HomeMy WebLinkAboutResolution 13-26RECORD OF RESOLUTIONS
BARRETT BROTHERS - DAYTON, OHIO Form 6301
Resolution No. aie Passed. ’
ACCEPTING THE LOWEST AND BEST BID FOR THE STREET
MAINTENANCE PROGRAM 2026 — PHASE 1 (26-001-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 2026 — Phase 1 (26-
001-CIP); and
WHEREAS, Council has determined that the bid submitted by The Shelly
Company on February 12, 2026 constitutes the lowest and best bid.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin,
State of Ohio, (4 _ of the elected members concurring, that:
Section 1. The bid submitted by The Shelly Company in the total amount of
$3,464,369.85 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 2026 — Phase 1 (26-001-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 234 day of March, 2026.
IL Le
Mayor - Presiding Officer
woof (dt ATTEST:
Clerk/éf a | UV
To: Members of Dublin City Council
From: Megan D. O’Callaghan, P.E., City Manager
Date: March 17, 2026
Initiated By: Michael E. 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 13-26 and 14-26 – Accepting the Lowest and Best Bid for the Street
Maintenance Program 2026 – Phase 1 (26-001-CIP) and Phase 2 (26-002-CIP)
Summary
On February 12, 2026, five (5) bids were received and publicly opened for the Street Maintenance
Program 2026 – Phase 1 (26-001-CIP). Additionally, on March 4, 2026, four (4) bids were received
and publicly opened for the Street Maintenance Program 2026 – Phase 2 (26-002-CIP). Both
projects in this Program include targeted replacement of concrete curb and gutter, pavement
milling and resurfacing, maintenance of roadway storm structures, and other associated
improvements designed to preserve and extend the long-term performance of the City’s roadway
network. Phase 2 of this Program includes traffic signal upgrades at seven intersections in the City.
The work in this Program will help ensure the City’s roadway network continues to perform at a
Pavement Condition Index (PCI) level considered to be “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 2026 Program are $4,026,000 and
$4,200,000, respectively, for a total estimated cost of $8,226,000. The 2026 budgeted funds for
the Projects in the 2026-2030 Capital Improvements Program (CIP) are $7,400,000 from the
Annual Street Maintenance Program (ST26M06) and $875,000 from the Traffic Signal/Electrical
Infrastructure Maintenance Program (ST26M08). As a result, the total budgeted funds available for
the 2026 Program work are $8,275,000.
The Shelly Company submitted the lowest and best bid of $3,464,369.85 for the Street
Maintenance Program 2026 – Phase 1. A summary of the bids received is as follows:
Bidder Bid as Read Bid as Read Responsive? Over (+) or Under (-)
Engineer’s Estimate
The Shelly Company $3,464,369.85 -13.95% Yes
Strawser Paving Company, Inc. $3,471,656.20 -13.77% Yes
Decker Construction Company $3,712,456.49 -7.79% Yes
Kokosing Construction Company, Inc. $3,913,592.57 -2.79% Yes
Shelly & Sands, Inc. $4,026,966.94 +0.02% Yes
Office of the City Manager
5555 Perimeter Drive • Dublin, OH 43017
Phone: 614.410.4400 Memo
Resolutions 13-26 and 14-26 – Accepting the Lowest and Best Bid for the Street Maintenance Program 2026
– Phase 1 (26-001-CIP) and Phase 2 (26-002-CIP)
March 17, 2026
Page 2 of 4
Strawser Paving Company, Inc. submitted the lowest and best bid of $3,546,328.85 for the Street
Maintenance Program 2026 – Phase 2. A summary of the bids received is as follows:
Bidder Bid as Read Bid as Read Responsive? Over (+) or Under (-)
Engineer’s Estimate
Strawser Paving Company, Inc. $3,546,328.85 -15.56% Yes
The Shelly Company $3,665,885.36 -12.72% Yes
Decker Construction Company $3,927,520.56 -6.49% Yes
Kokosing Construction Company, Inc. $4,301,362.18 +2.41% Yes
The resulting total construction cost as bid for both phases of the Program, including the selected
alternate, is $7,010,698.70. This total is within the budgeted amount for the 2026 Program work of
$8,275,000. The funding breakdown for each phase and element of work is as follows:
Annual
Street
Maintenance
Traffic Signal
Maintenance
Program
Total
2026 CIP Budgeted Funds $7,400,000.00 $875,000.00 $8,275,000.00
Street Maintenance Program 2026 - Phase 1 $3,464,369.85 $0.00 $3,464,369.85
Street Maintenance Program 2026 - Phase 2 $3,211,942.70 $334,386.15 $3,546,328.85
Street Maintenance Program Bid Totals $6,676,312.55 $334,386.15 $7,010,698.70
Other projects are anticipated to be encumbered with these funds, including the Dublin Road &
Emerald Parkway Intersection Improvements, which will be bid in 2026 for construction in 2027,
aligning with planned street maintenance on Emerald Parkway in 2027. This will enable the
acquisition of materials with long lead times in advance of construction in 2027.
