header-left
File #: 2432-2020    Version: 1
Type: Ordinance Status: Passed
File created: 10/21/2020 In control: Public Service & Transportation Committee
On agenda: 11/9/2020 Final action: 11/12/2020
Title: To amend the 2019 Capital Improvement Budget; to authorize the City’s Chief Innovation Officer to execute a contract modification with Accenture relative to the Smart City Challenge; to authorize the expenditure of up to $600,000.00 from the Streets and Highways Bond Fund and the Public Service Taxable Bonds Fund to pay for the contract modification; and to declare an emergency. ($600,000.00)
Attachments: 1. ORD 2432-2020, Accenture mod 5

Explanation

1.  BACKGROUND

The Smart City Challenge is a U.S. Department of Transportation (USDOT) grant program seeking to “create a fully integrated, first-of-its kind city that uses data, technology and creativity to shape how people and goods move in the future.”  In 2016 the City of Columbus, acting through the Department of Public Service, applied for and won the Smart City Challenge, receiving a $40 million dollar grant from USDOT and a $10 million grant from the Paul G. Allen Family Foundation (Vulcan). 

 

Pursuant to Ordinance 0820-2018, the Department of Public Service initiated a procurement effort that resulted in the award and execution of a professional services contract with Pillar Technology Group LLC in the amount of up to $2,500,000.00 for design and delivery of advanced data and intelligent transportation systems related to the Smart City Challenge.  The contract deliverables include technologies and applications that can be used to reduce traffic congestion, keep travelers safe, use energy more efficiently, respond to climate change, connect and create opportunities for underserved communities, and support economic vitality. 

 

The first planned contract modification added funding to the original contract to allow for the continuation of requisite services by Pillar Technology Group LLC through October 31, 2018, but was cancelled.

 

The second planned contract modification replaced the first modification and added funding to the original contract to allow for the continuation of requisite services by Pillar Technology Group LLC.

 

The third planned contract modification authorized the assignment of all past, present, and future business done by the City of Columbus with Pillar Technology Group LLC to Accenture LLP and added funding to the original contract to allow for the continuation of requisite services in accordance with the USDOT schedule.

 

The fourth planned contract modification added funding to the original contract to allow for the continuation of requisite services by Accenture LLP, formerly known as Pillar Technology Group LLC, in accordance with the USDOT schedule.

 

This modification is the fifth contract modification for this project and is needed to complete design and implement the Smart Columbus Operating System, a data management platform to manage the USDOT data and other city, regional, and statewide data.  The operating system serves the overall program in order to provide a location for all baseline and project data so projects can be analyzed, performance measurement plans can be developed, needed changes can be implemented, and projects can be identified, designed, and put in place.  The system has the ability to ingest, fuse, search, and visualize data.  It also has the ability to host other microservices like trip optimization and payment processing.  Projects to be supported by the operating system include:

 

                     Connected vehicle infrastructure

                     Self-driving shuttles

                     Smart mobility hub infrastructure

                     Trip planning application

                     Event parking management

                     Mobility assistance

                     Electric charging stations

                     Other electric vehicle initiatives

 

The contract dollar amount to date is as follows: 

 

Original contract amount:                                                                                       $2,500,000.00 (Ord. 0820-2018, PO116406)                         

Total Modification No. 1:                                                                                    CANCELLED (Ord. 2121-2018)

Total Modification No. 2:                                                                                     $2,500,000.00 (Ord. 2125-2018, PO143587)

Total Modification No. 3:                                                                                    $2,500,000.00 (Ord. 0898-2019, PO172823)

Total Modification No. 4:                                                                                       $4,081,749.00 (Ord. 2494-2019, PO197469)

This Modification No. 5:                                                                                                            $600,000.00 (Ord. 2432-2020)

Total Contract amount including all modifications:            $12,181,749.00  

 

Ordinance 1901-2017 authorized the Public Service Director to transfer signature authority to the Chief Innovation Officer or the Chief Innovation Officer's designee for all past, present and future Smart Columbus, USDOT Smart City Challenge, and Paul G Allen Family Foundation (Vulcan) contracts, documents, and projects.

 

Accenture is not debarred according to the System for Award Management Excluded Party Listing System of the Federal Government or prohibited from being awarded a contract according to the State of Ohio Unresolved Findings for Recovery Certified Search.

 

2.  CONTRACT COMPLIANCE INFORMATION

The contract compliance number for Accenture LLP is CC023429 and expires 9/26/2021.

 

3.  FISCAL IMPACT

Funds in the amount of $558,140.00 are available and appropriated within Fund 7704, the Streets and Highways Bond Fund.  An amendment to the 2019 Capital Improvement Budget is required to establish sufficient budget authority for the project. 

 

Funds in the amount of $41,860.00 are available and appropriated within Fund 7708, the Public Service Taxable Bonds Fund.  An amendment to the 2019 Capital Improvement Budget is required to establish sufficient budget authority for the project. 

 

4.  EMERGENCY DESIGNATION

Emergency designation is requested to allow for the timely execution of the contract modification to meet project deadlines established with USDOT for the Smart City grant.

