Loading...
73-01 OrdinanceRECORD OF ORDINANCES Ordinance No ...........................73.-0.1......................... Passed .................................................................., ....................... AN ORDINANCE ACCEPTING THE LOWEST AND BEST BID AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT FOR CONSTRUCTION OF THE DUBLIN SERVICE CENTER, APPROPRIATING FUNDS THEREFOR, AND DECLARING AN EMERGENCY WHEREAS, Dublin City Council adopted a five year Capital Improvements Plan for the years 2001 through 2005; and WHEREAS, Dublin City Council included in this Plan the construction of a new "Service Center," and WHEREAS, the new "Service Center" represents the implementation of the Community Plan regarding City facilities and the culmination of seven years of strategic planning; and WHEREAS, formal advertising and competitive bidding procedures for construction of the new "Service Center" have been conducted; and WHEREAS, Council has determined that the bid submitted by Gutknecht Construction Company, in the amount of $4,898,300.00, for construction of the new "Service Center" is the lowest and best bid; and WHEREAS, Dublin City Council declares an emergency to ensure the public safety, health and welfare and to ensure timely construction. WHEREAS, it is necessary to amend the annual appropriations measure to provide funding authorization for the project. NOW, THEREFORE, BE IT ORDAINED by the Council of the City of Dublin, State of Ohio, ~_ of the elected members concurring that: Section 1. Council hereby accepts the bid submitted by Gutknecht Construction Company for the construction of the "Service Center" in the following amounts: Base Bid $4,695,000 Alternate #3 -Turn Lane $107,000 Alternate #4 -Bike Path $8,000 Alternate #5 -Golf Course Buffer $85,000 Alternate #6 -Irrigation $22,000 Total $4,898,3000 Section 2. The City Manager is hereby authorized to enter into an agreement with Gutknecht Construction Company for construction of said "Service Center" in accordance with the intent of the specifications. Section 3. There be advanced from the Capital Improvements Tax Fund the amount of $3,600,000 to Service Complex Construction Fund. This advance is to be reimbursed to the Capital Improvements Tax Fund from the proceeds of a future debt issue. Section 4. There be appropriated from the unappropriated balance in the Service Complex Construction Fund the amount of $5,998,000. Of the total, $400,000 is to be appropriated to account 435-0314-780-2520 for furniture, fixtures and equipment, and $5,598,000 to account number 435- 0314-780-2530 for construction and related improvements. Section 5. This Ordinance is hereby declared to be an emergency measure necessary for the immediate preservation of the public peace, health, safety and welfare. Operations housed in this facility provide safety-related services, and it is necessary to initiate construction in order to take advantage of the optimal construction season. Therefore, this Ordinance shall take effect and be in force immediately upon adoption. ~~ ~. RECORD OF ORDINANCES Dayton Legal Blank Co. Form No 30043 Ordinance No ..........................73-0.1.......................... Passed .................................................................., ....................... Page Two Passed th~ A~ day of , 2001 ~"' /' ~ ,- /Avfayor -Presiding Officer ATTEST: of r,,,r I herehv certify ittat copies of this 4rdinancelResolution Mere posted in the City of Uub{in in accordance writ~i Section 731.25 of the O~~n ~erised Code. (~ ~~[Ip~l~ of rw~nt~l, D?:bldn • Ohio ~~ ~. ~~. ~.