header-left
File #: 0182-2010    Version: 1
Type: Ordinance Status: Passed
File created: 1/22/2010 In control: Utilities Committee
On agenda: 3/8/2010 Final action: 3/10/2010
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)
Attachments: 1. CDM Mod 1 LEGISLATION Info B 012110.pdf, 2. Sub-Contractor WIF 650348-100002 Instrumentation and Control 012210.pdf
Date Ver.Action ByActionResultAction DetailsMeeting Details
3/10/20101 CITY CLERK Attest  Action details Meeting details
3/9/20101 MAYOR Signed  Action details Meeting details
3/8/20101 Columbus City Council ApprovedPass Action details Meeting details
3/8/20101 COUNCIL PRESIDENT Signed  Action details Meeting details
3/1/20101 Columbus City Council Read for the First Time  Action details Meeting details
2/22/20101 City Clerk's Office Sent back for Clarification/Correction  Action details Meeting details
2/22/20101 Utilities Drafter Sent to Clerk's Office for Council  Action details Meeting details
2/12/20101 Auditor Reviewer Reviewed and Approved  Action details Meeting details
2/12/20101 CITY AUDITOR Reviewed and Approved  Action details Meeting details
2/12/20101 Utilities Drafter Sent for Approval  Action details Meeting details
2/12/20101 CITY ATTORNEY Reviewed and Approved  Action details Meeting details
2/12/20101 Utilities Drafter Sent to Clerk's Office for Council  Action details Meeting details
2/11/20101 ODI DIRECTOR Reviewed and Approved  Action details Meeting details
2/11/20101 Utilities Drafter Sent for Approval  Action details Meeting details
2/10/20101 EBOCO Reviewer Sent for Approval  Action details Meeting details
2/8/20101 Utilities Drafter Sent for Approval  Action details Meeting details
2/5/20101 FINANCE DIRECTOR Reviewed and Approved  Action details Meeting details
2/4/20101 Finance Reviewer Reviewed and Approved  Action details Meeting details
2/4/20101 Finance Reviewer Reviewed and Approved  Action details Meeting details
2/3/20101 UTILITIES DIRECTOR Reviewed and Approved  Action details Meeting details
2/3/20101 Utilities Drafter Sent for Approval  Action details Meeting details
2/2/20101 Utilities Reviewer Sent for Approval  Action details Meeting details
1/31/20101 Utilities Reviewer Reviewed and Approved  Action details Meeting details
1/29/20101 Utilities Drafter Sent for Approval  Action details Meeting details
1/25/20101 Utilities Drafter Sent for Approval  Action details Meeting details
1/25/20101 Utilities Reviewer Reviewed and Approved  Action details Meeting details
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 st...

Click here for full text