Loading...
103-96 Ordinance RECORD OF ORDINANCES Dayton Legal Blank Co. Form No. 30043 Ordinance NO.n--------1-03-96u- P assed-. ______n__ ________ _________________ ------ ____19 -- --- --- AN ORDINANCE ACCEPTING THE LOWEST AND BEST BID FOR THE COSGRAY PARK PHASE IT PROJECT & APPROPRIATING FUNDS - THEREFORE AND DECLARING AN EMERGENCY .~ ...... WHEREAS, after advertising and receiving bids on October 31, 1996 for the Cosgray Park Phase II project, Council has determined that the base bid submitted by The Nadelin Company Inc. in the amount of $758,700.00 is the lowest and best bid for this project; and WHEREAS, Washington Township has committed $125,000.00 towards the improvements included in this phase of the project; and WHEREAS, Alternate 1 in the amount of $57,250.00 is in excess of the $125,000.00 committed by Washington Township and the funds previously appropriated by the City in the 1996 Operating Budget; and WHEREAS, it is necessary to amend the annual appropriations to include funding for Alternate 1 and the $125,000 committed by Washington Township. NOW, THEREF~, BE IT ORDAINED, by the Council of the City of Dublin, State of Ohio, elected members concurring: .... ~ Section 1. That the base bid and Alternate 1 submitted by The Nadelin Company Inc. f i in the amount of $815,950.00 for the Cosgray Park Phase II project, an approved .... 1996 CIP project consisting of ball diamonds, fencing, restroom facility, paved walkways, landscaping, and a small maintenance building, is hereby accepted. Section 2. That there be appropriated from the unappropriated balance in the Capital Improvements Tax Fund the amount of $182,250 for the construction of Cosgray Park Phase II. Section 3. That the City Manager is hereby authorized to enter into a contract with The Nadelin Company Inc. for completion of this project as specified within the bidder's bid proposal and the City's bid documents on file in the Division of Grounds and Facilities. Section 4. That this ordinance is declared to be an emergency for the health, safety and welfare of the residents, and for the further reason to encumber funds appropriated in 1996 prior to years end and therefore shall be effective upon passage. Il-fh day of Dt"'_ ~ ~n.. b~v ,1996. r '-- . . r-."''':;~ ;~.,. he . f this OrdinQn(e/R~~u\uhulI~ele rN'~".' . that copies 0 . .. R ',.\ r r . I . 731 25 of the G,\~o ()VISt;L ~'" . City of Dublin in Qccordance WIt.1 Section . O~C2.~ ATTEST: CIerI< of Council, Dublin, Ohio ~ (2-'C!~4AAh Clerk of Council ,~..,_'t-Y,,,., - ,.,. . '" ~ . De . li.~ -~ lI;.jI.l.,., 1.0\ 1.~~""........."..-.......-....._-'-""''''''.''''_. ","~~~~~""~.~,~",~".~-~--->,-.~~ .._~ CITY OF DUBLIN Memo Office of the City Manager 6665 Coffinan Road fIll""""''lIl Dublin, Ohio 43017-1006 Phone: 614-761-6500 ~ Fax: 614-889-0740 Staffis also requesting an additional appropriation in the amount of $57,250.00 to cover the cost of Bid Alternate # 1. It is staffs opinion that the shelter houses should be constructed' in this phase of development because of potential site logistic problems that could occur at later dates. - ..'~ ,..,... ~ ..~. '"'-~ .tii1-ji1~_t'iltn___r-'. .-""_""___~_";",,,,,,,,_,__> III - -- _ - - ~-. CITY OF DUBLIN Memo Office of the City Manager 6665 Coffman Road 1IIIIIl'I''''<''' Dublin, Ohio 43017-1006 "i!.vi>W Phone: 614-761-6500 Fax: 614-889-0740 To: Dublin City Council Members From: Timothy C. Hansley, City Manager I ~ Date: November 14, 1996 Re: Cosgray Park Phase II Initiated By: Fred Hahn, Director of Grounds & Facilities On October 31, 1996, bids were opened on Cosgray Park Phase II, an approved 1996 CIP, at 10:00 a.m. ~ The publicly announced base bid was estimated at $850,000.00. Three bids were received: ) 1.) The Nadelin Company Inc., $758,700.00 MW',;i!!I 2.) M & P Construction Co, Inc., $863,000.00 3.) Greater Columbus Construction Inc., $880,000.00 Phase II construction consists of ball diamonds, fencing, restroom facility, paved walkways, landscaping, and a small maintenance building. Staffis recommending acceptance of The Nadelin Company Inc. based bid of$758,700.00 and is also recommending acceptance of Bid Alternate #1 in the amount of $57,250.00 for the construction of four shelter houses. Washington Township has made a four year financial commitment of$125,000.00 per year applied toward the development of this park. Staff is requesting an appropriation of $125,000.00 to reflect this commitment - ,,'.