~ GIs . ~~aG DECLARATION OF OFFICIAL INTEP ~"~' ~ ~~ ~3 ~~ For Reimbursement of Expenditures from Bonc This is a Declaration of Official Intent under Treasury Regulations Section 1.103-1is. 1. The City of Dublin (the City) declares that it reasonably expects that the capital expenditures described in 2 will be reimbursed with the proceeds of bonds, notes, certificates, or obligations under a financing lease, installment purchase or loan agreement, representing a borrowing by the City in the maximum principal amount, for such reimbursements, of $3,800,000. 2. The capital expenditures to be reimbursed are for transportation capital improvements. The specific transportation project is the construction of a new Service Center facility in the area of the existing Service Center on Shier Rings Road. 3. This Declaration of Official Intent is consistent with the budgetary and financial circumstances of the City of this Declaration, in that no money (including the money advanced to make the expenditures that are to be reimbursed) is, or is reasonably, allocated on a long-term basis, or otherwise set aside by the City or any other entity, with respect to the expenditures described in 2. 4. Within 30 days from this date this Declaration of Official Intent shall be made available as a public record subject to inspection by the general public or at the main administrative office of the Issuer for reasonable public inspection during all normal business hours. The undersigned has been authorized by the City to make and sign this Declaration on behalf of the City. Date of Declaration: By y (Signature) (Name an 'tle) Caution: This Declaration of Official Intent will not be effective unless the notes, bonds or other obligations providing moneys for the reimbursement are issued and the reimbursement is made (by an allocation on the books and records identifying the expenditure as in 2 above) by the later of (a) one year after the date of payment of the expenditure or (b) one year after the date the property with respect to which the expenditure is made was placed in service. P:\DATA\FINANCE\FORMS\Declaration of Official Intent.doc ~ ~ ~ ~r a ~~ y z~ ~~ ~d z ~ o ~ ~ o ~ ° ~ `° ~ ~ o ~ ~ ~ co ~ ~ ~ ~, ~ per'. ~ ~ r+ ~ ~ ~ ~ cu C~ ~ ~. ~ c~ ~ o ~ ~ a ~ ~~ ~ bd ~ o ao ~ :; ~ ~ ~ o o ~ ~ ~ o0 00 00 0~ O to .-~ ~O N ~O .-. N O N ~ ~ ~ VP ~ O~ A V 1 lD W v 1 ~O O~ c!i O O O O O O O O ~1 O O O O O O O O O O O O O O O 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 69 69 b~9 6~9 ~ ~ 6~9 69 6~9 6~9 6~9 69 ~ ~D ~D ~ J N ~] N N ~ .P O w 0 ~ w v, ~ 0 o O 0 0 0 o w o ~ o 0 0 0 0 0 0 Oo O ~ O V~ O O O O O O O O O O O O 0 0 0 O O O O O O O O O O O O O O O O 6^9 69 69 Ci^9 69 6^9 6^9 6^i9 b^9 6~9 69 v^9 N N t~ N tl~ O~ N N w N N N 00 00 W 00 W to N 00 O 00 ~O 00 v~ 0 Cn O~ vi ~O O to O O O O O O O O O O O O O O O O 0 0 0 O O O O O O O O O O O O O O O O O O O O O 0 0 0 O O O O O O O O O ~ ~ ~ ~ ~ ~ ~ o, oo v on o o~ ~ ~ ~ •-~ o o J ~O ~ o0 00 ~l A a\ J ~ w ~] vi J O ~ Cn N O O O O~ O O O Cn O O O O O O O O O O 0 0 0 O W O O O O O O O 0 0 0 0 0 O O O O 0 0 0 O O O O O O O O O O O O 69 69 69 s9 sus ~. cfl ~ ~-. s9 ~ ~ s~ s9 6s 00 ~ .