header-left
File #: 3152-2016    Version: 1
Type: Ordinance Status: Passed
File created: 11/28/2016 In control: Public Utilities Committee
On agenda: 1/23/2017 Final action: 1/26/2017
Title: To authorize the Director of Public Utilities to modify and increase the professional services agreement with ARCADIS U.S., Inc., for the General Services for Security and Emergency Preparedness Project; to authorize a transfer and expenditure up to $100,000.00 within the Water General Obligation Bonds Fund; to authorize a transfer and expenditure up to $25,000.00 within the Electricity General Obligation Bonds Fund; to authorize an expenditure of up to $100,000.00 from the Sanitary Sewer General Obligation Bond Fund; and to amend the 2016 Capital Improvements Budget. ($225,000.00)
Attachments: 1. ORD 3152-2016 Information, 2. ORD 3152-2016 SWIF, 3. ORD 3152-2016 Funding, 4. ORD 3152-2016 CIB Amendment
Explanation

1.0 BACKGROUND: This Ordinance authorizes the Director of Public Utilities to modify and increase the professional services agreement with ARCADIS U.S., Inc. for the General Services for Security and Emergency Preparedness Project, in an amount up to $225,000.00.

The Department of Public Utilities contracted with ARCADIS U.S., Inc. to provide full-service assistance for general security and emergency preparedness related services. The original agreement provided services for Phase 1: Assessment Services and Phase 2: Emergency Response Plan (ERP) services.

The Original agreement (PO015118, Ord. #1001-2016) provided Phase I - Assessment Services and Phase II - Emergency Response Plan (ERP) services. See the attached Information form for a detailed description of these services.

Modification No. 1 (current) is needed to continue Phase I and Phase II services into 2017. This is the second year of a five-year agreement.

1.1 Amount of additional funds to be expended: $225,000.00
Original Contract Amount: $ 225,000.00 (PO015118)
Modification #1: (current) $ 225,000.00
Original contract & Mod 1: $ 450,000.00
Modifications #2-4: (future) $ 675,000.00
$1,125,000.00

1.2 Reasons additional goods/services could not be foreseen:
Up to four modifications were anticipated and explained in the original Request for Proposal (RFP).

1.3 Reason other procurement processes are not used:
The Request for Proposal (RFP) stated the original agreement would be established for a minimum one-year period with annual renewal options for four additional years on a year-by-year basis. This is the second year of the five-year agreement.

1.4 How cost of modification was determined:
The original Request for Proposal (RFP) stated the contracted amounts would be $225,000.00.

2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:
The economic impact and advantages of this project are to study t...

Click here for full text