Explanation
1. BACKGROUND
This ordinance authorizes the Director of Public Service to enter into a professional services contract with Compass Infrastructure Group, LLC in the amount of up to $500,000.00 for the Intersection - Brice Road and Shannon Road project.
The intent of this contract is to provide the Department of Public Service with continuing, contractual access to additional resources that are necessary to perform various professional engineering, survey, and technical expertise for the department to implement the Intersection - Brice Road and Shannon Road project, which includes installing a single lane roundabout at the intersection of Brice Road at Shannon Road, a shared use path (SUP) along the north side of Shannon Road, and a sidewalk will be installed along the east side of Brice Road from approximately 1200' south of Shannon Road to Shannon Road. The project will also include street lighting along the north side of Shannon Road for the length of the proposed SUP and for the limits of the roundabout.
The Department of Public Service, Office of Support Services, solicited Requests for Proposals for the Intersection - Brice Road and Shannon Road contract. The project was formally advertised on the Vendor Services and Bonfire web sites from June 25, 2025 to July 23, 2025. The City received eight (8) responses. All proposals were deemed responsive and were fully evaluated when the Evaluation Committee met on August 8, 2025. The responding firms were:
Company Name City/State Majority/MBE/WBE/VET/EBE/LGBTBE/SLBE
A. Morton Thomas and Associates Columbus, OH MAJ
Compass Infrastructure Group, LLC Columbus, OH WBE
Lochmueller Group, Inc. Columbus, OH MAJ
GAI Consultants Columbus, OH MAJ
Prime AE Group, Inc. Columbus, OH MAJ
EMH&T Columbus, OH MAJ
DLZ Ohio, Inc. Columbus, OH MBE
Michael Baker International, Inc. Columbus, OH MAJ
Compass Infrastructure Group, LLC, received the highest score by the evaluation committee and will be awarded the Intersection - Brice Road and Shannon Road contract.
Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Compass Infrastructure Group, LLC.
The certification of Compass Infrastructure Group, LLC was in good standing at the time the bid was awarded. All other associated subcontractor certifications were in good standing at the time the bid was awarded.
As part of their bid Compass Infrastructure Group, LLC has proposed the following 3 subcontractors to work on the project:
Company Name City/State Majority/ODI Certification
DLZ Ohio, Inc. Columbus, OH MBE
Surveying and Mapping LLC Columbus, OH MAJ
Designing Local Landscape Architecture Columbus, OH MAJ
2. CONTRACT COMPLIANCE INFORMATION
Compass Infrastructure Group, LLC,’s contract compliance number is CC032467 and expires 12/13/2026.
3. FISCAL IMPACT
Funding for this contract is budgeted and available within Fund 7766, the Street and Highway Improvement Fund. Funds will need to be appropriated.
Title
To appropriate funds within the Street and Highway Improvement Fund; to authorize the Director of the Department of Public Service to enter into contract with Compass Infrastructure Group, LLC, for the Intersection - Brice Road and Shannon Road project; and to authorize the expenditure of $500,000.00 from the Street and Highway Improvement Fund. ($500,000.00)
Body
WHEREAS, there is a need to enter into a professional services contract to provide for additional resources that are necessary to perform various professional engineering, survey, and technical expertise for the department to implement the Intersection - Brice Road and Shannon project, which includes installing a single lane roundabout, a shared use path (SUP), a sidewalk, as well as street lighting; and
WHEREAS, the Department of Public Service, Office of Support Services, solicited Requests for Proposals for the Intersection - Brice Road and Shannon Road project; and
WHEREAS, Compass Infrastructure Group, LLC submitted the best overall proposal for this project; and
WHEREAS, it is necessary to enter into a contract with Compass Infrastructure Group, LLC for the provision of professional engineering consulting services described above in the amount of up to $500,000.00; and
WHEREAS, it is necessary to authorize an expenditure of up to $500,000.00 from the Street and Highway Improvement Fund for this contract; and
WHEREAS, funds must be appropriated within Fund 7766, Street and Highway Improvement Fund; and
WHEREAS, it is necessary to authorize an expenditure of up to $500,00.00 from the Street and Highway Improvement Fund for the purpose of providing sufficient spending authority for the aforementioned project expenditure; NOW, THEREFORE,
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
SECTION 1. That from the unappropriated monies and from all monies estimated to come into said fund from any and all sources and unappropriated for any other purpose during the fiscal year ended December 31, 2025, the sum of $500,00.00 is appropriated in Fund 7766 (Street and Highway Improvement Fund), Dept-Div 5912 (Design and Construction), Project P538012-100000 (Intersection - Brice Road and Shannon Road), Object Class 06 (Capital Outlay) per the account codes in the attachment to this ordinance.
SECTION 2. That the Director of the Department of Public Service be and is hereby authorized to enter into a professional services contract with Compass Infrastructure Group, LLC, at 2800 Corporate Exchange Drive, Suite 100, Columbus, Ohio 43231, for the Intersection - Brice Road and Shannon project in the amount of up to $500,00.00.
SECTION 3. That the expenditure of $500,000.00, or so much thereof as may be needed, is hereby authorized in Fund 7766 (Street and Highway Improvement Fund), Dept-Div 5912 (Design and Construction), in Object Class 06 (Capital Outlay) per the accounting codes in the attachment to this ordinance.
SECTION 4. That 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 5. 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 6. 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 7. That this ordinance shall take effect and be in force from and after the earliest period allowed by law.