-, ~ O N 01 ~ O~ 00 00 O~ O 0o O Cl~ O~ ~ J oo O O O w 0 0 0 O Oo O O O O O O O O O O O W O O O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 O O O O O O O O O O O O 69 69 69 69 69 69 69 69 69 69 69 69 to to to rn ~ a\ ~ -P ~n ~ ~ ~ N N O t!i O J N O 01 O O ~O O oo O oo O v~ O In O 0 0 0 O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 69 69 69 69 69 69 69 69 69 69 69 ~P ~P tli 69 ~ w ~ .A to ~ ~ .A N r0 O N W W ~ W N W W I O Cn O w ~O In O O O v, O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 O O o 0 0 O 0 0 0 O O O O O O O O O O O O 69 69 69 69 69 69 69 69 69 69 69 69 Vl Vl Ch (!~ Vl U Vi C./1 VI C!~ C/7 ~ to w N N N ~ ~ ~ O 0 0 00 ~1 to \p W W ~] W N W W ~ ~D cn N ~D oo J ~ 1 to ~O oo cli O o0 CJi 00 O ~l O W J W J ~-' O W O Cn O O oo O O O O O O O O O O O O1 O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z z z z z z z z z z z z 0 0 0 0 0 0 0 0 0 0 0 0 (D (D (D fD (D (D (D (D (D (D (D (D m y ~ a H ¢ tri ~ ~s to y J fD W ~ J ~ ,~ v, ~ ~ N ,~,* Cf A X. fD ~ O ~ ~' f~9 O M ~ ~ ~ 'C ~ ~ ~ ~ ~~ ~ ~ O ~ ~ ~ ~ A~ O ~ X' N a ''~ a. ~ ~ sj o ~ ~ ~-. ~ ~ ~ ~ ~ C3 O fD ~ W c ~ a' ~ ~ ~ ~ ~ ~ O v~ ~ ~k O ~D ~ ~„ ~ ~ f~D '+f r.~ 69 O d ~~"' O ~ Vii ~ -~'! ~ fD O y ~ ~ O ~ ~ ~. ~ 69 ¢ ~ ~S N D A7 N ~ ~~.. O o vim, C ~k O t9 Q~ ~, y ~ ~ ~ C ~ := CN ~ W `~~ O~ Q" ... o ~ + Q o ~ y -~+. y -.~. 0 C~ ~ ~ N.-~ ~ :~ ~ ~ a ~. ~d a o b d ~_ '-' ~a ~• ~ 0 ~r ~y °y C •SC COMAIUNI I' I + ~ I :~\~~~~ _ I - ~ 39~fi111~~~ IRAC GULI COMMUNII Y.., \~ ~,. ~~~ ~' I;IiiltLigl ,'/.i% :%,ii~%~'~Y~ L....o. .~I~- ~ ~~~_ ~ 1 '~ I \ ~~A'I' I / PROPOSED SERVICE - (•~~ ~/IIAw / / . II ~ I,: //////~~////////~CNTER OEVEIOPMENT ~ _ _ .;.~ ---- I;i ,~ ( ~ I ~i;t~b i -a (`' ~ . I 11 .H INI .IlWO ~ ~ I\ `~ila,0 nOn Y GA'U ~ ` `\ "~-~^ f' D CITY SCHOOL FAGUTY ~~ c o ~ I I _ w.io.'"'oc 1 _~ ~~ I ] ~ li ~ ~, ~' _ ®/%I ~~ ~ ~~ ~~ I~~~ ~ ~ .~. , I I ~- - ^i I) I'I I N OUBUN CITY o 0 ~` SERVICE COMPLE% (\ ~I %ENDAIL RIDCE M•aI- _ _ _ _ DEVELO ENT ~ IA m __ I r-_~ ~ ~--~~_ I "-s~ b ~ ~• n' ~ds I ` ^ INVESTMENTS `\ I\ ~`l ~ ~1 ~ l \ I AL VIN I:IN(~5 j"+\ pROPLH7Y '. f ~' i ~b °~ ~: ~ ~~ L'I 1y ~' 0 ~.! O" •. l~ ~-~._ ~::: ~i ~~AL VIN RINCS 1 ~PROPEH IY ; ~ WASNINDIUN IW'f' ; •. DUDUN GONP' (83fTr'+'!~- - _ ~ OVB.1 N +J'INDUS +IAL I Y ~\ PA~ ~... - I-f L. -• I V~ ~ I• / ._ 1 t _ - J ( I :-' f ~, I A COMPANY. 1 PROPERTY WPW ~~'~~ _~ ViC 57 INC. ~I,m PROPERTY ~ `~` \.. 5 . L~.____ _. .__ w.. maw -- ~ ~ I +~ M7LLIAAI BAKER ! / S ,~~\ PROPERTY r .~ ~ i _ i N ~~ ~~ ~ PLAN Dublin Se~rvic~e Center _i '~.,~.,.~._ ___.__~._.__..____ N rc p . i ~ ~ °a 0o9oooedo®o ® ~ .. ~ om :~ i a~ 0 ~ 1Q i ~s ~ a c g s G Y << ~~9{~ fl~~~~ ~ ~ ~t. LL~ N: ~ cxi rrrr.~rrmrn t c u ~f <~ + i i s~ +rr ~t ~ ~ ~ ~; ~~ ~+,0 P 7= O ~W ~~ S V~.~ JZJ ~ i a~ `; x fi OZ4 o ~o ,1~ Q 1 1 'z~l yT ~~ Y! - tp t 7r 9i ~ ON7 r ~ VWO 1yjg4 ' I I ~~ .1;i4 n c~ n n 1 i i i i i ~ ~ Q I Q I i i ~ Q i i i i j I j i ~~ j ~ ~$ --( ; -- i 'i _ ~ i _~. i ------- I j , ~_ _ I ii ~' ~ ~ R I ;.. .~' i a I I ;; i ~ ~1 ' l __T i i. i.~.y.~ R __._ l_ _~~. _. _._.___ .~ I .. ~d I ._# _ j t.__-. I -. _ - -.-. _._._.~ j i ~ ~~ i ~' I I I I _.1 I ~ .