Loading...
28-09 ResolutionRECORD OF RESOLUTIONS Dayton Legal Blank, IM., Form No. 30045 Resolution No. 2809 Passed 2 0 A RESOLUTION ACCEPTING THE LOWEST AND BEST BID FOR THE METRO CENTER PARK 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 Metro Center Park Project; and WHEREAS, Council has determined that the bid submitted by Janco LLC for a base bid of $94,490, bid alternate #1 for $28,700 and bid alternate #2 for $15,800 for a complete contract amount of $138,990 constitutes the lowest and best bid for the project; and WHEREAS, this is an approved 2009 Capital Improvements Project. NOW, THEREFOR, 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 Janco LLC in the amount of a base bid of $94,490, bid alternate #1 for $28,700 and bid alternate #2 for $15,800 for a complete contract amount of $138,990 is hereby 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 2009 Mayor — Presiding Officer Attest: Clerk of Council CITY OF DUBLIN_ 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 From: Terry Foegler, City Manager-T7=/,< Date: June 25, 2009 Initiated By: Fred Hahn, Director of Parks & Open Space Re: Resolution 28 -09 - Metro Center Park Project Memo Summary On Friday, June 12, 2009, the bids were open for the Metro Center Park Project. The funds for this project are included in the CIP budget in the approximate amount of $185,000. The base bid estimate for this project was $114,750. The following eight (8) bids were received: This project consists of all materials and labor necessary for the construction of a footbridge and associated landscaping. It also includes the labor for construction of a shelter house. Bid alternate #1 consists of an eight (8) foot bike path beginning at Frantz Road and ending at the park site. Bid alternate # 2 is a five (5) foot sidewalk beginning at Blazer Parkway and ending at the park site. Complete construction details are available for review in the Council Planning room. The City provided the materials for the shelter house and site furnishings at a cost of approximately 520,000. This amount is in addition to the bid portion of this project. This 1.9 acre park was donated to the City by Dr. Samuel Smiley in 2002 for the purpose of providing a park to be enjoyed by the employees of local businesses. More path connections from the Metro Center are expected in the future. Recommendation Staff is recommending adoption of Resolution 28 -09, accepting Janco LLC's base bid of $94,490, bid alternate 91 for 528,700 and bid alternate 42 for $15,800 for a complete contract amount of S 5138,990. Janco LLC has completed numerous park projects (under the name of The Nadalin Co.), and staff has found their work to be most satisfactory. Base Bid Bid Alt #1 Bid Alt#2 D & J Lawn Service $100,912.00 $11,042.00 512,250.00 McDaniel's Construction Corp Inc. $152,000.00 $24,130.00 $22,695.00 At Grade, Inc. $169,372.40 522,800.00 $11,875.00 Dumar Huntson $128,950.00 $21,950.00 $19,900.50 Janco LLC $ 94,490.00 $28,700.00 $15,800.00 Shaw & Holter, Inc. $120,622.00 $17,300.00 S27,042.00 Excel Contracting $236,894.00 $45,225.00 S 4,500.00 Thomas & Marker Construction S154,200.00 527,600.00 524,700.00 This project consists of all materials and labor necessary for the construction of a footbridge and associated landscaping. It also includes the labor for construction of a shelter house. Bid alternate #1 consists of an eight (8) foot bike path beginning at Frantz Road and ending at the park site. Bid alternate # 2 is a five (5) foot sidewalk beginning at Blazer Parkway and ending at the park site. Complete construction details are available for review in the Council Planning room. The City provided the materials for the shelter house and site furnishings at a cost of approximately 520,000. This amount is in addition to the bid portion of this project. This 1.9 acre park was donated to the City by Dr. Samuel Smiley in 2002 for the purpose of providing a park to be enjoyed by the employees of local businesses. More path connections from the Metro Center are expected in the future. Recommendation Staff is recommending adoption of Resolution 28 -09, accepting Janco LLC's base bid of $94,490, bid alternate 91 for 528,700 and bid alternate 42 for $15,800 for a complete contract amount of S 5138,990. Janco LLC has completed numerous park projects (under the name of The Nadalin Co.), and staff has found their work to be most satisfactory. RECORD