header-left
File #: 0845-2024    Version: 1
Type: Ordinance Status: Passed
File created: 3/18/2024 In control: Public Utilities & Sustainability Committee
On agenda: 5/13/2024 Final action: 5/15/2024
Title: To authorize the Director of Public Utilities to modify and increase a professional engineering services contract with Hill International for the Professional Construction Management Services - 2020 contract; to authorize an amendment to the 2023 Capital Improvement Budget; to authorize a transfer of cash and appropriation within the Water Bond Fund; and to authorize an expenditure of up to $9,960,500.00 from the Water Bond Fund to pay for the modification. ($9,960,500.00)
Indexes: MBE Participation, WBE Participation
Attachments: 1. ORD 0845-2024 Accounting Template, 2. ORD 0845-2024 Utilization, 3. ORD 0845-2024 Financials Analysis

Explanation

1.  BACKGROUND

This Ordinance authorizes the Director of Public Utilities to modify and increase the professional engineering services contract with Hill International, Inc. (hereafter Hill International) for the Professional Construction Management Services (PCM) - 2020 contract, CIP # 690587-100001, in an amount up to $9,960,500.00.

 

This Professional Construction Management (PCM) contract assists the City with managing a capital improvement program consisting of multiple capital improvement projects to ensure completion in accordance with design requirements and City’s needs, while serving as a liaison between the construction contractor, design professional (DP), and City personnel.  Work performed to date includes program support services, design phase construction management services (e.g., construction cost estimating, constructability reviews, and construction scheduling), and construction administration / construction inspection (CA/CI) services.  Future phases of the contact will continue these same services.

    

The Community Planning Area is “99 - Citywide” because the water facilities associated with this contract serve multiple planning areas.

 

1.1 Contract Timeline and Future Modifications:  The Notice to Proceed (NTP) for the originality contract occurred in December 2020.  Construction projects were assigned to this contract based on their advertisement date using a three year assignment period that started in December 2020 and ran to December 2023.  Hill International will continue to provide construction services for the construction projects assigned to the PCM-2020 contract during that assignment window until the completion of those construction projects or until the work on this projects are completed to the satisfaction of the City.  It will be necessary to periodically modify the contract to add funds to pay for this continued work until the last construction project originally assigned to the PCM-2020 contract is completed.

 

1.2 Amount of additional funds to be expended:  $9,960,500.00

Original Contract Amount:                                $2,442,500.00 (Ordinance No. 2380-2020)

Renewal #1:                                                    $6,826,100.00 (Ordinance No. 1569-2021)

Renewal #2:                                                    $7,371,100.00 (Ordinance No. 1404-2022)

Renewal #3:                                                    $9,421,900.00 (Ordinance No. 1000-2023)

Modification #1 (current):                                 $9,960,500.00

Modification #2 (future):                        $7,500,000.00                    

Modification #3 (future):                        $3,000,000.00

Contract Total:                                               $46,522,100.00

 

1.3. Reason other procurement processes are not used:  This work was awarded through the City’s RFP process.  Another procurement process is not required to continue the work.

 

1.4. How the cost of the modification was determined:  The City identified the services anticipated to be needed over the next year for each project currently assigned to this contract.  Hill International developed a proposal for the hours/resources necessary to complete the services based upon the current contract rates and allowable expenses.  The City and Hill International negotiated to determine the final price. 

 

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

This PCM contract supports various projects in the Division of Water capital program.  These projects maintain and upgrade drinking water supply and treatment facilities to provide a safe and reliable water supply to the Central Ohio area.  All of these functions are tied to the economic vitality of the service area. 

 

Most projects are located within secure areas of the water supply system that are not accessible to the public and for these projects no community outreach activities are anticipated.  Community outreach activities will be considered for projects that impact the public. 

 

The consultant team identified a commitment to the Mayor’s Green Initiative in their business practices and will be involved in applying Department of Public Utilities Environmental Management System (EMS) practices to the construction projects.

 

3.  CONTRACT COMPLIANCE INFORMATION

Hill International’s contract compliance number is CC000990 and expires 11/30/25.

 

4.  MINORITY AND WOMAN OWNED BUSINESS ENTERPRISE & SMALL LOCAL BUSINESS ENTERPRISE PROGRAM

This contract was put in place prior to the implementation of the City of Columbus MBE/WBE Program and is not subject to the requirements of that program.  Hill International is classified as a majority company by the City’s Office of Diversity and Inclusion.  Per the Utilization Plan submitted with this ordinance, Hill International plans to utilize City-certified MBE/WBE firms to perform 25.6% of the dollar amount of the work of this contract modification.

