Loading...
27-07 ResolutionRECORD OF RESOLUTIONS 1 1 Inc.. Form No. 30045 27-07 Resolution No. Passed . 20 A RESOLUTION ACCEPTING THE LOWEST AND BEST BID FOR THE EMERALD FIELDS PHASE ONE BALL FIELD PROJECT AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT FOR SAID SERVICES. WHEREAS, formal advertising and competitive bidding procedures have been conducted pursuant to Section 8.04 of the Dublin Charter for the Emerald Fields Phase One Ball Field Project; and WHEREAS, Council has determined that the bid submitted by Strawser Paving Company in the amount of $518,600 for the base bid; $31,500 for Alternative #1; $4,350 for Alternative #2; and $5,850 for Alternative #3 constitutes the lowest and best bid; and WHEREAS, this is an approved 2007 Capital Improvements Project. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin, State of Ohio, ~_ of the elected members concurring, that: Section 1. The bid submitted by Strawser Paving Company in the amount of $518,600 for the base bid; $31,500 for Alternative #1; $4,350 for Alternative #2; and $5,850 for Alternative #3 be, and hereby is, accepted. Section 2. The City Manager is hereby authorized to enter into a contract for said project as specified within the bid proposal and the City's bid documents on file in the Division of Parks & Open Space. Section 3. This Resolution shall take effect and be in force upon passage in accordance with Section 4.04(a) of the Revised Charter. Passed this ~~ day of , 2007 Mayor -Presiding Officer Attest: Clerk of Council 1 Office of the City Manager M e m o 5200 Emerald Parkway • Dublin, OH 43017-1006 CITY OF DUBLIN_ Phone: 614-410-4400 • Fax: 614-410-4490 TO: Members of Dublin City Council FROM: Jane S. Brautigam, City Manager V~~~ 5. °~ DATE: May 3, 2007 INITIATED BY: Fred Hahn, Director of Parks & Open Space RE: Resolution 27-07 -Bid Acceptance -Emerald Fields Phase One Ball Field Project Summary On Tuesday, April 25, 2007 bids were opened for the Emerald Fields Phase One Ball Field Project. The budget for this project is $700,000. The funds for this project are included in the 2007 Capital Improvements Program. The estimate for the project was $835,118. Three (3) bids were received: Base Bid Alt#1 Alt#2 Alt#3 Alt#1 Alt#2 Alt#3 Alt#4 Alt#5 Addrt~on Addrt~on Addition Deduct Deduct Deduct Deduct Deduct McDanieis Construction $596,750 $29,950 $3,885 $4,351 -$37,606 -$33,049 -$4,842 -$15,000 n/a Strawser Paving Co. $518,600 $31,500 $4,350 $5,850 -$8,100 -$47,000 -$3,100 -$15,300 -$7,800 Columbus Asphalt $683,900 $33,000 $6,000 $5,000 -$8,000 -$24,000 -$5,000 -$18,000 -$2,400 This project consists of the construction of three (3) ball fields with fencing, electrical improvements for future ball diamond lights, stormwater improvements, pedestrian paths, completion of bikepath segment, landscaping and irrigation. Bid alternate #1 