Explanation
1. BACKGROUND:
This legislation authorizes the Director of Public Utilities to enter into a professional engineering services contract with EMH&T, Inc., in connection with the Blacklick Creek Sanitary Interceptor Sewer, Part 6C Project. The Division has determined it necessary to combine the already completed design of Part B, with the Part C plans being prepared under this contract, into one construction contract. This will provide the city with a lower cost per foot to construct the project due to the economies of scale operations of tunnel construction methods. As planned, Part B of this project begins north of East Broad Street, and proceeds north, generally along Reynoldsburg-New Albany Road to Taylor Road. Part C begins at Taylor Road, continues along Reynoldsburg-New Albany Road to the vicinity of Morse Road.
This contract will be funded in two parts, with Part 1 providing for the preliminary engineering and geotechnical report. Part 2, will be funded through contract modification no. 1 during fiscal year 2008, and will complete detailed construction plans and specifications for Section C, and coordinate procuring the construction of both Part B and C into one construction contract. The Division currently anticipates a total contract amount of $5, 180,931.17 for this original contract award, and contract modification no. 1.
2. PROCUREMENT INFORMATION:
The basis for selection of the chosen professional engineering services firm: The Department of Public Utilities advertised a Request for Proposals (RFP) for Professional engineering services on this project in the City Bulletin in accordance with the provisions of Section 329.14 of Columbus City Codes. Two firms submitted detailed proposals for this project to the Director of Public Utilities, on November 6, 2006.
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. After careful consideration, the committee recommended that EMH&T, Inc. be selected to provide the engineering services for this project, for which the Director of Public Utilities has concurred.
3. FISCAL IMPACT:
This ordinance requests the transfer of funds within the Voted Sanitary Bond Fund for purposes of providing the additional funds required to award this contract. There will also be an amendment to the 2007 Capital Improvements Budget to provide sufficient budget authority. The project from which funds are being transferred will not be adversely affected. Additional funding will be requested for this project as their actual needs become fully evident through further detailed planning and program management.
Title
To authorize the Director of Public Utilities to enter into a professional engineering services contract with EMH&T, Inc., in connection with the Blacklick Creek Sanitary Interceptor Sewer, Part 6C Project; and to authorize the transfer of $137,198.16 and the expenditure of $2,137,198.16 from the Voted Sanitary Bond Fund; and to amend the 2007 Capital Improvements Budget; for the Division of Sewerage and Drainage. ($2,137,198.16).
Body
WHEREAS, the Division of Sewerage and Drainage, Department of Public Utilities, has determined it necessary and advantageous to combine the construction of Part B and Part C extensions of the Blacklick Creek Interceptor Sewer, that will allow for the construction by deep tunnel sewer technology from just north of East Broad Street, north along Reynoldsburg-New Albany Road to the vicinity of Morse Road; and
WHEREAS, on November 6, 2006, the Director of the Public Utilities received technical proposals from the professional engineering service firms EMH&T, Inc. and R. D. Zande & Associates, Inc., for the aforementioned project services; in accordance with the procurement provisions of Section 329.14 of the Columbus City Codes; and
WHEREAS, based upon an evaluation of these proposals utilizing predetermined criteria, a selection committee determined that EMH&T, Inc. submitted the best proposal for the required project services, to which the Director of the Department of Public Utilities concurred; and
WHEREAS, EMH&T, Inc., and the Division of Sewerage and Drainage have agreed to fund this contract into two parts to allow the Division to spread its cost over a 2 year period; and
WHEREAS, it is necessary to authorize the transfer of monies within the Sanitary Sewer Bond Fund to provide sufficient funding for the aforementioned project expenditure; and
WHEREAS, it is necessary to authorize an amendment to the 2007 Capital Improvements Budget for purposes of providing sufficient budget authority for the aforementioned project expenditure; and
WHEREAS, it has been determined necessary for this Council to authorize the Director of Public Utilities to award a professional engineering services contract for purposes of providing the aforementioned services; in order to proceed with the rehabilitation of this aging, vital sanitary sewer infrastructure, at the earliest practicable 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 contract with EMH&T, Inc., 5500 New Albany Road, Columbus, Ohio, 43054, in connection with the Blacklick Creek Sanitary Interceptor Sewer, part 6C, in accordance with the terms and conditions of the Contract on file in the office of the Division of Sewerage and Drainage.
Section 2. That the City Auditor be and hereby is authorized and directed to transfer a total of $137,198.16 from within the Voted Sanitary Bond Fund No. 664| Division 60-05| Object Level Three No. 6676:
From:
Proj.: 650698 | Sewer System I/ I Elimination | OCA No. 664698 | $137,198.16
To:
Proj.: 650034 | Blacklick Sanitary Interceptor Part 6b/6c | OCA 651034 | $137,198.16
Section 3. That the 2007 Capital Improvements Budget Ordinance No. 0733-2007 is hereby amended as follows, to provide sufficient budget authority in fund number 664 for the execution of the construction contract stated in Section 1 herein.
Proj. No. | Proj. Name | Current Authority | Revised Authority | (Amount of Change)
650698 | Sewer System I/ I Elimination | $294,002 | $156,803 | (-$137,199)
650034 | Blacklick Sanitary Interceptor Part 6b/6c | $6,328,199 | $6,465,398 (+$137,199)
Section 4. That the City Auditor is hereby authorized and directed to transfer any unencumbered balance in the 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 are no longer required for said project; except that no transfer shall be so made from a project account funded by monies from more than one source.
Section 5. That the City Auditor is authorized to make any accounting changes to revise the funding source for any contract or contract modifications associated with the expenditure of the funds transferred under Section 2, above.
Section 6. That the expenditure of $2,137,198.16 or as much thereof as may be needed, be and the same hereby is authorized from the Voted Sanitary Bond Fund No. 664; Division 60-05; within Proj. No.: 650034| Blacklick Sanitary Interceptor Part 6b/6c | Obj. Level 3: 6676| OCA Code 651034 | $2,137,198.16.
Section 7. This ordinance shall take effect and be in force from and after the earliest period allowed by law.