Loading...
Resolution 038-20RECORD OF RESOLUTIONS Dayton Legal Blank, Inc., Form No. 30045 Resolution No. 38-20 Passed A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH THE CITY OF COLUMBUS FOR COLUMBUS RESURFACING PROJECT 530282-912020 WITHIN THE CITY OF DUBLIN'S JURISDICTION 20 WHEREAS, The City of Columbus is undertaking a capital improvement project on Sawmill Road between Saltergate Drive and Summit View Road which includes roadway resurfacing, curb repair, and pavement markings; and WHEREAS, a portion of the proposed public improvements are within the current corporate limits of Dublin; and WHEREAS, Dublin has agreed to support the completion of those improvements located within its jurisdiction; and WHEREAS, the Dublin Community Plan promotes working cooperatively with surrounding jurisdictions to promote regional transportation planning and programming; and WHEREAS, it is necessary for both parties to enter into this agreement to facilitate the construction thereof; and NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin, 7 of its elected members concurring, that: Section 1. The City Manager is hereby authorized to enter into an agreement with the City of Columbus for Columbus resurfacing project 530282-912020 within the City of Dublin's jurisdiction, in substantially the same form as attached, with changes not inconsistent with this Resolution and not substantially adverse to this City and which shall be approved by the City Manager and Director of Finance. The approval of changes thereto by those officials, and their character as not being substantially adverse to the City, shall be evidenced conclusively by their execution thereof. Section 2. The City Manager, the Clerk of Council, the Director of Law, the Director of Finance, or other appropriate officers of the City are hereby authorized to prepare and sign all agreements and instruments and to take any other actions as may be appropriate to implement this Resolution. The City Manager and the Director of Finance are also authorized, for and in the name of the City, to execute any amendments to the Reimbursement Agreement, which amendments are not inconsistent with this Resolution and not substantially adverse to this City. Section 3. That this Resolution shall take effect and be in force on the earliest date permitted by law. Passed this of L� , 2020. Mayor - Presiding Officer ATTEST: Cler f ounci Office of the City Manager 5555 Perimeter Drive • Dublin, OH 43017-1090 City of Dublin Phone: 614-410-4400 • Fax: 614-410-4490 To: Members of Dublin City Council From: Dana L. McDaniel, City Manager Date: July 21, 2020 Memo Initiated By: Megan D. O'Callaghan, P.E., Deputy City Manager/Chief Operating Officer Robert J. Taylor, P.E., Infrastructure Asset Management Engineer Re: Resolution No. 38-20 — Authorizing the City Manager to Enter into an Agreement with the City of Columbus for Columbus Resurfacing Project 530282-912020 within the City of Dublin's Jurisdiction Summary The City of Columbus is undertaking a programmed capital improvement project on Sawmill Road between the Emerald Parkway/Saltergate Drive intersection and Summit View Road (east) which includes roadway resurfacing, curb repair, and pavement markings. A portion of the Columbus resurfacing project is within the current City of Dublin corporation limits and therefore an agreement is necessary for Dublin's participation in the project. In accordance with separate legislation presented at this Council meeting, an adjustment to the boundary line between the City of Dublin and the City of Columbus along the Sawmill Road corridor will occur in the near future. As a result, any