HomeMy WebLinkAboutResolutions - 1997.11.20 - 25142Miscellaneous Resolution No. 97233 ' November 6 , 1997
BY: PLANNING & BUILDING COMMITTEE
CHARLES E. PALMER, CHAIRPERSON
IN RE: DRAIN COMMISSIONER RESOLUTION TO APPROVE
THE KEEGO HARBOR SEWAGE DISPOSAL SYSTEM
PUMP STATION RELOCATION CONTRACT
TO THE OAKLAND COUNTY BOARD OF COMMISSIONERS
Mr. Chairperson, Ladies and Gentlemen:
WHEREAS, the County, pursuant to the provisions of the Keego Harbor Sewage
Disposal System Agreement with the City of Keego Harbor dated October 12, 1959, has acquired
and constructed the Keego Harbor Sewage Disposal System (the "System") and currently,
pursuant to the Keego Harbor Sewage Disposal Operating Agreement dated November 15, 1960,
is operating the System for the City; and
WHEREAS, the Board of County Road Commissioners for Oakland County (the -Road
Commission") has entered into a contract with the Michigan Department of Transportation
(-MDOT"), to improve Cass Lake Road (the "Cass Lake Road Project"), and the proposed
improvements will necessitate the relocation of two pump stations that are part of the System;
and
WHEREAS, the Road Commission has anticipated a contract between the Road
Commission and MDOT to cover the cost of relocation of the pump stations, and, subject to
receipt of project funding, the Road Commission has requested the County, through the Drain
Commissioner as County Agency, and the City to relocate the two pump stations and has agreed
to pay to the County, as part of the Cass Lake Road Project, the eligible cost of relocating the
pump stations; and
WHEREAS, it is in the best interest of the County to proceed with the relocation of the
two pump stations.
THEREFORE, BE IT RESOLVED by the Board of Commissioners of Oakland County,
Michigan, as follows:
Keego Harbor Sewage Disposal System Pump Station Relocation Contract among the
County, by and through the County Drain Commissioner, County Agency, the Road
Commission, and the City of Keego Harbor, which Contract has been submitted to this Board of
Commissioners, is hereby approved and adopted, and the County Drain Commissioner is hereby
authorized and directed to execute and deliver the same for and on behalf of the County, in as
many counterparts as may be deemed advisable. The Contract reads as follows:
KEEGO HARBOR SEWAGE DISPOSAL SYSTEM
PUMP STATION RELOCATION CONTRACT
This contract made this day of
1997, by and among the County of Oakland (the "County"), by and through its
County Drain Commissioner as County Agency (the "County Agency"), the Board of
County Road Commissioners for Oakland County (the "Road Commission"), and the
City of Keego Harbor (the "City").
WITNESSETH:
Recitations
The County, pursuant to the provisions of the Keego Harbor Sewage
Disposal System Agreement with the City dated October 12, 1959, has acquired
and constructed the Keego Harbor Sewage Disposal System (the "System") and
currently, pursuant to the Keego Harbor Sewage Disposal Operating Agreement
dated November 15, 1960, is operating the System for the City.
The Road Commission has entered into a contract with the Michigan
Department of Transportation ("MDOT"), to improve Cass Lake Road ("The Cass
Lake Road project"), and the proposed improvements will necessitate the
relocation of two pump stations that are part of the System. The Road
Commission has anticipated a contract between the Road Commission and MDOT to
cover the cost of relocation of the pump stations. Subject to receipt of
Project funding, the Road Commission has requested the County Agency and the
City to relocate the two pump stations and has agreed to pay to the County as
part of its Cass Lake Road project, the eligible cost of relocating he pump
stations.
The County and the City are willing to relocate the pump stations to
accommodate the Cass Lake Road project.
THEREFORE, IT IS AGREED AS FOLLOWS:
1. The County, City and Road Commission agree that the County Agency
shall undertake and construct, or cause to be constructed, a project consisting
of the relocation of two pumping stations which currently constitute part of
the System as shown on Exhibits Al and A2, attached hereto and made a part
hereof.
