header-left
File #: 1329-2015    Version: 1
Type: Ordinance Status: Passed
File created: 5/11/2015 In control: Public Service & Transportation Committee
On agenda: 6/1/2015 Final action: 6/3/2015
Title: To authorize the Director of Public Service to enter into contract with Shelly and Sands, Inc. in connection with the Roadway Improvements - Noe Bixby Road Slope Remediation Phase 2 and Pedestrian Safety Improvements - Livingston Avenue Sidewalks - Woodcrest to Lattimer project; to amend the 2015 Capital Improvements Budget; to authorize the City Auditor to appropriate $340,415.10 within the Unallocated Balance Fund; to authorize the City Auditor to transfer cash and appropriation within the Streets and Highways Bond fund; to authorize the expenditure of up to $340,415.10 from the Street and Highway Improvements Fund and $711,491.20 from Streets and Highways Bonds Fund; and to declare an emergency. ($1,051,906.30)
Explanation
 
1.  BACKGROUND
This legislation authorizes the Director of Public Service to enter into contract for the construction of the Roadway Improvements - Noe Bixby Road Slope Remediation Phase 2 and Pedestrian Safety Improvements - Livingston Avenue Sidewalks - Woodcrest to Lattimer project and to provide payment for construction administration and inspection services.
 
The scope of services for this project consists of installing a soldier pile retaining wall on the west side of the 1700 block of Noe Bixby Road, installing sidewalk on Livingston Avenue from Lattimer Drive to Woodcrest Road on the south side and from the end of the service road to Woodcrest Road on the north side, 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 22, 2015.  The Office of Support Services let the project through Vendor Services and Bid Express.  Four bids were received on May 5, 2015 (four majority) and tabulated on May 6, 2015, as follows:       
Company Name                              Bid Amount               City/State            Majority/MBE/FBE
Newcomer Concrete Services, Inc.                  $956,279.15            Norwalk, OH                    Majority
Shelly and Sands, Inc.                                  $963,209.15            Columbus, OH               Majority
Trucco Construction Company                   $1,020,312.43            Powell, OH            Majority
Complete General Construction Company      $1,104,089.07            Columbus, OH            Majority
 
A margin of less than 1% separated the lowest two bidders and the apparent low bidder, Newcomer Concrete Services, Inc., is 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. received the opportunity to match the bid price of lowest, responsive, responsible, non-local bidder and agreed to do so in accordance with said provisions.  It was subsequently determined that contract award shall be made to Shelly and Sands, Inc. as the lowest, responsive, responsible, and best bidder.  
 
The contract amount will be $956,279.15.  The amount for construction administration and inspection services will be $95,627.15.  The total legislated amount is $1,051,906.30.
 
Searches in the System for Award Management (Federal) and the Findings for Recovery list (State) produced no findings against Shelly and Sands, Inc.     
 
2.  PRE-QUALIFICATION STATUS
Shelly and Sands, Inc. and all proposed subcontractors have met code requirements with respect to pre-qualification, pursuant to relevant sections of Columbus City Code Chapter 329.
 
3.  CONTRACT COMPLIANCE
The contract compliance number for Shelly and Sands, Inc. is 31-1364209 and expires 3/3/16.
 
4.  FISCAL IMPACT
Funds in the amount of $1,051,906.30 are available for this project within the Department of Public Service: $340,415.10 from the Street and Highway Improvement Fund, and $711,491.20 from the Streets and Highways Bond Fund.  An amendment to the 2015 Capital Improvement Budget is necessary for the purpose of providing sufficient spending authority for the aforementioned project expenditure.
 
5. EMERGENCY DESIGNATION
The department requests emergency designation so as to allow this project to commence as soon as possible and avoid delays in the completion of the 2015 Resurfacing Program.
 
Title
 
To authorize the Director of Public Service to enter into contract with Shelly and Sands, Inc. in connection with the Roadway Improvements - Noe Bixby Road Slope Remediation Phase 2 and Pedestrian Safety Improvements - Livingston Avenue Sidewalks - Woodcrest to Lattimer project; to amend the 2015 Capital Improvements Budget; to authorize the City Auditor to appropriate $340,415.10 within the Unallocated Balance Fund; to authorize the City Auditor to transfer cash and appropriation within the Streets and Highways Bond fund;  to authorize the expenditure of up to $340,415.10 from the Street and Highway Improvements Fund and $711,491.20 from Streets and Highways Bonds Fund; and to declare an emergency.  ($1,051,906.30)
 
Body
 
WHEREAS, the City of Columbus Department of Public Service is engaged in the Roadway Improvements - Noe Bixby Road Slope Remediation Phase 2 and Pedestrian Safety Improvements - Livingston Avenue Sidewalks - Woodcrest to Lattimer project; and
 
WHEREAS, the scope of services for this project includes installing a soldier pile retaining wall on the west side of the 1700 block of Noe Bixby Road, installing sidewalk on Livingston Avenue from Lattimer Drive to Woodcrest Road on the south side and from the end of the service road to Woodcrest Road on the north side; and  
 
WHEREAS, it is necessary to enter into contract with Shelly and Sands, Inc. for the aforementioned project; and  
 
WHEREAS, it is necessary to provide for construction administration and inspection services; and
 
WHEREAS, it is necessary to authorize an amendment to the 2015 Capital Improvements Budget for the purpose of providing sufficient spending authority for the aforementioned project expenditure; and
 
WHEREAS, an emergency exists in the usual daily operation of the Department of Public Service  in that it is immediately necessary to authorize the Director to enter in contract with Shelly and Sands to avoid delays in the completion of the 2015 Resurfacing Program, 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 Director of Public Service be and is hereby authorized to enter into contract with Shelly and Sands, Inc., 1515 Harmon Avenue, Columbus, OH 43215, for the construction of the Roadway Improvements - Noe Bixby Road Slope Remediation Phase 2 and Pedestrian Safety Improvements - Livingston Avenue Sidewalks - Woodcrest to Lattimer project in an amount up to $956,279.15 or so much thereof as may be needed in accordance with the specifications and plans on file in the Office of Support Services; and to obtain and pay for the necessary inspection costs associated with the project up to a maximum of $95,627.15.  
 
