header-left
File #: 0631-2012    Version: 1
Type: Ordinance Status: Passed
File created: 3/13/2012 In control: Public Utilities Committee
On agenda: 4/30/2012 Final action: 5/2/2012
Title: To authorize the Director of Public Utilities to execute a construction contract with Burch Hydro, Inc. for the Hap Cremean Water Plant Lagoon Sludge Removal & Abandonment Project; for the Division of Power and Water; and to authorize a transfer and expenditure of $2,792,820.90 within the Water Works Enlargement Voted Bonds Fund. ($2,792,820.90)
Attachments: 1. ORD 0631-2012 Bid Tab, 2. ORD 0631-2012 QFF, 3. ORD 0631-2012 Information, 4. ORD 0631-2012 Sub ID, 5. ORD 0631-2012 map
Explanation
1. BACKGROUND: This legislation authorizes the Director of Public Utilities to enter into a construction contract with Burch Hydro, Inc., in the amount of $2,792,820.90, for the Hap Cremean Water Plant (HCWP) Lagoon #3 Sludge Removal & Abandonment Project, Division of Power and Water Contract Number 1030-Part 5.
This project consists of furnishing all materials, equipment, and labor necessary to remove and dispose of approximately 37,300,000 pounds of dry-weight sludge and place approximately 106,000 cubic yards of fill in Lagoon #3.

2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT: Recent upgrades and modifications to Hap Cremean Water Plant (HCWP) Lagoon #1 and #2 have rendered Lagoon #3 unnecessary to the sludge storage process at HCWP. Lagoon #3 is currently filled with sludge which must be removed. Following the sludge removal the existing lagoon will be filled with soil rendering it usable for future construction at the facility. Rendering this land usable for future plant upgrades will allow for cost effective improvements to the facility as may be needed to meet currently unknown regulatory requirements. The HCWP is an essential and integral component in the Columbus area water supply and treatment infrastructure. Adequate supply of water is essential to economic growth and development.
As this is a secure site on property owned by DPU no community outreach or input was sought in the development of the project.

An environmentally preferable bidder was selected as the best, responsive, and responsible bidder and was not the lowest bidder prior to application of creditable factors. The selected contractor included paperwork with their proposal to indicate that they have a fleet policy for reducing vehicle emissions from its fleet of on and off-road vehicles by means of an anti-idling directive for its construction sites, use of ultra-low sulfur diesel, and a schedule for r...

Click here for full text