2. Subject to Sections 6,, 7 and 8 hereof, the Road Commission adopts
the County's estimate of the cost of the Project as set forth on Exhibit E,
which is attached hereto and made a part hereof.
3. After the execution of this contract by the County, through the
County Agency, the City and the Road Commission, the County Agency shall take
the following steps, subject to the receipt from the Road Commission of the
payments as provided in Section 8 hereof, to wit:
(a) Retain a consulting engineer to provide final plans and
specifications for the Project.
(b) Acquire temporary easements necessary for construction of
the Project.
(c) Do those things necessary to obtain the approval required
for the construction of the Project, obtain construction
bids for the Project and enter into construction contracts
with the lowest responsible bidders.
(d) Cause the Project to be constructed within a reasonable time
and do all other things required of it under the provisions
of this contract.
4. It is understood and agreed by the parties that the Project will
become part of the System and will be operated and maintained by the County or
the City in accordance with any agreements applicable thereto.
5. The County agrees that it will secure and maintain, or cause to
be secured and maintained, during the period of construction, adequate property
damage, public liability and Workers Compensation insurance, covering all
facilities to be constructed and work performed, pursuant to this contract.
All policies of insurance shall provide that tha County, the City and the Road
Commission and their employees shall be insured parties thereunder, and that
the contractor employed shall hold all others harmless.
6. For and in consideration of the project work performed by the
County, the Road Commission will pay the County on the basis of actual costs,
which total payment shall not exceed Seven Hundred Fifty Thousand Dollars
($750,000) as emumerated in Exhibit B, attached hereto.
7. Actual costs for the work required and performed will be
determined, in accordance with 49 CFR Part 12 and the following cost criteria,
as applicable:
-2-
48 CFR Part 31 pertaining to contractors and consultants and 23
CFR Part 140 as it may pertain to force account work by the County and County
Agency.
8. The Road Commission shall make payments to the County in
accordance with the following procedures.
a. Upon execution of the Contract, the sum of $75,000
representing preliminary costs.
b. The sum of $200,000 shall be paid upon award of the
construction contract, to be used for payment of contractors
for Project work.
c. Thereafter, partial payments may be made for reimbursement
of amounts expended to date. Partial payments will be made
upon the submission by the County Agency of an invoice,
accompanied by properly completed reporting forms and
approved by the PROJECT MANAGER and such other evidence of
progress as may be required by the Road Commission. Partial
payments shall be made not more than once a month. Payment
of invoices pursuant to this section shall not constitute a
final determination by the Road Commission of the
allowability of such costs and shall not constitute a waiver
by the Road Commission of any violation of any terms of this
Agreement.
d. Final billing under this agreement shall be submitted in a
timely manner but not later than five months after
completion of the project work. Billings for work submitted
later than five months after completion of project work will
not be paid. Final determination of allowability of costs,
including adjustments of direct salary costs, other direct
• costs and overhead costs, as may be applicable, will be made
upon completion of audit by the Road Commission and/or as
appropriate, by representatives of MDOT and the Federal
Highway Administration Funding. Any overpayment to the
County shall be repaid to the Road Commission within thirty
(30) days of notification of overpayment.
9. Real property required for the Project has been acquired by the
Road Commission. Additionally, in accordance with Exhibit A, City property
will be available for relocation of one pumping station. The Road Commission
shall provide the City or the County with a permanent easement or appropriate
alternate right to maintain the pumping station on Road Commission property.
10. The County shall establish and maintain accurate records in
accordance with generally accepted accounting principles of expenses incurred
for which payment is sought or made under this contract, for a period of three
(3) years following the date of final payment under this contract. The Road
Commission and/or MDOT shall have the right to inspect, copy or audit such
records at any reasonable time during such period.
Additionally, the County shall require its contractors to comply
with this provision.
11. The City consents to the establishment and location of the
Project within its corporate limits and consents to the use of the streets,
alleys and public places of the City for the relocation, construction, repair,
replacement, maintenance and use of the Project.