addition consists of installation of pre-cast pole bases for future ball field lighting; alternate #2 addition consists of infield dust-control irrigation; and alternate #3 addition consists of IMMS Software/Com Module for irrigation control. Complete construction details are available for review in the Council Planning room. After bids were opened, the design consultant worked with the low bidder, Strawser Paving Company, to determine the cause of the major cost discrepancy between the estimated cost and bid amount. This difference was mainly attributed to earthwork, electrical improvements and irrigation. The earthwork alone accounted for approximately $200,000 of the $316,518 cost difference. Staff had included a number of deduct alternatives under the assumption that the total scope of the project was going to exceed the allocated budget amount. This proved not to be necessary. In addition, staff had scaled back the scope of the project from the original plan to meet the anticipated bid results. The result of the bids will allow us to adhere to the original scope of the project Strawser Paving Company has done previous work for the City of Dublin and staff has found their work to be satisfactory. Recommendation Staff is recommending adoption of Resolution 27-07, accepting Strawser Paving Company's base bid of $518,600. Staff is also recommending the acceptance of bid alternate #1 in the amount of $31,500, bid alternate #2 in the amount of $4,350 and bid alternate #3 in the amount of $5,850. I ~ ~`'~~,. 1 \I ~ ~ 1 TREE PLAN SCALE: 1" = 40'-D' i // ~/., ~ I ~~ ~ ~~ /; / ~ ~'///:' /i ~^/ ~1 ~ ~ ~~/ ~ iii ~~ ~i~~ ~'~l ~/ l/~ ~~ !~i ;.~ '///, iii /, ~j l/ / ~~ ~ ~ ~/ o 1 , 11/// 11 /l l l ~~~ ~~ ~~~~ l~~ll l/ ~ 1~~~~~~ ~I ~ ~1'~1 I I ~I if /~~ ~~ ~/ ;' I ~~~ y, 1 ~ ,~4~ ~- X11 __ ~ I dJAI ~ 1\ ~ _ +~ I I if ~ i _~ ~ - r-- / / r iA C1~ 1 / 1 a ~, 'III y ~ ~ ~ ~ ~ ~ ~ ~~ I ~ ~ ~ I 1 ~ / ~ I '~A 1 ~ lid ~~ ~ I / ~ a ~` ~ ~'/ y r J ~ ~\ / I ~ ~ I I V /~// ~ ~ ~// I' ~~ _ iF PI r / ~~ ~y ~~~ ~ ~ ~ ~ ~ ~~~ ~~ ~~~ ~i~ i .'1 ~ 1 , / ~ // / t/ i V ~ i ` / ~~~~~/ ~ // ~l~Y ~~ i \ ~ ~/~~~~ _. N ~/////~/I ~ i~ ~, ~~ ~~ ~~~~~~~ ~ / 1~ -_ -~'~~ii~ /~~ ,~ /// ~ // %~ ~ ~` / J ~/ / / ., / ~ ~ / ~ ~ /~~~~~~~ ,~ ~--1 , ?~~~/ // ~~/ ~~ / 7 i/ eP PLANTING N07E5 1. 0®NTRALTORSHALL BE RESPONSRAE FORMAKWG HVASELFFAN WTM ALL UNDERGRIXIND UIILIDES, PIPESAND STRUCTURES CdNTRACiORSHALLTAKESIXE RFSPONSIBIUTV fORANV[OSi 2. OdNTBACiORSHALL NDTWILLFULLY PROCEEDW1TH CONSIRUCT®N' ASOESIGNEO WHEN D IS OBVIWS THAT OBSTRUCIIDNSANOlOR GRPDE DIFfERENCIX IXIST111ATMAY NOT HAYEBEEN KNOW DURING 081GN. SUCH CONDIEIONS EHAIL BE IMMEDIATELY BRWGHiIO THEATTENTION OFTHE AUTHORIPID OWNER'S REPRESEMATIVE. THE OdRTBACTORSNALL A5$UMEFULL RFSFONSIBILM fORALL NECESSARY REVRIONS DUE TO FAILURETOGNE SUCH NO11FIfATION, S OONTRACi0R5HAlL BE RESPONSID.E FORANY®OROBVATRLN 141TH SUeCOMRACT0R5 A$ R[QUTAFID TOACCOMPLRX @UNnNG OPERATIONS. 