header-left
File #: 2975-2018    Version: 1
Type: Ordinance Status: Passed
File created: 10/21/2018 In control: Public Utilities Committee
On agenda: 12/3/2018 Final action: 12/6/2018
Title: To authorize the Director of Public Utilities to modify an existing engineering agreement with Black & Veatch Corporation for the Lockbourne Intermodal Subtrunk (LIS) Air Quality Improvements project; to authorize the expenditure of up to $159,049.49 from the Sanitary Sewer Obligation Bond Fund for the Division of Sewerage and Drainage. ($159,049.49)
Attachments: 1. Ord 2975-2018 (650491.5) Director's Legislation Information Sheet (2-8-2018), 2. Ord 2975-2018 2A-1 - B&V Subcontractor Utilization Form, 3. Ord 2975-2018 DAX Financial Form Stantec CACI Mod 5

Explanation

 

1.                     BACKGROUND:  This legislation authorizes the Director of Public Utilities to modifiy (Mod#1) an existing engineering agreement with Black & Veatch Corporation for the Lockbourne Intermodal Subtrunk Air Quality Improvements project, CIP 650491-100005.  As part of the Northern Pickaway Joint Economic Development District (JEDD) agreement the City of Columbus agreed to construct the sanitary sewer infrastructure necessary to serve the district.  A majority of that area will be served via the 60-78” Lockbourne Intermodal Subtrunk Sewer (LIS) which is currently under design.  During the design of this sub-trunk, a preliminary ventilation and odor control study conducted by HWS (Harvey W. Sorensen)  in September of 2013 determined that air quality control would be required in order to prevent odor releases and pressurizing of the sanitary system.  To date, the consultant has completed all tasks necessary. The construction plans are at the 95% stage.  This includes all survey, site investigations, land acquisition and design services.  The completion of the design and engineering services during construction will be completed in the future. This project is located in the Rickenbacker planning area.

 

1.1 Modification Information: Amount of additional funds $159,049.49

 

                  Initial Contract                                 $576,425.09

      This Modification (#1)                        $159,049.49

      TOTAL                                                    $735,474.58

 

1.2 Reasons additional goods/services could not be foreseen: 

There are multiple items that are required for this modification:

a.)                     Land acquisition was not originally anticipated as part of this project.  After beginning detailed design and conducting the site layout, it was determined that the original site near shaft #4 was not large enough for the required equipment and it was also located in the flood plain.  Black & Veatch was requested to perform the necessary services to acquire the new parcel, file all Council variance requests associated with the lot split and obtain all permitting approval for the site.

b.)                     There have been changes to the Divisions instrumentation and control systems that requires significant changes to our plans and proposed equipment that were not originally planned.  This work is included as part of the modification for CDM.

c.)                     Due to the above changes and added contract time, several additional coordination and project meetings were required.

 

1.3 Reason other procurement processes are not used

Re-bid of the project will likely result in a higher project costs as much of the project history would be lost and would need to be rediscovered by another consultant unless the new RFP were won by the same consultant.  In such a case, we would have missed significant time in acquiring and evaluating the new proposals without significant benefit. 

 

      1.4 How cost of modification was determined:

      A cost estimate for the proposed scope of work was prepared by Black & Veatch, and reviewed by DOSD. The total modification includes total labor cost (direct labor multiplied by the hourly cost multiplier).

 

2.                     Project Timeline: It is expected that the design will be completed within 3-6 months of the execution of this renewal with construction planned in late 2019.  Engineering services during construction are expected to take 1.5-2 years (1 year for construction and 0.5-1 year for as-built plans, close out documents and warranty)

 

3.   Contract Compliance No.:  43-1833073 | MAJ | (Expires 09/18/2019) | Vendor #: 008038

 

4.   Emergency Designation:  An emergency designation is not requested at this time.

 

5.                     Economic Impact: This project is being completed to prevent future odor complaints within the project area once the Lockbourne Intermodal Subtrunk sewer is completed.  An evaluation of the proposed sub-trunk showed that constructing odor control facilities will be necessary once it is put into service.  This project will allow the City to improve the environment of the neighborhoods in and around the facilities and future sub-trunk alignment while fostering a better working relationship with the surrounding community.

 

6.   FISCAL IMPACT: This ordinance authorizes the expenditure of up to $159,049.49 from the Sanitary Sewer General Obligation Bond Fund, Fund 6109 for the Lockbourne Intermodal Subtrunk Air Quality Improvements R#1.

 

Title

 

To authorize the Director of Public Utilities to modify an existing engineering agreement with Black & Veatch Corporation for the Lockbourne Intermodal Subtrunk (LIS) Air Quality Improvements project; to authorize the expenditure of up to $159,049.49 from the Sanitary Sewer Obligation Bond Fund for the Division of Sewerage and Drainage. ($159,049.49)

 

Body

 

WHEREAS, it is necessary to authorize the Director of Public Utilities to modifiy (Mod#1) an existing agreement for professional engineering services with Black & Veatch Corporation for the Lockbourne Intermodal Subtrunk Air Quality Improvements project; CIP #650491-100005; and

 

WHEREAS, the original agreement, Contract No. EL017419, was authorized by Ordinance No. 0627-2015, passed by the Columbus City Council on April 20, 2015; executed by the Director on August 24, 2015; approved by the City Attorney on September 2, 2015; certified by the Auditor’s Office September 3, 2015; and

 

WHEREAS, it is necessary to authorize the expenditure of $159,049.49 in funds from the Sanitary Sewer System GO Bond Fund 6109; and

 

WHEREAS, it has become necessary in the usual daily operation of the Department of Public Utilities, Division of Sewerage and Drainage, to authorize the Director of Public Utilities to modifiy (Mod#1) an existing engineering agreement with Black & Veatch Corporation for the Lockbourne Intermodal Subtrunk Air Quality Improvements project, CIP 650491-100005 at the earliest practical date; now, therfore

 

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

 

SECTION 1.  That the Director of Public Utilities is authorized to modifiy (Mod#1) an existing engineering agreement with Black & Veatch Corporation, 4016 Townsfair Way, Columbus, Ohio 43219 in connection with the Lockbourne Intermodal Subtrunk Air Quality Improvements project, CIP 650491-100005,  in accordance with the terms and conditions as shown on the contract on file in the office of the Division of Sewerage and Drainage.

 

SECTION 2.  That the Director of Public Utilities is hereby authorized to expend up to $159,049.49 from the Sanitary Sewer General Obligation Bond Fund 6109 per the account codes in the attachment to this ordinance.

 

SECTION 3.  That said company, Black & Veatch, 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 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 5. That the City Auditor is authorized to establish proper project accounting numbers as appropriate.

 

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