12. It is declared that the work to be performed under this Contract
is a governmental function. It is the intention of the parties hereto that
this Contract shall not in any manner be construed to waive the defense of
governmental immunity which either or all of the parties hereto possess prior
to the execution of this Contract.
13. It is the intentioo of the parties hereto, that this Contract is
not made for the benefit of any third party.
14. The County Agency shall select contractors in accordance with
applicable Federal regulations such as those set forth in 23 CFR Ch. 1, Sec.
172 or 49 CFR Part 18.36, and with County policy and procedures.
15. The County specifically agrees that the County, the County
Agency, it or its contactors, or agents will comply with any and all applicable
State, Federal, and Local statutes, ordinances, and regulations, and with Road
Commission requirements, including all applicable environmental statutes and
regulations in performance of Project work.
16. In connection with the performance of Project work under this
contract, the parties hereto (each hereinafter in Appendix "A" referred to as
the "contractor") agree to comply with the State of Michigan provisions for
"Prohibition of Discrimination in State Contracts", as set forth in Appendix A.
attached hereto and made a part hereof. The parties further covenant that they
will comply with the Civil Rights Acts of 1964, being P.L. 88-352, 78 Stat.
241, as amended, being Title 42 USC Sections 1971, 1975a-1975d, and
2000a-200h-6 and the Regulations of the United States Department of
Transportation (49 CFR part 21) issued pursuant to said Act, including Appendix
"3", attached hereto and made a part hereof, and will require similar covenants
on the part of any contractor or subcontractor employed in the performance of
this contract.
17. The parties hereto further agree that they accept the U.S.
Department of Transportation Disadvantaged Business Enterprise/Minority
Business Enterprise/Women Business Enterprise (DBE/WBE) Program with respect to
the Project and will abide by the provisions set forth in Appendix "C"
attachedhereto and made a part hereof, being an excerpt from Title 49 CFR Part
23, more specifically 23.43(a)(1) and (2) thereof.
18. The obligations of the parties set forth herein are subject to
execution of a Contract between the Road Commission and MDOT to provide for
inclusion of the work set forth herein as part of the Cass Lake Road project
work, as eligible for federal reimbursement.
19. The Road Commission will appolat a PROJECT MANAGER for the Cass
Lake Road Project and will give written notice of the name of said PROJECT
MANAGER to the County Agency. The PROJECT MANAGER may upon request of the
County Agency, approve in writing changes in the Project work within the scope
of the contract which do not increase the cost for this Contract.
20. Any change in Project work to be performed by the County Agency
involving extra 'compensation must be authorized in writing by the Road
Commission prior to the performance thereof by the County Agency and requires
an amendment to this Contract.
21. In case the County Agency deems extra compensation will be due it
for work or materials not clearly covered in this Contract, or not ordered by
the Road Commission as a change, or due to changed conditions, the County
Agency shall notify the Road Commission in writing of its intention to make
claim for such extra compensation before beginning such work. Failure on the
part of the County Agency to give such notification will constitute a waiver of
the claim for such extra compensation. The filing of such notice by the County
Agency shall not in any way be construed to establish the validity of the
claim. Such extra compensation shall be provided only by amendment to this
Contract.
22. It is the intent of the parties hereto that the County and County
Agency will not bear the costs for the Project work, and that the City and Road
Commission will be responsible for those costs not reimbursed by Federal
funding, in accordance with separate agreement between the City and the Road
Commission. Additionally, should any costs or charges, as set forth in
Sections 20, 21 and 23, accrue to the county agency or county, or not be
payable to the county or county agency as a project cost, said costs or charges
shall be paid by the City.
This provision shall not act as a waiver of and is subject to compliance
by the County and the County Agency with the provisions of this Contract.
23. The County Agency and the County agree to save harmless, represent and
defend the Road Commission and its employees from any and all claims and
lawsuits, even if groundless to the extent that such claims and lawsuits invoke
the performance or non-performance of the Project work, design or existence of
the pumping station or appurtenances thereto within or without of County road
• right-of-way.
