header-left
File #: 1066-2015    Version: 1
Type: Ordinance Status: Passed
File created: 4/14/2015 In control: Public Service & Transportation Committee
On agenda: 5/18/2015 Final action: 5/20/2015
Title: To amend the 2015 Capital Improvements Budget; to authorize the City Auditor to transfer cash and appropriation within the Streets and Highways Bond fund; to authorize the Director of Public Service to enter into contract with Shelly and Sands, Inc., in connection with the UIRF - Bar Harbor Road Sidewalks, UIRF - Brentnell Avenue Phase 1, and UIRF - Woodland Park project; to authorize the expenditure of up to $1,109,856.09 from the Streets and Highways Bonds Fund; and to declare an emergency. ($1,109,856.09)
Explanation

1. BACKGROUND
This legislation authorizes the Director of Public Service to enter into contract for the construction of the UIRF - Bar Harbor Road Sidewalks, UIRF - Brentnell Avenue Phase 1, and UIRF - Woodland Park project and to provide payment for construction administration and inspection services.

The scope of services for this project consists of pedestrian safety improvements in the Woodland Park area, along Brentnell Avenue and Bar Harbor Road, to include new sidewalks, curb ramps, and curb replacement, and other such work as may be necessary to complete the contract, in accordance with the plans and specifications set forth in the Bid Submittal Documents.

The estimated Notice to Proceed is June 8, 2015. The Office of Support Services let the project through Vendor Services and Bid Express. Five bids were received on April 23, 2015 (five majority) as follows:
Company Name Bid Amount City/State Majority/MBE/FBE
Newcomer Concrete Services, Inc. $1,008,960.08 Norwalk, OH Majority
Shelly and Sands, Inc. $1,015,608.00 Columbus, OH Majority
G&G Cement Contractors $1,017,890.86 Columbus, OH Majority
Columbus Asphalt Paving Inc. $1,074,461.35 Gahanna, OH Majority
Decker Construction Company $1,182,434.33 Columbus, OH Majority

2. LOCAL PREFERENCE
An examination of those bids showed that the three lowest bids were separated by a margin of less than 1% and the apparent low bidder, Newcomer Concrete Services, Inc., was a non-local entity. Pursuant to relevant sections of Columbus City Code Chapter 329, local preference provisions were applicable to this bid, and Shelly and Sands, Inc. and G & G Cement Contractors were given the opportunity to match the bid price of lowest, responsive, responsible, non-local bidder in accordance with said provisions. It was subsequently determined that contract award shall be made to Shelly and Sands, Inc. as the...

Click here for full text