header-left
File #: 0032-2024    Version: 1
Type: Ordinance Status: Passed
File created: 12/14/2023 In control: Public Utilities & Sustainability Committee
On agenda: 1/22/2024 Final action: 1/24/2024
Title: To authorize the Director of the Department of Public Utilities to enter into a professional services contract with Resource International, Inc. for the Chesapeake Avenue Area Water Line Improvements project; to authorize an amendment to the 2023 Capital Improvement Budget; and to authorize the expenditure of up to $336,594.25 from the Water Bond Fund for the contract. ($336,594.25)
Indexes: MBE Participation, WBE Participation
Attachments: 1. ORD 0032-2024 Utilization Form, 2. ORD 0032-2024 Vicinity Map (Chesapeake), 3. ORD 0032-2024 Accounting Template

Explanation   

1.  BACKGROUND

This ordinance authorizes the Director of the Department of Public Utilities to enter into a contract with Resource International, Inc. for professional engineering services for the Chesapeake Avenue Area Water Line Improvements project, CIP #690236-100154, in an amount up to $336,594.25.

 

The purpose of this project is to construct necessary improvements to the water distribution system in the Chesapeake Avenue Area.  The improvements identified in the scope of work will replace or rehabilitate water lines that have high break histories and require frequent maintenance.  This project includes replacing or rehabilitating approximately 10,150 linear feet of 2-inch, 6-inch, 8-inch water lines and transferring existing services from a 4-inch to a 16-inch water line.  The streets include Chesapeake Avenue, Virginia Avenue, West 8th Avenue, Concord Avenue, Sells Avenue, Western Avenue, Hess Street, West 6th Avenue, Delashmut Avenue, Broadview Avenue, Stella Court, and West 5th Avenue.

This project is located within the Olentangy West (38) and Fifth by Northwest (42) Community Planning Areas.

 

TIMELINE & FUTURE RENEWAL(S):  The duration of the design phase for this project is expected to be 12 months. It is estimated the end of this contract will occur in 2025.

 

ESTIMATED COST OF PROJECT:  The contract amount is to be $336,594.25 including a 15% contingency that will be utilized to fund needed and approved changes in the work.  No contract modifications are anticipated at this time; however, design exigency might later compel modification of this contract if unforeseen difficulties are encountered.

                     

                     Original Contract                                               $336,594.25

                     Future Anticipated Needs                                               $          0.00

        CONTRACT TOTAL                                               $336,594.25

 

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

The goal of this project is to replace or rehabilitate existing water lines that have a high break frequency.  Replacement of these water lines will improve water service, decrease burden on water maintenance operations, and reduce water loss.  The Neighborhood Liaison(s) will be contacted and informed of this project during the design phase.  Further community outreach may result through the Neighborhood Liaison Program.

 

3.  PROCUREMENT

This project was formally advertised on the Vendor Services and Bonfire websites from August 25, 2023, through September 22, 2023.   Requests for Proposals for three waterline projects were solicited from six firms previously identified through a Statement of Qualifications process.  The intention was to award one of the waterline contracts to each of the three highest scoring companies.  Proposals were received from the following companies:

 

Name                                                                 C.C. No.        Exp. Date                     City/State                Status                     

EMH&T                     CC004214       11/8/25                     Columbus/OH                     MAJ

Korda/Nemeth Engineering, Inc.                     CC004467       2/22/25                     Columbus/OH                     MAJ

Resource International, Inc.                     CC004197       1/31/24                     Columbus/OH                     WBE

AECOM Technical Services, Inc.                     CC010897       6/22/24                     Columbus/OH                     MAJ                     

DLZ Ohio, Inc.                     CC004939       4/29/24                     Columbus/OH                     MBE

HDR Engineering, Inc.                     CC008851       5/19/24                     Columbus/OH                     MAJ

 

All proposals were deemed responsive.  The evaluation committee reviewed the proposals and recommended the contract for the Chesapeake Avenue Area Water Line Improvements project be awarded to Resource International, Inc.

 

As part of their proposal, Resource International, Inc. proposed the following subcontractors to perform contract work:

 

Company Name                                               City/State                       ODI Certification Status

ms consultants, inc.                                                                             Columbus                                                                                    MAJ

Dynotec, Inc.                                                                                                  Columbus                                                                                    MBE

Henderson Aerial Surveyors                                                        Grove City                                                                  MAJ

 

The certifications of Resource International, Inc., and the above subcontractors were in good standing at the time the bid was awarded.

 

4.  CONTRACT COMPLIANCE INFORMATION

Resource International, Inc.’s contract compliance number is CC004197 and expires 1/31/24.  Resource International, Inc. is a City-certified WBE company.   

 

Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) did not reveal any exclusions for Resource International, Inc. or any listed subcontractor.

 

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 10%.  After review of the Utilization Plan and other related information the contractor submitted with their bid response, an MBE/WBE Program goal of 10% is established for this contract.  Failure by the contractor to meet this goal subjects the contractor to the Penalties for Non-Compliance as described in the terms and conditions of the bid documents.

Resource International Inc. is a City-certified WBE company and anticipates performing the contract work with the use of one City-certified MBE company (Dynotec).  It is anticipated 86.5% of the contract work will be performed by City-certified MBE/WBE companies.

6.  FISCAL IMPACT

Funding in the amount of $336,594.25 is available and appropriated within the Water Bond Fund, Fund 6006.  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 professional services contract with Resource International, Inc. for the Chesapeake Avenue Area Water Line Improvements project; to authorize an amendment to the 2023 Capital Improvement Budget; and to authorize the expenditure of up to $336,594.25 from the Water Bond Fund for the contract.  ($336,594.25)

 

Body

WHEREAS, the Department of Public Utilities is engaged in the Chesapeake Avenue Area Water Line Improvements project; and

 

WHEREAS, the Department of Public Utilities advertised a Request for Proposals for the Chesapeake Avenue Area Water Line Improvements project; and

 

WHEREAS, six proposals for the Chesapeake Avenue Area Water Line Improvements project were received and evaluated by the evaluation committee; and

 

WHEREAS, the evaluation committee recommended Resource International, Inc. be awarded the contract for this project; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into a professional services contract with Resource International, Inc. for the Chesapeake Avenue Area Water Line Improvements 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 authorize an expenditure of funds from the Water Bond Fund, Fund 6006, to pay for the contracted services for the 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 / Current / Change / Amended

6006 / 690236-100143 / Eureka-Fremont Area Water Line Improvements (Voted Water Carryover) / $400,000.00 / ($36,594.00) / $363,406.00

 

6006 / 690236-100154 / Chesapeake Avenue Area Water Line Improvements / (Voted Water Carryover) / $300,000.00 / $36,594.00 / $336,594.00

 

SECTION 2.  That the Director of the Department of Public Utilities is hereby authorized to enter into a professional services contract for the Chesapeake Avenue Area Water Line Improvements project with Resource International, Inc., 6350 Presidential Gateway, Columbus, Ohio 43231, in an amount not to exceed $336,594.25; in accordance with the terms and conditions of the contract on file in the Department of Public Utilities.

 

SECTION 3. That the expenditure of $336,594.25, 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 4.  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 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.