Loading...
17-07 ResolutionRECORD OF RESOLUTIONS Form No. 30045 j n r 17-07 Resolution No. Passed 20 A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH THE OHIO DEPARTMENT OF TRANSPORTATION (ODOT) FOR THE S.R. 745 RESURFACING PROJECT WITHIN THE CORPORATION LIMITS OF THE CITY OF DUBLIN, OHIO. WHEREAS, the City of Dublin has enacted legislation, Resolution 73-06, proposing cooperation with the Ohio Department of Transportation (ODOT) for the S.R. 745 improvement project, which is described as follows: the resurfacing of 9.46 miles of State Route 745 from just north of the intersection of State Route 161 and State Route 745, proceeding to the north on State Route 745 to the intersection of State Route 745 and Chaddington Drive, from the intersection of Limerick Lane and State Route 745 to 0.08 miles south of River Forest Road to the Delaware County line, and from the Delaware County line to the intersection of U.S. Route 42 and State Route 745 in Delaware County, lying within the City of Dublin; and WHEREAS, the Director of Transportation has approved said legislation proposing cooperation and has caused to be made plans and specifications and an estimate of cost and expense for improving the above described highway and has transmitted copies of the same to the legislative authority; and WHEREAS, it has been determined that the share of the City is now estimated in the amount of Eighty-Five Thousand Seventy Nine and 00/100 Dollars ($85,079.00), said estimated amount to be adjusted in order that the City's ultimate share of said improvement shall correspond with said percentages of actual costs when the actual costs are determined; and WHEREAS, the City desires the Director of Transportation to proceed with the aforesaid highway improvement. 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 City Manager is hereby authorized to enter into a contract with the State, and to execute said contract, providing for the payment by the City the sum of money set forth herein for improving the described project. Section 2. The estimated sum of Eighty Five Thousand Seventy Nine and 00/100 Dollars ($85,079.00) is hereby appropriated for the improvement described above and the Fiscal Officer is hereby authorized and directed to issue an order on the Treasurer for said sum upon the requisition of the Director of Transportation to pay the cost and expense of said improvement. Section 3. The City agrees to assume in the first instance, the share of the cost and expense over and above the amount to be paid from Federal funds, as follows: (a) The City agrees to assume and bear one hundred percent (100%) of the entire cost of the improvement, less the amount of Federal aid and State funds set aside by the Director of Transportation for the financing of this improvement from funds allocated by the Federal Highway Administration, U.S. Department of Transportation. RECORD OF RESOLUTIONS Form Na. 30045 ~~ 17-07 Resolution No. Passed Page 2 20 (b) The City agrees to assume and bear the entire cost and expense of the installation and/or repair of curb ramps which are necessary to ensure compliance with the American with Disabilities Act. (c) The City also agrees to assume and bear one hundred percent (100%) of the cost of any construction items requested by the City on the entire improvement, which are not necessary for the improvement, as determined by the State and Federal Highway Administration. Section 4. The City shall transmit to the Director of Transportation a fully executed copy of this Resolution. Section 5. The City hereby requests the Director of Transportation to proceed with the aforesaid highway improvement. Section 6. This Resolution shall be in full force and effect on the earliest date permitted by law. Passed this ~~ ~ day of ~~~'~ , 2007 ~i 1 Mayor -Presiding Officer ATTEST: Clerk of Council CITY OF DUBLIN Office of the City Manager 5200 Emerald Parkway • Dublin, OH 43017 Phone: 614-410-4400 • Fax: 614-410-4490 To: Members of Dublin City Council From: Jane S. Brautigam, City Manager~~~ s• b o Initiated by: Paul A. Hammersmith, P.E., Director of Engineering/City Engineer Kenneth B. Richardson, P.E., Engineering Manager -Design Date: March 14, 2007 Memo Re: Resolution 17-07 - ODOT Final Legislation for Resurfacing S.R. 745 Summary The Ohio Department of Transportation will be resurfacing a portion of S.R.745 within the corporate limits of the City of Dublin as part of its District Six Urban Pavement Program. The scope of the work for the project includes milling and placing 1.5 inches of asphalt; performing partial depth pavement repairs; and installation of pavement markings, raised pavement markers and loop detectors. Project