Documentos de Académico
Documentos de Profesional
Documentos de Cultura
1.
Provide a recommendation to Council regarding authorizing the Director of Public Service &
Safety to execute the Project Agreement with the Ohio Public Works Commission for the funding
assistance for the McKaig Road Improvement Project Phase Ill. Funding amount up to $525,000.
Consideration of emergency legislation requested.
2.
Provide a recommendation to Council regarding authorizing the Director of Public Service &
Safety to file an application with the Ohio Public Works Commission for the funding assistance for
the N. Market Street Improvement Project Phase II and to execute any grant acceptance
documents. Funding request is $525,000. Consideration of emergency legislation requested.
Finance Committee
1.
1.
1.
Utilities Committee
7-10-2015
cc:
Council
Mayor
Mr. Titterington
Mr. Livingston
Mr. Stickel
Department Heads
Chamber of Commerce
Bd of Education
media
STREETS 8: SIDEWALKS
COMMITTEE
Patrick E. J. Titterington
MEMORANDUM
Cou~
TO:
FROM:
Patrick E. J. Titterington
DATE:
July 7, 2015
SUBJECT:
-r-~
RECOMMENDATION:
That Council authorizes the Director of Public Service and Safety to execute the Project
Agreement with the Ohio Public Works Commission (OPWC) for the funding associated with the
McKaig Road Improvement Project Phase Ill.
BACKGROUND:
In October of 2014, Council authorized submittal of a grant application to OPWC for the
construction of the McKaig Road improvement Project Phase Ill. This part of the project includes
roadway and utility improvements on McKaig Road from the railroad crossing at Madison Street
to the alley west of Lake Street. Troy's grant application has been approved in the maximum
amount not to exceed $525.000, based on the 2014 pre-design construction estimate of
$1,091,940. This project has not yet been designed, but the design is budgeted for this year.
The design process will also provide an estimate for bidding purposes. Construction is planned
for 2016. OPWC has forwarded the Project Agreement to be executed.
REQUESTED ACTION:
It would be appreciated if you would assign to a Committee of Council authorizing the Director of
Public Service and Safety to enter into the Project Agreement with OPWC for the grant associated
with the McKaig Road Improvement Phase Ill.
cc:
Mayor Beamish
Patrick E. J. Titterington
MEMORANDUM
em_
TO:
FROM:
Patrick E. J. Titterington
DATE:
July 7, 2015
SUBJECT:
r 'tl'
RECOMMENDATION:
That the Director of Public Service and Safety is authorized by Council to file an application with the Ohio
Public Works Commission (OPWC) for funding associated with the North Market Street Improvement
Project Phase 2 and to execute any grant acceptance documents if the grant is approved.
BACKGROUND:
Applications must be filed by July 27 for the next round of funding from the OPWC. Staff has
recommended that the application be submitted for the North Market Street Improvement Project Phase
2. This would be the area of North Market Street between Foss Way and Stonyridge Drive. The project
scope would include roadway reconstruction/paving, sidewalk/curb/gutter, and storm sewers. Also, as
the roadway is rebuilt, any deteriorated sanitary or water systems in the project area will be replaced as
needed.
The pre-design project estimate is $1,066,020. The OPWC grant application would be in the amount of
$525,000 for this project. If approved, the grant amount could be different from that in the application,
based on other projects in Miami County submitted for OPWC funding. If approved, the schedule would
be for the design to be included in the 2016 budget, with construction in 2017.
In recent years, Troy's OPWC grants have been used to assist with funding the North Market Street
Improvement Project (Staunton Road to Foss Way), the Troy-Urbana Road/North Market Street
intersection improvements, and improvement of areas of McKaig Road.
REQUESTED ACTION:
It would be appreciated if you would assign to a Committee of Council authorizing the Director of Public
Service and Safety to file an application for OPWC funds for the North Market Street Improvement Project
Phase 2 and to execute any grant acceptance documents if the grant is approved . As the application
deadline is July 27, we request consideration of emergency legislation.
~tQ'/,
Q'(\\Q
. --
Christy J. Butera, PE
City of Troy
us~
TO:
PATRICK E. J. TITTERINGTON
FROM:
CC:
DATE:
JULY 7,
SUBJECT:
2015
2
The City is making application to the Ohio Public Works Commission for funding for the North Market
Street Phase 2 project. This project will include the replacement of curb and gutter, sidewalks and storm
sewers on North Market between Foss Way and Stonyridge Drive. The roadway will be rebuilt in this
area and any deteriorated sanitary or water systems will also be replaced as needed.
The project is estimated at $1,066,020 and we are requesting $525,000 from OPWC for this project.
Though, they have the ability to modify to better spread around the funding dollars in Miami County. If
the funding is approved we would begin design in 2016 and construction in 2017. In recent years we
have used OPWC funding to pay for projects such as the Troy Urbana/North Market intersection
improvements and the McKaig Road Improvements.
