header-left
File #: 2117-2016    Version: 1
Type: Ordinance Status: Passed
File created: 8/13/2016 In control: Public Utilities Committee
On agenda: 9/19/2016 Final action: 9/22/2016
Title: To authorize the Director of Public Utilities to modify an existing professional engineering agreement with Burgess & Niple, Inc. for the Southerly Wastewater Treatment Plant Chemically Enhanced Primary Treatment - Disinfection Project; to authorize the expenditure of up to $365,454.00 from the Sanitary Sewer General Obligation (G.O.) Bond Fund. ($365,454.00)
Attachments: 1. Ord 2117-2016 CEPT Disinfection 650367-4 Mod 2 Signed Sub Work ID Form, 2. Ord 2117-2016 DAX SWWTP CEPT Primary Treatment - Disinfection Mod 2, 3. Ord 2117-2016 CEPT Disinfection 650367-4 Mod 2 Director's Legislation Information Sheet

Explanation

 

1.                     BACKGROUND: This legislation authorizes the Director of Public Utilities to modify an existing professional engineering agreement with Burgess & Niple, Inc. (Mod #2) for the Southerly Wastewater Treatment Plant Chemically Enhanced Primary Treatment - Disinfection, (SWWTP CEPT - Disinfection) Project. This project is one of three projects to provide Chemically Enhanced Primary Treatment (CEPT) at the Southerly Wastewater Treatment Plant (SWWTP), as approved by the Ohio Environmental Protection Agency. The CEPT facilities provide additional plant capacity to treat wet weather flows in excess of 330 Million Gallons Daily (MGD). This project will focus on upgrades and modifications to provide a new effluent conduit, disinfection chemical feed facilities, post aeration basin, and all associated structures and site work to accommodate these facilities.

 

This project will focus on upgrades and modifications to provide a new effluent conduit, chemical feed facilities, and levee modifications.  This is a contract for professional engineering design services and services during construction (Design Professional, or “DP” services) for the SWWTP CEPT, Disinfection.  Preliminary Design has been completed and Detailed Design is ongoing.

 

Engineering Services During Construction will be performed in two phases, in 2016 and 2017, when the proposed improvements are constructed.  This current modification covers one aspect of these services, while it is anticipated a future contract modification will be requested for the remainder of this work. The 2016 phase is for Contract S86, CEPT Site Preparation and Improvements. The 2017 phase is for Contract S89, CEPT Disinfection.

 

The actual emplacement of the work will be by construction contract.  This enginerring contract provides detailed design and bidding assistance, along with construction-phase engineering, start-up and commissioning assistance, and record documentation preparation. Construction Management services are being performed by others.

 

2.   PROJECT MODIFICATION:

 Amount of additional funds to be expended: $365,454.00

 

2.1 Original Contract                                                                                                                $   995,604.00

      Modification # 1                                                                                                                                       $2,245,142.00

      Current Modification #2                                                                                                         $   365,454.00

      TOTAL                                                         $3,606,200.00

 

Estimated Future Modification No. 3 (Budgeted 2017)                                           $1,880,000.00

 

Estimated Total (including current and future):                                                               $5,486,200.00

 

Estimate Future Modification #3 is for the Engineering Services During Construction for the SWWTP CEPT - Disinfection construction contract.  This modification amount is strictly an estimate at this time, and the final amount may change as the project progresses through Detailed Design. 

 

2.2 Reasons additional goods/services could not be foreseen: 

This was a planned contract modification as indicated in the first contract modification request.  This modification will fund the Engineering Services during Construction for Contract S86, CEPT Site Preparation and Improvements.

 

2.3 Reason other procurement processes are not used

The consultant team is very familiar with the details of the project and has performed a multitude of tests, prepared a series of reports and documentation detailing their findings and recommendations, and have compiled the Preliminary Design Report, Detailed Design documents and Bidding documents.  This contract was anticipated to be funded in phases as indicated on the original authorized legislation.  The process of selecting and contracting with a new consultant team at this time and having them start with data and reports prepared by another consultant would further delay the project and the design of major upgrades that will help the plant provide reliable service and preparedness for future regulatory changes or updates.

 

2.4 How cost of modification was determined:

The Consultant prepared an estimate of cost for the remaining scope of work based on a series of meetings and defined task list.  City Project management staff reviewed, provided input into the scope and the fees, and approved this cost proposal.