limits extend on S.R. 745 (North High Street/Dublin Road) from 0.04 miles north of U.S. 33/S.R. 161 to Chaddington Drive; resuming on S.R. 745 from Limerick Lane to River Forest Road; resuming on S.R. 745 from 0.08 miles north of River Forest Road and extending through the corporate limits of the City of Dublin, ending at the junction of U.S. 42/S.R. 257. The District Six policy for Urban Paving Projects requires that the local municipality contribute 20 percent of the total cost of the surface treatment for the portion of the roadway project within its corporate limits. Additionally, the municipality is required to contribute 100 percent of the cost of non-surface related items such as curbs, gutters, utility relocation expenses, and partial and full- depth pavement repairs. Full-depth pavement repair on Dublin Road will be extensive. Estimated costs to perform these pavement repairs are $580,000.00. Full-depth pavement repair costs on Dublin Road will be funded through the 2007 Street Maintenance Program. Consent legislation from ODOT (Resolution 73-06) was approved by City Council at the October 2, 2006 Council meeting. At that time, the estimated amount of the City's contribution was $100,000.00. The City's share is now estimated in the amount of $85,079.00. The revised estimated amount may be adjusted to correspond with percentages of actual costs when the actual costs are determined. No work shall begin on this project until after the Memorial Tournament. Existing rumble strips at the north end of the Historic District will be removed with this work and not replaced. The Ohio Department of Transportation (ODOT) requests that final legislation be submitted for approval by the City of Dublin prior to the commencement of this work. Resolution No. 17-07 is attached for Council's approval. Bid letting is scheduled for May 2, 2007. The work would begin within 30 days of award of this contract. No work will be performed during the week of the Memorial Tournament. Recommendation Staff recommends approval of Resolution 17-07. PID No. 75218 Project No. (2007) CONTRACT (Chapter 5521, Ohio Revised Code) This contract is made by and between the State of Ohio, Department of Transportation, acting through its director (hereinafter referred to as the "STATE"), 1980 West Broad Street, Columbus, Ohio 43223, and the City of Dublin, (hereinafter referred to as the legislative authority/Local Public Agency or "LPA"). WITNESSTH: WHEREAS, Chapter 5521 of the Ohio Revised Code provides that the legislative authority may cooperate with the STATE in a highway project made by and under the supervision of the Director of Transportation; and WHEREAS, through the enactment of preliminary legislation, the LPA and the STATE have agreed to cooperate in the highway project described below; and WHEREAS, through the enactment of final legislation, the LPA has committed to pay an estimated amount of money as its share of the total estimated cost and expense of the highway project described below; and WHEREAS, the fiscal officer of the LPA has filed with the LPA a certificate stating that sufficient moneys are available, as required by Chapter 5521 and Section 5705.41 of the Ohio Revised Code. A duplicate certificate is attached hereto; and WHEREAS, in accordance with the final legislation, the LPA hereby enters into this contract with the STATE to provide for payment of the agreed portion of the cost of the highway project and any additional obligations for the highway project described below. NOW, THEREFORE, in consideration of the premises and the performances of mutual covenants hereinafter set forth, it is agreed by parties hereto as follows: SECTION I: RECITALS The foregoing recitals are hereby incorporated as a material part of this contract. SECTION II: PURPOSE The purpose of this contract is to set forth requirements associated with the highway project described below (hereinafter referred to as the "PROJECT") and to establish the responsibilities for the administration of the PROJECT by the LPA and the STATE. PID No. 75218 -Contract SECTION III: LEGAL REFERENCES This contract is established pursuant to Chapter 5521 of the Ohio Revised Code. SECTION IV: SCOPE OF WORK The work to be performed under this contract shall consist of the following: This project consists of the resurfacing of 9.46 miles of State Route 745 from just north of the intersection of State Route 161 and State Route 745 and proceeding to the north on State Route 745 to the intersection of State Route 745 and Chaddington Drive and from the intersection of Limerick Lane and State Route 745 to 0.08 miles south of River Forest Road to the Delaware County line and from the Delaware County line to the intersection of U.S. Route 42 and State Route 745 in Delaware County, lying within the City of Dublin. SECTION V: FINANCIAL PARTICIPATION The STATE agrees to provide the necessary funds as enumerated in this section and allowed by law for the financing of this project. 