header-left
File #: 1024-2007    Version: 1
Type: Ordinance Status: Passed
File created: 6/18/2007 In control: Utilities Committee
On agenda: 7/9/2007 Final action: 7/11/2007
Title: To authorize the Director of Public Utilities to enter into a contract with Quality Masonry Co., Inc., for the Division of Power and Water, to authorize the expenditure of $948,656.50 from the Waterworks Enlargement Voted 1991 Bonds Fund, and to declare an emergency. ($948,656.50)
Attachments: 1. HCWP_VicMap.pdf, 2. BidEvaluation.Final.pdf, 3. Director's Required legislation info.pdf, 4. BidTab.pdf
Date Ver.Action ByActionResultAction DetailsMeeting Details
7/11/20071 CITY CLERK Attest  Action details Meeting details
7/10/20071 MAYOR Signed  Action details Meeting details
7/9/20071 Columbus City Council Approved  Action details Meeting details
7/9/20071 COUNCIL PRESIDENT Signed  Action details Meeting details
6/28/20071 CITY AUDITOR Reviewed and Approved  Action details Meeting details
6/28/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/28/20071 CITY ATTORNEY Reviewed and Approved  Action details Meeting details
6/28/20071 Utilities Drafter Sent to Clerk's Office for Council  Action details Meeting details
6/27/20071 Finance Reviewer Reviewed and Approved  Action details Meeting details
6/27/20071 Finance Reviewer Reviewed and Approved  Action details Meeting details
6/27/20071 FINANCE DIRECTOR Reviewed and Approved  Action details Meeting details
6/27/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/27/20071 Auditor Reviewer Reviewed and Approved  Action details Meeting details
6/25/20071 ODI DIRECTOR Reviewed and Approved  Action details Meeting details
6/25/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/22/20071 EBOCO Reviewer Sent for Approval  Action details Meeting details
6/21/20071 EBOCO Reviewer Reviewed and Disapproved  Action details Meeting details
6/21/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/20/20071 UTILITIES DIRECTOR Reviewed and Approved  Action details Meeting details
6/20/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/19/20071 Utilities Reviewer Reviewed and Approved  Action details Meeting details
6/19/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/19/20071 Utilities Reviewer Sent for Approval  Action details Meeting details
6/18/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/18/20071 Utilities Reviewer Reviewed and Approved  Action details Meeting details
Explanation

BACKGROUND: The Hap Cremean Water Plant (HCWP) was originally constructed in the early 1950's; the plant was doubled in size in the early 1970's with periodic additional construction since initiation. HCWP consists of multiple special purpose buildings on a single campus each with an integral role in the water treatment process. The architecture of these buildings is generally brick and/or concrete unit masonry with some glass block and precast concrete panels and stonework. Observed deterioration of the exterior masonry of these buildings prompted a detailed condition assessment which was completed in 2005 by Architects and Engineers chosen specifically for their expertise in this area. The assessment noted many structural deficiencies as well as others which allow water penetration inside the building envelopes. This contract provides the labor and materials to correct the deficiencies identified in that assessment. Completion of this work will restore the structural integrity of the buildings as well as protect them and their contents against damage from the elements.

The procurement of this contract was conducted in accordance with Section 329.09 of the Columbus City Code.

Competitive bids were received and opened at the office of the Director of Public Utilities on June 13, 2007. Two (2) bids were received. Of the two (2) bids received, the lowest responsive and responsible and best bidder was Quality Masonry Co., Inc. The bid of J & P Paving , Masonry and Sealant., Inc. was determined to be non-responsive due to several irregularities in their bid submittal including failure to return the entire Bid Submittal Document with the bid (as required by CMSC Section 102.07) and failure to sign the proposal. These two bid irregularities would rank the bid of J & P Paving , Masonry and Sealant., Inc. as non-responsive due to failure to complete the requirements of TIER I - MANDATORY FACTOR M-1 Responsive Bidder. Bidders that are dete...

Click here for full text