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 an additional 4 years. The duration of the contract may extend into subsequent years based on the complexity and progress of the assigned work. The anticipated that this contact will conclude 12/31/2023.

 

3.   Contract Compliance No.:  13-6094431 | MAJ | Exp.  05/21/2020 | Vendor # 025646

 

4.                     Economic / Environment Impact:   The performance of this project’s work activities to address replacement and repair of DPU roofs and roofing components will prevent moisture damage to process equipment, electrical components and other interior furnishings and equipment. Replacement costs of items due to failed roofing systems could have a major impact to the budget. No community outreach or environmental factors are considered for this project.

 

5.   Fiscal Impact: This legislation authorizes the transfer within of $310,069.63 and the expenditure of up to $415,000.00 from the Sanitary Sewer General Obligation Bond Fund, Fund 6109 and an amends the 2019 Capital Improvements Budget.

 

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)

 

Body

 

WHEREAS, it is necessary to authorize the renewal (R#1) an existing engineering agreement with Hatch Associates Consultants, Inc. for the DOSD Roof Replacements, No. 2 Project, CIP# 650234-100100; and

 

WHEREAS, the original contract number PO143499 was authorized by Ordinance No. Ord 2295-2018 passed by the Columbus City Council on September 24, 2018, executed by the Director of Public Utilities October 30, 2018, approved by the City Attorney on October 31, 2018, and certified by the City Auditor on November 1, 2018; and

 

WHEREAS, it is necessary 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, Fund 6109; and

 

WHEREAS, it is necessary to authorize an amendment to the 2019 Capital Improvements Budget; and

 

WHEREAS, it has become necessary in the usual daily operation of the Division of Sewerage and Drainage, Department of Public Utilities, to authorize the Director to renew (R#1) an existing engineering agreement with Hatch Associates Consultants, Inc. for the DOSD Roof Replacements, No. 2, CIP# 650234-100100 for the preservation of 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 Director of Public Utilities is hereby authorized to renew (R#1) an existing engineering agreement with Hatch Associates Consultants, Inc., 88 East Broad Street, Suite 1980, Columbus, Ohio, 43215 for the DOSD Roof Replacements, No. 2, in accordance with the terms and conditions of the contract on file in the Office of the Division of Sewerage and Drainage.

SECTION 2. That the City Auditor is hereby authorized to transfer of $310,069.63 from the Sanitary Sewer General Obligation Bond Fund 6109, per the account codes in the attachment to this ordinance.

 

SECTION 3: That the Director of Public Utilities is authorized to expend up to $415,000.00 from the Sanitary Sewer General Obligation Bond Fund 6109 per the account codes in the attachment to this ordinance.

 

SECTION 4. That the 2019 Capital Improvements Budget is hereby amended as follows:

 

Fund No. | Project No. | Project Name | Current | Revised | (Change)

6109 | 650744-100000 | Brimfield Area Sanitary System Repair (carryover) | $1,361,371 | $1,051,302 | (-$310,070)

6109 | 650234-100100 | DOSD Roof Replacements No. 2 (carryover) | $104,930 | $415,000 | (+$310,070)

SECTION 5. That the said firm, Hatch Associates Consultants, Inc., shall perform the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Sewerage and Drainage.

 

SECTION 6. That the City Auditor is hereby authorized and directed to transfer any unencumbered balance in the project account to the unallocated balance 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 no longer required for said project; except that no transfer shall be made from a project account by monies from more than one source.

 

SECTION 7. That the City Auditor is authorized to establish proper project accounting numbers as appropriate.

 

SECTION 8. That the City Auditor is authorized to make any accounting changes to revise the funding source for all contracts of contract modifications associated with this ordinance.

 

SECTION 9. That the funds necessary to carry out the purpose of this Ordinance are hereby deemed appropriated, and the City Auditor shall establish such accounting codes as necessary.

 

SECTION 10. That this ordinance shall take effect and be in force from and after the earliest period allowed by law.