future resurfacing of Sawmill Road will not require Dublin's participation. Dublin's participation in this agreement will provide for the improvement of Sawmill Road, thereby bringing the roadway up to an acceptable condition so it may be transferred to the City of Columbus. The estimated participation for the City of Dublin is $98,740.05 including a 5% contingency and 9% inspection cost for curb repair and minor pavement work. The total estimated cost of the project is $605,261.88. The Dublin portion of this project will be from the budgeted funds for the annual Street Maintenance Program in the 2020-2024 Capital Improvement Program (CIP) which is $6,300,000 programmed in account AT201, Annual Street Maintenance Program. Resolution No. 38-20 — Authorizing the City Manager to Enter into an Agreement with the City of Columbus for Columbus Resurfacing Project 530282-912020 within the City of Dublin's Jurisdiction July 21, 2020 Page 2 of 2 Recommendation Staff recommends approval of Resolution No. 38-20, authorizing the City Manager to enter into an Agreement with the City of Columbus for Columbus Resurfacing Project 530282-912020 within the City of Dublin's jurisdiction, to bring the roadway up to an acceptable condition so the permanent maintenance responsibility may be transferred to the City of Columbus. 4 'This (­'ontributlon tkgrcement (thc "AGYRE1 ...'MENT"), pursuant to Ordin,,ance M.). .218,15- ,C) .2.0191., passed November 1. 8, 2019, is rnade and entered into thi.s da I" 20 '240 (the "Effecave Date"), by and between th(-'. ("Ity of ColumbLis, 011.10., and the ( 'Ity (,)f acting through itsDirector of Public ServIce, hereinafter I tj 'ely Known as and )."Iblin, herein,after designated B11.,11N., collect-tiv I., ' the P_A.R'1Jf_,S', 1is 11 * 1i e Undertaking a capital )roven-ient project cultilim.1-t" _1 9.111 t WHEREAS,, J, rep.qir of variouis arterial streets W"'Ithi-ti the ("Ity of (],olumbus and the consstrtictio.n. ofAD.,,'.­k curb ramps at t,li(,)se.l(,-,)catioiis;,-ttid WHEREAS, a portion of tlie pr(�.)posed publicimprovem.ents are within the corporate limits and WHEREAS 1)U_13J..J'N 1-i--cas, at gr( ---ed S4.::»t: t c onipletiorl of t; -e loc-ated ^11WIthin its PUrisdiction; and faciliti" te S, It tO , rV thc., PAR'1"11",S to enter 'tito ttiis AGRI WHERE -AS, it Is T_Ieces the cons tructiori thereof" NOW THEREFORE, f(.)r andii­i, conslderat i()n of the rnutual coveriants herein conta.i'ned, and 'det, i th.e rec(Apt -,at-Id SL1ffiCi(J1CV of which are 1--iereby ottier goc)d and valt..utble c0flsl I'ation', acknowledged, the parties hereto do Iiereby coven -at -it andolgreel as, follows: DEFINITIONS. - 'f - -ig attachrrient"', / A.- Contract Doctirnel-its-"' mciatis this A(."IR.I�'l."..].y'..Nll.-,"N' Incluidit exhibits thereto. Ba "ContribLitlot-i-" t-neans the ,irnount contr'bLlted bv I t."BI-AN to ("'Y"M U]NIBITS the Irriproven-ients" naeans the infrfastructlire improvements identified in the .-A)ntract Documents and spec.1fically described'\X71thIn 11xhibj_t,A. 1). "Work"' n-leal"Is t Coristructi.on of the 1,tnj')r(..)Ven.'1,C1.-1tS. 2. GENERAL CONSIDERATIONS.- In corisider-ation of the) romises of IN-IBIAN. I -)e con­trUcted the capit-al forth hercia, agreen or casto t t -Ie xitractor sh.,i-11. be respoti-sible imi.')r(.')ven'ients identified in 1_1',x1'1ibit A. C(I)II..."Ll"NIBUS and its for corriplying with all ft-,tdentfl., state,and local. laws. TS ­wi ompany 3. PROCUREMENT OF SERVICES: identified Strawser 1.1, ng Inc. (the "('.ontractor as the. lowest, responslVe. responsible and best bIddcr to perform the Work described herein through a competi-tivebidding pros essconducted in. accord;,,ince \%,,'ith (',"Itil Code an.d the Ohio Revised ('.od(--.. If 1DtJBJ­,.'1 N has a concern abotit theper f(.,.)rmatx(_�� of the Work,, DUB1..,I.N ,-.,,h.a11. inforn-i ("OLUMB L, JS and sh-,afl lnfi,�)rn.