header-left
File #: 2993-2017    Version: 1
Type: Ordinance Status: Passed
File created: 11/3/2017 In control: Public Service & Transportation Committee
On agenda: 12/4/2017 Final action:
Title: To amend the 2017 Capital Improvement Budget; to authorize the City Auditor to transfer cash and appropriation within the Streets and Highways Bond Fund; to authorize the Director of Public Service to enter into a professional services contract with JMT (Johnson, Mirmiran &Thompson), Inc. for the UIRF - South Linden Sidewalks 2017 project; to authorize the expenditure of up to $167,186.12 from the Streets and Highways Bond Fund to pay for this contract; and to declare an emergency. ($167,186.12)
Attachments: 1. ORD2993-2017 UIRF S Linden Sidewalks design

Explanation

1.  BACKGROUND

This legislation authorizes the Director of Public Service to enter into professional services contracts with JMT (Johnson, Mirmiran &Thompson), Inc., in the amount of up to $167,186.12 for the UIRF - South Linden Sidewalks 2017 project.

 

The intent of this project is to provide the Department of Public Service with continuing, contractual access to additional resources that are necessary to perform various professional engineering, survey, and technical expertise for the department to implement projects for the Department of Development through the City’s Urban Infrastructure Recovery Fund (UIRF) program.

The Department of Public Service, Office of Support Services, solicited Requests for Proposals for the UIRF - South Linden Sidewalks 2017, CIP 440005-100070; UIRF - Far South Engineering 2017, CIP 440005-100071; and UIRF - Sidewalks and Roadway Improvements 2017, CIP 440005-100072 contracts.  One RFP was issued for three projects with the intention of awarding the three projects to three companies.  The project was formally advertised on the Vendor Services web site from July 11, 2017, to August 10, 2017The City received seventeen (17) responses.  All proposals were deemed responsive and were fully evaluated when the Evaluation Committee met on August 23, 2017.   The responding firms were: 

 

Company Name                                                 City/State            Majority/MBE/MBR/F1/AS1/PHC

Prime AE                                                                                                            Columbus, OH                                          AS1

Strand                                                                                                                                Columbus, OH                                          Majority

JMT                                                                                                                               Columbus, OH                                          Majority

E.L. Robinson                                                                                                            Columbus, OH                                          Majority

CHA Consulting                                                                                    Columbus, OH                                           Majority

The Mannik & Smith Group                                                               Columbus, OH                                          Majority                       

DLZ Ohio                                                                                                         Worthington, OH                     MBR 

CCI Engineering                                                                                    Columbus, OH                                          F1

AECOM                                                                                                         Columbus, OH                                           Majority

Ribway Engineering                                                                                    Columbus, OH                                           MBE

Moody Engineering                                                                                    Columbus, OH                                           MBE

HDR                                                                                                                              Columbus, OH                                          Majority

ADR                                                                                                                                 Columbus, OH                                          Majority

Fishbeck, Thompson, Carr & Huber                                          Columbus, OH                                          Majority

Osborn Engineering                                                                                    Columbus, OH                                          Majority

Star Consultants                                                                                    Columbus, OH                                            MBE

E.P. Ferris                                                                                                         Columbus, OH                                          Majority

 

Prime AE Group received the highest score by the evaluation committee and was offered their choice of the three contracts.  They chose the UIRF - Far South Engineering contract.  Strand Associates received the second highest score by the evaluation committee and was offered their choice of the South Linden Sidewalks or the Sidewalk and Roadway Improvements contracts.  Strand chose the Sidewalk and Roadway Improvements contract.  JMT was offered the South Linden Sidewalks contract.   

 

2.  CONTRACT COMPLIANCE

JMT (Johnson, Mirmiran &Thompson), Inc.’s contract compliance number is CC009015 and expires 04/21/2018. 

 

3. FISCAL IMPACT

Funding for this contract is available within Fund 7704, the Streets and Highways Bond FundAn amendment to the 2017 Capital Improvement Budget is required to establish sufficient budget authority for the project.