The Road Commission agrees to save harmless, represent and defend the
County Agency and County and their employees from any and all claims and
lawsuits, even if -groundless, which arise out of the design and improvement of
Cass Lake Road, or the Road Commission performance of Road Commission duties
pursuant to this contract.
The parties agree that each will promptly notify the other party of any
notice either may receive of the filing of any claim, notice of claim, lawsuit
or related lawsuit or form of notice related to the Project work, and to
cooperate as requested with the other party in defense of the claim.
-6--
24. This contract shall become,effective upon approval by the legislative
body of the City, by the County Agency, by the Board of Commissioners of
Oakland County, and by the Road Commission, and duly executed by
representatives of the City, the County Agency and the Road Commission.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed and delivered by their respective duly authorized officers, all as of
the day and year first above written.
BOARD OF COUNTY ROAD COMMISSIONERS FOR
THE COUNTY OF OAKLAND,
A Public Body Corporate
By
It s
COUNTY OF OAKLAND
By Its County Agency
Drain Commissioner of Oakland County
CITY OF KEEGO HARBOR
By
Its Mayor
By
Its City Clerk
a.keegcq
.A??E',. rip a A
?RCE=Cls; CF ATC STATE CONTRA=
cztlac...—,L•cla with the per:dnoanc of work -anderthis=can= the mnectenr 2p2 =Ss ollcw=
1C=3rdar= with A= No. Z. ?undo Aors of 1-97& the controcior hcery agr=s not co discr -.:misiate against ./n
=1:71C17= or applic...= for =picyment withren-pe— to hire. ccrin.re. t=s. conditions. or pr±vilegm emolev=eat.
or SS a =arm- ctir=„ty or nieir=„y related :to e=ptcy-m=t.. bitse ofroc.. =for. religort. national orig.n. ag-
2.,r_ight.. or onarital szarm. Furchc, in =can= with, A= No. D. Acs of 1976 as amended by .-ta N'tn.
473, .?•ablic AC:3 of L980 the =dancer crnv agr= aoc to isminate against an employ= or applicst for
c=vicyna= with resp,e= to hire, =arc, tm=s, maditions, or privileges of =1 .31cry==.c. or a =art= ciiry or
irittiremly related to c=p1Oricte=1. be Of 2 h-lrrffrlp that is =elated to the individual% ability to perform the
duties of a partc-lar fob or pcsidon_A bri=en of the above =v=ants th-.2 It be regarded hin=lal breach of Lais
mun-a=.
7 The concracor Sy agnms that any and all seb=an-ac:s to this cottorac, wty a ?cram of the .37cr.k se: ferch
in this cone= S to be pc:More-ed. stall contain a =meant the =he .rs hi:Sa2bC7VC SC: forth in Stott I of this
AppesciM..'
3. The contrac.or tfl cak= affirmative aon to incrare that applitunts for =plc:rya:cat and emoicyces are u-cuted wit:au(
regiud to thr ra=., color, re.igion. national ongn. age, sc. ng.hr, -a•Mght., caaritai =ins or a baacticp that is
unrelated, to the individual% ability to pc-form the duties of a particular job or poridon. Such aoti, shall include,
but act be limited to, the following employment. apgrading, demotion or nxcr,recnitment advertising !aril or
=mai:ration: rates of pay or othc Corms of coca Hp and sel=ion for training. inducting apprenticeship.
The contraaor will. in ail soli=tacions or adv—c-c=ents for =players pLaced by or on behalf of the contracor, stoic
that all crualitied appliemis wJ =',e =nsidcation for cmpiciymeut without regard. ZD Q. color. religioa. national
origin, age, s=. hcigr. weigAr. onarital smiss or handicap that s unrelated to the individuals ability to perform the
duties of a parricalar job or position..
