header-left
File #: 0917-2013    Version: 1
Type: Ordinance Status: Passed
File created: 4/5/2013 In control: Public Utilities Committee
On agenda: 5/6/2013 Final action: 5/7/2013
Title: To authorize the Director of Public Utilities to enter into a professional engineering services agreement with Stantec Consulting Services, Inc. for the Hap Cremean Water Plant Sludge Disposal Line Improvements - Field Locate/ARV Project; for the Division of Water; to authorize a transfer and expenditure up to $950,000.00 within the Water Works Enlargement Voted Bonds Fund; to amend the 2013 Capital Improvements Budget; and to declare an emergency. ($950,000.00)
Attachments: 1. ORD 0917-2013 Information, 2. ORD 0917-2013 Sub ID, 3. ORD 0917-2013 Map
Explanation
 
1.  BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into a professional engineering services agreement with Stantec Consulting Services, Inc., in the amount of $950,000.00, for the Hap Cremean Water Plant (HCWP) Sludge Disposal Line Improvements - Field Locate/Air Release Valve (ARV) Project, Division of Water Contract No. 1149 - Part III.
 
The HCWP Sludge Disposal Line was constructed in 1979 and transports process residuals (lime and alum sludge) from the HCWP to the McKinley Quarry for disposal.  The sludge line has experienced recent lime slurry releases from various valves on the line.  The 17.4 miles - 12 inch ductile iron pipe was originally constructed outside paved road areas but due to various road widening projects during the life of the line, much of it is now within pavement and many of the valve vaults have been covered by pavement and are inaccessible.  
 
This project will establish a system that will allow City staff to accurately field locate the HCWP sludge disposal line and appurtenances.  This project will specifically determine the location of all buried air release valves, inspect and determine the operability of said valves, and perform a hydraulic study to determine which valves are necessary for proper operation of the line.  This project will design improvements to the line to properly abandon any unnecessary valves and design any necessary upgrades to the valves and vaults.  A future contract will construct the improvements.  
 
The selected professional service firm will provide: field reconnaissance; identify valve and vault locations; records research; determine if the line is within existing right-of way and easements; field survey; verify locations of the line and placement of line locating devices and markers; condition assessment; estimate remaining useful life of the sludge line; hydraulic modeling; verify the need and locations for pressure relief valves; detailed design; prepare bid documents for recommended improvements resulting from condition assessment; bid assistance; prepare copies of plans, specifications and bidding documents; and assist with bid review.
 
2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:  The work proposed for this project will help fulfill the schedule of compliance included in the NPDES Permit for the outfall at McKinley Quarry issued by the Ohio EPA. The HCWP Sludge Line is an essential component in the water treatment infrastructure.  In the event that work will be required within the right-of-way impacting the motoring public the proposed work will be coordinated with "Paving The Way" for public notification.  
 
3. BID INFORMATION:  The selection of the firm providing the professional engineering services has been performed in accordance with the procedures set forth in Columbus City Code, Section 329.14, "Awarding professional service contracts through requests for proposals."  Requests for Proposals (RFP's) were received on November 28, 2012 from Stantec Consulting Services, Inc., AECOM, Dynotec, Inc., DLZ Ohio, Inc., and ms consultants, inc.
 
An evaluation committee reviewed the proposals and scored them based on the criteria stated in the City Code, as well as: Proposal Quality, including Environmental Considerations; Qualifications and Experience of Team Members; Ability to Perform Required Service Expeditiously; Past Performance on Similar Projects including Demonstrated Abilities to Meet Schedules and Budgets; and Local Workforce.  Based on the evaluation of the proposals submitted, the Director of Public Utilities requests award of the project to Stantec Consulting Services, Inc.
 
The Contract Compliance Number for Stantec Consulting Services, Inc. is 11-2167170 (expires 12/21/13, Majority).  Additional information regarding all bidders, 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 Stantec Consulting Services, Inc.
 
4.  FUTURE MODIFICATION:  A future modification to the agreement is planned for professional services during construction. Services in this phase will include, but not necessarily limited to, review of submittals for conformance to the Contract Documents and City Standards and answer RFIs and final QA/QC review of the Record Drawings prior to any submission to the City.
 