-i the I C"ontractor as appropriate. 4. CONTRIBUTION AND FINAL ACCOtTNT1 ' N'G*- The PARI JES acknowledge thc 'MI"N"I" is an approximation based upot'i ari contribution. amoutit stated in, this _A(3 -R.1.11-4 "a engin.eer s estin-iate attached hereto as f'I'Al-iibit B and the final arnMfflt to be contributed by each PAR'I"Y' r.ay increase or decrease based t: (,-)n the results of bids received r" -or the project. 1,4.,ach P,AI.Z"1A7spa 1_l,;a1s(-.) be, responsibl(-_t for their poraon of the cost of its -.i.pproved changes to the W(.-)rk. the PAR".17. r(Itic, Pursuarit to the tern -is of this DUB1,1N t -d -i -all contribute $98,740.05 to for costs assoclated Al"Hi utie Work dehneated A. ("heck sh-i-111, be J�,- � I niade payable to JA reasur(.,,�r arid delivered to: F)epartment (")f Public Se ­Ice Office of Sul I "11 N. F'ront Street4"' I'loor (".olurnbus, Ohio 432., 1 At,­tn: Russ 'gyp) -le y "_)1) IX.J14,11""IN sll t -ender paymerit to lmnicdiately upon execution cif tlils 3"-REF.M1'1.'.NT. M It'J's shall pert-orm fin -al accounting after project has beeti con-ipleted and fina.1 "I paymem has been ni-,,td:(-,�, to the, (..on.t,ract(--)r for the, Work. ('01,11MBL"S sli-.tl-1 refund anx, unsper et f 11A tiy ac donal ,it I),,- lat-we o' the ("(,.).ntr*btjt' D'L-TBJ',IN or noti BI AN of[ ,i di i S naoe owed to Lill f -.or te prosccutton of th.e Work Iti 'C'IccOrdance with final i account. tig. 1.1 such. refunds oi- add'donal 1-ayments sball. be n-iad(­ within 60 days of notification. 't_T ' e PROTECT GIJARANTY-, �S shall require the (_....(,)ntr,,'1ctor to weetrrant that the W (- rk shall be free fron.-i defects iti materials -,,uid worki-nanship (W1th(-,.)ut regard to the Iter nrial writteti kc3trc (xerc, -,)d (--)f one yc�ar a L 111dard 'A sed Irl 1,11XH-11- IL, 10f a. 1,,)e i( accel.�)tatice of the Work. "Fhe Contractor sti"'111. at its own exPetis(w: torrect or re-exec'ute any ottht'..Work that 11"aiL.; too nft,)rria to the requirements olf. d".1c, (,"ontract Documents ,�,tnd appe.ars during the prosectit'loti (,.)f the Work. B. Correct ativ def-cas .rl. ti,iatellials and workn.-iatishil-.) of th.e Work (\x7itilout regard to the sundard of care exerciscd in. its perforn-lance) which aHp1-)e,,_:ir ­,N.7J-J"iiri ac of oti.e (1) * year after Final writterl acceptance of the Work or Withiri such longer period of tinae as I Docull-lents "11"I'd m,ay bc set forth 11.1 I -lie. ('.ontract. I I Replacpa e, reir, or restore any p�irts of the Work or any of thefixtures, equip n-ic,%nt, or (.,,Aher items placed therein that -are irip.,,ired or cal age as a conseqtie nce of ."111V such fa.lhi.re or defect, or as �i. conseqt.i.ence Of corrective action purswi.ra 6. ACCEPTANCE OF THE WORK: Acceptance of the, Improvements by I)t,.,.'Bl.,IN shall J not relieve C(­)I.A...'MBUS of its .respopsi bIlity for defects in material ('.)rworkin-anship as set fi.-)rth in Section 5. 7. PERFORMANCE AND PAYMENT BOND: shall reqwte the C.or.itractor who constrixts the Improvements to execute ,ct contract perforniance and P-ai, 7 n-ient bond.. 8. PUBLIC USE: "Fhe, .,i.gree that al], it-riprovenie tits Under this contract shall be dedicated for PUblic tise. 9. LEGAL TURISDICTION: Afl. cle , 111TI.S., cotintercIaims, c.h.sputes and other n-iatters in J between IX-JBIIN its agents and. enTloyees, and CIOIIJMBUSiits contractors, subcom.