SECTION 2.  That the City Auditor be and is hereby authorized to appropriate the sum of $340,415.10 from the unappropriated balance of the Street and Highway Improvements Fund, Fund 766, 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 ending December 31, 2015, as follows:
 
Fund / Project / Project Name / O.L. 01-03 Codes / OCA / Amount
766 / 766999-100000 / Unallocated Balance Fd. 766 / 6600 / 766999 / $340,415.10
 
SECTION 3.  That the 2015 Capital Improvements Budget authorized by Ordinance 0557-2015 be amended to provide sufficient authority in the appropriate project detail number for this project as follows:
 
Fund / Project / Project Name / Current C.I.B. / Change / C.I.B. as amended
766 / 766999-100000 / Unallocated Balance Fd. 766 (Street & Highway Imp Carryover) / $1,304,880.00 / $311,027.00 / $1,615,907.00 (to match cash)
 
766 / 766999-100000 / Unallocated Balance Fd. 766 (Street & Highway Imp Carryover) / $1,615,907.00 / ($340,416.00) / $1,275,491.00
766 / 530161-100171 / Roadway Improvements - Noe Bixby Road Slope Remediation Phase 2 (Street & Highway Imp Carryover) / $0.00 / $340,416.00 / $340,416.00
 
704 / 590105-1000000 / Pedestrian Safety Improvements (Voted Carryover) / $151,568.00 / ($151,568.00) / $0.00
704 / 590105-100097 / Pedestrian Safety Improvements - Morse Road at Sunbury Road (Voted Carryover) / $280,000.00 / ($72,977.00) / $207,023.00
704 / 590105-100071 / Pedestrian Safety Improvements - Waggoner Road Shared Use Path (Voted Carryover) / $200,000.00 / ($46,720.00) / $153,280.00
 
704 / 590105-100078 / Pedestrian Safety Improvements - Livingston - Woodcrest-Lattimer (Voted Carryover) / $440,228.00 / $271,265.00 / $711,493.00
 
SECTION 4.  That the transfer of cash and appropriation within the Street and Highway Improvements Fund, 766 be authorized as follows:
 
Transfer from:
Fund / Project / Project Name / O.L. 01-03 Codes / OCA / Amount
766 / 766999-100000 / Unallocated Balance Fd. 766 / 06-6600 / 766999 / $340,415.10
 
Transfer to:
Fund / Project / Project Name / O.L. 01-03 Codes / OCA / Amount
766 / 530161-100171 / Roadway Improvements - Noe Bixby Road Slope Remediation Phase 2 / 06-6600 / 761171 / $340,415.10
 
SECTION 5.  That the transfer of cash and appropriation within the Streets and Highways G.O. Bond Fund, 704 be authorized as follows:
 
Transfer from:
Fund / Project / Project Name / O.L. 01-03 Codes / OCA / Amount
704 / 590105-100000 / Pedestrian Safety Improvements / 06-6600 / 593089 / $151,567.01
704 / 590105-100097 / Pedestrian Safety Improvements - Morse Road at Sunbury Road / 06-6600 / 741597 / $72,976.39
704 / 590105-100071 / Pedestrian Safety Improvements - Waggoner Road Shared Use Path / 06-6600 / 720571 / $46,719.35
 
Transfer to:
Fund / Project / Project Name / O.L. 01-03 Codes / OCA / Amount
704 / 590105-100078 / Pedestrian Safety Improvements - Livingston - Woodcrest - Lattimer / 06-6600 / 720578 / $271,262.75
 
SECTION 6.  That for the purpose of paying the cost of the contract and inspection, the sum of up to $1,051,906.30 or so much thereof as may be needed, is hereby authorized to be expended from the Street and Highway Improvements Fund, No. 766, and from Streets and Highways G.O. Bonds Fund, No. 704, for the Division of Design and Construction, Dept.-Div. 59-12, as follows:
Contract - $956,279.15
Fund / Project / Project Name / O.L. 01-03 Codes / OCA / Amount
766 / 530161-100171 / Roadway Improvements - Noe Bixby Road Slope Remediation Phase 2 / 06-6631 / 761171 / $309,470.15
704 / 590105-100078 / Pedestrian Safety Improvements - Livingston - Woodcrest - Lattimer / 06-6631 / 720578 / $646,809.00
 
Inspection - $95,627.15
Fund / Project / Project Name / O.L. 01-03 Codes / OCA / Amount
766 / 530161-100171 / Roadway Improvements - Noe Bixby Road Slope Remediation Phase 2 / 06-6687 / 761171 / $30,944.95
704 / 590105-100078 / Pedestrian Safety Improvements - Livingston - Woodcrest - Lattimer / 06-6687 / 720578 / $64,682.20
 
SECTION 7.  That the funds necessary to carry out the purpose of this ordinance are hereby deemed appropriated 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.