HomeMy WebLinkAboutResolution 24-25RECORD OF RESOLUTIONS
BARRETT BROTHERS - DAYTON, OHIO Form 6301
Resolution No.___24-25 Passed ;
ACCEPTING THE LOWEST AND BEST BID FOR THE STREET MAINTENANCE PROGRAM 2025 — PHASE 1 (25-001-CIP)
WHEREAS, formal advertising and competitive bidding procedures have been
conducted, pursuant to Section 8.04 of the Revised Dublin Charter and Chapter
37 of the Dublin Code, for the Street Maintenance Program 2025 — Phase 1 (25-
001-CIP); and
WHEREAS, Council has determined that the bid submitted by The Shelly
Company on March 11, 2025 constitutes the lowest and best bid.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin,
State of Ohio, Le _ of the elected members concurring, that:
Section 1. The bid submitted by The Shelly Company in the total amount of
$2,547,636.92 is hereby accepted.
Section 2. The City Manager is hereby authorized to enter into contracts with
The Shelly Company for the performance and completion of the Street
Maintenance Program 2025 — Phase 1 (25-001-CIP) pursuant to the
Advertisement, Proposal and Contract Documents for said Program on file in the
office of the City Engineer.
Section 3. This Council further hereby authorizes and directs the City
Manager, the Director of Law, the Director of Finance, the Clerk of Council, or
other appropriate officers of the City to prepare and sign all other agreements
and instruments and to take any other actions as may be necessary to implement
this Resolution and complete the work for this Program.
Section 4. This Resolution shall take effect upon passage in accordance with
Section 4.04(a) of the Revised Dublin Charter.
Passed this 7 day of April, 2025.
7 Pa
Mayor - Presiding Officer
ATTEST:
put th. Perk of Youncil
To: Members of Dublin City Council
From: Megan D. O’Callaghan, P.E., City Manager
Date: April 1, 2025
Initiated By: Mike Barker, Deputy City Manager
Paul A. Hammersmith, P.E., Director of Engineering/City Engineer
Brian D. Gable, P.E., Director – Capital Projects
Jared A. Groves, P.E., Civil Engineer II
Re: Resolutions 24-25 and 25-25 – Accepting the Lowest and Best Bid for the Street
Maintenance Program 2025 – Phase 1 (25-001-CIP) and Phase 2 (25-002-CIP)
Summary
On March 11, 2025, four (4) bids were received and publicly opened for the Street Maintenance
Program 2025 – Phase 1 (25-001-CIP). Additionally, on March 19, 2025, four (4) bids were
received and publicly opened for the Street Maintenance Program 2025 – Phase 2 (25-002-CIP).
Both projects in this Program consist of replacing deteriorated concrete curb and gutter, milling of
deteriorated pavement surfaces, cold in-place recycling, placement of new asphalt pavement,
roadway storm structure maintenance, and other associated street maintenance work. Phase 2 of
this Program includes traffic signal upgrades at three intersections in the City. The work in this
Program will maintain the average Pavement Condition Index (PCI) of the City’s roadway network
at 89.5 with an overall goal of 75, which is a “good” condition.
Please see the Location Map at the end of this memo for the general Program work locations. For
Council’s reference a copy of the construction drawings can be provided upon request.
The engineer’s estimates for Phase 1 and Phase 2 of the 2025 Program, including alternates, are
$3,105,000 and $3,950,000, respectively, for a total estimated cost of $7,055,000 for both phases.
The 2025 budgeted funds in the 2025-2029 Capital Improvements Program (CIP) for the Projects
are $5,500,000 from the Annual Street Maintenance Program (ST24M04), $654,000 from the
Traffic Signal/Electrical Infrastructure Maintenance Program (ST24M08), and $51,000 from the
Mobility Infrastructure Improvements Program (MB23B03). As a result, the total budgeted funds
available for the 2025 Program work are $6,205,000.
The Shelly Company submitted the lowest and best bid of $2,547,636.92 for the Street
Maintenance Program 2025 – Phase 1, which includes both alternate 1 and alternate 2. Staff has
reviewed all bids, and a summary of the bids received with the selected alternates is listed below.
Bidder Bid as Read Bid as Read Responsive? Over (+) or Under (-)
Engineer’s Estimate
The Shelly Company $2,547,636.92 -17.95% Yes
Strawser Paving Company $2,559,341.29 -17.57% Yes
Kokosing Construction Company, Inc. $2,653,079.66 -14.55% No
Decker Construction Company $2,885,827.80 -7.06% Yes
Office of the City Manager
5555 Perimeter Drive • Dublin, OH 43017
Phone: 614.410.4400 Memo
Resolutions 24-25 and 25-25 – Accepting the Lowest and Best Bid for the Street Maintenance Program 2025
– Phase 1 (25-001-CIP) and Phase 2 (25-002-CIP)
April 1, 2025
Page 2 of 4
Strawser Paving Company, Inc. submitted the lowest and best bid of $3,205,282.74 for the Street
Maintenance Program 2025 – Phase 2 which includes both alternate 1 and alternate 2. Staff has
reviewed all bids and a summary of the bids received with the selected alternates is listed below.