As part of their proposal, Hill International has proposed the following thirteen subcontractors to perform contract work:

 

Company Name                                           City/State                      ODI Certification Status

H.R. Gray                                                                                                 Columbus/Oh                                                                MAJ

Black & Veatch Corporation                                               Columbus/Oh                                                                MAJ

T&M Associates                                                                             Columbus/Oh                                                                MAJ

Dynotec, Inc                                                                                       Columbus/Oh                                                                MBE

Resource International, Inc                                                Columbus/Oh                                                                 WBE

CDM Smith                                                                                           Columbus/Oh                                                                  MAJ

Ascension Construction Solutions                             Columbus/Oh                                                                 MBE

G. Stephens, Inc.                                                                         Columbus/Oh                                                                  MBE

Andover Associates, Ltd.                                                   Columbus/Oh                                                                WBE

Donahue Ideas                                                                                       Columbus/Oh                                                                WBE

Stone Environmental                                                                    Westerville/Oh                                                              WBE

Geotechnical Consultants, Inc.                                          Westerville/Oh                                                              MAJ

CTL Engineering, Inc.                                                                 Columbus/Oh                                                                  MBE

 

The certification of Hill International and the above companies was in good standing at the time the contract was modified.

 

5.  FISCAL IMPACT

Funds are available and appropriated for this expenditure within the Water Bond Fund, Fund 6006.  An amendment to the 2023 Capital Improvement Budget is needed to align budget authority with the proper projects.  A transfer of funds and appropriation within the Water Bond Fund is necessary to align cash and appropriation with the proper projects.

 

Title

To authorize the Director of Public Utilities to modify and increase a professional engineering services contract with Hill International for the Professional Construction Management Services - 2020 contract; to authorize an amendment to the 2023 Capital Improvement Budget; to authorize a transfer of cash and appropriation within the Water Bond Fund; and to authorize an expenditure of up to $9,960,500.00 from the Water Bond Fund to pay for the modification.  ($9,960,500.00)

 

Body

WHEREAS, the Department of Public Utilities used the City’s Request for Proposal process to advertise the Professional Construction Management Services - 2020 contract opportunity and recommended an award be made to Hill International for the contract; and

 

WHEREAS, Ordinance 2380-2020 authorized the Director of the Department of Public Utilities to award the Professional Construction Management Services - 2020 contract to Hill International; and

 

WHEREAS, Ordinance 1569-2021 authorized contract renewal #1 and additional funding to be added to the contract; and

 

WHEREAS, Ordinance 1404-2022 authorized contract renewal #2 and additional funding to be added to the contract; and

 

WHEREAS, Ordinance 1000-2023 authorized contract renewal #3 and additional funding to be added to the contract; and

 

WHEREAS, it is necessary to authorize the Director of Public Utilities to execute Contract Modification No. 1 for the Professional Construction Management Services - 2020 contract with Hill International to fund continued services for this contract; and

 

WHEREAS, it is necessary to authorize an amendment to the 2023 Capital Improvement Budget for the purpose of aligning budget authority with the proper projects; and

 

WHEREAS, it is necessary to authorize a transfer and of cash and appropriation between projects within the Water Bond Fund, Fund 6006, to align cash and appropriation with the proper projects; and 

 

WHEREAS, funds must be expended from the Water Bond Fund, Fund 6006, to pay for the contract modification; 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

6006 / 690236-100103 / Mock Road Area Water Line Improvements (Voted Water Carryover) / $479,351.00 / $0.00 / ($479,351.00)

6006 / 690236-100104 / Edsel Avenue Area Water Line Improvements (Voted Water Carryover) / $312,821.00 / $0.00 / ($312,821.00)

6006 / 690236-100109 / Livingston Ave Phase B W.L. Imp's (Voted Water Carryover) / $284,276.00 / $0.00 / ($284,276.00)

6006 / 690236-100112 / Transite Pipe Replacement (Voted Water Carryover) / $459,660.00 / $0.00 / ($459,660.00)

6006 / 690236-100126 / Sawmill Place Blvd. Area WL Imp's (Voted Water Carryover) / $750,000.00 / $0.00 / ($750,000.00)

6006 / 690236-100127 / Wellington Blvd Area Water Line Imp's (Voted Water Carryover) / $450,000.00 / $0.00 / ($450,000.00)

6006 / 690236-100129 / Bluefield Drive Area Water Line Imp's (Voted Water Carryover) / $450,000.00 / $0.00 / ($450,000.00)

6006 / 690236-100132 / Elizabeth Ave Area WL Imps (fka #73) (Voted Water Carryover) / $500,000.00 / $2,000.00 / ($498,000.00)

6006 / 690236-100140 / Old Beechwold Area Water Line Imp's (Voted Water Carryover) / $427,580.00 / $0.00 / ($427,580.00)

6006 / 690236-100145 / Palmetto/Westgate Water Line Improvements (Voted Water Carryover) / $300,000.00 / $0.00 / ($300,000.00)

6006 / 690236-100158 / South Eureka Ave. Water Line Improvements (Voted Water Carryover) / $287,500.00 / $0.00 / ($287,500.00)

6006 / 690358-100000 / Automatic Meter Reading (Voted Water Carryover) / $2,300,000.00 / $1,200,000.00 / ($1,100,000.00)

