header-left
File #: 1555-2021    Version: 1
Type: Ordinance Status: Passed
File created: 6/8/2021 In control: Public Utilities Committee
On agenda: 7/12/2021 Final action: 7/15/2021
Title: To authorize the Director of Public Utilities to enter into a professional engineering services agreement with Burgess & Niple, Inc., for the Dam Engineering Services Project; for the Division of Water; to authorize a transfer and expenditure up to $150,000.00 from the Water General Obligations Bond Fund; and to amend the 2020 Capital Improvements Budget. ($150,000.00)
Attachments: 1. ORD 1555-2021 Information, 2. ORD 1555-2021 Utilization, 3. ORD 1555-2021 Funding

Explanation

 

BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into a professional engineering services agreement with Burgess & Niple, Inc., for the Dam Engineering Services Project, in an amount up to $150,000.00, for Division of Water Contract No. 2136.

 

This contract provides a “task order” type contract to augment existing engineering personnel within the Water Supply Group, Division of Water on an as-authorized, as needed basis for Dam Engineering Services. 

 

To be proactive and practice responsible dam safety, the City will conduct recurring assessments and regulatory compliance activities for its multiple water supply dams.  The assessment will examine both physical condition, safety and operational aspects of the dams.  Based on nature of the findings and recommendations, this project may also include design of recommended improvements and associated engineering services during construction (SDCs).  Construction of improvements will be conducted under separate +6 extension projects (690555-10000X).

 

Potential Tasks to be performed under this contract include:

1.                     Inspection of concrete barrier (plug) at mouth of McKinley Quarry. If needed and if authorized, design improvements based on results of inspection.

2.                     Annual alignment survey for O’Shaughnessy Dam-special detailed level of accuracy required. 

3.                     Alignment survey of Hoover & Griggs Dam.

4.   Independent Consultant (IC) Inspection Griggs Dam

5.                     Following the completion of the IC inspection of Griggs Dam update the Griggs Operation, Maintenance & Inspection (OM&I) manual to reflect items identified in the IC inspection

6.                     Independent Consultant Inspection of Hoover Dam

7.                     Following the completion of the IC inspection of Hoover Dam update the Hoover OM&I manual to reflect items identified in the IC inspection

8.                     Update of Emergency Action Plan (EAP) Griggs Dam.

9.                     Update of EAP for O’Shaughnessy Dam following the Tabletop and Functional Exercises performed under a separate contract.

 

Note: the above list covers more tasks than what is anticipated to be assigned to the initial DES contract. Tasks not included in the initial contract may be considered for future contract renewals. It’s possible that not all of the projects will be incorporated into the initial contact or future renewals.  The project list is not inclusive of all projects that might be considered during the contract duration.

 

The planning area would be considered “99 - City-Wide”.

 

ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:  This agreement is for dam engineering services.  The economic impact is $150,000.00 for professional services from the capital budget.  This will allow the Division to perform miscellaneous engineering tasks related to the water supply dams on an as-needed basis.  Outreach and environmental impact is unknown since the exact type and location of work is unknown at this time.

 

BID INFORMATION:  The selection of the firm providing the professional engineering services has been performed in accordance with the procedures set forth in Columbus City Code, Section 329, "Awarding professional service contracts through requests for proposals."  The evaluation criteria for this contract included:  1. Proposal Quality including Understanding of Project/Project Approach, 2. Environmental Considerations, 3. Qualifications and Experience of Team Members, 4. Ability to Perform Required Service Expeditiously, 5. Past Performance on Similar Projects including Demonstrated Abilities to Meet Schedules and Budgets, and 6. Local Workforce

 

Six (6) Requests for Proposal (RFP) was received on May 7, 2021 from:  Burgess & Niple, DLZ Ohio, ms consultants, WSP, Black & Veatch, and GEI Consultants.

 

An evaluation committee reviewed the proposal and recommends that the Dam Engineering Services Project be awarded to Burgess & Niple, Inc.

 

The Contract Compliance Number for Burgess & Niple, Inc. is 31-0885550 (expires 2/21/22, MAJ) and their DAX Vendor Number is 4425.  Additional information regarding all bidders, description of work, contract time frame, and detailed amount can be found on the attached Information form.

 

Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Burgess & Niple, Inc.

 

FUTURE RENEWALS:  It is anticipated this contract will be renewed for two additional one year periods.

 

FISCAL IMPACT:  A transfer of funds within the Water G.O. Bond Fund - Fund No. 6006, as well as an amendment to the 2020 Capital Improvements Budget will be necessary for this expenditure.

 

 

Title

 

To authorize the Director of Public Utilities to enter into a professional engineering services agreement with Burgess & Niple, Inc., for the Dam Engineering Services Project; for the Division of Water; to authorize a transfer and expenditure up to $150,000.00 from the Water General Obligations Bond Fund; and to amend the 2020 Capital Improvements Budget.  ($150,000.00)

 

 

Body

 

WHEREAS, six (6) technical proposals for professional engineering services for the Dam Engineering Services Project was received on May 7, 2021; and

 

WHEREAS, the Department of Public Utilities recommends that the agreement be awarded to Burgess & Niple, Inc.; and

 

WHEREAS, it is anticipated this contract will be renewed for two additional one year periods; and

 

WHEREAS, it is necessary to authorize a transfer and expenditure of up to $150,000.00 within the Water G.O. Bonds Fund, for the Division of Water; and 

 

WHEREAS, it is necessary to authorize an amendment to the 2020 Capital Improvements Budget for the purpose of providing sufficient spending authority for the aforementioned project expenditure; and

 

WHEREAS, it has become necessary in the usual daily operation of the Division of Water, Department of Public Utilities, to authorize the Director of Public Utilities to enter into a professional engineering services agreement with Burgess & Niple, Inc., for the Dam Engineering Services Project; for the preservation of the public health, peace, property and safety; now, therefore

 

BE IT ORD.AINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

 

SECTION 1.  That the Director of Public Utilities is hereby authorized to enter into a professional engineering services agreement for the Dam Engineering Services Project with Burgess & Niple, Inc. (FID #31-0885550), 5085 Reed Road, Columbus, OH 43220; for an expenditure up to $150,000.00; in accordance with the terms and conditions of the contract on file in the Office of the Division of Water.

 

SECTION 2. That the transfer of $150,000.00 or so much thereof as may be needed, is hereby authorized between projects within Fund 6006 - Water G.O. Bonds Fund, per the account codes in the attachment to this ordinance. 

 

SECTION 3.  That the 2020 Capital Improvements Budget is hereby amended in Fund 6006 - Water G.O. Bonds Fund, per the account codes in the attachment to this ordinance.

 

SECTION 4. That the expenditure of $150,000.00, or so much thereof as may be needed, is hereby authorized in Fund 6006 - Water G.O. Bonds Fund, in Object Class 06 - Capital Outlay, per the accounting codes in the attachment to this ordinance.

 

SECTION 5.  It is anticipated this contract will be renewed for two additional one year periods.

 

SECTION 6. 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 7.  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 8.  That the City Auditor is authorized to establish proper project accounting numbers as appropriate.

 

SECTION 9.  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 10.  That this Ordinance shall take effect and be in force from and after the earliest period allowed by law.