header-left
File #: 1064-2007    Version: 1
Type: Ordinance Status: Passed
File created: 6/22/2007 In control: Utilities Committee
On agenda: 7/16/2007 Final action: 7/19/2007
Title: To authorize the Director of Public Utilities to enter into a contract with Kokosing Construction Co., Inc., for the Division of Power and Water, to authorize the expenditure of $5,715,600.00 from the Waterworks Enlargement Voted 1991 Bonds Fund, to amend the 2007 C.I.B. and to authorize the City Auditor to transfer funds within the Waterworks Enlargement Voted 1991 Bonds Fund, and to declare an emergency. ($5,715,600.00)
Attachments: 1. DRWP_VicMap.pdf, 2. Bid evaluation template 2.pdf, 3. Director's Required legislation DRWP Raw Wtr Intake Construction.pdf, 4. bid tabs.PDF
Date Ver.Action ByActionResultAction DetailsMeeting Details
7/19/20071 CITY CLERK Attest  Action details Meeting details
7/17/20071 MAYOR Signed  Action details Meeting details
7/16/20071 Columbus City Council ApprovedPass Action details Meeting details
7/16/20071 COUNCIL PRESIDENT Signed  Action details Meeting details
7/2/20071 CITY ATTORNEY Reviewed and Approved  Action details Meeting details
7/2/20071 Utilities Drafter Sent to Clerk's Office for Council  Action details Meeting details
6/29/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/29/20071 EBOCO Reviewer Sent for Approval  Action details Meeting details
6/29/20071 ODI DIRECTOR Reviewed and Approved  Action details Meeting details
6/29/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/29/20071 Auditor Reviewer Reviewed and Approved  Action details Meeting details
6/29/20071 CITY AUDITOR Reviewed and Approved  Action details Meeting details
6/29/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/28/20071 Finance Reviewer Reviewed and Approved  Action details Meeting details
6/28/20071 Finance Reviewer Reviewed and Approved  Action details Meeting details
6/28/20071 FINANCE DIRECTOR Reviewed and Approved  Action details Meeting details
6/27/20071 UTILITIES DIRECTOR Reviewed and Approved  Action details Meeting details
6/27/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/25/20071 Utilities Reviewer Sent for Approval  Action details Meeting details
6/22/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/22/20071 Utilities Drafter Sent for Approval  Action details Meeting details
6/22/20071 Utilities Reviewer Reviewed and Approved  Action details Meeting details
6/22/20071 Utilities Drafter Sent for Approval  Action details Meeting details
Explanation

BACKGROUND: The existing intake bar screens at the Dublin Road Water Plant Raw Water Intake have been in continuous service since 1951 and require replacement. As a part of the project new technology facilitating spontaneous leaf removal and establishing a debris barrier, to greatly reduce the accumulation of leaves prior to entering the intake bar screens will also be installed. The work for this Contract consists of furnishing of all materials; equipment and labor necessary to provide improvements to the existing raw water intake facilities consisting of installation of new bar screens and trash rake, retaining wall, low-head dam improvements, replacement of sludge line, electrical work, and such other work as may be necessary to complete the contract in accordance with the plans and specifications. Note that bar rack installation and sluice gate modifications shall be done utilizing underwater construction techniques in accordance with the project specifications.

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. Three (3) bids were received. Of the three (3) bids received, the lowest responsive and responsible and best bidder was Kokosing Construction Company, Inc. The bid of the Righter Company, Inc. was determined to be non-responsive due to non-compliance with TIER I - MANDATORY FACTOR M-6 Contract Compliance. One of their sub-consultants did not have a valid contract compliance number and the Contractor failed to apply for same within seven days of the bid opening as specified in the contract documents. For this reason the bid of the Righter Company is considered non-responsive due to failure to complete the requirements of Responsive Bidder. Bidders that are determined non-responsive to these mandatory factors shall not be considered for further evaluation und...

Click here for full text