Skip to main content
header-left
File #: 3320-2025    Version: 1
Type: Ordinance Status: Second Reading
File created: 11/25/2025 In control: Public Service & Transportation Committee
On agenda: 12/15/2025 Final action:
Title: To amend the 2025 Capital Improvement budget; to authorize the transfer of funds within the Streets and Highways Bond Fund and the Streets and Highways Non-Bond Fund; to authorize the Director of Public Service to enter into contract with Strawser Paving Co., Inc. for the Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions project; to authorize the expenditure of up to $1,311,882.82 from the Streets and Highways Bond Fund and the Streets and Highways Non-Bond Fund for the project; and to declare an emergency. ($1,311,882.82)
Attachments: 1. ORD 3320-2025 Acct Temp.pdf, 2. ORD 3320-2025 Acct Temp.pdf, 3. ORD 3320-2025 CC Table.pdf, 4. ORD 3320-2025 Part A - Map of Project Boundaries.pdf, 5. ORD 3320-2025 Part B - Map of Project Boundaries.pdf, 6. SoS Strawser.pdf
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.

Explanation

1.  BACKGROUND

This ordinance authorizes the Director of Public Service to enter into contract with Strawser Paving Co., Inc. for the Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions project and to provide payment for construction, construction administration, and inspection services. 

 

The Hard Road Water Quality portion of the project involves installing several water quality structures on Hard Road between Sawmill Road and Smoky Row Road. The project includes replacement of existing roadway pavement, curbs, sidewalks, curb ramps, and pavement markings. The project also includes relocation of an existing waterline, and other such work as may be necessary to complete the contract, as set forth in the Invitation For Bid (IFB). 

 

The Smoky Row Road Drainage Improvements portion of the project involves the installation of several drainage structures and associated storm pipes. The project includes replacement of existing roadway pavement, curbs, sidewalks, curb ramps, pavement markings, signage, and other such work as may be necessary to complete the contract, as set forth in the Invitation For Bid (IFB).

 

The estimated Notice to Proceed date is January 15, 2026.  The project was let by the Office of Support Services through Vendor Services and Bid Express.  Five bids were received on November 20, 2025, (all majority) and tabulated as follows:  

     

Company Name                                     Bid Amount               City/State                Majority/ODI Cert.  

Strawser Paving Co., Inc.                             $1,181,876.41         Columbus, OH                    Majority

Complete General Construction Co.     $1,329,461.72         Columbus, OH                    Majority

Elite Excavating Co. of Ohio, Inc.        $1,498,901.25          Mansfield, OH                   Majority

Danbert, Inc                             $1,513,801.74          Plain City, OH                    Majority

Shelly & Sands, Inc.                             $1,744,057.26                      Columbus, OH                    Majority

 

Award is to be made to Strawser Paving Co., Inc. as the lowest responsive and responsible and best bidder for their bid of $1,181,876.41.  The amount of construction administration and inspection services will be $130,006.41.  The total legislated amount is $1,311,882.82.

 

Searches in the System for Award Management (Federal) and the Findings for Recovery list (State) produced no findings against Strawser Paving Co., Inc.

 

As part of their bid Strawser Paving Co., Inc. has proposed the following subcontractors to work on the project:

 

Company Name                                                      City/State                                                           Majority/ODI Certification     

Griffin Pavement Striping, LLC                                          Columbus, Ohio                                                               MAJ

The Paul Peterson Company                                          Columbus, Ohio                                                               MAJ

Mid-West Landscape, Inc.                                          Columbus, Ohio                                                               MAJ

W.L. Markers, Inc.                                                               Columbus, Ohio                                                               MAJ                     

 

2. CONTRACT COMPLIANCE INFORMATION

The contract compliance number for Strawser Paving Co., Inc. is CC6114 and expires 1/9/27.

 

3. PRE-QUALIFICATION STATUS

Strawser Paving Co., Inc. and all proposed subcontractors have met code requirements with respect to pre-qualification, pursuant to relevant sections of Columbus City Code Chapter 329.

 

4.  FISCAL IMPACT

Funding in the amount of $943,966.82 is budgeted, available, and appropriated within the Streets and Highways Bond Fund, Fund 7704. A transfer of cash and an amendment to the 2025 Capital Improvement Budget will be necessary to align budget authority with the proper project.

 

The remaining amount of $367,916.00 is budgeted and available within the Streets and Highways Non-Bond Fund, Fund 7766.  A transfer of cash and an amendment to the 2025 Capital Improvement Budget will be necessary to align budget authority with the proper project.

 

5. EMERGENCY DESIGNATION

Emergency action is requested in order to begin work as soon as possible in order to complete needed improvements at the earliest possible time to ensure the safety of the traveling public.

