header-left
File #: 2679-2014    Version: 1
Type: Ordinance Status: Passed
File created: 11/7/2014 In control: Public Utilities Committee
On agenda: 2/2/2015 Final action: 2/4/2015
Title: To authorize the Director of Public Utilities to enter into a construction contract with Insituform Technologies, Inc. for the 2014 Annual Lining Project; and to expend up to $4,511,118.04 from the Sanitary Sewer General Obligation Bond Fund. ($4,511,118.04)
Attachments: 1. Ord 2679-2014 Director's Legislation Information Sheet (5-23-11), 2. Ord 2679-2014 2014 Annual Lining Recommendation to Director, 3. Ord 2679-2014 Sub-Contractor WIF U 650404-41
Explanation

1. BACKGROUND: This legislation authorizes the Director of Public Utilities to enter into a construction contract with Insituform Technologies, Inc. for the 2014 Annual Lining Project. This project work consists of the rehabilitation of approximately 69,800 LF of 8- thru 24-inch sewers utilizing the Cured-in-Place Pipe (CIPP) process, manhole rehabilitation, and other such work as may be necessary to complete the contract in accordance with the plans and specifications
This contract addresses city-wide projects as sewer line issues arise. The determination by the Division of Sewerage and Drainage through areas that are currently in need of rehabilitation or the use video inspection of sewer and stormwater lines.

2. THE PROJECT TIMELINE: Work is to be completed within 365 calendar days after the effective date of the Notice to Proceed.
3. PROCUREMENT: In accordance with the procedures set forth in Columbus City Code, Section 329.09, invitation for Bids were received October 22, 2014 for the 2014 Annual Lining Project. Two (2) competitive bids were received and opened at the Department of Public Utilities’, 910 Dublin Road facility. The following bidders submitted bids:

Name CCCN Exp. Date City/State Status
Layne Inliner, LLC 01-0684682 02/06/2016 Hilliard, OH MAJ
Insituform Technologies LLC 13-3032158 04/22/2015 Chesterfield, MO MAJ

The selection process used the Bid Tab and Quality Factor Form evaluation and was awarded to the lowest responsive, responsible and best bidder. Layne Inliner had the lowest bid, but was deemed non-responsive because the wrong proposed unit pricing bid amounts were used for several items

Layne Inliner, LLC had submitted a signed addendum acknowledging the changed amounts. Therefore based on the submitted bids and the evaluation process, the bid was awarded to Insituform Technologies, Inc.

4. EMERGENCY DESIGNATION...

Click here for full text