-Inactors atid agents allising out of or relating to thi.,,.i `i'N'For its breach W111 . MIIJ J� b I)f Franktin State of ("')'1110. e decided in a court of competent jtirlsdictioti vidain the ("ounty, I 10. ENTIRE E��-, "J."his shall consti-titte the e-n-fl.re agreement .C, betxveeta the P-ARI'll"i',"i and sti.all supersede all. pri-or agreernent-SI, proposalsl 11. "presentations!, n('r-Aiations and letters of intent," 'Whether written or oral. aining t(.,) ffie Work.. 11. ADDITIONAL DOCUMENTATION: The followhig documerit exhibits to bc herelby ., t " inc('r -'J '. - �, 14-L . L W -) p()rated into and rnade part of the, AG as though specifilcally re ritten her e.111: 1_.I'.xhibi.t.A.,,,- _Descritpdon (A'Work ffiofpage,tei.7tional�y Ie -ft blai.&I IN -1 c4au.sed t J It to -)v IN WITNESS WHEREOF.,, the PAI(I'll '," 1 th*s.A('REl'MJ---'N"l' bc eXeC'Uted I fl-icir c -authortzed officers on the dates apearlg below. CITY OF DUBLIN PUBLIC WORKS'DEPARTMENT B7 l.: Megan ()'(] alla! grhan C Director (,,)f Public Works Da,tc: CITY OF COLUMBUS DEPARTMENT OF PUBLIC SERVICE By: jennif r (-'.3-al-lagh,er Director ofllut)llc Service APPROVED AS TO FORM AND CORRECTNESS: By:---- etir.tife,x R.e.--tdler T,aw Dircctor Date: APPROVED AS TO FORM AND CORRECTNESS: Bv: Zachary M. 1,1--'lleirl C.OlUmbus City A.ttornq Dtete: D4lte: NI,B t -I'S nrot)oses to resurt-ace S-awnull Road between Saltc-�gate Drive arid Summit -view Road as part of R.(.,,,scirfii.cing — .2.020 I)r(,.))ect. I. A porti,(,-)ri of the aforesaid in-iProverrients Is loca-ted Withill -1 the corporate limits of the (..Wity of Dublin, all -tssoclated construction and inspection costs shall. be lJorne by D'U131,1N. I lRem,ainder le -ft lVank] EXHIBIT B - COST ALLOCATION s t t � CITY OF COLUMBUS - PUBLIC SERVICE DEPARTMENT - DIVISION OF DESIGN AND CONSTRUCTION RESURFACING 2020 PROJECT 1 ITEM # DESCRIPTION COMBINATION CURB AND GUTTER REMOVED AND DISPOSED OF, ASPER PLAN QUANTITY Strawser Paving DUBLIN QUANTITY SPLIT Company 2,468.00 CITY OF COLUMBUS QUANTITY SPLIT UNITS UNIT COST DUBLIN TOTAL COST SPLIT CITY OF COLUMBUS TOTAL COST SPLIT Mill TOTAL COST I ,WALK REMOVED IPAVEMENT REPAIR (9"), AS PER PLAN $58,993.95 PATCHING PLANED SURFACE- TYPE 2, AS PER PLAN PAVEMENT PLANING (I" TO 3"), AS PER PLAN $41,809.73 NON -TRACKING TACK COAT iASPHALT CONCRETE SURFACE COURSE, TYPE 1, (448), PG70-22M, (1.5") 4" PIPE UNDERDRAIN Will CONCRETE WALK, 4" COMBINATION CURB AND GUTTER, TYPE ODOT STANDARD, AS PER PLAN WORK ZONE LANE LINE, CLASS 111, 642 PAINT "WORK ZONE CENTER LINE, CLASS 111, 642 PAINT $2,050.00 WORK ZONE CHANNELIZING LINE, CLASS 111, 642 PAINT 'RAISED PAVEMENT MARKER INSTALLED $7,301.00 RAISED PAVEMENT MARKER REMOVED DETECTOR LOOP, AS PER PLAN �CENTER LINE, DOUBLE, YELLOW, 5" # CENTER LINE, SOLID/DASHED, YELLOW, 5" CHANNEUZING LINE, 10" CROSSWALK LINE, 10" LANE ARROW LANE LINE, 5"' • � • • : ® �. � � � . � � STOP LINE, 20" 'iTRANSVERSE LINE, YELLOW, 20" $270.00 1 TOPSOIL FURNISHED AND PLACED SEEDING AND MULCHING VALVE BOXES ADJUSTED TO GRADE USING RISER �IADA CURB AND GUTTER REMOVED, AS PER PLAN ADA WALK REMOVED •.••$20.00 ADA EXCAVATION.. .. •.. .•• ADA PARTIAL DEPTH PAVEMENT REPAIR, 2:" DEPTH, AS PER PLAN (SY) :ADA 4" PIPE UNDERDRAIN ADA CONCRETE WALK, 4" ADA CONCRETE WALK, 8" �11ADA CURB RAMPS IADA DETECTABLE WARNINGS, TYPE E 'ADA COMBINATION CURB AND GUTTER, TYPE STANDARD, AS PER PLAN $3,283.20 ADA CONCRETE CURB 12" BEHIND WALK, AS PER PLAN ADA CELLULAR RETAINING WALL, AS PER PLAN ADA TOPSOIL FURNISHED AND PLACED ND MULCHING ADA VALVE BOXES ADJUSTED TO GRADE PART A RESURFACING TOTAL:: $428,274.75 PART B •.• . CONTIG ENCY (5% OF SUBTOTAL): $442,570.40 $22,128.S2 $528,843.93 $26,442.20 CONSTRUCTION TO INSPECTION LEGISLATIVE GRAND TOTAL: SHEET 1 / 1