header-left
File #: 2273-2022    Version: 1
Type: Ordinance Status: Passed
File created: 8/8/2022 In control: Public Utilities Committee
On agenda: 9/19/2022 Final action: 9/21/2022
Title: To authorize the Director of Public Utilities to enter into two separate agreements for General Engineering Services for the Division of Water’s Supply Group with Burgess & Niple, Inc. and Hatch Associates Consultants, Inc.; to authorize an expenditure up to $800,000.00 within the Water General Obligations Bonds Fund; and to authorize an amendment to the 2022 Capital Improvements Budget. ($800,000.00)
Attachments: 1. ORD 2273-2022 Information, 2. ORD 2273-2022 Utilization (B&N), 3. ORD 2273-2022 Utilization (Hatch), 4. ORD 2273-2022 Funding

Explanation

 

1.  BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into two separate agreements for General Engineering Services for the Division of Water’s Supply Group, with Burgess & Niple, Inc. (Contract No. 2227) and Hatch Associates Consultant, Inc. (Contract No. 2228), each in the amount of $400,000.00.

 

These agreements will establish task order-based professional services to augment existing engineering personnel within the Division of Water on an as-authorized, as-needed basis in order to accomplish a wide range of work that may include but is not limited to planning/ design/construction phase engineering services, surveying, property acquisition assistance, hazardous waste identification/remediation, materials testing, and other services required by the Division. 

 

This ordinance will authorize a contract in the amount of $400,000.00 for each agreement for the estimated engineering needs of the Water Supply Group starting the third quarter of 2022 for approximately one year or until all funds are expended. 

 

Planning area = “99-Citywide”

 

TIMELINE & FUTURE RENEWAL(S):  The initial agreements are anticipated to be executed in the third quarter of 2022 to provide funds for approximately one year or until all funds are expended.  The DOW anticipates executing two future renewals to each agreement, which will extend the term of each agreement for one year per renewal, or until all funds are expended.

 

ESTIMATED COST OF PROJECT:

2021A Original Contract (current) -                     $400,000

2021B Original Contract (current) -                     $400,000

 

2021A Contract Renewal #1 -                     $400,000

2021B Contract Renewal #1 -                     $400,000

 

2021A Contract Renewal #2 -                     $400,000

2021B Contract Renewal #2 -                     $400,000

 

Estimated Contract Total:                                       $2,400,000

 

Planning area = “99-Citywide”

 

2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT: 

This contract will provide general engineering services for various tasks which may involve the water treatment process, the equipment, the facilities and/or the resources managed by the Water Supply Group. The tasks performed will assist the Water Supply Group to provide an adequate and safe supply of drinking water which is essential to economic growth and development.

 

At this time no community outreach or input is anticipated.

 

One requirement for the consultant awarded the General Engineering Services contract for the Water Supply Group is that the consultant must be able to provide environmental engineering services, if needed.  Also, the consultant selected has indicated a corporate philosophy of environmental conservation and sustainable business practices.  In addition, the selected team has committed to incorporate sustainability considerations into their projects.

 

3. BID INFORMATION:  The selection of the firms 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. project understanding, 2. environmental considerations, 3. past performance, and 4. local workforce. 

 

Requests for Proposals (RFP’s) were opened on June 24, 2022. with the intent of awarding agreements to the top two ranked firms.  Proposals were received from:  Burgess & Niple, Hatch Associates Consultants, Brown & Caldwell, Dynotec, HDR Engineering, and S & S Engineers.

 

An evaluation committee reviewed the proposals and scored them based on the criteria mentioned above.  The Department of Public Utilities recommends that agreements be awarded to Burgess & Niple, Inc. and Hatch Associates Consultants.

 

4.  CONTRACT COMPLIANCE INFO:

Burgess & Niple, Inc.:  31-0885550, expires 2/9/24, Majority, DAX No. 4425

Hatch Associates Consultant, Inc.: 13-6094431, expires 3/8/24, Majority, DAX No. 25646

 

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

 

5. FISCAL IMPACT:  A transfer of funds within the Water G.O. Bonds Fund - Fund No. 6006 will be necessary as well as an amendment to the 2022 Capital Improvements Budget.

 

 

Title

 

To authorize the Director of Public Utilities to enter into two separate agreements for General Engineering Services for the Division of Water’s Supply Group with Burgess & Niple, Inc. and Hatch Associates Consultants, Inc.; to authorize an expenditure up to $800,000.00 within the Water General Obligations Bonds Fund; and to authorize an amendment to the 2022 Capital Improvements Budget.   ($800,000.00)

 

 

Body

 

WHEREAS, six technical proposals for two separate agreements for General Engineering Services for the Division of Water’s Supply Group were received on June 24, 2022; and

 

WHEREAS, two consulting firms are selected in case the first consultant cannot perform the expedited services that are required for assignments; and

 

WHEREAS, the Division anticipates two future renewals to each agreement, which will extend the term of each agreement for one year per renewal, or until all funds are expended; and

 

WHEREAS, the Department of Public Utilities recommends that agreements be awarded to Burgess & Niple, Inc. and Hatch Associates Consultant, Inc.; and

 

WHEREAS, it is necessary to authorize an expenditure up to $800,000.00 within the Water G.O. Bonds Fund - Fund No. 6006, for the Division of Water; and 

 

WHEREAS, it is necessary to authorize an amendment to the 2022 Capital Improvements Budget for purposes of providing sufficient funding and expenditure 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 two separate agreements for General Engineering Services for the Division of Water’s Supply Group, with Burgess & Niple, Inc. and Hatch Associates Consultants, Inc for the preservation of the public health, peace, property and safety; now therefore

 

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

 

SECTION 1.  That the Director of Public Utilities be and hereby is authorized to enter into two separate agreements for General Engineering Services for the Division of Water’s Supply Group, with the most responsive, responsible, and best bidders: Burgess & Niple, Inc. (FID #31-0885550), 330 Rush Alley, Suite 700; Columbus, Ohio 43215; and Hatch Associates Consultants (FID #13-6094431), 88 Broad Street, Suite 1980; Columbus, Ohio 43215; each in the amount of $400,000.00; in accordance with the terms and conditions of the agreements on file in the Office of the Division of Water.

 

SECTION 2.  Future renewals to each agreement will be needed to extend the term of each agreement for one year per, or until all funds are expended.

 

SECTION 3. That the transfer of $800,000.00 or so much thereof as may be needed, is hereby authorized between projects within Water G.O. Bonds Fund - Fund No. 6006, per the account codes in the attachment to this ordinance.

 

SECTION 4.  That the 2022 Capital Improvements Budget is hereby amended per the account codes in the attachment to this ordinance. 

 

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