header-left
File #: 1638-2021    Version: 1
Type: Ordinance Status: Passed
File created: 6/15/2021 In control: Public Service & Transportation Committee
On agenda: 7/12/2021 Final action: 7/15/2021
Title: To amend the 2020 Capital Improvement Budget; to authorize the transfer of funds and appropriation within the Streets and Highways Bond Fund; to appropriate funds and transfer appropriation within the Streets and Highways Bond Fund; to authorize the Director of Public Service to enter into contract with Newcomer Concrete Services, Inc. for the UIRF - Sidewalks and Roadway Improvements 2017 project; to authorize the expenditure of up to $1,314,469.21 from the Streets and Highways Bond Fund for the UIRF - Sidewalks and Roadway Improvements 2017 project; and to declare an emergency. ($1,314,469.21)
Attachments: 1. Ord. 1638-2021 Accounting Template

Explanation

1.  BACKGROUND

This ordinance authorizes the Director of Public Service to enter into contract with Newcomer Concrete Services, Inc. for the UIRF - Sidewalks and Roadway Improvements 2017 project and to provide payment for construction, construction administration and inspection services. 

 

This contract includes roadway and/or sidewalk improvements for the following locations.  Sidewalks on 1) Hamlet Street (west side) from Fourth Avenue to Greenwood Avenue, 2) Kerr Street (west side) from Hubbard Avenue to the alley north of Hubbard Avenue, 3) Ellsworth Avenue (east & west sides) from Whittier Street to Columbus Street and resurfacing from Whittier Street to Livingston Avenue, 4) S. Nelson Road (east side) from Main Street to Bryden Road, 5) N. Nelson Road (east side) from Greenway Avenue to Maryland Avenue, 6) Indianola Avenue (west side) from Garden Road to Jeffrey Place, and 7) intersection improvements at Edgevale Road and E. Broad Street, 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.

 

The estimated Notice to Proceed date is July 26, 2021.  The project was let by the Office of Support Services through Vendor Services and Bid Express.  Six bids were received on May 25, 2021, (all majority) and tabulated as follows:  

     

Company Name                                 Bid Amount               City/State                                                Majority/MBE/FBE    

Newcomer Concrete Services, Inc.  $1,194,972.01                      Norwalk, OH                      Majority

Decker Construction Company                         $1,261,750.49                      Columbus, OH                      Majority

Strawser Paving Company                         $1,262,030.44                      Columbus, OH                      Majority

G & G Concrete Const., LLC                         $1,371,984.77                      Columbus, OH                      Majority

Columbus Asphalt Paving Inc.                         $1,410,656.36                      Gahanna, OH                      Majority

Shelly & Sands, Inc.                         $1,481,428.16                     Columbus, OH                     Majority

 

Award is to be made to Newcomer Concrete Services, Inc. as the lowest responsive and responsible and best bidder for their bid of $1,194,972.01.  The amount of construction administration and inspection services will be $119,497.20.  The total legislated amount is $1,314,469.21.

 

Searches in the System for Award Management (Federal) and the Findings for Recovery list (State) produced no findings against Newcomer Concrete Services, Inc.

 

2. CONTRACT COMPLIANCE INFORMATION

The contract compliance number for Newcomer Concrete Services, Inc. is CC006605 and expires 12/20/21.

 

3. PRE-QUALIFICATION STATUS

Newcomer Concrete Services, 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

Funds in the amount of $1,314,469.21 are available within the Streets and Highways Bond Fund, Fund 7704.  An amendment to the 2020 Capital Improvement Budget and a transfer of cash and appropriation is necessary to align spending with the proper project.  Funds need to be appropriated.

5. EMERGENCY DESIGNATION

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

Title

To amend the 2020 Capital Improvement Budget; to authorize the transfer of funds and appropriation within the Streets and Highways Bond Fund; to appropriate funds and transfer appropriation within the Streets and Highways Bond Fund;  to authorize the Director of Public Service to enter into contract with Newcomer Concrete Services, Inc. for the UIRF - Sidewalks and Roadway Improvements 2017 project; to authorize the expenditure of up to $1,314,469.21 from the Streets and Highways Bond Fund for the UIRF - Sidewalks and Roadway Improvements 2017 project; and to declare an emergency.  ($1,314,469.21)

 

Body

WHEREAS, the Department of Public Service is engaged in the UIRF - Sidewalks and Roadway Improvements 2017 project; and 

 

