Explanation
1. Background: This legislation authorizes the Director of Public Utilities to enter into a planned modification of the professional engineering services agreement with Camp Dresser and McKee, Inc. for the Wastewater Treatment Facilities Instrumentation and Control (I&C) System Upgrade, Facilities Integration and Support Services project, Project 650348-100002. The modification amount requested under this ordinance is $485,000.00. The contract total including this modification is $2,647,196.00.
The original contract with Camp Dresser and McKee, Inc. provides a consultant that is the sole integrator of new CIP projects, constructed through 2012, into the existing DOSD Plant Wide Process Control System (PWPCS) at the two wastewater treatment facilities and the Sewer Maintenance and Operations Center (SMOC). The integration consultant will assist and train DOSD staff with all issues associated with the PWPCS with the ultimate goal in mind of the City staff being self reliant to handle all PWPCS issues by the end of this contract. The consultant will assist city staff with such PWPCS items as integration, programming, management, troubleshooting and repairs, training and hardware and software upgrades.
The contract is for a duration of five (5) years and shall be funded by incremental appropriation through the use of modifications. The proposed contract modification provides funding for technical services now needed during 2010. The potential need for this work was foreseen and so stated in the original contract's legislation, and is therefore a planned continuation of the services originally included within the existing contract's scope of service. It is not deemed either feasible or reasonable to suspend work with the entity currently under contract and undertake continuation of these services with another procurement project. The cost of the modification is a continuation of the vendor's current pricing structure, as verified by City staff. The Division has determined that these services cannot be performed by City personnel at this time, and has planned for the procurement of these services on a routine basis.
1.1. Amount of additional funds to be expended: $485,000.00
Original Contract $2,162,196.00
Proposed Modification No. 1 $ 485,000.00
Future Modification No. 2 (estimated 2011 funding) $3,780,000.00
CURRENT PROPOSED TOTAL $6,427,196.00
1.2. Reasons additional goods/services could not be foreseen:
This Contract Modification No. 1 was planned and so stated in the original contract's legislation. It is a planned continuation of the services originally included within the existing contract's scope of service.
1.3. Reason other procurement processes are not used:
The funding provided by this contract modification is for continuation of the existing work of the contract. This work was planned for and anticipated within the original procurement, it is not reasonable or cost effective to undertake a new procurement to acquire these services.
1.4. How cost of modification was determined:
The cost of this contract modification is consistent with the direct labor, overhead, and profit rates established within the original proposal. The estimate of the quantity of labor required to complete the remaining scope of services is within the anticipated level of funding originally forecast.
2. Multi-Year Contract:
This ordinance will authorize the expenditure of $ 485,000.00. The Department anticipates requesting additional appropriations to this contract for the 2011 fiscal year, through planned contract modifications duly authorized by City Council. Under the terms of this contract, the City has the right to contract for additional services to fulfill capital improvements related needs subject to the approval of a contract modification by City Council. The rates schedules established within this contract will remain in force throughout the life of the contract.
3. Contract Compliance No.: 04-2473650 | Expiration Date: 04/11/2010 | MAJ
4. Emergency Designation: Emergency designation is not requested.
5. Fiscal Impact:
This ordinance authorizes the Director of Public Utilities to expend $485,000.00 in funds from within the Sanitary B.A.B.s (Build America Bonds) Fund for this expenditure. There is sufficient authority in the 2009 Capital Improvements Budget for this expenditure.
Title
To authorize the Director of Public Utilities to execute a planned contract modification to the professional engineering services agreement with Camp Dresser and McKee, Inc. for the Wastewater Treatment Facilities Instrumentation and Control (I&C) System Upgrade, Facilities Integration and Support Services project; to authorize the expenditure of $485,000.00 within the Sanitary B.A.B.s (Build America Bonds) Fund for the Division of Sewerage and Drainage. ($485,000.00)
Body
WHEREAS, Contract No. EL008178 was authorized by Ordinance No. 0524-2008, as passed by Columbus City Council on April 21, 2008, executed June 12, 2008, and approved by the City Attorney June 17, 2008 for purposes of authorizing the Director of Public Utilities to enter into a contract for professional engineering services with Camp Dresser and McKee, Inc. for the Wastewater Treatment Facilities Instrumentation and Control (I&C) System Upgrade, Facilities Integration and Support Services project; and
WHEREAS, it is necessary to modify the subject contract in order to provide funding for technical services now needed during 2010; and
WHEREAS, it is necessary for City Council to authorize the expenditure of funds from the Sanitary B.A.B.s (Build America Bonds) Fund; and
WHEREAS, the Division of Sewerage and Drainage, Department of Public Utilities is requesting that this Council authorize the Director of Public Utilities to modify the aforementioned professional engineering services contract with Camp Dresser and McKee, Inc. for purposes of funding the engineering services now needed for the Wastewater Treatment Facilities Instrumentation and Control (I&C) System Upgrade, Facilities Integration and Support Services project, at the earliest practicable date for the preservation of the public health, peace, property, safety, and welfare; 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 modify Contract No. EL008178 with Camp Dresser and McKee, Inc., 8800 Lyra Drive, Columbus, Ohio 43240, in connection with the Wastewater Treatment Facilities Instrumentation and Control (I&C) System Upgrade, Facilities Integration and Support Services project, in accordance with the terms and conditions as shown in the agreement on file in the office of the Division of Sewerage and Drainage.
Section 2. That for the purpose of paying the cost of the professional engineering services agreement, the expenditure of $485,000.00 or as much thereof as may be needed, is hereby authorized from the Sanitary B.A.B.s (Build America Bonds) Fund, Fund No. 668 | Division 60-05 | Project No. 650348-100002 | OCA Code 652348 | Object Level Three 6686.
Section 3. That the City Auditor is hereby authorized 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 are no longer required for said project; except that no transfer shall be made from a project by monies from more than one source.
Section 4. That the City Auditor is authorized to establish proper project accounting numbers as appropriate.
Section 5. 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 6. That the said firm shall perform the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Sewerage and Drainage.
Section 7. That this ordinance shall take effect and be in force from and after the earliest period allowed by law.