Loading...
HomeMy WebLinkAboutResolution 14-26RECORD OF RESOLUTIONS BARRETT BROTHERS - DAYTON, OHIO Form 6301 Resolution No.14-26 Passed. ACCEPTING THE LOWEST AND BEST BID FOR THE STREET MAINTENANCE PROGRAM 2026 — PHASE 2 (26-002-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 2 (26- 002-CIP); and WHEREAS, Council has determined that the bid submitted by Strawser Paving Company, Inc. on March 4, 2026 constitutes the lowest and best bid. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin, State of Ohio, _ (y of the elected members concurring, that: Section 1. The bid submitted by Strawser Paving Company, Inc. in the total amount of $3,546,328.85 is hereby accepted. Section 2. The City Manager is hereby authorized to enter into contracts with Strawser Paving Company, Inc. for the performance and completion of the Street Maintenance Program 2026 — Phase 2 (26-002-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 23'¢ day of March, 2026. (- A- Mayor - Presiding Officer ATTEST: erp lL oe of Céfincil 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