header-left
File #: 1807-2023    Version: 1
Type: Ordinance Status: Passed
File created: 6/9/2023 In control: Recreation & Parks Committee
On agenda: 7/17/2023 Final action: 7/21/2023
Title: To authorize the Director of Recreation and Parks to enter into contract with Quality Masonry Company for the Cultural Arts Center Tuckpointing and Masonry Repair Project; to authorize the transfer of $74,100.00 within the Recreation and Parks Voted Bond Fund, to authorize the amendment of the 2022 Capital Improvements Budget; and to authorize the expenditure of $74,100.00 from the Recreation and Parks Voted Bond Fund. ($74,100.00)
Attachments: 1. Legislation - Cultural Arts Center Tuckpointing and Masonry Repair - FINAL - ATTACHMENT
Explanation

Background: This ordinance authorizes the Director of the Recreation and Parks Department to enter into contract with Quality Masonry Company for the Cultural Arts Tuckpointing and Masonry Repair Project. The contract amount is for a total of $74,100.00 being authorized by this ordinance.

The Priscilla R. Tyson Cultural Arts Center is an important historical building offering a wide variety of art classes, exhibits, workshops, and event space. In order to renovate the building, tuckpointing and masonry repair work are needed on the exterior of the building, as well as, on the perimeter wall that surrounds the building. Ivy removal, as well as, replacement of certain gutters and downspouts are included in the scope of work to prevent further degradation of the masonry. The project is anticipated to begin in late summer of 2023 and be completed in the fall of 2023.

Vendor Bid/Proposal Submissions (ODI designation status):

Bids were advertised through Vendor Services, in accordance with City Code Section 329, on April 11, 2023 and received by the Recreation and Parks Department on May 2, 2023. Bids were received from the following companies:

Quality Masonry Company (MAJ): $74,100.00
LRT (MAJ): $77,670.00
Berglund Construction (MAJ): $110,000.00

After reviewing the bids that were submitted, it was determined that Quality Masonry Company was the lowest and most responsive bidder. Quality Masonry Company and all proposed subcontractors have met code requirements with respect to prequalification, pursuant to relevant sections of Columbus City Code Chapter 329.

Principal Parties:
Quality Masonry Company, Inc.
1001 South Prospect Street
Marion, Ohio 43302
William Bowers, (740) 387-6720
Contract Compliance Number, Tax ID: 006700
Contract Compliance Expiration Date: January 19, 2024

Benefits to the Public: This project will protect the exterior of the f...

Click here for full text