HomeMy WebLinkAboutResolution 39-25RECORD OF RESOLUTIONS
BARRETT BROTHERS - DAYTON, OHIO Form 6301
39-25
Resolution No. Passed ;
ACCEPTING THE LOWEST AND BEST BID FOR THE
MUIRFIELD DRIVE AT SELLS MILL DRIVE PEDESTRIAN
CROSSING IMPROVEMENTS PROJECT (22-021-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 Muirfield Drive at Sells Mill Drive Pedestrian
Crossing Improvements Project (22-021-CIP); and
WHEREAS, Council has determined that the bid submitted by Complete General
Construction Company on June 3, 2025, constitutes the lowest and best bid.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin,
“1 __ of the elected members concurring, that:
Section 1. The bid submitted by Complete General Construction Company in
the total amount of $461,570.86 is hereby accepted.
Section 2. The City Manager is hereby authorized to enter into a contract with
Complete General Construction Company for the performance and completion of
the Muirfield Drive at Sells Mill Drive Pedestrian Crossing Improvements Project
(22-021-CIP) pursuant to the Advertisement, Proposal and Contract Documents
for said Project 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 Project.
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 June, 2025.
Lt Be A
Mayor - Presiding Officer
ATTEST:
howhy Ch
Clery of Coyncil
To: Members of Dublin City Council
From: Megan D. O’Callaghan, P.E., City Manager
Date: June 17, 2025
Initiated By: Jean-Ellen Willis, P.E., Director of Transportation and Mobility
Tina Wawszkiewicz, P.E., Deputy Director of Transportation and Mobility
Cameron Burrell, Civil Engineer I
Re: Resolution 39-25 – Accepting the Lowest and Best Bid for the Muirfield Drive at
Sells Mill Drive Pedestrian Crossing Improvements Project (22-021-CIP)
Background
On June 3, 2025, two (2) bids were received and publicly opened for the Muirfield Drive at Sells Mill
Drive Pedestrian Crossing Improvements Project (22-021-CIP) (Project). The scope of work for this
Project includes the construction of a High Intensity Pedestrian Activated Crosswalk (HAWK) signal at
the intersection of Muirfield Drive and Sells Mills Drive, reconstructing curb ramps, installing street
lighting, resurfacing the pavement, adding signs, and updating pavement markings. In addition, a
new sidewalk will connect the path along the east side of Muirfield Drive to the Scottish Corners
driveway.
The City completed a Heightened Awareness Crosswalks Report in 2020, which identified
improvements for the Scottish Corners Elementary School crosswalk on Muirfield Drive. Installing a
HAWK signal will improve safety by providing a controlled crossing that stops traffic when activated
by pedestrians. This improvement will enhance connectivity between sidewalks and shared-use paths,
encouraging more walking and biking in the area .
The City worked with Dublin City Schools and applied for Safe Routes to School (SRTS) funding in
2023. Funding for construction and construction administration was initially awarded $500,000, with
no local match requirement. This project is also included in the 2025-2029 Capital Improvement
Program (CIP) as project number MB25C02, Heightened Awareness Crosswalk Study Implementation,
with $445,845 for construction and construction administration in 2025. Council approved a Local-Let
project agreement through Resolution 26-25 at the April 7, 2025 regular Council meeting.
Because this project was awarded funding administered by the Ohio Department of Transportation
(ODOT), it must comply with all applicable state and federal requirements. Danbert Electric Corp
submitted the apparent low construction bid at $416,985.18, which is 26.4% over the engineer’s
estimate of $330,000. However, Danbert Electric was unable to meet the Disadvantaged Business
Enterprise (DBE) requirement established by ODOT. To receive project funding, ODOT required that
this bid be rejected.
The second lowest bid was submitted by Complete General Construction Company in the amount of
$461,570.86, which is 39.9% over the engineer’s estimate. An internal review of the bid items
suggests that the overall cost increase may be attributed to elevated pricing in several general and
preliminary work categories. Items such as maintaining traffic, layout stakes, and mobilization were
bid higher than expected. Additionally, unit prices for asphalt, curb installation, and excavation work
were above anticipated levels. Staff believes these increases reflect current industry pricing trends,
the scale and timing of the project, and the seasonal timing of the bid opening. Given these factors, it
is not anticipate d that re -bidding the project would result in significantly lower pricing. There is also a
Office of the City Manager
5555 Perimeter Drive • Dublin, OH 43017
Phone: 614.410.4400 Memo
Resolution 39-25 – Accepting the Lowest and Best Bid for the Muirfield Drive at Sells Mill Drive Pedestrian
Crossing Improvements (22-021-CIP)
June 17, 2025
Page 2 of 3
risk that the two current bidders may choose not to participate in a re-bid, which could further limit
competitive pricing. A summary of the bids received is provided below.
