header-left
File #: 1843-2011    Version: 1
Type: Ordinance Status: Passed
File created: 10/20/2011 In control: Public Utilities Committee
On agenda: 12/5/2011 Final action: 12/7/2011
Title: To authorize the Director of Public Utilities to enter into an agreement for professional engineering services with American Structurepoint, Inc.; for the Saddle Run Stormwater System Improvements Project for the Division of Sewerage and Drainage; to authorize the transfer of $76,997.52 within the Storm Build America Bonds Fund; to amend the 2011 Capital Improvements Budget and to authorize the expenditure of $176,997.52 within the Storm Build America Bonds Fund. ($176,997.52)
Attachments: 1. ORD1843-2011 Director's Legislation Information, 2. ORD1843-2011MAP, 3. ORD1843-2011Sub-Contractor Work Identification Form
Explanation
1. BACKGROUND: This legislation authorizes the Director of Public Utilities to enter into an agreement with American Structurepoint, Inc., for professional engineering services for Saddle Run Stormwater System Improvements Project.
Based on residents concerns, the Division of Sewerage and Drainage is requesting a study to analyze the culvert and downstream storm sewer system to determine what improvements need to be made if any to mitigate structural stormwater flooding that has occurred in this area during large storm events. There is only one phase planned for this project which shall be for a period of 18 months.

2. ENGINEERING CONTRACT AWARD: American Structurepoint, Inc. was selected in accordance with the procedures set forth in Columbus City Code, Section 329.14, "Awarding professional service contracts through requests for proposals". Twenty five consultants submitted Statements of Qualifications by the due date of March 30, 2007. Three consultants that met the minimum qualifications were selected to submit Technical Proposals. All three consultants submitted their proposals on June 24, 2011. The proposals evaluated were from: American Structurepoint, Inc., Moody Nolan and RW Armstrong.

Upon review of the proposals, the bidders were ranked using criteria specified in City Code, and more specifically: competence of the offeror to perform the service, past performance of the offeror, cost evaluation, the feasibility/quality of the proposed project approach, location of the office performing work, familiarity with project requirements, ability to perform expeditiously, and contracted backlog of work with the Division. Based upon these criteria, American Structurepoint, Inc. was selected as the highest-ranked bidder.

3. FISCAL IMPACT: There is sufficient cash and authority within the Storm B.A.B.s (Build America Bonds) Fund for this project, although an amendment to the 2011 Capital Improvements Budget a transfer of cash within th...

Click here for full text