2. The STATE may allocate the money contributed by the LPA in whatever manner it deems necessary in financing the cost of construction, right-of--way, engineering, and incidental expenses, notwithstanding the percentage basis of contribution by the LPA. 3. The total cost and expenses for the project are only an estimate and the total cost and expenses may be adjusted by the STATE. If any adjustments are required, payment of additional funds shall correspond with the percentages of actual costs when said actual costs are determined, and as requested, by the Director of Transportation. 4. The LPA agrees to pay to the STATE its share of the total estimated cost expense for the above highway project in the amount of Eighty Five Thousand Seventy Nine and - - - - 00/100 Dollars, ($85,079.00) 5. The City agrees to assume and bear one hundred percent (100%) of the entire cost of the improvement, less the amount of Federal-aid and State funds set aside by the Director of Transportation for the financing of this improvement from funds allocated by the Federal HighwayAdministration, U.S. Department of Transportation. Also, the City agrees to assume and bear the entire cost and expense of the installation and/or repair of curb ramps which are necessary to ensure compliance with the American with Disabilities Act. 2 PID No. 75218 -Contract In addition, the City also agrees to assume and bear one hundred percent (100%) of the cost of any construction items requested by the City on the entire improvement, which are not necessary for the improvement, as determined by the State and Federal Highway Administration. 6. The LPA agrees that change orders and extra work contracts required to fulfill the construction contracts shall be processed as needed. The STATE shall not approve a change order or extra work contract until it first gives notice, in writing, to the LPA. The LPA shall contribute its share of the cost of these items in accordance with other sections herein. SECTION VI: RIGHT-OF-WAY AND UTILITIES The LPA agrees that all right-of--way required for the described project wil! be acquired and/or made available in accordance with current State and Federal regulations. The LPA also understands that right-of--way costs include eligible utility costs. 2. The LPA agrees that all utility accommodation, relocation, and reimbursement will comply with the current provisions of 23 CFR 645 and the ODOT Utilities Manual, including that: A. Arrangements have been or will be made with all utilities where facilities are affected by the described PROJECT, that the utilities have agreed to make all necessary removals and/or relocations to clear any construction called for by the plans of this PROJECT, and that the utilities have agreed to make the necessary removals and/or relocations after notification by the LPA or STATE. B. The LPA shall, at its own expense, make all removals and/or relocations of publicly-owned utilities which do not comply with the reimbursement provisions of the ODOT Utilities Manual. Publicly-owned facilities which do comply with the reimbursement provisions of the ODOT Utilities Manual will be removed and/or relocated at project expense, exclusive of betterments. C. The removals and/or relocation of all utilities shall be done in such a manner as not to interfere with the operation of the contractor constructing the PROJECT and that the utility removals and/or relocations shalt be approved by the STATE and performed in accordance with the provisions of the ODOT Construction and Materials Specifications. SECTION Vll: ADDITIONAL PROJECT OBLIGATIONS 1. The STATE shall initiate the competitive bid letting process and award the PROJECT in accordance with ODOT's policies and procedures. PID No. 75218 -Contract 2. The LPA agrees: A. To keep said highway open to traffic at all times; 6. To provide adequate maintenance for the PROJECT in accordance with all applicable state and federal law, including, but not limited to, Title 23, U.S.C., Section 116; C. To make ample financial and other provisions for such maintenance of the PROJECT after its completion; D. To maintain the right-of--way and keep it free of obstructions in a manner satisfactory to the STATE and hold said right-of--way inviolate for public highway purposes; E. To place and maintain all traffic control devices conforming to the Ohio Manual on Uniform Traffic Control Devices on