header-left
File #: 1527-2005    Version: 1
Type: Ordinance Status: Passed
File created: 9/12/2005 In control: Utilities Committee
On agenda: 10/24/2005 Final action: 10/26/2005
Title: To authorize the Director of Public Utilities to enter into a contract with SAIC Engineering of Ohio, Inc. for Security Enhancements, for the Division of Water, to authorize the expenditure of $2,981,333.00 from the Waterworks Enlargement Voted 1991 Bonds Fund, to authorize the City Auditor to transfer funds within the Waterworks Enlargement Voted 1991 Bonds Fund, and to amend the 2005 C.I.B. ($2,981,333.00)
Attachments: 1. RFSQ Summary of submittal.pdf, 2. Scope of Services (RFP).pdf, 3. Information to be included in Contracting Legislation 05-067.pdf, 4. MBE-FBE Particiption SE.pdf
Date Ver.Action ByActionResultAction DetailsMeeting Details
10/26/20051 ACTING CITY CLERK Attest  Action details Meeting details
10/25/20051 MAYOR Signed  Action details Meeting details
10/24/20051 Columbus City Council ApprovedPass Action details Meeting details
10/24/20051 COUNCIL PRESIDENT Signed  Action details Meeting details
10/17/20051 Columbus City Council Read for the First Time  Action details Meeting details
10/5/20051 City Clerk's Office Sent back for Clarification/Correction  Action details Meeting details
10/5/20051 Utilities Drafter Sent to Clerk's Office for Council  Action details Meeting details
9/23/20051 Utilities Drafter Sent for Approval  Action details Meeting details
9/23/20051 Auditor Reviewer Reviewed and Approved  Action details Meeting details
9/23/20051 CITY AUDITOR Reviewed and Approved  Action details Meeting details
9/23/20051 Utilities Drafter Sent for Approval  Action details Meeting details
9/23/20051 CITY ATTORNEY Reviewed and Approved  Action details Meeting details
9/23/20051 Utilities Drafter Sent to Clerk's Office for Council  Action details Meeting details
9/22/20051 Utilities Drafter Sent for Approval  Action details Meeting details
9/22/20051 Finance Reviewer Reviewed and Approved  Action details Meeting details
9/22/20051 FINANCE DIRECTOR Reviewed and Approved  Action details Meeting details
9/20/20051 ODI DIRECTOR Reviewed and Approved  Action details Meeting details
9/19/20051 UTILITIES DIRECTOR Reviewed and Approved  Action details Meeting details
9/19/20051 Utilities Drafter Sent for Approval  Action details Meeting details
9/19/20051 EBOCO Reviewer Reviewed and Approved  Action details Meeting details
9/15/20051 Utilities Reviewer Sent for Approval  Action details Meeting details
9/14/20051 Utilities Reviewer Reviewed and Approved  Action details Meeting details
9/14/20051 Utilities Drafter Sent for Approval  Action details Meeting details
9/13/20051 Utilities Drafter Sent for Approval  Action details Meeting details
9/12/20051 Utilities Drafter Sent for Approval  Action details Meeting details
Explanation

BACKGROUND: The intent of the Security Enhancements project is to prepare a Master Plan document which will prioritize work to be performed in multiple phases, following the recommendations identified in the Division of Water System Vulnerability Assessment report, prepared in March 2003. Preliminary and detailed design work will be completed in phases based on the prioritization identified in the Master Plan. This contract provides professional engineering services for the design and preparation of construction contract documents for Tier I (most critical) facilities, and preliminary design services for Tier II (remaining critical facilities). The selected professional service firm will provide all office and field services necessary to prepare technical reports and design documents for construction. This legislation authorizes the expenditure for design services. The expenditure for construction administration services, and detailed design services for Tier II facilities, will be authorized by a future modification when the scope of services can be better defined.

A total of eight (8) statements were received August 27, 2004 in response to the advertised Request for Statements of Qualifications (RFQ). None of the responses were from MBE/FBE firms, five of the firms had MBE/FBE firms as part of their project team. A five (5) member evaluation committee, in accordance with Section 329.13, evaluated the proposals and ranked the offerors based upon the evaluation criteria specified in the RFQ: qualifications of staff, specialized experience, professional qualifications, past performance, meeting schedules and budgets, and location of staff. Three (3) firms were selected to submit complete technical proposals, and to make presentations. SAIC Engineering of Ohio, Inc. was selected based upon the quality and feasibility of their proposal. SAIC Engineering of Ohio, Inc. has an FBE sub-consultant as part of their design team.

FISCAL IMPACT...

Click here for full text