 

4. EMERGENCY DESIGNATION

Emergency action is requested to expedite this contract to maintain established project schedules and to allow the department to enter into contract prior to year-end.

 

Title

To amend the 2017 Capital Improvement Budget; to authorize the City Auditor to transfer cash and appropriation within the Streets and Highways Bond Fund; to authorize the Director of Public Service to enter into a professional services contract with JMT (Johnson, Mirmiran &Thompson), Inc. for the UIRF - South Linden Sidewalks 2017 project; to authorize the expenditure of up to $167,186.12 from the Streets and Highways Bond Fund to pay for this contract; and to declare an emergency. ($167,186.12)

 

Body

WHEREAS, there is a need to enter into a professional services contract to provide for continuing, contractual access to additional resources that are necessary to perform various professional engineering, survey, and technical expertise for the department to implement projects for the Department of Development through the City’s Urban Infrastructure Recovery Fund (UIRF) program; and

 

WHEREAS, the Department of Public Service, Office of Support Services, solicited Requests for Proposals for the UIRF - South Linden Sidewalks 2017 project; and

 

WHEREAS, JMT (Johnson, Mirmiran &Thompson), Inc. submitted the best overall proposal for the UIRF - South Linden Sidewalks 2017 project; and

 

WHEREAS, it is necessary to enter into a contract with JMT for the provision of professional engineering consulting services described above in the amount of up to $167,186.12; and

 

WHEREAS, it is necessary to authorize an amendment to the 2017 Capital Improvement Budget for the purpose of providing sufficient spending authority for the aforementioned project expenditure; and

 

WHEREAS, it is necessary to authorize a transfer of funds within Fund 7704, the Streets and Highways Bond Fund, to establish sufficient cash to pay for the project; and

 

WHEREAS, an emergency exists in the usual daily operation of the Department of Public Service in that it is immediately necessary to authorize the Director of Public Service to enter into contract with JMT in order to maintain established project schedules for the City’s Urban Infrastructure Recovery Fund program, thereby preserving the public health, peace, property, safety and welfare; now, therefore

 

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

 

SECTION 1. That the 2017 Capital Improvements Budget authorized by ordinance 1124-2017 be amended as follows to establish  sufficient authority for this project:

 

Fund / Project / Project Name / C.I.B. / Change / C.I.B. as Amended

7704 / P440005-100000 / UIRF - Urban Infrastructure Recovery Fund 59-12 (Unvoted Carryover) / $248,018.00 / ($167,187.00) / $80,831.00 (Ord 2992-2017 is routing for approval at the same time as this ordinance and also required a budget amendment to this project, reducing budget authority from $447,448.00 to $248,018.00.)

 

7704 / P440005-100070 / UIRF - South Linden Sidewalks 2017 (Unvoted Carryover) /$0.00 / $167,187.00 / $167,187.00

 

SECTION 2.  That the transfer of $167,186.12, or so much thereof as may be needed, is hereby authorized within Fund 7704 (Streets and Highways Bond Fund), from Dept-Div 5912 (Division of Design and Construction), Project P440005-100000 (UIRF - Urban Infrastructure Recovery Fund 59-12), Object Class 06 (Capital Outlay) to Dept-Div 5912 (Division of Design and Construction), Project P440005-100070 (UIRF - South Linden Sidewalks 2017), Object Class 06 (Capital Outlay).

 

SECTION 3.  That the Director of Public Service be, and hereby is, authorized to enter into a professional services contract with JMT (Johnson, Mirmiran &Thompson), Inc., 2800 Corporate Exchange Drive, Suite 250, Columbus, Ohio,  43231, for the UIRF - South Linden Sidewalks 2017 project in an amount up to $167,186.12.

 

SECTION 4.  That the expenditure of $167,186.12, or so much thereof as may be needed, is hereby authorized in Fund 7704 (Streets and Highways Bond Fund), Dept-Div 5912 (Division of Design and Construction), Project P440005-100070 (UIRF - South Linden Sidewalks 2017), in Object Class 06 (Capital Outlay) per the accounting codes in the attachment to this ordinance.

 

SECTION 5.  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 for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.