Work on both phases of the Street Maintenance Program is expected to commence in April 2026
and be completed by October 2026.
Streets included for the Street Maintenance Program 2026 – Phase 1
Phase 1 of the 2026 Program includes resurfacing on City streets as depicted on the included
Location Map. The streets to be improved are as follows: Bordeaux Court, Timble Falls Drive, Park
Mill Drive, Enke Court, Hawks Nest Drive, Fulmar Drive, Kestral Way West, Kestral Way East,
Touraco Drive, Wryneck Drive, Cormorant Drive, Puffin Drive, Crossbill Court, Crawley Drive,
Wellston Court, Ashgate Court, River Knolls Place, Orchard Crest Court, Emerald Parkway, Summit
View Road, and Hyland-Croy Road.
Streets included for the Street Maintenance Program 2026 – Phase 2
Phase 2 of the 2026 Program includes resurfacing on City streets as depicted on the included
Location Map. The streets to be improved are as follows: Glick Road, Burleigh Drive, Discovery
Boulevard, Wall Street, Venture Drive, Vally Down Road, Shannon Park Drive, Gullway Bay Drive,
Parnell Court, Celtic Court, Emerald Parkway, Bridge Park Avenue, Rings Road, Norn Street,
Hathaway Avenue, Blazer Parkway, Parkcenter Avenue, Chatterfield Drive, Hertford Lane, and
Southby Court.
Resolutions 13-26 and 14-26 – Accepting the Lowest and Best Bid for the Street Maintenance Program 2026
– Phase 1 (26-001-CIP) and Phase 2 (26-002-CIP)
March 17, 2026
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. Roundabouts being paved in the 2026 Program will be closed for
the duration of paving operations for the safety of motorists and workers. Sections of roundabouts
must be closed during paving operations that occur within the circulatory roadway of the
roundabout. Traffic will be maintained during these closures by utilizing detour routes designated
on the project plans. Work at the Hyland-Croy Road & Brand Road roundabout is restricted to
occur during the evening and when Dublin City Schools are not in session. City staff will endeavor
to minimize these closures and accommodate local traffic wherever feasible.
Communications with Residents and Motorists
The following communication methods will be used to provide construction information to residents
and motorists throughout this project.
• Flyers 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
make 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 2026 – Phase 1
Staff has thoroughly reviewed the bid submitted by The Shelly Company. Previous experience with
The Shelly Company has been favorable, including these recent projects: Street Maintenance
Program 2025 – Phase 1, Franklin Street Extension, and University Boulevard. Staff is confident
The Shelly Company will perform well on the Street Maintenance Program 2026 – Phase 1.
Staff recommends that Council approve Resolution 13-26, accepting as the lowest and best bid of
The Shelly Company in the amount of $3,464,369.85, and authorizing the City Manager to enter
into a contract with The Shelly Company for Phase 1 of the 2026 Program.
Resolutions 13-26 and 14-26 – Accepting the Lowest and Best Bid for the Street Maintenance Program 2026
– Phase 1 (26-001-CIP) and Phase 2 (26-002-CIP)
March 17, 2026
Page 4 of 4
Street Maintenance Program 2026 – 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 2025 – Phase 2 and Street Maintenance Program 2024 –
Phases 1 and 2. Staff is confident Strawser Paving Company, Inc. will perform well on the Street
Maintenance Program 2026 – Phase 2.
Staff recommends Council approve Resolution 14-26, accepting as lowest and best the bid of
Strawser Paving Company, Inc. in the amount of $3,546,328.85 and authorizing the City Manager
to enter into a contract with Strawser Paving Company, Inc. for Phase 2 of the 2026 Program.
Location Map