WHEREAS, the work for this project consists of roadway and/or sidewalk improvements for the following locations.  Sidewalks on 1) Hamlet Street (west side) from Fourth Avenue to Greenwood Avenue, 2) Kerr Street (west side) from Hubbard Avenue to the alley north of Hubbard Avenue, 3) Ellsworth Avenue (east & west sides) from Whittier Street to Columbus Street and resurfacing from Whittier Street to Livingston Avenue, 4) S. Nelson Road (east side) from Main Street to Bryden Road, 5) N. Nelson Road (east side) from Greenway Avenue to Maryland Avenue, 6) Indianola Avenue (west side) from Garden Road to Jeffrey Place, and 7) intersection improvements at Edgevale Road and E. Broad Street; 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, Newcomer Concrete Services, Inc. will be awarded the contract for the UIRF - Sidewalks and Roadway Improvements 2017project; and

 

WHEREAS, the Department of Public Service requires funding to be available for the UIRF - Sidewalks and Roadway Improvements 2017 project for construction expense along with construction administration and inspection services; and

 

WHEREAS, it is necessary to amend the 2020 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, to establish sufficient cash to pay for the project; and

 

WHEREAS, funds must be appropriated within the Streets and Highways Bond Fund; 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 into contract with Newcomer Concrete Services, 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 2020 Capital Improvements Budget authorized by ordinance 2521-2020 be amended as follows to establish sufficient authority for this project:

 

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

7704 / P530282-100000 / 59-03 Resurfacing (Voted Carryover) / $0.00 / $189,271.00 / $189,271.00 (to match cash)

 

7704 / P530282-100000 / 59-03 Resurfacing (Voted Carryover) / $189,271.00 / ($189,271.00) / $0.00

7704 / P530282-100069 / Resurfacing - Urban Paving - US33 Dublin Road/Spring Street (PID 86651) (Voted Carryover) / $5,917.00 / ($5,917.00) / $0.00

7704 / 530161-100151 / Roadway Improvements - Scioto Peninsula (Voted 2019 SIT Supported) / $11,546,880.00 / ($100,653.00) / $11,446,227.00

 

7704 / P530282-100160 / Resurfacing - Ellsworth Ave - Livingston to Whittier (Voted Carryover) / $0.00 / $195,188.00 / $195,188.00

7704 / P530282-100160 / Resurfacing - Ellsworth Ave - Livingston to Whittier (Voted 2019 SIT Supported) / $0.00 / $100,653.00 / $100,653.00

 

7704 / P440005-100000                     / UIRF - Urban Infrastructure Recovery Fund (59-12) (Voted 2019 SIT Supported) / $1,761,253.00 / ($1,018,628.00) / $742,625.00

 

7704 / P440005-100072 / UIRF - Sidewalks and Roadway Improvements 2017 (Voted 2019 SIT Supported) / $0.00 / $1,018,628.00 / $1,018,628.00

 

SECTION 2.  That the transfer of $100,653.06, 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 P530161-100151 (Roadway Improvements - Scioto Peninsula), Object Class 06 (Capital Outlay) to Dept-Div 5911 (Infrastructure Management), Project P530282-100160 (Resurfacing - Ellsworth Ave - Livingston to Whittier), Object Class 06 (Capital Outlay) per the account codes in the attachment to this ordinance.

 

SECTION 3. 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, 2021, the sum of $50,.00 is appropriated in Fund 7704 (Streets and Highways Bond Fund), Dept-Div 5911 (Infrastructure Management), Project P530282-100000 (59-03 Resurfacing), in Object Class 06 (Capital Outlay) per the account codes in the attachment to this ordinance.

SECTION 4.  That the transfer of appropriation is hereby authorized within Fund 7704 (Streets and Highways Bond Fund), from Dept-Div 5912 (Design and Construction), Project P530282-100000 (59-03 Resurfacing), Object Class 06 (Capital Outlay) to Dept-Div 5911 (Infrastructure Management), Project P530282-100000 (59-03 Resurfacing), Object Class 06 (Capital Outlay) per the account codes in the attachment to this ordinance.

 

SECTION 5.  That the Director of Public Service be and is hereby authorized to enter into a construction services contract with Newcomer Concrete Services, Inc., 646 Townline Road 151, Norwalk, Ohio 44857, for the UIRF - Sidewalks and Roadway Improvements 2017 project in the amount of up to $1,194,972.01 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 $119,497.20.

 

SECTION 6.  That the expenditure of $1,018,627.90, 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 P440005-100072 (UIRF - Sidewalks and Roadway Improvements 2017), in Object Class 06 (Capital Outlay) per the accounting codes in the attachment to this ordinance.

 

SECTION 7.  That the expenditure of $295,841.31, or so much thereof as may be needed, is hereby authorized in Fund 7704 (Streets and Highways Bond Fund), Dept-Div 5911 (Infrastructure Management), Project P530282-100160 (Resurfacing - Ellsworth Ave - Livingston to Whittier), in Object Class 06 (Capital Outlay) per the accounting codes in the attachment to this ordinance.

 

SECTION 8.  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 9.  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 10.  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 11.  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.