header-left
File #: 2926-2023    Version: 1
Type: Ordinance Status: Passed
File created: 10/13/2023 In control: Public Service & Transportation Committee
On agenda: 11/20/2023 Final action: 11/22/2023
Title: To amend the 2023 Capital Improvement Budget; to authorize the transfer of funds within the Streets and Highways Bond Fund; to authorize the Director of the Department of Public Service to enter into a contract modification with Resource International, Inc. in connection with the Vision Zero - Ped Safety - Crosswalk Enhancements 2023 project; to authorize the expenditure of up to $150,000.00 from the Streets and Highways Bond Fund for the project. ($150,000.00)
Attachments: 1. Ord 2926-2023 Accounting Template.pdf
Explanation
1. BACKGROUND
This ordinance authorizes the Director of the Department of Public Service to modify a professional services contract with Resource International, Inc. to add additional funds for design of the Vision Zero - Ped Safety - Crosswalk Enhancements 2023.
Ordinance 1027-2023 authorized the Director of Public Service to enter into a professional services contract with Resource International, Inc. for the Vision Zero - Ped Safety - Crosswalk Enhancements 2023 project. The intent of this project is to provide the City of Columbus, Department of Public Service, additional resources for the design of enhanced crosswalks at 13 locations throughout City. This ordinance authorizes the Director of Public Service to modify the contract in the amount of $150,000.00.

1.1 Amount of additional funds to be expended: $150,000.00
The original contract amount: $600,000.00 (PO383247, Ord. 1027-2023)
The total of Modification No. 1: $150,000.00 (This Ordinance)

The contract amount including all modifications: $750,000.00

1.2 Reasons additional goods/services could not be foreseen:
This is an unplanned modification that is necessary to cover work for all thirteen locations. Originally, it was intended to reduce the number of locations but it was decided after receiving cost proposals that doing all locations at once would be more cost efficient.

1.3 Reason other procurement processes are not used:
It is more cost effective and timely to complete all thirteen locations as part of one design contract.

1.4 How cost of modification was determined:
The cost of this modification was determined by an internal review of the work proposed and the suggested hours proposed by the consultant. The fee is based on an appropriate estimate of the hours determined to be required for the proposed tasks.

Searches in the System for Award Management (Federal) and the Findings for Recovery list (State) prod...

Click here for full text