).  The FWP will position the City to meet anticipated water system demands and will improve the reliability and resiliency of the water supply system and help support economic growth of the Central Ohio Area.  Sustainable design options are being evaluated for integration into the project.

 

3.  CONTRACT COMPLIANCE INFORMATION

Hazen and Sawyer’s contract compliance number is CC000630 and expires 2/27/2026.  Hazen and Sawyer’s certification was in good standing at the time of the contract renewal.

 

Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Hazen and Sawyer

 

4.  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 other related information the contractor submitted with their bid response, ODI has 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, Hazen and Sawyer has proposed the following 18 subcontractors to perform contract work:

 

Company Name                                            City/State                                     ODI Certification Status

Black & Veatch                                     Columbus, Ohio                                               MAJ

ARCADIS                                             Columbus, Ohio                                               MAJ

AECOM                                                Columbus, Ohio                                               MAJ

Stantec Consulting Services Inc.              Columbus, Ohio                                               MAJ

Eagon & Associates, Inc.                       Worthington, Ohio                                            MAJ

Korda/Nemeth Engineering, Inc.             Columbus, Ohio                                               MAJ

Ribway Engineering Group                     Columbus, Ohio                                               MBE

Smoot Construction Company                 Columbus, Ohio                                               MBE

Moody Engineering                                Columbus, Ohio                                               MBE

RAMA Consulting                                 Columbus, Ohio                                               MBE

Resource International                           Columbus, Ohio                                               WBE

Coldwater Consulting                             Columbus, Ohio                                               WBE

Hydrous WD                                         Columbus, Ohio                                               MAJ

Regency Construction Services              Columbus, Ohio                                               WBE

Advanced Engineering Consultants         Columbus, Ohio                                               MBE

Dynotec                                                Columbus, Ohio                                               MBE

Lanham Engineering                              Powell, Ohio                                                   WBE

360Water                                              Columbus, Ohio                                              WBE

 

5. FISCAL IMPACT

This design contract modification is anticipated to be financed with a loan from the Water Supply Revolving Loan Fund (WSRLF), a program jointly administered by the Ohio EPA's Division of Environmental and Financial Assistance and the Ohio Water Development Authority (OWDA).  City Council authorized this loan application and acceptance of funding via Ordinance 0859-2024, passed by Council on 4/15/24.  This loan is expected to be approved at the OWDA June Board meeting.  This ordinance is contingent upon the loan being approved by OWDA.  The Department of Public Utilities will inform the Auditor's Office when this loan has been approved.

An amendment to the 2023 Capital Improvement Budget is needed to align budget authority with the proper project.  Funds will also need to be appropriated in the Water Supply Revolving Loan Account Fund, Fund 6011.

Title

To authorize the Director of Public Utilities to enter into a contract modification for General Engineering Services for the Fourth Water Plant with Hazen and Sawyer; to authorize an amendment to the 2023 Capital Improvement Budget; to appropriate funds within the Water Supply Revolving Loan Account Fund; to make this ordinance contingent upon the Ohio Water Development Authority approving a loan for this project; and to authorize the expenditure of $55,617,700.00 from the Water Supply Revolving Loan Account Fund.  ($55,617,700.00)

Body

WHEREAS, the Department of Public Utilities is engaged in the Fourth Water Plant project; and

 

WHEREAS, Ordinance 3316-2022 authorized awarding a contract for design of the Fourth Water Plant project to Hazen and Sawyer through the City’s Request for Proposal project; and

 

WHEREAS, it is necessary to modify the contract to add funding for the next phase of design, and

 

WHEREAS, Ordinance 0859-2024 authorized this modification to be funded by a loan to be obtained through the Water Supply Revolving Loan Account (WSRLA); and

 

WHEREAS, this ordinance is contingent upon that loan being approved; and

 

WHEREAS, it is necessary to amend the 2023 Capital Improvement Budget to align budget authority for the project; and

 

WHEREAS, it is necessary to appropriate funds in the Water Supply Revolving Loan Account Fund, Fund 6011; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into a contract modification for General Engineering Services for the Fourth Water Plant project with Hazen and Sawyer; NOW, THEREFORE,

 

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

 

SECTION 1.  That the 2023 Capital Improvement 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

6011 / 690600-100000 / Fourth Water Plant (WSRLA Loan) / $0.00 / $55,617,700.00 / $55,617,700.00 (To match loan amount)

 

SECTION 2.  That the appropriation of $55,617,700.00, or so much thereof as may be needed, is hereby authorized in the Water Revolving Loan Fund, Fund 6011, per the accounting codes in the attachment to this ordinance.

 

SECTION 3.  That the Director of the Department of Public Utilities be and hereby is authorized to enter into a planned contract modification for professional engineering services for the Fourth Water Plant project, CIP #690600-100000, with Hazen and Sawyer, 150 E. Campus View Blvd., Suite 200; Columbus, Ohio 43245; in accordance with the terms and conditions of the contract modification on file in the Department of Public Utilities.

 

SECTION 4.  That the expenditure of $55,617,700.00, or so much thereof as may be needed, is hereby authorized to pay for this contract per the accounting codes in the attachment to this ordinance.

 

SECTION 5.  That this ordinance is contingent upon the Ohio Water Development Authority's Board approving the loan for this project.

 

SECTION 6.  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 7.  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 8.  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 9.  That this ordinance shall take effect and be in force from and after the earliest period allowed by law.