5. EMERGENCY DESIGNATION: The work proposed for this project will help fulfill the schedule of compliance included in the NPDES Permit for the outfall at McKinley Quarry issued by the Ohio EPA. This work must be expedited to help reduce unintended lime slurry releases.
 
6. FISCAL IMPACT:  A transfer of funds within the Water Works Enlargement Voted Bonds Fund will be necessary, as well as an amendment to the 2013 Capital Improvements Budget.
 
Title
 
To authorize the Director of Public Utilities to enter into a professional engineering services agreement with Stantec Consulting Services, Inc. for the Hap Cremean Water Plant Sludge Disposal Line Improvements - Field Locate/ARV Project; for the Division of Water; to authorize a transfer and expenditure up to $950,000.00 within the Water Works Enlargement Voted Bonds Fund; to amend the 2013 Capital Improvements Budget; and to declare an emergency.  ($950,000.00)
 
Body
 
WHEREAS, five technical proposals for a professional engineering services agreement for Hap Cremean Water Plant (HCWP) Sludge Disposal Line Improvements - Field Locate/ Air Release Valve (ARV) Project were received on November 28, 2012; and
 
WHEREAS, Stantec Consulting Services, Inc. was the firm selected to perform the services for this project based on criteria set forth in Columbus City Codes; and
 
WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to award and execute a professional engineering services agreement for the HCWP Sludge Disposal Line Improvements - Field Locate/ARV Project with Stantec Consulting Services, Inc.; and
 
WHEREAS, it is necessary for this Council to authorize a transfer and expenditure of funds within the Water Works Enlargement Voted Bonds Fund, for the Division of Water; and  
 
WHEREAS, it is necessary to authorize an amendment to the 2013 Capital Improvements Budget for the purpose of providing sufficient spending authority for the aforementioned project expenditure; and
 
WHEREAS, an emergency exists in the usual daily operation of the Division of Water, Department of Public Utilities, in that it is immediately necessary to authorize the Director of Public Utilities to enter into a professional engineering services agreement for the HCWP Sludge Disposal Line Improvements - Field Locate/ARV Project, in an emergency manner in order to help reduce unintended lime slurry releasesdf, for the immediate preservation of the public health, peace, property and safety;
 
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 agreement for the HCWP Sludge Disposal Line Improvements - Field Locate/ARV Project, with the best, most responsive and responsible bidder, Stantec Consulting Services, Inc., 1500 Lake Shore Drive, Suite 100, Columbus, Ohio 43204; in the amount of $950,000.00; in accordance with the terms and conditions of the contract on file in the Office of the Division of Water.
 
SECTION 2.  That the City Auditor is hereby authorized to transfer $950,000.00 within the Department of Public Utilities, Division of Water, Water Works Enlargement Voted Bonds Fund, Fund No. 606, Dept/Div. No. 60-09, Object Level Three 6677, as follows:
 
Fund No. | Project No. | Project Name | OCA Code | Change
606 | 690510-100000 (carryover) | HCWP Sludge Disp. Line-Pt. 1 | 606510 | -$950,000.00
606 | 690510-100002 (carryover) | HCWP Sludge Disp. Line -Field Locate/ARV | 665102 | +$950,000.00
 
SECTION 3.  That the 2013 Capital Improvements Budget is hereby amended as follows:
 
Fund No. | Proj. No. | Proj. Name | Current Authority | Revised Authority | Change
606 | 690510-100000 (carryover) | HCWP Sludge Disp. Line-Pt. 1 | $1,000,000 | $50,000 | -$950,000
606 | 690510-100002 (carryover) | HCWP Sludge Disp. Line -Field Locate/ARV | $0 | $950,000 | +$950,000
 
SECTION 4.  That an expenditure up to $950,000.00 is hereby authorized for the HCWP Sludge Disposal Line Improvements - Field Locate/ARV Project within the Water Works Enlargement Voted Bonds Fund, Fund No. 606, Division 60-09, Project No. 690510-100002 (carryover), OCA Code 665102, Object Level Three 6677.
 
SECTION 5.  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 6.  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 7.  That the City Auditor is authorized to establish proper project accounting numbers as appropriate.
SECTION 8.  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 9.  That for reasons stated in the preamble hereto, which is hereby made a part hereof, this Ordinance is declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.