the project in compliance with the provisions of Section 4511.11 of the Ohio Revised Code; F. To regulate parking in accordance with Section 4511.66 of the Ohio Revised Code, unless otherwise controlled by local ordinance or resolution. SECTION VI11: DISPUTES In the event that any disputes arise between the STATE and LPA concerning interruption of or performance pursuant to this contract, such disputes shall be resolved solely and finally by the Director of Transportation. SECTION IX: NOTICE Notice under this contract shall be directed as follows City of Dublin Ohio Department of Transportation 5200 Emerald Parkway Office of Estimating Dublin, Ohio 1980 West Broad Street, 1st Floor 43017-1006 Columbus, Ohio 43223 SECTION X: GENERAL PROVISIONS 1. This contract constitutes the entire contract between the parties. All prior discussions and understandings between the parties are superseded by this contract. 2. Neither this contract nor any rights, duties or obligations described herein shall be assigned by either party hereto without the prior express written consent of the other party. 3. Any change to the provisions of this contract must be made in a written amendment executed by both parties. 4 PID No. 75218 -Contract 4. This contract and any claims arising out of this contract shall be governed by the laws of the State of Ohio. Any provision of this contract prohibited by the law of Ohio shall be deemed void and of no effect. Any litigation arising out of or relating in any way to this contract or the performance thereunder shall be brought only in the courts of Ohio, and the LPA hereby irrevocably consents to such jurisdiction. To the extent that the STATE is a party to any litigation arising out of or relating in any way to this contract or the performance thereunder, such an action shall be brought only in a court of competent jurisdiction in Franklin County, Ohio. 5. All financial obligations of the State of Ohio, as provided in this contract, are subject to the provisions of Section 126.07 of the Ohio Revised Code. The financial obligations of the State of Ohio shall not be valid and enforceable unless funds are appropriated by the Ohio General Assembly and encumbered by the STATE. Additionally, it is understood that this financial obligation of the LPA shall not be valid and enforceable unless funds are appropriated by the LPA's legislative body. 6. This contract shal{ be deemed to have been substantially performed only when fully performed according to its terms and conditions and any modification thereof. SECTION XI: SIGNATURES Any person executing this contract in a representative capacity hereby warrants that he/she has been duly authorized by his/her principal to execute this contract on such principal behalf. IN WITNESS THEREOF, the parties hereto have caused this contract to be duly executed in duplicate. SEAL (If Applicable} OHIO DEPARTMENT OF TRANSPORTATION LOCAL PUBLIC AGENCY City of Dublin Director of Transportation Date City Manager Date PID No. 75218 Project No. (2007) FISCAL OFFICER'S CERTIFICATE (Chapter 5521 and Section 5705.41, Ohio Revised Code) I hereby certify to that the money, to wit: $85,079.00 required for the payment of the cost other than that thereof assumed by the Federal Government, for the improvement of that portion of State Route 745, lying within the corporate limits of the City of Dublin, more particularly described as follows: This project consists of the resurtacing of 9.46 miles of State Route 745 from just north of the intersection of State Route 161 and State Route 745 and proceeding to the north on State Route 745 to the intersection of State Route 745 and Chaddington Drive and from the intersection of Limerick Lane and State Route 745 to 0.08 miles south of River Forest Road to the Delaware County line and from the Delaware County line to the intersection of U.S. Route 42 and State Route 745 in Delaware County, lying within the City of Dublin; and has been lawfully appropriated for such purpose and is in the treasury to the credit of, or has been levied placed on the duplicate and in process of collection for the appropriate fund, and not appropriated for any other purpose; or is being obtained by sale of bonds issued on account of said improvement, which bonds are sold and in process of delivery. I further certify that this certificate was made, sealed and filed with the legislative authority of the City of Dublin, Ohio, after said legislative authority passed the final resolution in connection with the within described project; and that this certificate was forthwith recorded in the record of the proceedings of said legislative authority, namely: Legislative Authority's