~__,.,..,.~~_.'_".~'~=~"'~'__".~~~~",.,"_~r.,._~._.~".__.~ _. MEMO To: All Members of Dublin City Council fYM From: Dana McDaniel, Assistant Service Dir~ Subject: Ordinance 103-96, Cosgray Park Phase II Date: December 9, 1996 - At the December 2nd meeting of Dublin City Council, Council Member Zawaly asked why staff was not recommending the lower Alternate Bid #1. - In regards to accepting bid alternates, it is not an intended practice to accept the base bid from one contractor and the bid alternate from another. The reason for this is that the bidder may have considered his/her ability to perform or procure the Alternate Bid contingent upon being the successful bidder for the Base Bid. If the City determines that the Bid Alternate is too high, it could choose to competitively re-bid the bid alternate. Also, the City could choose to look at the total bid (base bid plus any combination of desired alternates) as a total package and total bid price. Specifically, Section 5.3.2 of the bid documents for this project states: "The owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents, and to determine the}9w Bidder on the basis of the sum of the Base Bid and Alternates accepted." In the case of Cosgray Park Phase II, Bid Alternates were requested as additional options for those items which will need to be constructed as a part of the next phase. In the case of shelter houses (Bid Alternate #1), we feel it would be to the City's benefit to construct these shelter houses in this phase of development because: 1. Potential site logistic problems (i.e., conflict with future construction Phase III and programming) could occur at a later date. These have been identified since the initial estimation for the 1996 ClP. 2. We feel all prices submitted were competitive and realistic. - We do feel that accepting the Nadelin Company, Inc's Bid Alternate #1 is reasonable since its total sum package price (base bid + Bid Alternate #1) of $815,950 was $112,050 less than Greater Columbus Construction, Inc's - bid ($928,000) and $101,050 less than M&P Construction Co., Inc.'s bid ($917,000), respectively. Staff recommends passage of Ordinance 103-96 to accept the Base Bid and Bid Alternate #1 from the Nadelin Company, Inc. Should you have any further questions please contact me at work: 761-6500 or home: 717-0861. Thank you. D LM/tb c: Tim Hansley, City Manager 1:\..\dOC\p&r\cosgray.mem - ----~-_._._------_._--_.- l _. , C;) .., o <:> ~ \C .' Q ::= ~ g (), .... ,11'1.. ,.,j Q ~ . . ~ ,(~~ ~ ...... Q Q "" <J " " V'\ ()' ':) ~ ~ c 2 ..... :-g t'- ~ ({) ('t. 0::: ~ 'C) 'J,"> .. .. t-~ .q- 'g ~ ~ ~ ;;:; ~ ~. ~ : <( t-.'\ <l \s> 'W . ~ O~ ~ "-, ..,~ 'J .-..,- \<' ~ "'" o~ ~ ~.!:l ..~ ~ P .0 ~~ C"', o.a a~ ... t"~ [..c:2l :< g ~ is' ~ "d . " 00> ~ :::. ro t"- ~ \.I) <J= -- _1OIt - on t{\ .. C) --"2 .1 '" ~ 3 8 i II ~.... .. ..... (,l .. ::;: <:> ~ 8 f'iiU ..... ~ ~ =-- = .5 ~ \;_ ~~' " a:l \'- ~ i"" - ~ % ~ ~ \'> u ~ ~ ~ ~ -.:l 1:'\ 0 c in t~- 'ti-' i 1----- . & :; '3 ~ g ~ i ~ \'- 0 a ~ ~ ~ ii ~ 5 t:rl <:"-- ''''' d'S ..J 'fl ." o ~ "> .... cr' ~ ~~ ~, j ~!-- ;;l -- ' = -< .-. to< '-'l 'e; ]' a;a '0 as ~~ !5 .t:: S~~ ~ ~ '> z8~ I ..fI '" hi S ~ ~ ~ "> \. J .Ll8 ) ~u I t - i .-------- ~ j I ~.i ';. ~ I ,.,... . ~ ] '- I ~~ -- I ~ ~-. ....,,; <: 5 fi ::r~:.l. ~o '5 ij ~ ':,. , '> I ru~~~ ~~ : ~1~ 13 8 I-~ -d@~ ~E1~ "';) ~ I S~;~ ~ ~ ~ ~ - L jj;.~'R- :E sll~~! ~ ~ ~ll"i )- G~, .b ~or--1 ~ :~\:; ~-..\ ~ ~ .; ~ ! ~ ~ ~ .}'S, ~ ~ ~ it i ii ~ ~ ~..1 ~ ~ ,~~ .~.~ ~\j ~ ~.~~ '-!:i" ~~ , Z 'd 68S919Lt19 'ON d S:IilVd Nllana dO A1;,) Wd be:: nH~ 9G-t:-AON