header-left
File #: 2011-2012    Version: 1
Type: Ordinance Status: Passed
File created: 9/9/2012 In control: Public Utilities Committee
On agenda: 10/22/2012 Final action: 10/24/2012
Title: To authorize the Director of Public Utilities to execute a planned contract modification for the professional services agreement with URS Corporation-Ohio, Inc. for the Big Walnut Augmentation/Rickenbacker Sanitary Interceptor-Lockbourne Intermodal Project; to authorize the transfer within and expenditure of $623,354.44 in funds from the Sanitary Sewer General Obligation Bond Fund to establish sufficient budget authority to cover the expenditure upon passage of the ordinance for the Division of Sewerage and Drainage. ($623,354.44).
Attachments: 1. Ord 2011-2012 MAP 650491-2, 2. Ord 2011-2012 CIP Legislation Request (650491 2) Mod #2, 3. Ord 2011-2012 Sub-Contractor WIF 650491-100002 Lockbourne Intermodal Sewer Project Signed
Explanation
1.      BACKGROUND:
A.   Need.   This legislation authorizes the Director of Public Utilities to enter into a planned contract modification, Mod #2, for professional engineering services with URS Corporation-Ohio, Inc., in connection with the Big Walnut Augmentation/Rickenbacker Sanitary Interceptor-Lockbourne Intermodal Project.
This contract modification authorizes the following in order to complete the design of the new alignment. These task items will be required:
1.      A revised engineering report that incorporates all changes, estimates and tech memos.
2.      Completion of a BCE for the pipe material selection.
3.      Conduct additional survey and geotechnical investigations for the additional shaft sites and easement areas.
4.      Coordinate with the land owners and the Real Estate division in order to obtain the required easements.
5.      Perform additional hydrogeology services for the new shaft sites.
6.      Finalize the Rickenbacker Landfill subsurface water study for the new tunnel alignment.
7.      Perform odor and ventilation studies to determine the need, size and location of any air quality control facilities that may be required.
8.      Revise the construction plans and incorporate all changes to the alignment, shaft site, diameter etc.
B.  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 six Wastewater Treatment Plant projects in the City Bulletin in accordance with the provisions of Section 329.14 of Columbus City Codes.  Three firms submitted detailed proposals for this project to the Director of Public Utilities, on March 31, 2006.  
 
      URS Corporation            34-0939859 | MAJ | Columbus, Ohio
    Camp Dresser & McKee      04-2473650 | MAJ | Columbus, Ohio
    ms Consultants, Inc.            34-6546916 | MAJ | Columbus, Ohio
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 URS Corporation-Ohio, Inc. be selected to provide the engineering services for this project, for which the Director of Public Utilities has concurred.
Amount of additional funds to be expended:              $623,354.44
Original Contract            $ 3,865,122.72
Modification No. 1            $ 1,326,630.00
Modification No. 2 (Current)            $    623,654.44
Current Total            $ 5,815,407.16
Proposed Future Modifications             $ 1,100,000.00
PROPOSED Future Total                                                    $ 6,915,407.16                 
 
Reasons additional goods/services could not be foreseen:  
The original design of CIP 650491.2 was to construct a 12-ft diameter tunnel from shaft #2 of the BWARI trunk sewer, south to the proposed Lockbourne Intermodal Facility near Rickenbacker International Airport. In September of 2010, it was decided by DOSD that the 12-ft diameter would not be required due to the advancement of the construction of the OARS project, which would create the required storage that was originally anticipated to be provided by this project.  The smaller diameter tunnel would result in reduced construction and long term operation and maintenance costs.  The intent of modification #1 was to design the smaller diameter tunnel along the same alignment as the larger diameter tunnel.  However, in June of 2011 it was determined by DOSD and URS that the original alignment planned for the 12-ft tunnel would need to be modified for the smaller diameter due to the requirements of the construction methods.  The remaining funds from modification #1 were then used to evaluate the possible new alignments for the smaller tunnel.  The new alignment was chosen in April of 2012 and will require additional survey, easements, shaft locations, as well as geotechnical, utility and environmental investigations in order to complete the design.
Reason other procurement processes are not used:  
Re-bid of the project under the new requirements will likely result in a higher project costs as much of the project history would be lost and required to be rediscovered by another consultant unless won by the same consultant.  In such a case, we would have wasted significant time in acquiring and evaluating the new proposals without significant benefit.
How cost of modification was determined:
The costs of Mod #2 were determined by negotiations between URS and DOSD based on changes listed above in the - Reasons additional goods/services could not be foreseen section.
C.      Contract Compliance No.:  34-0939859 | 08/28/2011 | MAJ
 