5. The contm=or or his coile=ve rpinitag rep=adve will send to men labor union or reprmgettacive of wort=
with which be hos a coilanive Oar-pining ag ---c=t or attic- conam= or understanding, a non= advising the said :zoo r
union or wort =-' itts=rative of the concm=or's cotarni=cats and= this append_
6. The cow:ram= will =rapt,/ with all relevant publkNe-ri raLcs, regaLations, dlr. calves, and ordc-s of the NnGehigan Cvii
Rights Commission which tarty be in cab= prior to the tag of bids for any individual state proj_
The =nt.racor will furnish and f e complian= =pars within .recti time and upon such forms as provided by the
C-vil Corrimicsioa. :aid forms =ay also eii=t info=don as to the praci=. ali progra=. and
=ployment statislics of cut= stuntrac..or as well ni the contramer himself. and said coarrnaor will permit a=....s
to his books, records, and aconarits by the Michigan C-vil Rights Co=ission and/or irs ag=t, for purposz of
investlgation to as=tain complin nr— with this contra= and relevant with :ales, regulations, and aril= of the Michigan
Cvil Rights Ca=ission.
La the c.r=t that the Cyll Rights Comm.ission aads, letc. 2 bearing ieidpurs-=nt to its raI. that a czna-ncor !cos
30t complied with the contrai=a1 obligahons and this agreement, the Cvir Rights C7112MiSSIOn =y, as part of its
ordc- based upon such findings, =lily said findings to the Administrative Board of the State of 3vEctigan. wicoot
Administrative Board =ay or the can=lation of the contra= found to have been violated and/or t -Ire the
=nrracor ineligible for future contracts with the stare and its political and cVfisubdivisions, de=rtments, and oM=n,
and inducting the gcrv=ing boards of instrutions of higher alma:mica. anal the canuucor comolies with soid order
of the Cyil Rights Co=issiori. Nod= of said d=aration of fatale ineligibility may be given to any or all of the
persons with whom the contracaor scler",red ineliglole co contra= as a contrar-ing party in fanue =a:rocs. La any
,=sc beforc the C-vii ;Rights c.nmtririott in which f-lru --stntion of an =s-zing contractis a pcssibiliry, the cow:acing
agency sh-Til -be actified of such passable rimiedy and 111-7t1 be gyre' the option by the GNU Rights Commission to
rtiMpate in such pree=ding:s.
9. The conauctor will include, or in=rporare by rufer. the provisions of the foregoing paragraphs (I) through (3)
in every nub=ntra= or parMlase order nol=s =pied by the ralm, regulations or ord.= of the Michigan Cvil. Rights
Contrainsion. and will FrOvidx in cm-7 741X:712.c^..a or purchase order that said provisions will be binding upone---c=1
suboonaucor or wile-.AttruSt, ISS5 •
(Rey. (157.)
.A.FFENDDC 3
Duran the pc-forman.= at this contra= the contractor. for itself, its assign=, and snc=ssors in inte-est
(le.--thafte-. referred to as the *contracor') age= as follow=
C3031176311= with Rt-zniatiOtt= The COncmacr shall comply with the ReraLizions relative cc
nondisc-irninution in F.-4=2y ossistmi pro p-ortas of the Depart:tient ofTi--•asportation, Title 49,Czde
of Fade-al Regulations, ?art r, as they =y be amended trout time to time (heMnaiter refc-red co
as the Regulations), which are he-en incorporated by reeuri= and =ado a part of this contra=
Nondiscrimination: The =arracor, with regard to the wort pc-formed by it tharing the contr.,c. shag
atot diSC-iTnirrin- on the gotrads of ra=, color, or =unral origai in the seit=tion and :mention of
sabc=ors, inr4ncting pro c= of =2.11:11.S and leases of equip= The coatractor sbau
not partictatexh dirty or indirect), in the disc=isnination prohibited by San= 21.5 of the
Regulations. iufling etaployaumx practices when the contract coves a prrogra.m set forth in
Appendix 3 of the Regulations.
3. Solicitations for Subcontracs, tnctidin ?rocarements of Waterials and Ectrintaenc In all
solidtations ethmby conapeative bidding or negotiation made by the contracor for wort to be
pmforma;1 andes a subaura= including procareinentso f =aterials or leases of equipment, tett
potential subcontracor or stropLim shall be notified by the contractor of the contracor 's obligations
and= this cot= and the Replan:3as relative to noacifTnination on the grounds of ra=. color,
or aatio=1 origin.
