header-left
File #: 0195-2018    Version: 1
Type: Ordinance Status: Passed
File created: 1/9/2018 In control: Public Utilities Committee
On agenda: 2/12/2018 Final action: 2/14/2018
Title: To authorize the Director of Public Utilities to enter into an agreement with Ribway Engineering Group, Inc. for professional engineering services for the Dublin Road Water Plant Misc. Improvements - Basin Clarifier Rehab. Project for the Division of Water; to authorize an expenditure up to $556,700.00 within the Water General Obligations Bond Fund; and to amend the 2017 Capital Improvements Budget. ($556,700.00)
Attachments: 1. ORD 0195-2018 Funding, 2. ORD 0195-2018 SWIF, 3. ORD 0195-2018 map

Explanation

 

1. BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into a professional engineering services agreement with Ribway Engineering Group, Inc. for the Dublin Road Water Plant (DRWP) Misc. Improvements - Basin Clarifier Rehab. Project, in an amount up to $556,700.00, for Division of Water CIP No. 690278-100005, Contract No. 2199.

 

The overall project consists of engineering design and construction of improvements to the clarifier and flocculation equipment at the Dublin Road Water Plant. The existing clarifier mechanisms and flocculator drives at the plant are experiencing functionality issues, have been rehabilitated numerous times, and are now reaching the end of their useful life.

 

Ribway Engineering Group will provide services for a study and condition assessment (Phase 1), detailed design (Phase 2), and engineering services during construction (Phase 3).

 

Phase 1 (current), study and condition assessment, will evaluate the various existing  clarifier drive mechanisms, corner sweep mechanisms, clarifier rake arms, and miscellaneous piping, supports, and other clarifier appurtenances in order to determine the improvements that are needed and to assess whether equipment should be repaired or replaced. The phase will conclude with a Basis of Design Technical Memorandum indicating what repair and replacement work is to be performed during construction.  Phase 1 is estimated to be complete by March 2019.

 

FUTURE MODIFICATION(S):  Future contract modifications for Phase 2 and Phase 3 were identified in the Request for Proposals (RFP).

 

Phase 2, detailed design work, shall be based on the Basis of Design Technical Memorandum and conclude with the delivery of the bid documents and assistance during bidding.  Phase 2 is estimated to be completed March 2020.

 

Phase 3, engineering services during construction, will involve reviewing submittals, responding to RFIs, preparing RFPs, and other services.  Construction Administration / Inspection services will be provided by others under a separate contract.  Phase 3 will continue through construction, which is currently estimated to be approximately 2.5 years in duration ending in the fourth quarter of 2022.

 

*The dates mentioned herein are subject to change pending City’s ability to take basins out of service for inspection and the rehabilitation needs defined during Phase 1 of the initial contract. 

 

ESTIMATED COST OF PROJECT:

 

Phase 1 - Condition and Needs Assessment (current)                      $   556,700

Phase 2 - Detailed Design (Future Mod)                                                         $   600,000

Phase 3 - Service During Construction (Future Mod)             $   600,000

Estimated Contract Total                                          $1,756,700

 

The Community Planning Area is “N/A” since the DRWP provides service to several communities.

 

2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:  This project will rehabilitate aging infrastructure at the Dublin Road Water Treatment Plant facility and prevent further and more costly damage that could potentially occur if rehabilitation was postponed.  The project is part of the City’s ongoing efforts to maintain a reliable supply of safe drinking water to its customers, which will result in sustainable economic growth well into the future.  Public informational meetings are not anticipated for this project since all work is anticipated to occur within the boundaries of the Dublin Road Water Plant.

 

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, "Awarding professional service contracts through requests for proposals."  The evaluation criteria for this contract included:  1. Proposal Quality including Demonstrated Understanding of Project, 2. Proposed Project Schedule, 3. Environmental Considerations, 4. Experience of Team, 5. Ability to Perform Expeditiously, 6. Past Performance on Similar Projects, 7. and Local Workforce.

 

October 27, 2017, the Department received three (3) Request for Proposals (RFP’s) from Ribway Engineering Group, Stantec Consulting Services, and CDM Smith.

 

An evaluation committee reviewed the proposals and scored them based on the criteria mentioned above.  The Department of Public Utilities recommends the agreement be awarded to Ribway Engineering Group, Inc.

 

The Contract Compliance Number for Ribway Engineering Group is 31-1406579 (expires 5/17/18, MBE, DAX #005279).

 

Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Ribway Engineering Group.

 

4. FISCAL IMPACT: There are sufficient funds within the Water G.O. Bonds Fund for this expenditure, but an amendment to the 2017 Capital Improvements Budget is necessary.

 

 

Title

 

To authorize the Director of Public Utilities to enter into an agreement with Ribway Engineering Group, Inc. for professional engineering services for the Dublin Road Water Plant Misc. Improvements - Basin Clarifier Rehab. Project for the Division of Water; to authorize an expenditure up to $556,700.00 within the Water General Obligations Bond Fund; and to amend the 2017 Capital Improvements Budget.  ($556,700.00)

 

Body

 

WHEREAS, three (3) technical proposals for professional engineering services for the Dublin Road Water Plant Misc. Improvements - Basin Clarifier Rehab. Project were received on October 27, 2017; and

 

WHEREAS, the Department of Public Utilities recommends that the agreement be awarded to Ribway Engineering Group, Inc.; and

 

WHEREAS, it is necessary to authorize an expenditure of funds within the Water G.O. Bonds Fund, for the Division of Water; and 

 

WHEREAS, it is necessary to authorize an amendment to the 2017 Capital Improvements Budget for the purpose of providing sufficient spending authority for the aforementioned project expenditure; and

 

WHEREAS, it has become necessary in the usual daily operation of the Division of Water, Department of Public Utilities, to authorize the Director to enter into a professional engineering services agreement with Ribway Engineering Group, Inc. for the Dublin Road Water Plant Misc. Improvements - Basin Clarifier Rehab. Project; for the preservation of the public health, peace, property and safety; 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 enter into a professional engineering services agreement for the Dublin Road Water Plant Misc. Improvements - Basin Clarifier Rehab. Project with Ribway Engineering Group (FID# 31-1406579), 300 East Broad Street, Suite 500, Columbus, Ohio 43215; for an expenditure up to $556,700.00; in accordance with the terms and conditions of the agreement on file in the Office of the Division of Water.

 

SECTION 2.  That the 2017 Capital Improvements Budget is hereby amended, in Fund 6006 - Water G.O. Bonds Fund, as follows:

 

Project ID | Project Name | Current Authority | Revised Authority | Change

P690278-100004 (New) | DRWP Educational Signage | $150,000 | $93,300 | -$56,700

P690278-100005 (New) | DRWP Basin Clarifier Repl. | $500,000 | $556,700 | +$56,700

 

*There is already $500k cash in Fund 6006, P690278-100005 (New).

 

SECTION 3. That an expenditure of $556,700.00 or so much thereof as may be needed, is hereby authorized in Object Class 06 - Capital Outlay, per the accounting codes in the attachment to this ordinance.

 

SECTION 4.  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 5.  That the City Auditor is hereby authorized and directed to transfer any unencumbered balance in the project of 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 6.  That the City Auditor is authorized to establish proper project accounting numbers as appropriate.

 

SECTION 7.  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 8.  That this Ordinance shall take effect and be in force from and after the earliest period allowed by law.