Loading...
Resolution 032-18RECORD OF RESOLUTIONS Dayton Legal Blank, Inc., Form No. 30045 Resolution No. 32-18 Passed , 20 A RESOLUTION ACCEPTING THE LOWEST AND BEST BID FOR THE CITY HALL RESTROOM RENOVATION PROJECT WHEREAS, formal advertising and competitive bidding procedures have been conducted, pursuant to Section 8.04 of the Dublin Charter and Chapter 37 of the Dublin Code, for the City Hall Restroom Renovation Project; and WHEREAS, Council has determined that the bid submitted by Williamson Builders, Inc. constitutes the lowest and best bid. N?j THEREFORE, BE IT RESOLVED by the Council of the City of Dublin, of its elected members concurring, that: Section 1. The bid submitted by Williamson Builders, Inc. in the total amount of $171,432 is hereby accepted. Section 2. The City Manager is hereby authorized to enter into contracts with Williamson Builders, Inc. for performance and completion of the City Hall Restroom Renovation pursuant to the Advertisement, Proposal and Contract Documents for said project on file in the Division of Facilities Management. 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 Project. Section 4. This Resolution shall take effect upon passage in accordance with Section )o:P4(a) of the Revised C�arter. Pass'd his dav/o f L�i✓t�c� , 2018. Mc*or - PresidirM 4ffic& TTEST: Clerk of Council Adak& AM& Office of the C"Ity Manager 5200 Emerald Parkway* Dublin, OH 43017-1090 �y Phone: 614-410-4400,o Fax-, 614-410-4490 Members of Dublin City Council Dana L. McDaniel, City Mana 1&4:�LJ­11 ?119pe Date,: June 21, 2018 Initiated Bys, Megan D. O"Callaghan,Public Works Director Brian K. Ashford, Director of Facilities Managemen) Re: Resolutl'oon 32-18 — Bid Acceptance for the CI"ty Hall Restroorn Renovation Project The base bid specified a completion date of September 7, 2018. Staff included an alternate to determint what the premium would be to require the contractor to perform this work within an expedited timeframe. The alternate specified a completion date of August 13, 2018. While there are single -use, unisex rally strooms in the basement and on the second floor, staff believes that it is best to have the first floor restrooms available for the first City Council meeting in August. The Architect's estimate for the base project is $158,500. A summary of the bids is listed below. Bid as Read Bidder Base Bid over (+) or Alternate Under (-) Engineers Estimate --- T Williamson Builders, Inc. $157,632 -.50/o additional $1300 No Elford, Inc. $215,000 35.6% additional Charg��. Staff anticipates the construction to commence on July 3, 2018 (after the July 21d City Council Meeting). Staff has thoroughly reviewed the bid submitted by Williamson Builders,, Inc. Staff met with Williamson Builders, Inc. to review the project and ensure that all aspects of the project were understood and included in the bid. Previous experience with Williamson Builders, Inc. was favorable with the 2013 City Hall Lobby Renovations project. Staff recommends Council approval of Resolution 32-18,, accepting as lowest and best the bid of Williamson Builders,, Inc. in amount of $171,,432 and authorizing the City r ianager to enter into a contract with Williamson Builders, Inc. for this projecL.