Bidder Bid as Read Bid as Read Corrected
Bid Over (+) or Under (-)
Engineer’s Estimate
Danbert Electric Corp $416,985.18 +26.4% N/A
Complete General Construction Company $461,570.86 +39.9% N/A
The proposed fee for construction administration services is $48,448. When combined with Complete
General’s construction bid, the total project cost is $510,018.86, which exceeds the initial award
amount of $500,000. ODOT evaluated the project funding sources and increased the funding level to
$520,000 to cover the difference, which is documented in an amendment to the Local-Let project
agreement, attached for reference. With this additional funding, the project will be constructed with
100% ODOT funding and no local match.
The work for this Project is expected to commence in summer 2025 with completion of the sidewalk,
curbs, resurfacing, signs, and markings before the start of school in August 2025. The material
delivery for the HAWK system is estimated between 6 to 12 months, which results in a final project
completion in spring 2026.
The typical and customary communication methods will be used to convey construction information to
residents and the general public throughout the duration of this work. As this will be the first HAWK
signal installed in Dublin, additional communication efforts will occur during construction and prior to
activation to inform both pedestrians and motorists on how to navigate the signal.
The City will have a consultant performing the construction management and project inspection for
this Project who will provide coordination, be available to answer any questions and manage access
needs throughout the performance of the work. The consultant will also be responsible for ensuring
compliance with ODOT policies and procedures to satisfy the funding requirements.
Recommendation
Staff has thoroughly reviewed the bid submitted by Complete General Construction Company.
Previous experience with Complete General Construction Company has been favorable including their
work on the Hyland Croy Road Improvements Project (22-029-CIP), Muirfield Drive at Brand Road
Bridge Replacement Project (20-011-CIP), 2020 Pedestrian Tunnel Maintenance Project (20-005-CIP),
and Franklin Street Extension Project (21-012-CIP).
Staff recommends Council approve Resolution 39-25 accepting as lowest and best the bid of
Complete General Construction Company in the amount of $461,570.86 and authorizing the City
Manager to enter into a contract with Complete General Construction Company for this Project.
Resolution 39-25 – Accepting the Lowest and Best Bid for the Muirfield Drive at Sells Mill Drive Pedestrian
Crossing Improvements (22-021-CIP)
June 17, 2025
Page 3 of 3
Location Map
Page 1 of 1
Revision Date 5/15/2025
Agreement Number: 41754
PID Number: 120301
County-Route-Section: FRA-SRTS Muirfield Dr
SAM Unique Entity ID: 52445525
LPA FEDERAL LOCAL-LET PROJECT AGREEMENT AMENDMENT ONE
Reference is made to the following section of the above referenced LPA Agreement dated April 21,
2025 to be amended by this document:
THIS AGREEMENT is made by and between the State of Ohio, Department of Transportation, (ODOT),
1980 West Broad Street, Columbus, Ohio 43223 and the City of Dublin, 5555 Perimeter Drive, Dublin,
OH 43017 (LPA).
3. FUNDING
3.1 The total cost for the PROJECT associated with Federal funds is estimated to be $510,019.
ODOT shall provide to the LPA 100 percent of the eligible costs, utilizing Spending Authority Code
(SAC) 4HJ7 (Assistance Listing Number: 20.205 Highway Planning and Construction,) up to a
maximum of $120,000 in Federal funds in the Construction Contract/Construction Inspection
phase(s)/subphase(s). The funding does include Toll Revenue Credit at 10 percent, up to a
maximum of $12,000. This maximum amount reflects the funding limit for the PROJECT set by the
applicable SAC Program Manager.
ODOT shall provide to the LPA 100 percent of the eligible costs, utilizing Spending Authority Code
(SAC) 4SC7 (Assistance Listing Number: 20.205 Highway Planning and Construction,) up to a
maximum of $400,000 in Federal funds in the Construction Contract/Construction Inspection
phase(s)/subphase(s). The funding does include Toll Revenue Credit at 20 percent, up to a
maximum of $80,000. This maximum amount reflects the funding limit for the PROJECT set by the
applicable SAC Program Manager.
3.2 The LPA shall provide all other financial resources necessary to fully complete the PROJECT,
including all 100% Locally funded work, and all cost overruns and contractor claims in excess of
the maximum(s) indicated in 3.1 above.
3.3 The LPA is administering the Federally funded Construction Contract/Construction Inspection
phase(s)/subphase(s) of the project and is therefore considered a subrecipient of Federal funds
and is responsible for reporting the applicable Federal expenditures (including any Toll Revenue
Credit or Credit Bridge) on their Schedule of Expenditures of Federal Award .
The parties hereto have caused this Agreement to be duly executed as of the day and year last written
below.
LPA:
STATE OF OHIO
OHIO DEPARTMENT OF TRANSPORTATION
By: By:
Title:
Pamela Boratyn
Director
Date: Date: