header-left
File #: 2329-2023    Version: 1
Type: Ordinance Status: Passed
File created: 8/2/2023 In control: Public Utilities Committee
On agenda: 9/18/2023 Final action: 9/21/2023
Title: To authorize the Director of Public Utilities to enter into a contract for the Professional Construction Management 2023 project with Hill International, Inc.; to authorize an amendment to the 2023 Capital Improvement Budget; to authorize a transfer of cash and appropriation between projects within the Water Bond Fund; and to authorize an expenditure not to exceed $3,058,800.00 from the Water Bond Fund for the contract. ($3,058,800.00)
Indexes: MBE Participation, WBE Participation
Attachments: 1. ORD 2329-2023 Utilization Plan, 2. ORD 2329-2023 Accounting Template

...Explanation

1.  BACKGROUND

This ordinance authorizes the Director of Public Utilities to enter into a contract with Hill International, Inc. for the Professional Construction Management 2023 project, CIP #690587-100002, in an amount not to exceed $3,058,800.00. 

 

This contract will assist 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.  Future phases will include modifications of the contract until the last assigned construction contract is completed.

 

The Community Planning Areas are 35 Northland, 37 West Scioto, 64 Far South, 68 Dublin Road Corridor, and 99 Citywide, as the water facilities associated with this contract serve multiple planning areas.

 

TIMELINE & FUTURE RENEWALS

The Notice to Proceed (NTP) is anticipated to occur in November 2023.  Construction projects will be assigned to this contract based on their advertisement date using a three year assignment period that starts at this contract’s NTP date; thus, the assignment period is anticipated to run from November 2023 to December 2026.  Funds will be authorized through contract modifications as required by fiscal needs. The PCM team will provide construction services through completion of the last construction project assigned to this contract.  Thus, the end date for this contract will depend on the construction duration of the last construction project assigned.

 

ESTIMATED COST OF PROJECT

The initial contract amount is to be $3,058,800.00.  Modifications will be performed on an as needed basis for future funding needs.  It is anticipated that total spending during the term of the project could total $33,558,800.00 as shown below:

 

Cost summary:

                     Initial Contract                                                                                           $3,058,800.00

                     Mod #1 (future estimated)                                                                   $8,000,000.00

                     Mod #2 (future, estimated)                                                                $10,000,000.00

                     Mod #3 (future, estimated)                                                       $8,000,000.00

                     Mod #4 (future, estimated)                                                                   $3,000,000.00

                     Mod #5 (future, estimated)                                                                   $1,500,000.00

 

                     ESTIMATED CONTRACT TOTAL                     $33,558,800.00

 

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

This Professional Construction Management contract will support various projects in the Division of Water capital program.  These projects will 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 will be 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 occur outside of secure areas. 

 

The consultant team has identified a commitment to the Mayor’s Green Initiative in their business practices and will be involved in applying DPU’s environmental management system (EMS) to the construction projects.

 

3.  PROCUREMENT

The Department of Public Utilities advertised a Request for Proposals on the Vendor Services and Bonfire websites from April 21, 2023, through May 19, 2023, in order to solicit proposals for Professional Construction Management 2023, CIP #690587-100002 contract.  One proposal was received from the following company.

 

Name

CC No.

Exp. Date

 City/State

Status

Hill International, Inc.

CC000990

12/8/2023

Columbus, OH

MAJ

 

The proposal was deemed responsive and was evaluated by the evaluation committee.  As part of their proposal, Hill International proposed the following subcontractors to perform contract work:

 

Company Name                                 City/State                       ODI Certification Status

Anser Advisory, LLC                                                               Columbus                                                               MAJ

Black & Veatch Corporation                                          Columbus                                                               MAJ

T&M Associates                                                                            Columbus                                                               MAJ

Dynotec, Inc.                                                                                      Columbus                                                               MBE

Resource International, Inc.                                            Columbus                                                               WBE

CDM Smith                                                                                  Columbus                                                               MAJ

Ascension Construction Solutions                            Columbus                                                               MBE

G. Stephens, Inc.                                                                           Columbus                                                               MBE

Andover Associates, Ltd.                                                  Columbus                                                               WBE

Donahue Ideas                                                                                Columbus                                                               WBE

CTL Engineering, Inc.                                                           Columbus                                                               MBE

 

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

 

4.  CONTRACT COMPLIANCE INFORMATION

Hill International, Inc.’s contract compliance number is CC000990 and expires 12/8/2023.