OF RESOLUTIONS Blank. Inc.. Form No 30065 Resolution No. 28 -09 Passed 20 A RESOLUTION ACCEPTING THE LOWEST AND BEST BID FOR THE METRO CENTER PARK 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 Metro Center Park Project; and WHEREAS, Council has determined that the bid submitted by Janco LLC for a base bid of $94,490, bid alternate #1 for $28,700 and bid alternate #2 for $15,800 for a complete contract amount of $138,990 constitutes the lowest and best bid for the project; and WHEREAS, this is an approved 2009 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 Janco LLC in the amount of a base bid of $94,490, bid alternate #1 for $28,700 and bid alternate #2 for $15,800 for a complete contract amount of $138,990 is hereby 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 , 2009 Mayor — Presiding Officer Attest: Clerk of Council I DIVISION OF ARKS & OPEN SPACE CyppppUM 6555SHIER -RINGS ROAD DUBLIN, OHIO 43016 PH (614) 410 -4700 FAX (614) 761 -6512 SHELTER GENERAL NOTES: 1. THE 7900 SERIES, LITCHFIELD INDUSTIRIES 16' LAMINATED SQUARE SHELTER IS SPECIFIED FOR METRO CENTER PARK. LITCHFIELD PRODUCTS ARE DISTRIBUTED BY PLAYWORLD MIDSTATES, 888- 462 -7661. SHELTER TO BE PURCHASED BY THE CITY OF DUBLIN AND INSTALLED BY THE CONTRACTOR. CONTRACTOR RESPONSIBLE FOR TRANPORTING THE SHELTER FROM THE SERVICE CENTER TO THE SITE. 2. CERTAINTEED CORPORATION, INDEPENDECE SHANGLE 300# WITH RANDOM TOPS IS THE PRODUCT STANDARD FOR THE SHELTER SHINGLES. AS EQUALS SUBSTITUTIONS MUST BEAPPROVED BY THE DIRECTOR OF PARKS AND OPEN SPACE. THE SHANGLES ARE TO BE INSTALLED OVER 2 LAYERS OF 15# FELT. 3. ALL EXPOSED WOOD, INCLUDING POSTS, FASCIA, DECKING, AND RAILINGS ARE TO BE PRIMED WITH ONE COAT OF USG EXTERIOR PRIMER, (100% ACRYLIC PRIMER), OR EQUAL, AND PAINTED WITH TWO FINISH COATS OFCORONADO PAINT, BOB TIMBERLAKE DAY COLLECTION, SLAG PILE GRAY EXTERIOR GRADE ACRYLIC PAINT, OR EQUAL AS APPROVED BY THE DIRECTOR OF PARKS AND OPEN SPACE. 4. SHELTER PAD IS CONCRETE. SCORING PATTERN TO BE DETERMINED BY DIRECTOR OF PARKS AND OPEN SPACE. 5. SHELTER IS TO BE INSTALLED PER MANUFACTURER'S SPECIFICATIONS. 6. CONCRETE PAD TO BE FLUSH WITH THE BIKE PATH AND FINISHED SURROUNDING GRADE. GENERAL LAYOUT NOTES 1. Dimensions are to edge of pavement, face of wall, and edge of deck. 2. Coordinate points are taken from topographic survey base prepared by Patridge Surveying for the City of Dublin. 3. The contractor shall contact the Owner and Engineer to schedule a pre - construction meeting after staking of work limits and centerline of trail, after staking of bridge foundations, after rough grading to review sediment and erosion control measures, prior to placing stone base, and prior to placing concrete or asphalt paving. 4. The contractor shall submit manufacturers data for approval of seed mixes, non -woven filter fabric, pipe, endwalls, #304 stone, bridge, and deck materials. 5. The layout of the trail and bridge may be adjusted in the field to work around existing trees and the layout shall be approved by the owner prior to stripping of topsoil. 6. 6" of topsoil maximum shall be stripped under fill areas and asphalt paving and placed on both sides of the trail for backfilling edge of pavement. 7. Bridge drop off and placement at assembly area shall be coordinated with the City of Dublin Engineering Department and Public Safety. 8. The #304 stone specifications from the supplier shall be submitted for review and a sample shall be sent to a testing firm for analysis and submittal for review. If the % of fines (No 4 and smaller) is greater than 40%, then the stone base shall be mixed 50:50 with #357 stone. 9. No equipment shall be used within the designated FEMA floodplain limits except where approved by the engineer or City of Dublin. 10. Edge of existing asphalt shall be cleaned and sprayed with tack coat prior to placing new asphalt. £CO - D£SIGN 457 £NOIN££RING, LTD 7700 Well9 Road Plain City, Ohio 43064 Phone / FAX (G 1 4) 733 -0049 METRO CENTER PARK BRIDGE AND TRAIL DATE: 1 SCALE: 4/23109 1 1" = 20' DRAWN BY: 1 SHEET NUMBER SES I C3 LAYOUT PLAN Metro Center Park Development Pro'jecjt 411 Alternate #I- Bike Path from Park to Frantz Road It f 1.0 Oge Base Bid- Sidewalk and Bike Path stubs, bridge, picnic table, and shelter installation rT A ­4 4 � T, Alternate #2- Sidewalk from Park to Paul Blazer Parkway 4Y L .ice- � � L t, , � ! - � ,q L If h L.Ad 3R - T --Fj r___ X� T E Wn 4T_ E