Loading...
Resolution 030-19RECORD OF RESOLUTIONS Dayton Legal Blank, Inc., Form No. 30045 Resolution No. Passed .20 A RESOLUTION ACCEPTING THE LOWEST AND BEST BID FOR THE SIGNALIZED INTERSECTION UPGRADE - PHASE 1 PROJECT WHEREAS,, formal advertising and competitive bidding procedures have been conducted, pursuant to Section 8.04 of the Revised Charter and Chapter 37 of the Dublin Code, for the Signalized Intersection Upgrade - Phase 1 project; and WHEIREAS, Council has determined that the bid submitted by Complete General Construction Company constitutes the lowest and best bid. NOW,, T EREFORE, BE IT RESOLVED by the Council of the City of Dublin, State of Ohio, of its elected members concurring that: Section 1. The bid submitted by Complete General Construction Company in the total amount of $220,625.60 is hereby accepted. SectiOn 2. The City Manager is hereby authorized to enter into contracts with Complete General Construction Company for performance and completion of the Signalized Intersection Upgrade - Phase 1 project 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 Project. Section 4. This Resoluti shall take effect upon passage in accordance with Sec ' j� 4.04(a) of the Rev' Charter. P s �J this !'� d a C�. , 2019. ayor — Preoding Offl'cer ATTE'37: Clerk of Council Ask C oDublin it Office of the City Manager 5200 Emerald Parkway * Dublin, OH 43017-1090 Phone: 614.410.4400 * Fax: 614.410.4490 To: Members of Dublin City Council Fromm Dana L. McDaniel, City ManaW!1"._1',',..',. Date:, May 14, 2019 Inlot"fated By: Megan 0*'Callaghan, PEDirector of Public Works Paul A. Hammersmith, PE, Director of Engineering/City Engineer lean -Ellen M. Willis., P.E., Engineering Manager — Transportation Eagan L. Foster, P.E.., PTOE, Civil Engineer II 2�e.vl Resolution 30-19 - Bid Acceptance for Signalized Intersection Upgrade - Phase f The Engineer's estimate is $210,000 and that amount is included as budgeted funds in the 2019- 2023 Capital Improvement Program from account AT19G. For this re -bid, Complete General Construction Company submitted the lowest and best bid of $220,,625.60. �*taff has reviewed all bids and a summary of the bids received is listed below. Bl"d as Read I Blodder B"Id as Read Over (+) or Under Corrected B'10d Engineer's Estimate Complete General Construction 1 $220,625-60 +5.1% CornDanv I Mwo ,;1'r -261r422.75 As Council is aware, there are a number of other CIP projects that are transportation related. Given the relatively small amount that this contract exceeds the budgeted amount Resolution 30-19 - Bid Acceptance for Signalized Intersection Upgrade — Phase 1 May 14., 2019 Page 2 of 2 ;,taff anticipates being able to cover that shortage using other budgeted funds. Construction is planned to commence for the Signalized Intersection Upgrade - Phase 1 project on or about June 1, 2019. Both the Bridge Street/High Street and Emerald Parkway/Coffman Road intersections will remain open during construction. The project is scheduled to be complete by December 15, 2019. There are two subsequent phases of this project that are anticipated to be constructed in 2020 and P 2 of the project will address the traffic signals at Avery -M ul rfield/Peri meter Drive and Frantz Road/Blazer Parkway intersections, while Phase 3 will upgrade the traffic signal at the Riverside Drive/Summit View Road intersection. Staff has thoroughly reviewed the bid submitted by Complete General Construction Company. Previous experience with Complete General Construction Company has been favorable, includini these recent projects: Hyland -Croy Road/Post Road Interim Traffic Signal Upgrade, Frantz Road/Bradenton Avenue Traffic Signal Upgrade, and North High Street Widening. Staff is confident Complete General Construction Company will petform well on this project A.0f-a I StaN recommends Council approval of Resolution No.30-19, accepting as lowest and best the bid of Complete General Construction Company in the amount of $220,625.60 and authorizing the City Manager to enter into a contract with Complete General Construction Company for this project.