header-left
File #: 1140-2010    Version: 1
Type: Ordinance Status: Passed
File created: 7/9/2010 In control: Utilities Committee
On agenda: 9/20/2010 Final action: 9/23/2010
Title: To authorize the Director of Public Utilities to execute a construction contract with Wingler Construction, Inc., in connection with the Fairwood Facilities Improvements project; to authorize the transfer within and the expenditure of $266,287.20 from the Sanitary B.A.B.s (Build America Bonds) Fund; and to amend the 2010 Capital Improvements Budget to establish sufficient budget authority to cover the expenditure upon passage of the ordinance for the Division of Sewerage and Drainage. ($266,287.20)
Attachments: 1. F34 AWARD DRAFT LEGISLATION B 7-6-10.pdf, 2. Sub-Contracot WIF 650510-100031 (F34) Fairwood Facility Improvements 081110 B.pdf
Date Ver.Action ByActionResultAction DetailsMeeting Details
9/23/20101 CITY CLERK Attest  Action details Meeting details
9/21/20101 MAYOR Signed  Action details Meeting details
9/20/20101 Columbus City Council ApprovedPass Action details Meeting details
9/20/20101 COUNCIL PRESIDENT Signed  Action details Meeting details
9/13/20101 Columbus City Council Read for the First Time  Action details Meeting details
8/19/20101 Utilities Drafter Sent to Clerk's Office for Council  Action details Meeting details
8/18/20101 Auditor Reviewer Reviewed and Approved  Action details Meeting details
8/18/20101 CITY AUDITOR Reviewed and Approved  Action details Meeting details
8/18/20101 Utilities Drafter Sent for Approval  Action details Meeting details
8/18/20101 CITY ATTORNEY Reviewed and Approved  Action details Meeting details
8/17/20101 EBOCO Reviewer Sent for Approval  Action details Meeting details
8/17/20101 ODI DIRECTOR Reviewed and Approved  Action details Meeting details
8/17/20101 Utilities Drafter Sent for Approval  Action details Meeting details
8/11/20101 Utilities Drafter Sent for Approval  Action details Meeting details
7/27/20101 Utilities Drafter Sent for Approval  Action details Meeting details
7/27/20101 FINANCE DIRECTOR Reviewed and Approved  Action details Meeting details
7/23/20101 FINANCE DIRECTOR Reviewed and Disapproved  Action details Meeting details
7/22/20101 Finance Reviewer Reviewed and Approved  Action details Meeting details
7/21/20101 Finance Reviewer Reviewed and Approved  Action details Meeting details
7/20/20101 Utilities Drafter Sent for Approval  Action details Meeting details
7/16/20101 Utilities Drafter Sent for Approval  Action details Meeting details
7/16/20101 Utilities Reviewer Reviewed and Approved  Action details Meeting details
7/16/20101 UTILITIES DIRECTOR Reviewed and Approved  Action details Meeting details
7/14/20101 Utilities Drafter Sent for Approval  Action details Meeting details
Explanation

1. BACKGROUND:

A. Need. This legislation authorizes the Director of Public Utilities to enter into a construction contract with Wingler Construction, Inc., for the Fairwood Facilities Improvements project for the Division of Sewerage and Drainage. The Fairwood Facility is responsible for the operation, maintenance and repair of the City's sewer collection system and houses various City staff including the Division of Police and Fire operations on the premises which function 24/7.

The proposed contract with Wingler Construction, Inc. is for Building Improvements at the Fairwood Facility. This contract Work consists of the removal and replacement of deteriorating components of the building shell produced by water leakage.

The contract was advertised in the City Bulletin, and bids were received on June 16, 2010, as follows:
1. Smoot Construction Company of Ohio | MBE | $224,400.00 (Non-responsive)
2. Wingler Construction, Inc. | MAJ | $266,287.20
3. Quality Masonry Company, Inc.| MAJ | $313,200.00
4 Elford, Inc. | MAJ | $335,880.00 (Non-responsive)
5. The Altman Company | MAJ | $346,947.60 (Non-responsive)
6 Allen Ballew, General Contractor, Inc.| FBE | $347,132.40
7. Williamson Builders, Inc. | MBE | $389,134.80
8. The Henning Company | Application with Bid | $466,521.60 (Non-responsive)

The Architect's construction cost estimate was $204,194.00

The original low bidder's proposal did not return the complete bound proposal, as required in the bidding documents, and was deemed non-responsive. The award is recommended to the second low bidder, whose bid was responsive.

Award is recommended to the lowest Responsive and Responsible and Best Bidder.

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

B. Contract Compliance No.: 31-1069301 | (MAJ) | (Expires 01/11/2012)

C. Emergency Designation: Emergency designation is not reque...

Click here for full text