~._._. j .KGs I- ~ S-I - -- - - -------~- ~ j --I~ j --j j -----rt I ---- ~--I - --- ----~ I I I I j I j ~ I I I j I I j I I ~3 j I I € ~ I I I I I j i I I -I• j j --i I j j -~-- I i ~~ -----~-- -F I I I I I I j j I ;. I I I I I I j j i i O ® i n I i I >IO c:> (~ i~ ig d 0 a} ,~e CITY OF DUBLIN Department of Service 6351 Shier-Rings Road • Dublin, Ohio 43016-1243 Phone: 614-761-6570 Fax: 614-761-6512 Memo To: All Members of Dublin City Council From: Timothy C. Hansley, City Manager Initiated by: Dana L. McDaniel, Assistant City Manager/Director of Service Date: May 16, 2001 Re: Ordinance 73-01, Authorizing the City Manager to enter into a contract for construction of the Dublin Service Center Staff recommends passage of Ordinance 73-01, accepting the lowest and best bid and authorizing the City Manager to enter into a contract for construction of the Dublin "Service Center." Bids were opened on Tuesday, May 15. The apparent low bidder is Gutknecht Construction Company. As you know, the City has positive experience with Gutknecht, who also constructed the Dublin Justice Center and Phase II of the Dublin Community Recreation Center (DCRC). Staff is confident Gutknecht is capable of completing the construction in accordance with the specifications and accompanying Agreement. Attached you will find the Bid Tabulation sheet. The Bid Tabulation includes a base bid and several alternate bids. The alternate bids listed are components not necessarily anticipated in the original estimates when establishing the budget. They were identified to obtain unit pricing and/or identify areas that could have adversely affected the original construction budget for the facility. The following summarizes the bids: 1. Base bid: $4,695,000 (includes Alternates #1 and #2) 2. Alternate #1: Warehouse mezzanine -- $60,000 (declined). 3. Alternate #2: Sprinklers -- $28,000 (declined). 4. Alternate #3: Turn Lane -- $107,000 5. Alternate #4: Bike Path -- $6,300 6. Alternate #5: Golf Course Landscape Buffer -- $49,000 7. Alternate #6: Irrigation -- $41,000 8. Total Bid: $4,898,300 As you can see from the Bid Tabulation, bids were very competitive. Staff and the Architect are confident that the City has received very valid bids (see attached letter from WandeUSchnell). We have confirmed with Gutknecht that they are confident in their bid. This bid will enable the project to be completed within budget. It is important to note, however, certain components, i.e. salt storage barn and cold storage building were intended to be built as part of the project, if feasible. It appears these will be deferred for now. The "Service Center" was budgeted as part of the 2001-2005 CIP. The facility is the culmination of nearly seven years of planning. The facility is designed to enhance the existing "Service Complex" and leverages the value of that facility and the school bus/maintenance facility for a much-improved combined complex. Council was previously briefed on the "Service Center" as part of the zoning process. As a quick recap the facility will be built on a 17-acre site, immediately west of the existing school bus/maintenance facility. The "Service Center" has been designed with great sensitivity to its existing and soon-to-be neighbors in the Ballantrae Golf Community. The facility will house the Office of the Director of Service, Division of Streets & Utilities, and Division of Grounds & Facilities. This facility was budgeted as an interim step toward consolidating various City operations with