header-left
File #: 3275-2016    Version: 1
Type: Ordinance Status: Passed
File created: 12/9/2016 In control: Public Utilities Committee
On agenda: 1/30/2017 Final action: 2/1/2017
Title: To authorize the Director of Public Utilities to modify and increase an existing professional engineering services agreement with Burgess & Niple, Inc. for the Combined Sewer Overflows Reduction Improvements at the Wastewater Treatment Plant project; to authorize a transfer of $123,965.00 within and an expenditure of up to $253,965.00 from the Sanitary Sewer General Obligation Bond Fund for the Division of Sewerage and Drainage; and to amend the 2016 Capital Improvements Budget. ($253,965.00)
Attachments: 1. Ord 3275-2016 Director's Legislation Info Sheet 347.pdf, 2. Ord 3275-2016 SWIF, 3. Ord 3275-2016 Dax Financial String
Explanation

BACKGROUND:

1. Need. This legislation authorizes the Director of Public Utilities to modify (Mod #2) the professional engineering services agreement with Burgess & Niple, Inc. for the Combined Sewer Overflows (CSO) Reduction Improvements at the Wastewater Treatment Plant Project - CIP 650347-100001. The City of Columbus operates the Alum Creek Storm Tank at 2025 E. Main St. (corner of Alum Creek Drive and Main Street) Columbus, Ohio 43205. It has been determined that the building, much of the equipment, duct work and wiring therein is in need of rehabilitation and repairs.

This engineering contract provides: preliminary design, detailed design, bidding assistance, construction-phase engineering, start-up and commissioning assistance, record documentation preparation assistance, and other services for this project, as directed by the City.

1.1. Amount of additional funds to be expended: $253,965.00
Original Contract Amount: $128,000.00
Modification #1 $276,600.00
Modification #2 (Current) $253,965.00
TOTAL Cost ($) $658,565.00

1.2. Reasons additional goods/services could not be foreseen:
This Contract Modification No. 2 was planned and anticipated, and so stated in the original contract’s legislation. It is a planned continuation of the services originally included within the existing contract’s scope of service.

1.3. Reason other procurement processes are not used:
In so much as the majority of this work was planned for and anticipated within the original procurement, and due to the highly complex and technical nature of the engineering assistance provided to the City, it is not reasonable or cost efficient to undertake a new procurement effort to acquire these services.

1.4. How cost of modification was determined:
A cost proposal was provided by Burgess & Niple, Inc. and reviewed by the Division of Sewerage and Drainage and was deemed accepted. The cost of this contract modification is consistent with the direct labor and o...

Click here for full text