Title

To amend the 2025 Capital Improvement budget; to authorize the transfer of funds within the Streets and Highways Bond Fund and the Streets and Highways Non-Bond Fund; to authorize the Director of Public Service to enter into contract with Strawser Paving Co., Inc. for the Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions project; to authorize the expenditure of up to $1,311,882.82 from the Streets and Highways Bond Fund and the Streets and Highways Non-Bond Fund for the project; and to declare an emergency. ($1,311,882.82)

 

Body

WHEREAS, the Department of Public Service is engaged in the Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions project; and 

 

WHEREAS, the work for the Hard Road Water Quality portion of the project consists of  installing several water quality structures on Hard Road between Sawmill Road and Smoky Row Road. This includes replacement of existing roadway pavement, curbs, sidewalks, curb ramps, and pavement markings. The project also includes relocation of an existing waterline.  The work for the Smoky Row Road Drainage Improvements portion of the project involves the installation of several drainage structures and associated storm pipes. The project includes replacement of existing roadway pavement, curbs, sidewalks, curb ramps, pavement markings, signage; and other work as may be necessary to complete the contract in accordance with the plans and specifications set forth in the Bid Submittal Documents; and

 

WHEREAS, Strawser Paving Co., Inc. will be awarded the contract for the Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions project; and

 

WHEREAS, the Department of Public Service requires funding to be available for the Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions project for construction expense along with construction administration and inspection services; and

 

WHEREAS, it is necessary to amend the 2025 Capital Improvement Budget to establish authority within the correct project; and

 

WHEREAS, it is necessary for Council to authorize a transfer of funds within Fund 7704, the Streets and Highways Bond Fund, and Fund 7766, the Streets and Highways Non-Bond Fund to establish sufficient cash to pay for the project; and

 

WHEREAS, it is necessary to authorize an expenditure of up to $1,311,882.82 from the Streets and Highways Bond Fund and the Streets and Highways Non-Bond Fund for this contract; and

 

WHEREAS, an emergency exists in the usual daily operation of the Department of Public Service in that it is immediately necessary to enter into contract with Strawser Paving Co., Inc. to ensure the safety of the traveling public, thereby preserving the public health, peace, property, safety and welfare; now, therefore

 

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

 

SECTION 1. That the 2025 Capital Improvements Budget authorized by ordinance 1790-2025 be amended as follows to establish sufficient authority for this project:

 

Fund / Project  / Project Name / Current  / Change /C.I.B. as Amended

7766 / P530103-100038 / Arterial Street Rehabilitation - Hard Road Phase A/Sawmill Road - Smoky Row Road (Street & Highway Imp Carryover) / $367,916.00 / ($367,916.00) / $0.00

7704 / P530103-100038 / Arterial Street Rehabilitation - Hard Road Phase A/Sawmill Road - Smoky Row Road (Voted Carryover) / $975,812.00 / ($943,967.00) / $31,845.00

 

7766 / P530161-500195 / Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions (Street & Highway Imp Carryover) / $0.00 / $367,916.00 / $367,916.00

7704 / P530161-500195 / Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions (Voted Carryover) / $0.00 / $943,967.00 / $943,967.00

 

SECTION 2.  That the transfer of $367,916.00, or so much thereof as may be needed, is hereby authorized within Fund 7766 (Streets and Highways Non-Bond Fund), from Dept-Div 5912 (Design and Construction), Project P530103-100038 (Arterial Street Rehabilitation - Hard Road Phase A/Sawmill Road - Smoky Row Road), Object Class 06 (Capital Outlay) to Dept-Div 5912 (Design and Construction), Project P530161-500195 (Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions), Object Class 06 (Capital Outlay) between projects per the account codes in the attachment to this ordinance.

 

SECTION 3.  That the transfer of $943,966.82, or so much thereof as may be needed, is hereby authorized within Fund 7704 (Streets and Highways Bond Fund), from Dept-Div 5912 (Design and Construction), Project P530103-100038 (Arterial Street Rehabilitation - Hard Road Phase A/Sawmill Road - Smoky Row Road), Object Class 06 (Capital Outlay) to Dept-Div 5912 (Design and Construction), Project P530161-500195 (Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions), Object Class 06 (Capital Outlay) between projects per the account codes in the attachment to this ordinance.

 

SECTION 4.  That the Director of Public Service be and is hereby authorized to enter into a construction services contract with Strawser Paving Co., Inc., 1595 Frank Road, Columbus, Ohio 43223, for the Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions project in the amount of up to $1,181,876.41 in accordance with the specifications and plans on file in the Office of Support Services, which are hereby approved; and to pay for necessary construction administration and inspection costs associated with the project up to a maximum of $130,006.41.

 

SECTION 5.  That the expenditure of $367,916.00, or so much thereof as may be needed, is hereby authorized in Fund 7766 (Streets and Highways Non-Bond Fund), Dept-Div 5912 (Design and Construction), Project P530161-500195 (Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions), in Object Class 06 (Capital Outlay) per the accounting codes in the attachment to this ordinance.

 

SECTION 6.  That the expenditure of $943,966.82, or so much thereof as may be needed, is hereby authorized in Fund 7704 (Streets and Highways Bond Fund), Dept-Div 5912 (Design and Construction), Project P530161-500195 (Roadway Improvements - Hard Road Water Quality & Smoky Row Road Drainage Revisions), in Object Class 06 (Capital Outlay) per the accounting codes in the attachment to this ordinance.

 

SECTION 7.  Funds are hereby deemed appropriated and expenditures and transfers authorized to carry out the purposes of this ordinance and the City Auditor shall establish such accounting codes as necessary.

 

SECTION 8.  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 9.  That the City Auditor is hereby authorized to transfer the unencumbered balance in a project account to the unallocated balance account 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 are no longer required for said project.

 

SECTION 10.  That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.