Staff is requesting emergency legislation be prepared to authorize the Director of Public Service and
Safety to submit an application to OPWC for these funding dollars.
Please let me know if there are any questions.
FINANCE
COMMITTEE
Patrick E. J. Titterington
TO:
FROM:
Patrick E. J. Titterington
DATE:
July 9, 2015
SUBJECT:
SURPLUS PROPERTY
r..Jj()
RECOMMENDATION:
That Council authorizes the sale of the attached listing of surplus vehicles and
equipment.
SUMMARY:
Currently we have a listing of several vehicles and pieces of equipment from various
departments that are surplus. The equipment is basically that remaining from when
vehicles were maintained in-house. Council action is required to dispose of property
with a value exceeding $1,000. We would propose to use the internet auction site,
GovDeals, to advertise the sale of the items. The internet company does receive a
percentage of the sale price, usually 7%-7.5%.
REQUESTED ACTION:
It would be appreciated if you would assign to a Committee of Council consideration of
declaring the below items as surplus and authorize the sale of the items.
cc:
Mayor Beamish
DESCRIPTION
VIN NUMBER
# 2B3HD56J2YH243838
# 2W9MPH5553P044181
EST.VALUE
PRIOR USAGE
CITY ID
2,500.00
Police
P0-00-17
3,000.00
Police
PV1-03
# 2FABP7BV5BX103169
2,500.00
Police
P0-07-11
#1FTEF15N9PLA84178
2,000.00
Police
PD-21
#3GNGK26J5XG 129904
3,500.00
Fire
Car2
#2FABP7BVOAX115132
5,000.00
Police
P0-1-11
#2FABP7BV4AX115134
5,400.00
Police
P0-11-11
PRIOR USAGE
CITYID
ITEM
DESCRIPTION
SERIAL NUMBER
EST VALUE
#5982446
3,000.00
Street Dept
N/A
#01064382
4,000.00
Street Dept
N/A
n/a
1,200.00
Street Dept
N/A
UTILITIES
COMMITTEE
Patrick E. J. Titterington
MEMORANDUM
TO:
FROM:
Patrick E. J. Titterington
DATE:
SUBJECT:
-r~
RECOMMENDATION:
That Council authorizes the Director of Public Service and Safety to enter into an agreement with Hazen
and Sawyer, D.P.C. of Cincinnati Ohio, for professional design services and construction management
services for the replacement of four influent screw pumps at the Waste Water Treatment Plant at a total
cost not to exceed $160,000.
BACKGROUND:
The Waste Water Treatment Plant operation includes eight screw pumps. $160,000 was included in the
2015 budget for professional services related to replacing four of the screw pumps. These four need to
be considered for replacement based on age and the maintenance being required. It is expected that
the other four will need to be replaced within the next five years.
City staff has completed the selection process for a qualified professional engineering firm to provide the
design for the replacement of these screw pumps, and has recommended that Hazen and Sawyer,
D.P.C. be authorized to perform this work. The cost provided by Hazen and Sawyer would not exceed
$160,000 for services including the actual design, preparation of plans and specifications, providing a
cost estimate for bidding, and the technical construction management services for the construction phase
once a contract has been awarded. As noted in the attached communication, the budgeted amount was
not anticipated to cover the construction management services, but those services are also included in
the $160,000. Construction of this project would not be scheduled until 2016.
REQUESTED ACTION:
It would be appreciated if you would assign to a Committee of Council authorizing the Director of Public
Service and Safety to enter into an agreement Hazen and Sawyer, D.P.C. of Cincinnati Ohio, for
professional design services and construction management services for the replacement four of the
screw pumps at the Waste Water Treatment Plant at a cost not to exceed $160,000.
Encl.
cc:
Mayor Beamish
J. Rhoades
C. Butera
~tQ'I,
Qt\\0
us~
.. .
City of Troy
--
..
~.
..
TO:
PATRICK
E.J. TITTERINGTON,
FROM:
DATE:
JULY
SUBJECT:
Authorization to Enter into a Professional Services Agreement with Hazen & Sawyer for
6, 2015
COMMUNITY&
ECONOMIC DEVELOPMENT
COMMITTEE
Patrick E. J. Titterington
MEMORANDUM
C~~~
TO:
FROM:
Patrick E. J. Titterington
DATE:
SUBJECT:
TRADER ANNEXATION
f'iJ/
RECOMMENDATION:
That Council accepts the Trader Annexation.
BACKGROUND:
The Trader Annexation was approved by the City and forwarded to the County. The County accepted the
annexation on April14, and it was returned to the City, received on April 27, 2015.
Based on annexation procedures, no action is taken by Council the first 60 days following receipt by the City,
which would be to June 26. Within the second 60 days, Council provides final acceptance.
RECOMMENDATION:
It would be appreciated if the Trader Annexation could be assigned to a Committee of Council.