header-left
File #: 3116-2022    Version: 1
Type: Ordinance Status: Passed
File created: 11/3/2022 In control: Public Utilities Committee
On agenda: 12/12/2022 Final action: 12/14/2022
Title: To authorize the Director of Public Utilities to enter into an agreement for General Engineering Services for the Hoover Dam - Part 2 CIP 690411-100014 with Burgess & Niple, Inc.; to authorize the transfer within of up to $600,000.00 and the expenditure of up to $600,000.00 from the Water General Obligations Bonds Fund; and to authorize an amendment to the 2022 Capital Improvements Budget. ($600,000.00)
Attachments: 1. Ord 3116-2022 Information, 2. Ord 3116-2022 Utilization, 3. Ord 3116-2022 Funding

Explanation

 

1.  BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into a contract for Professional Engineering Services for the Hoover Dam - Part 2 CIP 690411-100014. The project includes a study to evaluate the condition of dam spillway and abutments and ancillary equipment. The study shall provide recommendations using a comparative cost analysis to support the recommendations. The study shall include conceptual design of any required improvements or modifications including potential alternatives to existing ancillary equipment.

 

The primary objective of this project is to develop a concise set of design documents that will allow for the complete construction of facilities that will serve all intentions of their planned operation and will provide security, resiliency, flexibility and ease of operation with reasonable maintenance requirements. 

 

Future contract modification requests are anticipated. One contract modification is anticipated to provide Detailed Design Services and a second contract modification is anticipated to provide Engineering Services During Construction. These future services were identified in the City’s Request for Proposals (RFP).

 

Planning area = “99-Citywide”

 

TIMELINE & FUTURE RENEWAL(S):  The total contract term for the initial contract and future contract modifications is anticipated to run from January 2023 to 2nd quarter 2026, but this contract term may need to be extended if weather conditions and resulting reservoir levels prevent work from being performed as planned.

 

ESTIMATED COST OF PROJECT:

The negotiated contract amount for the first phase is $600,000, including an 11% contingency amount that will be utilized to fund needed and approved changes in the work.  Two contract modifications are anticipated at this time; one modification for detailed design services in the amount of $700,000.00; and a subsequent contract modification for engineering services during construction in the amount of $850,000.00.

 

Initial contract - Study (current) -                                                                                                          $ 600,000.00

Modification #1 - Detailed Design (future) -                                                                                     $ 900,000.00

Modification #2- Engineering Services During Construction                                          $ 800,000.00

                     

                                              ESTIMATED CONTRACT TOTAL:                                          $2,300,000.00

 

Planning area = “99-Citywide”

 

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

This project will address infrastructure associated with Hoover Dam, which is a critical part of the City of Columbus’s water supply system. Periodic evaluation of and capital investment into the Dam is crucial for public safety and the reliability of the water supply system, which supports economic growth of the central Ohio area.

 

No public meetings are anticipated to be held during this study.  The need for public meetings during future phases of the project will be considered. Hoover Dam is critical infrastructure and the project will be managed accordingly. The Division of Water will be responsible for coordinating with stakeholders.

 

3. 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, Chapter 329, "Awarding professional service contracts through requests for proposals."   

 

Requests for Proposals (RFP’s) were opened on Friday, August 19, 2022. Two bids were received.

 

1. Burgess & Niple, Inc.                    

2. HDR Engineering, Inc.

 

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

 

4.  CONTRACT COMPLIANCE INFO:

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

 

Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Burgess & Niple, 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 an agreement for General Engineering Services for the Hoover Dam - Part 2 CIP 690411-100014 with Burgess & Niple, Inc.; to authorize the transfer within of up to $600,000.00 and the expenditure of up to $600,000.00 from the Water General Obligations Bonds Fund; and to authorize an amendment to the 2022 Capital Improvements Budget.   ($600,000.00)

 

 

Body

 

WHEREAS it is necessary to authorize the Director of Public Utilities to enter into an agreement for professional engineering services with Burgess & Niple, Inc. (FID #31-0885550), for the Hoover Dam - Part 2 CIP 690411-100014; and

 

WHEREAS, the Division anticipates two future renewals to this agreement, which will extend the term of this agreement to the 2nd quarter of 2026; and

 

WHEREAS, it is necessary to authorize a transfer of up to $600,000.00 within the Water G.O. Bonds Fund - Fund No. 6006, for the Division of Water; and

 

WHEREAS, it is necessary to authorize an expenditure up to $600,000.00 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 an agreement for General Engineering Services for the Hoover Dam - Part 2 CIP 690411-100014, with Burgess & Niple, 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 an agreement for General Engineering Services for the Hoover Dam - Part 2 CIP 690411-100014, with Burgess & Niple, Inc. (FID #31-0885550), 330 Rush Alley, Suite 700; Columbus, Ohio 43215; in accordance with the terms and conditions of the agreement on file in the Office of the Division of Water.

 

SECTION 2.  That, future renewals to this agreement will be needed and will extend the term of this agreement until completion of the project estimated to be the 2nd quarter of 2026.

 

SECTION 3. That the expenditure of $600,000.00 or so much thereof as may be needed, is hereby authorized within Water G.O. Bonds Fund - Fund No. 6006, per the account codes in the attachment.

 

SECTION 4. That the transfer of $600,000.00 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 5.  That the 2022 Capital Improvements Budget is hereby amended per the account codes in the attachment to this ordinance. 

 

SECTION 6.  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 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 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.