Journal, Volume at Page IN WITNESS WHEREOF, I have hereunto set my hand and official seal as said fiscal officer, this (Fiscal Officer's Seal) (If Applicable) 2007. day of Fiscal Officer of the City of Dublin, Ohio PID No. 75218 Project No. (2007) ESCROW AGREEMENT FOR HIGHWAY IMPROVEMENT This agreement made and entered at ,Ohio, this day of , 2007, by and between the Legislative Authority of Ohio, The Ohio Department of Transportation (ODOT) and (FINANCIAL INSTITUTION) Ohio, (address) (city) ( zip code) (telephone no.) WITNESSETH That for and in consideration of the covenants and agreements of the parties herein contained. The ODOT hereby expressly authorizes the City to deposit the pre-bid estimate (or some larger amount) of said City's participation share of project cost in the amount of Eighty Five Thousand Seventy Nine and - - - - 00/100 Dollars, ($85,079.00),as required by the ODOT's Invoice No. 9408, dated the February 21, 2007, on project described as: Franklin County -City of Dublin -State Route 745 -Section 0.11 -Federal Project No. E050(349), in an interest bearing account, repurchase agreement or certificate of deposit with the FINANCIAL INSTITUTION. The City hereby agrees to deposit into the aforementioned account funds in the amount of $ The Financial Institution shall fax confirmation of this act (ex: depositslip -not escrow agreement) to Jeffrey M. Hisem, Administrator, Attn: Sue Thomas, Office of Estimating, within 24 hours of deposit. Such funds shall thereupon remain on deposit for the credit of the ODOT and said City, until such time as payment of the City's estimated participation share, as determined after receipt of bids, is ordered to be paid by the Administrator of the Office of Estimating or the Director of ODOT. Upon receipt of such order for payment, IN THE FORM OF A REVISED INVOICE, the FINANCIAL INSTITUTION hereby agrees to deliver and pay over to The ODOT, by return mail within twenty-four (24) hours, the funds so requested (but in no event more than the amount of the pre-bid estimate), and to deliver and pay over to the City the accrued interest thereon and any balance that may remain. (The City's ultimate share of the cost shall be determined in accordance with the FINAL RESOLUTION and the CONTRACT). It is understood and agreed that funds on deposit pursuant to this agreement may be invested by the FINANCIAL INSTITUTION as provided herein and in accordance with applicable law and regulations. It is also expressly understood that the Local Public Agency shall not withdraw any funds. PID No. 75218 -Escrow Agreement Legislative Authority of the City of Dublin, Ohio Attest Attest Attest (Financial Institution) (Address) (City) (Zip Code) by: (Signed by officer of Financial Institution) (Title) (Date) Clerk of City Council City Manager Presiding Officer of Legislative Authority The Ohio Department of Transportation Director of Transportat' Z- z/- D ~ ,Date) (Attest) (Please print bank officer's name) If you have any questions, contact Sue Thomas (614)752-2971 Office of Estimating -Fax No. (614}728-8769 2 OHIO DEPARTMENT OF TRANSPORTATION ACCOUNT RECEIVABLE Make check payable to: Treasurer of State Mail to: Jeffrey M. Hisem, Administrator Attn: Sue Thomas Ohio Department of Transportation Office of Estimating 1980 West Broad Street. 1st Floor Columbus. Ohio 43223 To: Marsha Grigsby Finance Director 5200 Emerald Parkway Dublin, Ohio 43017-1006 Division: Contract Administration PID No. 75218 Project No. (2007) Invoice No. 9408 February 21, 2007 Federal Project No. E050(349) Franklin County City of Dublin State Route 745 Section 0.11 PLEASE ENCLOSE ONE COPY OF THIS INVOICE TO IDENTIFY YOUR REMITTANCE Proposal of Participation Type of Agreement Amount $85,079.00 Contract amount ............... $77,359.73 Engineering amount ............. $ 7,719.27 For the improvement of that portion of State Route 745, more particularly described as follows: This project consists of the resurfacing of 9.46 miles of State Route 745 from just north of the intersection of State Route 161 and State Route 745 and proceeding to the north on State Route 745 to the intersection of State Route 745 and Chaddington Drive and from the intersection of Limerick Lane and State Route 745 to 0.08 miles south of River Forest Road to the Delaware County line and from the Delaware County line to the intersection of U.S. Route 42 and State Route 745 in Delaware County, lying within the City of Dublin. c: Original & 2cc City of Dublin District (6) Engineer Accounts Receivable Invoice File Total Amount Due Approved For Payment Signature Title Date $85,079.00 Ohio Department of Transportation ey: ff M. Hisem, Administrator O e of Estimating