 

3.                     PROJECT TIMELINE: The preliminary design phase was completed in November 2015.  Detailed Design services are ongoing.  A portion of the work, Contract S86 CEPT Site Preparation and Improvements, has been designed and will soon be bid for construction, and this modification will provide funding for the Engineering Services during Construction associated with this portion.  Legislation for a future contract modification request will be submitted to fund the balance of engineering services during construction for the next phase being designed, when that portion of work is bid for construction. 

 

The overall contract duration, from initiation of Preliminary Design services, through Detailed Design Phases, to completion of all Services During Construction, is estimated to be 60 months. Burgess & Niple’s services will continue beyond completion of construction to provide “as-built” record drawings of the constructed facilities.

 

4.  This company is not debarred according to the Federal Excluded Parties Listing or the State Auditor's Findings for Recovery Database.

 

5.                     CONTRACT COMPLIANCE NO.:  31-0885550 | MAJ | Exp. 02/04/2018 | Vendor #: 004425

 

6.                     Emergency Designation:  Emergency designation is not requested.

 

7.  ECONOMIC IMPACT: This project will capture and treat wet weather flows in excess of the current plant capacity.  Without this improvement, these wastewater flows would be conveyed, untreated, to the river. The addition of this treatment will remove solids from and disinfect the wastewater, which will provide protection of and benefit to the receiving waters. 

 

Public informational meetings are not anticipated for this project, all proposed work should be within the boundaries of the wastewater treatment facility. Regulatory agencies will be notified of the proposed work as appropriate.

 

8.  FISCAL IMPACT: This legislation authorizes an expenditure of up to $365,454.00 from the Sanitary Sewer General Obligation Bond Fund, Fund 6109.

 

Title

 

To authorize the Director of Public Utilities to modify an existing professional engineering agreement with Burgess & Niple, Inc. for the Southerly Wastewater Treatment Plant Chemically Enhanced Primary Treatment - Disinfection Project; to authorize the expenditure of up to $365,454.00 from the Sanitary Sewer General Obligation (G.O.) Bond Fund. ($365,454.00)

 

Body

 

WHEREAS, Contract No. EL015880 with Burgess & Niple, Inc. was authorized by Ordinance No. 0968-2014, passed by the Columbus City Council on June 09, 2014; executed by the Director on July 11, 2014; approved by the City Attorney on July 22, 2014; certified by the City Auditor on July 23, 2014; and

 

WHEREAS, Contract No. EL017592 with Burgess & Niple, Inc. was authorized by Ordinance No. 1766-2015, passed by the Columbus City Council on September 28, 2015; executed by the Director on October 29, 2015 approved by the City Attorney on November 6, 2015; certified by the City Auditor on November 11, 2015; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to modify the existing contract; and

 

WHEREAS, the Chemically Enhanced Primary Treatment (CEPT) facilities provide additional plant capacity to treat wet weather flows in excess of 330 MGD; and

 

WHEREAS, this CEPT project will focus on upgrades and modifications to provide a new effluent conduit, disinfection chemical feed facilities, post aeration basin, and all associated structures and site work to accommodate these facilities; and

 

WHEREAS, it is necessary for City Council to authorize the expenditure of $365,454.00 from the Sanitary Sewer System GO Bond Fund, Fund 6109; and

 

WHEREAS, it has become necessary in the usual daily operation of the Department of Public Utilities to authorize the Director to modify an existing professional engineering agreement with the Burgess & Niple, Inc. for the SWWTP CEPT - Disinfection Project  Mod #2 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 is hereby authorized to modify (Mod #2) an existing engineering agreement with Burgess & Niple, Inc. 5085 Reed Road, Columbus, Ohio 43220 for the Southerly Wastewater Treatment Plant Chemically Enhanced Primary Treatment - Disinfection Project Mod #2 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 the Director is hereby authorized to expend up to $365,454.00 in the following manner: Sanitary Sewer G.O. Bond Fund | Fund 6109 | Div. 60-05. (See the attached DAX financial transaction spreadsheet)

 

SECTION 3.  That said company, Burgess & Niple, Inc. shall conduct the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Sewerage and Drainage.

 

SECTION 4. 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 5. That the City Auditor is authorized to establish proper project accounting numbers as appropriate.

 

SECTION 6.  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 7.  That this ordinance shall take effect and be in force from and after the earliest period allowed by law.