4. SEE UNDSGPE$PECIFlGTIONS FOR PUNi1NG REQUIREMENTS, MATERIALS, E%ECUnON, ANDMAINIFNANCf. S IMMEDIATELY UPON AWARD OF BID, CONTRACTOR SHALL SECURE PUNTMATERLVL AS SPECIFI~FROMAYAIUBLE SOURCES INTHE EVEMITSATPUNT MATERIALS ARE NOT AVAIIAJLE, CONTACT LANDSCAPEARCHffECT FORAPPROVED SURSTIIUTIONS Nb SU~TIilTTR7N3 FOIR PLANT MATERIALS WILL BE ALLOWED WIIHOl7T PR[ORW'gTTENAPPRDVAL BYTHE LANDEGPE ARCHITECT. d. ALLPIAM MATERIALCONDIIIONANO LOCATION S}W.L REAPPROVED RYIHELANDSGPEARCHRIiT IN CHARCEDFCONSIRULTfON, PRIOR 1O INSTAIU110N. 7. OWVTRACTORSHALLNOTIFY OWNER'S REPRFSEMATNE 46 HOURS PRIOR TD GOMMENCEMENTOFWORKINCHi0IXA7G00R01NAlE PROIECTOBSERVAT(ON SCHEDIRES & SEE OEFABSAND SPECIFIGTIONS FORSTAgNG METHODANO RACKFRI REQUTAFMfNTS 9. TREE LOCAnCLN$MAY IEAD]USTEDINTHE FlELO TD SUIT SPECIFIC SIZE REQUIREMENTS AS DIRECTED RYTHEARCHITECT. STAKEALLiR~ LOCATi0N5 FORAPPRDVAI BYTHEARCHIIEGT PRRARiO PIANTING, 1Q ALL WOAKTD BE PEAFORMEDRY IICENSED CONDLACTORSAND IXPFRIENCED WORKEA5, 11. ALL LANDSGPE AREAS Ip(CLUDING NRFj ARETO REMULCHED PDi SPECIFIGnONS. ALL SOIL FOR UNDSCAPE PUNTING AREAS SHALL BE OBTNNED FROM ONSRE F%GVATIONS. it. THE CONIRACIOR[S RESPONSIBLE FgRTHE PROTECDON OFAlL IXI511NG TREES AND UNI)SfAPING THAT I$ D6IGNATEDTO REMAN. THECONTRACiOR SHALL PROVIDE TEMPORARY FENCING, BARRICADES OROTHER SUITA8IE GUARDS OUTSIDE DRIP LINE IWTfRPERIMETER OF BRANCHES) TO PRO71{.'T FROM DAMAGETREES AND OTHER PL4NT5 THAT ARE TO REMAIN DO NOTSTORE CONSrRUCiION MATERAIS NTIHIN DRIP LINES OFTRF6 TO REAfAIN DO NOT PEAMITVEHICLE$ WITHIN DRIP UNE RESTRICT I'OOTTPAFFlC WITHIN DRIPLINETO AVOID E%CESSIVE 501E COMPACBON ]3. REFERTO SPECIFIGTIONS FOR AD0IIIONAL INFORMATION. PLANTING LEGEND I QUANITEY MAIN SPECTER PUNTTAG r / LIMfTOF SEEDING TREE PLANTING LIST CODE aor, NAMFICOMMON NAME 517E CONOmON SPACING PL AC PlRtanuFZazaetollS'Bloodgood' @"CAL 8+8 A$$XOWN BLOODGOOD LONDON PVNNEIRff QD II Qantas himRr @°CAL B+B AS SHOWN $WAMPWHITE OAK TAd Tazodfum dNddum E"GU. B+R AS SHOWN &AlD CYPII65 IN-0' NTJ UL PA Ulmus parviflora'Dynash' @'CAL B+B AS SHOWN DYNARTY ElM 6Bp 2 wole~lrts vnrs 0~ °-~` BEFORE YOU DI `~-' GAI1 TOLL FREE ~-800-362-27b4 OXIO IRILITIE5 PROIELTION 5ERVILE MSI ~~ffi° lu iupesrchtObure r~~w~~0 Frl:~~ ~r'~ 1 LL IELD E%PA~i l ~~ WYANDOTTE WOODS BLVD. Uf~JBLIN, OH093U SEtL *~E~ ~* ~°'~ ``~ P& {~ 4WNERIPPVELOPER GIEY 0 F DUIUk PAIRS AND CIEN SMIX fi%SENIFRRINGSRMD INIxN, OXg43076 P. fi14A164Fm LVl03^J.R AIX]xIFLT MYEK5301MAIENIF1G6f1MRl 463 scum woLwrwEr caumeu$ oxq Ours P. 614.6111E96 F. 61A6213fi94 EL[CL11GI/M~HaLML ENGINEFI IDAMEI ENGINEERS sas 04rsr. [OL{1MBU$ OHp 43115 P. 614213.5911 F. 614237/B14 IASNA1KS1 SNDIDBWE S9@KRkrAwu Ohb 4R1m P. MA1R5.0911 PM u un Wl IPAI lT I%BELUTE PRDIELTNLkEER anaaw mAs REYTHOn nWAEFR KNPLVN yHEFr MMF TREE PLAN snEEr xuMSL LP-oo