 

Title

To amend the 2019 Capital Improvement Budget; to authorize the City’s Chief Innovation Officer to execute a contract modification with Accenture relative to the Smart City Challenge; to authorize the expenditure of up to $600,000.00 from the Streets and Highways Bond Fund and the Public Service Taxable Bonds Fund to pay for the contract modification; and to declare an emergency.  ($600,000.00)

 

Body

WHEREAS, in 2016 USDOT awarded the City of Columbus up to $40 million in federal funds for the Smart City Challenge to assist in implementation of the City’s proposal to demonstrate how advanced data and intelligent transportation systems (ITS) technologies and applications can be used to reduce congestion, keep travelers safe, protect the environment, respond to climate change, connect underserved communities, and support economic vitality; and

 

WHEREAS, Ordinance 0820-2018 authorized the Chief Innovation Officer to enter into a professional services contract with Pillar Technology Group LLC in an amount of up to $2,500,000.00 for the provision of various design services related to the Smart City Challenge; and

 

WHEREAS, Ordinance 2121-2018 authorized the Chief Innovation Officer to enter into a first professional services contract modification with Pillar Technology Group LLC in an amount of up to $430,000.00 for the provision of various design services related to the Smart City Challenge, which was subsequently cancelled; and

 

WHEREAS, Ordinance 2125-2018 authorized the Chief Innovation Officer to enter into a second professional services contract modification with Pillar Technology Group LLC in an amount of up to $2,500,000.00 for the provision of various design services related to the Smart City Challenge; and

 

WHEREAS, Pillar Technology Group LLC was acquired by Accenture LLP, and in addition to notifying the City of the acquisition, Accenture LLP agreed to honor past, present and future purchase orders established from contract number PO116406; and

 

WHEREAS, Ordinance 0898-2019 authorized the Chief Innovation Officer to modify all contracts and agreements by assigning all past, present, and future contracts and purchase orders with Pillar Technology Group LLC to Accenture LLP and to execute a third planned contract modification with Accenture LLP to add additional funding in the amount of $2,500,000.00 for the provision of various design services related to the Smart City Challenge; and

 

WHEREAS, Ordinance 2494-2019 authorized the Chief Innovation Officer to enter into a fourth professional services contract modification with Accenture LLP in an amount of up to $4,081,749.00 for the provision of various design services related to the Smart City Challenge; and

 

WHEREAS, it is necessary to execute a fifth contract modification with Accenture LLP to add additional funding for the completion of various design services related to the Smart City Challenge; and

 

WHEREAS, funding for this contract modification is available in Fund 7704, the Streets and Highways Bond Fund, and Fund 7708, the Public Service Taxable Bonds Fund; and

 

WHEREAS, it is necessary to amend the 2019 Capital Improvement Budget to establish budget authority in the proper project for this contract modification; and

 

WHEREAS, it is necessary to expend funds to pay for work performed as part of the contract modification; and

 

WHEREAS, Ordinance 1901-2017 authorized the Public Service Director to transfer signature authority to the Chief Innovation Officer or the Chief Innovation Officer's designee for all past, present and future Smart Columbus, USDOT Smart City Challenge, and Paul G Allen Family Foundation (Vulcan) contracts, documents, and projects; and

 

WHEREAS, an emergency exists in the usual daily operation of the Smart City Program in that it is immediately necessary to authorize the Chief Innovation Officer to execute a contract modification with Accenture LLP to meet project deadlines established with USDOT for the Smart City grant, 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 2019 Capital Improvements Budget, authorized by Ordinance 1326-2019, be and is hereby amended as follows to establish sufficient budget authority for this project:

 

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

7704 / P530163-100000 / Smart City Challenge (Voted Carryover) / $510,395.00 / ($510,395.00) / $0.00

7704 / P530163-100028 / Smart City Challenge - Common Payment System (Voted Carryover) / $950,000.00 / ($47,745.00) / $902,255.00

7704 / P530163-100009 / Smart City Challenge - Project Management Services (Voted Carryover) / $500,000.00 / $558,140.00 / $1,058,140.00

 

7708 / P530163-100000 / Smart City Challenge (Voted 2016 Debt SIT Supported) / $428,873.00 / ($41,860.00) / $387,013.00

7708 / P530163-100009 / Smart City Challenge - Project Management Services (Voted 2016 Debt SIT Supported) / $0.00 / $41,860.00 / $41,860.00

 

SECTION 2.  That the City’s Chief Innovation Officer, on behalf of the Department of Public Service, be and is hereby authorized to execute a professional services contract modification with Accenture LLP, 580 North 4th Street-Suite 190, Columbus, Ohio 43215, in an amount of up to $600,000.00, for the completion of various design services related to the Smart City Challenge.

 

SECTION 3.  That the expenditure of $600,000.00, or so much thereof as may be necessary, be and is hereby authorized in Fund 7704 (Streets and Highways Bond Fund) and in Fund 7708 (Public Service Taxable Bonds Fund), both in Dept-Div 5912 (Division of Design and Construction), both in Project P530163-100009 (Smart City Challenge - Project Management Services), both in Object Class 06 (Capital Outlay) per the accounting codes in the attachment to this ordinance.

 

SECTION 4.  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 5.  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 6.  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 Chief Innovation Officer administering said project that the project has been completed and the monies are no longer required for said project.

 

SECTION 7.  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 10 days after passage if the Mayor neither approves nor vetoes the same.