header-left
File #: 1729-2019    Version: 1
Type: Ordinance Status: Passed
File created: 6/18/2019 In control: Public Utilities Committee
On agenda: 7/29/2019 Final action: 7/31/2019
Title: To authorize the Director of Public Utilities to renew an existing engineering agreement with Hatch Associates Consultants, Inc. for the DOSD Roof Replacements, No. 2; to authorize the transfer within of $310,069.63 and the expenditure of up to $415,000.00 from the Sanitary Sewer General Obligation Bond Fund; and to amend the 2019 Capital Improvements Budget. ($415,000.00)
Attachments: 1. Ord 1729-2019 Director's Legislation Information Sheet, 2. Ord 1729-2019 Sch 2A-1 New Utilization Form Mod 0 and Mod 1, 3. Ord 1729-2019 DAX Financial Form DOSD Roof Replacement R#1
Explanation

1. BACKGROUND: This legislation authorizes the Director of Public Utilities to renew (R#1) an existing engineering agreement with Hatch Associates Consultants, Inc. for the DOSD Roof Replacements, No. 2 Project, CIP# 650234-100100. To date three DOSD facility roofing systems have been designed under this contract: Jackson Pike Maintenance Building, Southerly Center Preaeration Control Building, and Phase III of the SMOC roof. Step III Construction Services will be performed for these roofs in 2019. Step II detailed design services will be performed for DOSD roofs that will be replaced in 2020. Please refer to the Schedule 1 Scope of Work for additional information. Future renewals are planned.
Planning Area: 99
1.1 Amount of additional funds to be expended: $415,000.00
Original Contract $ 200,850.00
Renewal 1 (anticipated 2019) $ 415,000.00
Total To-Date: $ 615,850.00

1.2 Reasons additional goods/services could not be foreseen:
This modification was planned at contract origination.
1.3 Reasons other procurement processes are not used:
Due to the highly complex and technical nature of this wastewater treatment plant infrastructure project, it is not reasonable or cost efficient to undertake a new procurement effort to acquire these services. The lengthy process for initiating a new procurement, and for a new entity to gain understanding of the project, would likely cause an unacceptable project delay and additional cost.

1.4 How cost of modification was determined:
The cost of the renewal was determined by cost analysis of prior DOSD roof replacement projects.
2. Project Timeline: This will be a one year contract, with an option for the City to renew annually for...

Click here for full text