 

Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) did not reveal any exclusions for Hill International, Inc. or any sub-consultants.

 

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

These contracts were 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 contractors submitted with their bid responses, ODI has approved an MBE/WBE Program goal of 15% for both of these contracts.  Failure by the contractors to meet this goal subjects the contractors to the Penalties for Non-Compliance as described in the bid documents for this contract.

6.  FISCAL IMPACT

Funds in the amount of $3,058,800.00 are 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 projects.  A transfer of cash and appropriation between projects within Fund 6006 (Water Bond Fund) is also needed to align cash and appropriation with the proper projects. 

 

Title

To authorize the Director of Public Utilities to enter into a contract for the Professional Construction Management 2023 project with Hill International, Inc.; to authorize an amendment to the 2023 Capital Improvement Budget; to authorize a transfer of cash and appropriation between projects within the Water Bond Fund; and to authorize an expenditure not to exceed $3,058,800.00 from the Water Bond Fund for the contract.  ($3,058,800.00)

 

Body

WHEREAS, the Department of Public Utilities advertised a Request for Proposals for the Professional Construction Management 2023 project; and

 

WHEREAS, Hill International, Inc. is the firm selected by the evaluation committee to provide these services; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into a professional services contract with Hill International, Inc. for the Professional Construction Management 2023 project; and

 

WHEREAS, the 2023 Capital Improvement 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 Water Bond Fund, Fund 6006, to align cash and appropriation with the proper project; and

 

WHEREAS, funds must be expended to pay for the services Hill International, Inc. will provide under the Professional Construction Management 2023 contract; 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 / 690587-100002 / Professional Construction Management (PCM) - 2023 (Voted Water Carryover) / $3,500,000.00 / $1,330,700.00 / ($2,169,300.00)

 

6006 / 690580-100000 / PAWP Wellfield Development (Voted Water Carryover) / $12,200.00 / $353,300.00 / $341,100.00

6006 / 690351-100001 / McKinley Avenue Quarry Misc. Improvements 2021 (Voted Water Carryover) / $0.00 / $18,500.00 / $18,500.00

6006 / 690278-100004 / DRWP Misc. Imp's - Educational Signage & Displays (Voted Water Carryover) / $39,100.00 / $90,900.00 / $51,800.00

6006 / 690278-100009 / DRWP Lubricant Storage Building (Voted Water Carryover) / $39,100.00 / $164,700.00 / $125,600.00

6006 / 690566-100000 / PAWP Lagoon Sludge Removal (Voted Water Carryover) / $27,400.00 / $578,300.00 / $550,900.00

6006 / 690569-100000 / Elevator Improvements (Voted Water Carryover) / $46,000.00 / $174,700.00 / $128,700.00

6006 / 690026-100023 / 910 Dublin Road - Office Renovations (Voted Water Carryover) / $0.00 / $427,900.00 / $427,900.00

6006 / 690581-100000 / DOW Perimeter Fence Improvements (Voted Water Carryover) / $0.00 / $296,600.00 / $296,600.00

6006 / 690278-100010 / DRWP Tunnel Improvements (Voted Water Carryover) / $0.00 / $228,200.00 / $228,200.00

SECTION 2.  That the transfer of $2,169,300.13, or so much thereof as may be needed, is hereby authorized within the Water Bond Fund, Fund 6006, per the accounting codes in the attachment to this ordinance.

 

SECTION 3.  That the Director of Public Utilities is authorized to enter into a contract with Hill International, Inc., 2 Easton Oval, Suite 110, Columbus, Ohio 43219, for the Professional Construction Management 2023 project, in an amount not to exceed $3,058,800.00, in accordance with the terms and conditions of the contract on file with the Department of Public Utilities.

 

SECTION 4.  That the expenditure of $3,058,800.00, 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 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 the contract award is in compliance with the provisions of Columbus City Codes Chapter 329.

 

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