Bidder Bid as Read Bid as Read Responsive? Over (+) or Under (-)
Engineer’s Estimate
Strawser Paving Company, Inc. $3,205,282.74 -18.85% Yes
The Shelly Company $3,330,986.86 -15.67% Yes
Kokosing Construction Company, Inc. $3,538,838.93 -10.41% Yes
Decker Construction Company $3,546,053.87 -10.23% Yes
The resulting total construction cost as bid for both phases of the Program, including the selected
alternates, is $5,752,919.66. This total is within the budgeted amount for the 2025 Program work
of $6,205,000. The funding breakdown for each phase and element of work is as follows:
Annual
Street
Maintenance
Traffic Signal
Maintenance
Program
Mobility
Infrastructure
Improvements
Project
Total
2025 CIP Budgeted Funds $5,500,000 $654,000 $51,000 $6,205,000
Street Maintenance
Program 2025 - Phase 1 $2,496,674.10 $0.00 $50,962.82 $2,547,636.92
Street Maintenance
Program 2025 - Phase 2 $2,958,277.24 $247,005.50 $0.00 $3,205,282.74
Street Maintenance
Program Bid Totals $5,454,951.34 $247,005.50 $50,962.82 $5,752,919.66
The work for both phases of the Program is expected to commence in May 2025 and be complete
by October 2025.
Streets included for the Street Maintenance Program 2025 – Phase 1
Phase 1 of the 2025 Program includes resurfacing on City streets as depicted on the included
Location Map. The streets to be improved are as follows: Davington Drive, Finlarig Drive, Tanera
More Court, Little Minch Court, Donegal Cliffs Drive, Tipperary Court South, Riverside Drive,
Summit View Road, Conine Drive, Conine Court, Tuller Ridge Drive, Wilton Chase, Marist Lane,
Clementine Way, Tartan Ridge Boulevard, and Tuller Road.
Streets included for the Street Maintenance Program 2025 – Phase 2
Phase 2 of the 2025 Program includes resurfacing on City streets as depicted on the included
Location Map. The streets to be improved are as follows: Maynooth Drive, Wynford Drive, Phoenix
Park Drive, Newgrange Drive, Ballybridge Drive, North High Street, Woerner Temple Road, Rings
Road, Avery Road, Jacana Drive, McKitrick Road, Post Road, Cosgray Road, and Liggett Road.
Resolutions 24-25 and 25-25 – Accepting the Lowest and Best Bid for the Street Maintenance Program 2025
– Phase 1 (25-001-CIP) and Phase 2 (25-002-CIP)
April 1, 2025
Page 3 of 4
Maintenance of Traffic
All work will be performed while maintaining traffic, where possible, with efforts being taken to
minimize interruptions to motorists, provide access for emergency services, and maintain access to
driveways and adjacent streets as much as possible, while consistently providing a safe work area
for both motorists and workers. Paving of roundabouts in the 2025 Program will occur at night for
the safety of motorists and workers since portions of roundabouts must be closed due to paving
operations occuring within the circulatory roadway of the roundabout.
Communications with Residents and Motorists
The following communication methods will be used to communicate construction information with
the residents and motorists throughout the duration of this project.
• Fliers are placed on mailboxes at each residence on affected streets. These are distributed
by Dublin staff.
• Residents whose driveways will be closed during construction will be given written notice at
their front door at least 24 hours in advance of the closure. These notices are distributed
by the contractor.
• Temporary notification signs are placed along streets at least 24 hours in advance of
upcoming construction work and anticipated construction dates.
• When appropriate, portable message board signs are used for construction notification on
arterial and collector streets.
• The City of Dublin road improvement updates page provides current construction schedule
information. This webpage is listed on the signs posted in advance of construction activities
and in the flier placed on mailboxes. See: www.dublinohiousa.gov/construction.
• Due to the short notification time period for driveway closures, Dublin Engineering staff
makes adjustments to the construction schedule to accommodate resident needs on a
case-by-case basis.
• The City of Dublin social media channels are used to communicate timely construction
updates.
Recommendation
Street Maintenance Program 2025 – Phase 1
Staff has thoroughly reviewed the bid submitted by The Shelly Company. The Shelly Company has
not worked with the City as a prime contractor but has worked as a subcontractor on many
projects; Eiterman Road Relocation, Franklin Street Extension, University Boulevard, etc. As such,
staff also reviewed the submitted list of references and past projects, and is confident The Shelly
Company will perform well on the Street Maintenance Program 2025 – Phase 1.
Staff recommends Council approve Resolution 24-25 accepting as lowest and best the bid of The
Shelly Company in the amount of $2,547,636.92 and authorizing the City Manager to enter into a
contract with The Shelly Company for Phase 1 of the 2025 Program.
Street Maintenance Program 2025 – Phase 2
Staff has thoroughly reviewed the bid submitted by Strawser Paving Company, Inc. Previous
experience with Strawser Paving Company, Inc. has been favorable, including these recent
projects: Street Maintenance Program 2024 – Phases 1 & 2 and Street Maintenance Program 2023
– Phase 1. Staff is confident Strawser Paving Company, Inc. will perform well on the Street
Maintenance Program 2025 – Phase 2.
Resolutions 24-25 and 25-25 – Accepting the Lowest and Best Bid for the Street Maintenance Program 2025
– Phase 1 (25-001-CIP) and Phase 2 (25-002-CIP)
April 1, 2025
Page 4 of 4
Staff recommends Council approve Resolution 25-25 accepting as lowest and best the bid of
Strawser Paving Company, Inc. in the amount of $3,205,282.74 and authorizing the City Manager
to enter into a contract with Strawser Paving Company, Inc. for Phase 2 of the 2025 Program.
Location Map