6006 / 690493-100001 / PAWP Automation Upgrade - 2019 (Voted Water Carryover) / $279,364.00 / $0.00 / ($279,364.00)

6006 / 690510-100000 / HCWP Sludge Disposal Line Repl. - Part I (incl. eng. for all phases) (Voted Water Carryover) / $299,887.00 / $0.00 / ($299,887.00)

6006 / 690521-100000 / Water Main Repair (Voted Water Carryover) / $682,836.00 / $1.00 / ($682,835.00)

6006 / 690537-100003 / Morse District 2 MG Elevated Storage Tank (Voted Water Carryover) / $500,000.00 / $0.00 / ($500,000.00)

6006 / 690559-100002 / HCWP Sludge Removal - Lagoon 1 (2020) (Voted Water Carryover) / $454,912.00 / $49,996.00 / ($404,916.00)

6006 / 690587-100002/ Professional Construction Management (PCM) - 2023 (Voted Water Carryover) / $1,330,700.00 / $452,600.00 / ($878,100.00)

6006 / 690588-100001 / Olentangy River Road 24-Inch Water Main (Phase 2) (Voted Water Carryover) / $296,220.00 / $0.00 / ($296,220.00)

6006 / 690597-100000 / Hudson Street 24" Water Line Improvements (Voted Water Carryover) / $276,614.00 / $0.00 / ($276,614.00)

6006 / 690606-100000 / PAWP Pump Improvements (Voted Water Carryover) / $150,000.00 / $106,624.00 / ($43,376.00)

 

6006 / 690286-100003 / HCWP Misc. Imp. - HCWP Actuator and HSP Monitoring Improvements (Voted Water Carryover) / $199,800.00 / $295,300.00 / $95,500.00

6006 / 690286-100011 / HCWP Misc. Improvements- HCWP Door Lock Improvements (Voted Water Carryover) / $1,699,968.00 / $1,986,268.00 / $286,300.00

6006 / 690291-100002 / PAWP Misc. Imp's - Lime Slaker and Soda Ash Feeder Replacement (Voted Water Carryover) / $359,300.00 / $1,203,500.00 / $844,200.00

6006 / 690389-100001 / HCWP Basin Concrete Rehabilitation Part 2 (Voted Water Carryover) / $1,591,800.00 / $3,346,600.00 / $1,754,800.00

6006 / 690411-100020 / Watershed Misc. Imps. - Griggs Dam Misc. Concrete Repair (Voted Water Carryover) / $0.00 / $35,800.00 / $35,800.00

6006 / 690486-100000 / HCWP Hypochlorite Disinfection Improvements (Voted Water Carryover) / $509,800.00 / $2,248,600.00 / $1,738,800.00

6006 / 690487-100000 / PAWP Hypochlorite Disinfection Improvements (Voted Water Carryover) / $454,200.00 / $1,479,900.00 / $1,025,700.00

6006 / 690515-100000 / Water Quality Assurance Lab Renovations (Voted Water Carryover) / $1,007,303.00 / $1,221,700.00 / $214,397.00

6006 / 690523-100000 / DRWP Laboratory Upgrades (Voted Water Carryover) / $207,300.00 / $531,200.00 / $323,900.00

6006 / 690540-100002 / Water Treatment Residuals Turnkey Dewatering Services (Voted Water Carryover) / $882,500.00 / $1,406,200.00 / $523,700.00

6006 / 690545-100000 / HCWP Lime and Soda Ash Dust Collection System Improvements (Voted Water Carryover) / $267,500.00 / $1,152,600.00 / $885,100.00

6006 / 690552-100001 / PAWP Plant Drain & Water System Improvements (Voted Water Carryover) / $117,700.00 / $363,100.00 / $245,400.00

6006 / 690576-100000 / DOW Safety Improvements (Voted Water Carryover) / $497,700.00 / $716,100.00 / $218,400.00

6006 / 690578-100000 / DRWP Caustic Feed Improvements (Voted Water Carryover) / $526,500.00 / $910,000.00 / $383,500.00

6006 / 690587-100001 / Professional Construction Management (PCM) - 2020 (Voted Water Carryover) / $546,800.00 / $1,431,800.00 / $885,000.00

 

SECTION 2.  That the transfer of $8,582,397.73, or so much thereof as may be needed, is hereby authorized between projects within the Water Bond Fund, Fund 6006, per the account codes in the attachment to this ordinance. 

 

SECTION 3.  That the Director of Public Utilities is hereby authorized to modify the professional engineering services contract with Hill International, Inc., 2 Easton Oval, Suite 110, Columbus, Ohio, 43219, for the Professional Construction Management Services - 2020 Project, to add funds in an amount up to $9,960,500.00.

 

SECTION 4.  That an expenditure of $9,960,500.00, or so much thereof as may be needed, is hereby authorized from the Water Bond fund, Fund 6006, to pay for this contract modification per the accounting codes in the attachment to this ordinance.

 

SECTION 5.  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.