header-left
File #: 0631-2012    Version: 1
Type: Ordinance Status: Passed
File created: 3/13/2012 In control: Public Utilities Committee
On agenda: 4/30/2012 Final action: 5/2/2012
Title: To authorize the Director of Public Utilities to execute a construction contract with Burch Hydro, Inc. for the Hap Cremean Water Plant Lagoon Sludge Removal & Abandonment Project; for the Division of Power and Water; and to authorize a transfer and expenditure of $2,792,820.90 within the Water Works Enlargement Voted Bonds Fund. ($2,792,820.90)
Attachments: 1. ORD 0631-2012 Bid Tab, 2. ORD 0631-2012 QFF, 3. ORD 0631-2012 Information, 4. ORD 0631-2012 Sub ID, 5. ORD 0631-2012 map
Explanation
1. BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into a construction contract with Burch Hydro, Inc., in the amount of $2,792,820.90, for the Hap Cremean Water Plant (HCWP) Lagoon #3 Sludge Removal & Abandonment Project, Division of Power and Water Contract Number 1030-Part 5.
This project consists of furnishing all materials, equipment, and labor necessary to remove and dispose of approximately 37,300,000 pounds of dry-weight sludge and place approximately 106,000 cubic yards of fill in Lagoon #3.
 
2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:  Recent upgrades and modifications to Hap Cremean Water Plant (HCWP) Lagoon #1 and #2 have rendered Lagoon #3 unnecessary to the sludge storage process at HCWP.  Lagoon #3 is currently filled with sludge which must be removed. Following the sludge removal the existing lagoon will be filled with soil rendering it usable for future construction at the facility.  Rendering this land usable for future plant upgrades will allow for cost effective improvements to the facility as may be needed to meet currently unknown regulatory requirements. The HCWP is an essential and integral component in the Columbus area water supply and treatment infrastructure.  Adequate supply of water is essential to economic growth and development.
As this is a secure site on property owned by DPU no community outreach or input was sought in the development of the project.
 
An environmentally preferable bidder was selected as the best, responsive, and responsible bidder and was not the lowest bidder prior to application of creditable factors.  The selected contractor included paperwork with their proposal to indicate that they have a fleet policy for reducing vehicle emissions from its fleet of on and off-road vehicles by means of an anti-idling directive for its construction sites, use of ultra-low sulfur diesel, and a schedule for replacing or retrofitting current vehicles with emission reduction technologies.  No significant long term environmental impacts will be due to construction of this project.
 
3. CONSTRUCTION CONTRACT AWARD:  The Director of Public Utilities publicly opened seven bids on February 22, 2012 from:  Allard Excavation, LLC - $2,777,198.75; Burch Hydro, Inc. - $2,792,820.90; Trucco Construction Co. - $3,245,730.29; George J. Igel & Co., Inc. - $3,526,397.60; Prolime Corporation - $3,530,420.40; Nickolas Savko & Sons, Inc. - $3,623,081.55; and Kokosing Construction Co. - $3,733,898.58.
Allard Excavation, LLC submitted the lowest bid, however, Burch Hydro, Inc. is considered the lowest, best, most responsive, and responsible bidder after Tier II Creditable Factors are taken into account.  Burch Hydro, Inc. is eligible for the Environmental Preference. The Division's project manager has recommended the award go to Burch Hydro, Inc. based on this preference, and the Administrator of the Division of Power and Water and the Director of Public Utilities has agreed.  
 
Burch Hydro, Inc.'s Contract Compliance Number is 31-0978934 (expires 7/14/12, Majority).  Additional information regarding each bidder, description of work, contract time frame and detailed amounts 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 Burch Hydro, Inc.
4. FISCAL IMPACT: A transfer of funds within the Water Works Enlargement Voted Bonds Fund will be necessary.
 
Title
To authorize the Director of Public Utilities to execute a construction contract with Burch Hydro, Inc. for the Hap Cremean Water Plant Lagoon Sludge Removal & Abandonment Project; for the Division of Power and Water; and to authorize a transfer and expenditure of $2,792,820.90 within the Water Works Enlargement Voted Bonds Fund.  ($2,792,820.90)
Body
WHEREAS, seven bids for the HCWP Lagoon #3 Sludge Removal & Abandonment Project were received and publicly opened in the offices of the Director of Public Utilities on February 22, 2012; and
 
WHEREAS, Burch Hydro, Inc. was deemed the lowest, best, most responsive, and responsible bidder, in the amount of $2,792,820.90, after meeting requirements for the Environmental Preference; and
WHEREAS, it is necessary for this Council to authorize the transfer and expenditure of funds within the Water Works Enlargement Voted Bonds Fund, for the Division of Power and Water; and  
 
WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to award and execute a construction contract for the HCWP Lagoon #3 Sludge Removal & Abandonment Project with Burch Hydro, Inc.; and
 
WHEREAS, it has become necessary in the usual daily operation of the Division of Power and Water, Department of Public Utilities, to authorize the Director of Public Utilities to enter into a construction contract with Burch Hydro, Inc., for the HCWP Lagoon #3 Sludge Removal & Abandonment Project, 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 award and execute a construction contract for the HCWP Lagoon #3 Sludge Removal & Abandonment Project with the lowest, most responsive, and responsible bidder, Burch Hydro, Inc., 17860 Ankneytown Road, Fredericktown, Ohio 43019; in the amount of $2,792,820.90; in accordance with the terms and conditions of the contract on file in the Office of the Division of Power and Water.
SECTION 2.  That the City Auditor is hereby authorized to transfer $2,792,820.90 within the Department of Public Utilities, Division of Power and Water, Water Works Enlargement Voted Bonds Fund, Fund No. 606, Dept/Div. No. 60-09, Object Level Three 6623, as follows:
Fund No. | Project No. | Project Name | OCA Code | Change
606 | 690236-100000 (carryover) | Water Main Rehab | 642900 | -$194,877.89
606 | 690236-100006 (carryover) | Hudson-Joyce W.L. | 662366 | -$578,441.19
606 | 690236-100023 (carryover) | Second St. W.L. | 663123 | -$1,200,000.00
606 | 690236-100029 (carryover) | N. Linden W.L. | 663129 | -$171,993.82
606 | 690359-100000 (carryover) | S. Wellfield Ex.-CW-106 | 642900 | -$124,120.05
606 | 690379-100000 (carryover) | DRWP Chlorine Storage | 606379 | -$6.08
606 | 690425-100000 (carryover) | Hines Rd. Storage Tank | 642900 | -$8,057.81
606 | 690446-100000 (carryover) | Gen'l Eng. Svcs.-Supply | 642900 | -$51,680.67
606 | 690473-100004 (carryover) | Fisher Rd. Booster Sta. | 664734 | -$463,643.39
606 | 690331-100002 (carryover) | HCWP Lagoon 3 Sldg Rmvl | 663102 | +$2,792,820.90
SECTION 3.  That the expenditure of $2,792,820.90 is hereby authorized for the HCWP Lagoon #3 Sludge Removal & Abandonment Project within the Water Works Enlargement Voted Bonds Fund, Fund No. 606, Division 60-09, Project No. 690331-100002 (carryover), Object Level Three 6623, OCA Code 663102.  
 
SECTION 4.  That said construction company shall conduct the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Power and Water.
 
SECTION 5.  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 6.  That the City Auditor is authorized to establish proper project accounting numbers as appropriate.
 
SECTION 7.  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 8.  That this Ordinance shall take effect and be in force from and after the earliest period allowed by law.