header-left
File #: 2419-2012    Version: 1
Type: Ordinance Status: Passed
File created: 10/29/2012 In control: Public Utilities Committee
On agenda: 12/10/2012 Final action: 12/12/2012
Title: To authorizes the Director of Public Utilities to enter into a professional engineering services agreement with Burgess & Niple, Inc. for the Combined Sewer Overflow Reduction Improvements at the Wastewater Treatment Plant project and to authorize the expenditure of $128,000.00 from the Sanitary Sewer General Obligation Bond Fund for the Division of Sewerage and Drainage. ($128,000.00)
Attachments: 1. Ord 2419-2012 Sub-Contractor WIF 650347-100001 102912, 2. Ord 2419-2012 Director Information BN LEGISLATION B 10-25-12
Explanation
1.      BACKGROUND:
A.      Need. This legislation authorizes the Director of Public Utilities to enter into a professional engineering services agreement with Burgess & Niple, Inc. for the Combined Sewer Overflow (CSO) Reduction Improvements at the Wastewater Treatment Plant project, Project 650347-100001. The City of Columbus operates the Alum Creek Storm Tank at 2025 E. Main St. (corner of Alum Creek Drive and Main Street) Columbus, Ohio 43205.  It has been determined that the building, much of the equipment, duct work and wiring therein is in poor condition and is in need of rehabilitation.  This project will implement a study of, but not limited to, the areas, structures and equipment, noted herein, and a determination the equipment and procedures necessary to rehabilitate and upgrade the facility to an operational status.
B.      Projected Timeline.  The design professional (DP) will begin after the notice to proceed is given. A business case evaluation and preliminary design report will be prepared for the project's preliminary design stage. It is estimated that this stage for the project can be completed in six (6) months from the date that a notice to proceed is given. The detailed design would commence after the preliminary design work is approved and a contract modification approved. At the conclusion of the detailed design, the construction contract(s) will be bid and awarded. The DP will perform services during construction, that include technical project representation (TPR) to interpret contract requirements and to verify the construction Contractor's compliance with the project's technical requirements, start-up and commissioning assistance, and record documentation preparation assistance. Construction management, administrative services, field project representation (FPR), and materials testing and evaluation services will be performed by others.
The overall contract duration, from initiation of preliminary design services to completion of services during construction, is estimated to be three (3) years.
 
The contract shall be funded by incremental appropriation, through the use of modifications. This original award will provide funding for the preliminary design. The future needs for detailed design and services during construction are anticipated to occur in 2013 and 2015, respectively, at which time a future modifications are planned.
C.      Procurement Information: The Department of Public Utilities advertised a Request for Proposals (RFP) for this project in the City Bulletin in accordance with the provisions of Section 329.14 of Columbus City Codes.  On August 3, 2011 four firms submitted detailed proposals for this project to the Director of Public Utilities. The following companies submitted bids:
      Company Name          CCCN      Expiration           City/State        Status
Burgess & Niple, Inc.        31-0885550      11/26/2012      Columbus, Ohio   MAJ
Chester Engineers, Inc.         20-2401674      05/31/2013      Columbus, Ohio   MBE
DLZ Ohio, Inc.              31-1268980      02/22/2013      Columbus, Ohio   MBE
Ribway Engineering        31-1406579      02/14/2014      Columbus, Ohio   MBE
These proposals were reviewed and ranked by a Professional Engineering Services Selection Committee in order to determine the consultant best qualified to provide the services for this project.  The committee ranked the proposals on quality, feasibility and cost. Contract negotiations were initiated with Ribway Engineering Group, Inc. Due to the failure of resolving the negotiations for this contract, and in accordance with Columbus City Codes, 1959, Section 329.14, negotiations were terminated. The City entered into contract negotiations with the runner-up offeror, Burgess & Niple, Inc.
 
D.      Contract Compliance No.:  31-0885550 | Exp. 10/04/2014 | MAJ
E.      Emergency Designation:  Emergency designation is not requested.
F.      Fiscal Impact:       Removal of unused facilities and equipment, provision of updates, and beneficial reuse of existing facilities will extend the useful life of existing structures, eliminate expense for new facilities, increase work efficiency and provide safe work environment for personnel.  No community outreach or environmental factors are considered for this project. This legislation will authorize the expenditure of $128,000.00 from the Sanitary Sewer General Bond Fund, Fund 664.
Title
To authorizes the Director of Public Utilities to enter into a professional engineering services agreement with Burgess & Niple, Inc. for the Combined Sewer Overflow Reduction Improvements at the Wastewater Treatment Plant project and to authorize the expenditure of $128,000.00 from the Sanitary Sewer General Obligation Bond Fund for the Division of Sewerage and Drainage. ($128,000.00)
 
Body
WHEREAS, four (4) proposals for the CSO Reduction Improvements at the Wastewater Treatment Plant Project, were received and opened on August 3, 2011 in the offices of the Director of Public Utilities; and
 
WHEREAS, the Division of Sewerage and Drainage entered into contract negotiations with Ribway Engineering Group, Inc., but due to the failure to resolve the contract negotiations, and in accordance with Columbus City Codes, 1959, Section 329.14, negotiations were terminated; and
 
WHEREAS, the City entered into contract negotiations with the runner-up Offeror, Burgess & Niple, Inc. and awarded the contract to Burgess & Niple; and
WHEREAS, it is necessary for City Council to authorize the expenditure of $128,000.00 in funds from the Sanitary Sewer General Obligation Bond Fund, Fund 664; and
WHEREAS, the Division of Sewerage and Drainage, Department of Public Utilities is requesting that this Council authorize the Director of Public Utilities to enter into a professional engineering services agreement with Burgess & Niple, Inc. for the CSO Reduction Improvements at the Wastewater Treatment Plant project, at the earliest practical date; 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 a professional engineering services agreement with Burgess & Niple, Inc., 5085 Reed Road, Columbus, Ohio 43220, for the CSO Reduction Improvements at the Wastewater Treatment Plant project, in order to provide the professional engineering services in accordance with the terms and conditions as shown in the contract agreement on file in the office of the Division of Sewerage and Drainage.
SECTION 2.  That the Director of Public Utilities be and hereby is authorized to expend up to $128,000.00 for the CSO Reduction Improvements at the Wastewater Treatment Plant project from the Sanitary Sewer General Obligation Bond Fund | Fund 664 | Div. 60-05 | Proj. 650347-100001 | OCA Code 650347 | Object Level Three 6676.
 
SECTION 3.  That the said engineering company, Burgess & Niple, Inc., shall conduct the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Sewerage and Drainage.
SECTION 4. 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 Director of the Department administering said project that the project has been completed and the monies no longer required for said project.
 
SECTION 5. That the funds necessay to carry out the purpose of this ordinance are hereby deemed appropriated, and the City Auditor shall establish such accounting codes as necessary.
 
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 this ordinance shall take effect and be in force from and after the earliest period allowed by law.