the ultimate goal of a new City Hall, according to the Facilities Master Plan and the Community Plan. Square footages for the facility consider growth projections based on this study. Attached you will find a site plan and floor plans for the "Service Center." The "Service Center" "~`"` will consist of 15,982 square feet of general warehouse space (20,532 square feet with mezzanine); 13,878 square feet of Employee Services space; and 20,830 square feet of Administrative office, reception and meeting space. The building is apre-engineered type construction using mezzanine space to create a "second floor" within the space. The facility is very utilitarian in style and interior finish and will allow for maximum flexible use into the future. Much needed parking facilities will be provided for fleet/equipment storage and employee parking. A connector road will be constructed internally to the site, across the schools' property to the existing Service Complex to allow internal traffic flow on the site. Significant landscape buffer with irrigation has been planned. A retention pond with mini-park (future) is also part of the plan. The existing Service Complex will remain in use as a fleedequipment service center and materiaUequipment storage facility. Staff believes this facility will serve the community well and follows the vision of the Community Plan. Please direct questions to Dana McDaniel at 410-4751 or mobile: 206-3311. Thank you. TCH/DLM/tb \\DEWPOINT\VOLI\PER\Browtl\word\DANA\MEMOS\CO[JNCIL\Service Center construction.doc V1%andel ~ 5ehnelt. Arehltaets Inc. 790 Eesl Chcemu~ Slraal, L`olumUur, Glue 4321E 7olephone 814/481-1234 Fytplmlle 810/481~og3 Robert N. Wanael Ma 16, 2001 Thmm~s t) Schnell y Alan L. Sulaer Tint°lhy C- Hawk Mr. Dana McDaniel City of Dubiih, Department of SeNices 6351 Shier-Rings Road Dublin, Ohio 43D16 Re: Dublin Service Center Dear Mr. McDaniel, Having bean present May 15, 2001, 10:30AM at the Dublin Municipal Building for the bid opening for the above reference project we offer the following: 1. The low Base Bid was submitted by the Gutknecht Construction Co., 1925 East Llvingston Avenue, Columbus, Ohio 43209. Their bid is approximately 18°~ below the Base Bid esfimate and approximately 390 below the next lowest bidder. 2. Their bid for the Left Turn Lane Altemate #3 was approximately 10% below the estimate and 10% above the average bid of all bidders. 3. Their bid for the Blke Path Alternate #4 was 21 % below the average of all bidders for this Altemate. 4. The Golf Course Buffer Altemate #5 bid offered by Gutknecht was approximately 40% below the estimate and 5°~ below the average of all bids for this alternate. 5. The bid for Alternate #6 Irrigation System was 50% above the estimate, however it was 7% below the average of all bids for the irrigation system. 6. Alternates #1 ~ #2, Delete Mezzanine 213 and Delete the Sprinkler System were below the estimate and below the average of all bids for these alternates. In summary, we have reviewed the Gutknecht Construction Co, bid with them and they said they can complete the work for their bid amount. Therefore, we recommend a contract b® enter into with the Gutknecht Construction Co. for the Base Bid and Alternates #3, #4, #5, and #6 for a total contract of $4,898,300.00. Y~ourQs very truly (l~C~--~ Alan Sulser AS:jlk