D.   Emergency Designation:   Emergency designation is not requested
2.      FISCAL IMPACT:
This ordinance authorizes the City Auditor to transfer $623,354.44 in funds from the Sanitary Sewer General Obligation Bond Fund, Fund 664, for this expenditure and to amend the 2012 Capital Improvements Budgets to establish sufficient budget authority for this expenditure for the Division of Sewerage and Drainage.
3.      ECONOMIC IMPACT:
This project is to be undertaken as part of the JEDD the City of Columbus entered into with Harrison Township and the Village of Ashville which will allow for the development of the Intermodal Facility and the 936+ acre area surrounding it.
Title
To authorize the Director of Public Utilities to execute a planned contract modification for the professional services agreement with URS Corporation-Ohio, Inc. for the Big Walnut Augmentation/Rickenbacker Sanitary Interceptor-Lockbourne Intermodal Project; to authorize the transfer within and expenditure of $623,354.44 in funds from the Sanitary Sewer General Obligation Bond Fund to establish sufficient budget authority to cover the expenditure upon passage of the ordinance for the Division of Sewerage and Drainage. ($623,354.44).
Body
WHEREAS, Contract No. EL006629 was authorized by Ordinance No. 1894-2006, as passed by Columbus City Council on November 20, 2006 for the purpose of authorizing the Director of Public Utilities to enter into a contract for professional engineering services with URS Corporation for the Lockbourne Intermodal Sewer project; this contract was executed December 12, 2006, and was approved by the City Attorney on December 19, 2006 in the amount of $3,865,122.72; and
WHEREAS, Contract No. EL010919 for $1,326,630.00 was authorized by Ordinance 0879-2010, passed by City Council on July 19, 2012; executed by the Director of Public Utilities on September 14, 2010; and approved by the City Attorney on September 16, 2010; and
WHEREAS, it is necessary to modify the subject contract in order to provide funding for the additional engineering services now needed to modify the original scope of the project due the projected impact of the Olentangy-Scioto Intercepting Augmentation Relief Sewer ; and
WHEREAS, it is necessary to authorize the transfer within and expenditure of funds from the Sanitary Sewer General Obligation Bond Fund, Fund 664, in the amount of $623,354.44 for purposes of providing sufficient funding for the aforementioned project expenditure; and
WHEREAS, it is necessary to authorize an amendment to the 2012 Capital Improvements Budget for the purpose of providing sufficient spending authority for the aforementioned project expenditures 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 professional engineering services agreement  with URS Corporation for the Big Walnut Augmentation/Rickenbacker Sanitary Interceptor-Lockbourne Intermodal 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 modify Contract No. EL006629 with URS Corporation, 277 West Nationwide Boulevard, Columbus, Ohio 43215 Big Walnut Augmentation/Rickenbacker Sanitary Interceptor-Lockbourne Intermodal Project, in order to provide the professional engineering services in accordance with the terms and conditions as shown in the contract modification on file in the office of the Division of Sewerage and Drainage.
Section 2. That the City Auditor is hereby authorized to transfer  of $623,354.44  within the Department of Public Utilities, Division of Sewerage and Drainage | Dept./Div. No. 60-05 | Sanitary Sewer General Obligation Bond Fund | Fund No. 664 | Object Level Three 6676, as follows:
From:
Project No. | Project Name | OCA Code | Change
650351-100001| WWTF Construction and Contingencies | 643511 | -$623,354.44
To:
Project No. | Project Name | OCA Code | Change
650491-100002 | Lockbourne Intermodal Sewer Project | 644912| +$623,354.44
Section 3.  That the Director of Public Utilities be and hereby is authorized to expend up to $623,354.44 from the Sanitary Sewer General Obligation Bond Fund into the Big Walnut Augmentation/Rickenbacker Sanitary Interceptor-Lockbourne Intermodal Project | Fund 664 | Div. 60-05 | Proj. 650491-100002 | 644912| Object Level Three 6676.
 
Section 4. That the 2012 Capital Improvements Budget Ordinance 0368-2012 is hereby amended as follows, to provide sufficient budget for the award of the agreement stated herein:
Project No. | Project Name | Current Authority | Revised Authority | (Change)
650351-100001 | WWTF Construction and Contingencies | $1,600,000 | $976,646 | (-$-$623,355)
650491-100002 | Lockbourne Intermodal Sewer Project | $0 | $623,355 | (+$623,355)
Section 5.  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 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 the said firm shall perform the work to the satisfaction of the Director of Public Utilities and to the Administrator of the Division of Sewerage and Drainage.
Section 9.  That this ordinance shall take effect and be in force from and after the earliest period allowed by law.