4. Information and Reports The contractor shall provide all inforaaation and reports required by the
Regulations, or directives issued pursnant thereto, and shall pc-mit access to its books. records,
aczonnts, °Om sources of informazion. and its faalides as may be des==inecl hy the 3ea..igan
De-.=rrnac=t of Transportation or the Ft:dm-al Highway Administration to be pc-rine:It to asc----ain
complian= with suet Regulations or direnives. Who any information required of a contractor is
in the mcluurive possession of anodic-who fulls or refuses to furnish this inform:mica. the =tractor
shall so certify to the ivrichigan Del=rtment of Transportation. or the Fettc-al I-Lghway Administration
as appropriate, and shall set forth what efforts it has made to obtain the information-
S. Sanctions for Noncomnlian= In the eveat of the cona -..cor's aoncomplian= with the
noactiscimination provisions of this =num= the Nfichigan De:=r -zaeat of Tinnspormnon shall
impese such canna c san=:tons as it or the F-4=1 Highway .Adzainisontion may dem-mine ao be
appropriate,inrmThg,but not limited tot
(a) Withholding of payments to the contracior antic - the contract manl the cononctor complies,
and/or
Can=l1.ation, te-mination, or suspension of the contra= in whole or in part.
6. Incorporation of ?rtrrision= The contractor shall indruic the provisions of paragraphs I Oar:Nigh 6
of evey subcontrac. including procareutents of =armials and lenses of equipmeat, anicss =opt by
the ReguLitions, or direcives issued pansnant them°. The cow:racer shall take such =ion with
=spec to any subchntrza or proccrtenent as the 2vEchigan Department of Transpormtion or the
Fedm-al Highway Administration may dirt= as a =cuss of =Lore:lag such provisions including
sanctions for non-cotnpli-mr--; Frrovided, howevm, that in the event a conancor becomes involved in,
or is threau=edwith, litigation with a subcontractor or supplier as 2 :malt of such direcion. the
contractor may rap= the Michigan Department of Transpor=tion to ear= into such litigation to
prat= the inte-mts of the State, and, in addition, the contractor may request the United States to
cr..= into such litigation to prat= the intc-m= of the Llaitott States.
(b)
APPENDIX c
TO BE INa..UDED IN ALL FINANCIAL ASSISTANCE
AGR.FTS WITH LOCAL AGEN. 'CMS
General Requirements for Recipients
Excerpts from TJSDOT Regulation
49 L , Part 23, Section 23.43
A Folic-7: It is the policy of the Department that MBE as defined in 49 CFR, Part 23,
shall have the maxi:arm opportunity to parti#rate in the performance of contra=
fmanced in whole or in part with federal funds. Consequently, the MBE
requirements of 49 U-E, Parr 23 , dpply to this cautract.
B. MBE Obligation: The recipient or its contractor agrees to ensure that MBE as
deed in 49 CFR, Part 23, has the maximum opportunity to participate in the
performance of contracts and subcantra= financed in whole or in part with federal
funds provided under this agre=nent. In this regard, all recipients or contractors
shall take all ne3=ssary and reasonable steps in accordance with 49 CFR, Part 23, to
ensure that MBE has the maximum opportunity to compete for and perform
cxmtracts. Recipients and their contracuors shall not diScriminate on the basis of race,
color, national origin, or sex in the award and performance of departmentally-assisted
=true=
C If as a condition of assistance the recipient has submitted and the Department has
approved a minority business enterprise affirmative action program which the
recipient agrees to carry out, this program is incorporated into this financial
assistance agreement by reference. This program shall be treated as a legal
obligation and failure to carry out its terms shall be treated as a violation of this
fmancial assistance agreement. Upon notification to this recipient of its failure to
carry out the approved program, the Department shall impose such sanctions as
noted in 49 CFR, Part M, Subpart E, which sancdons may include termination of the
agreement or other measures that may affect the ability of the rec.cipient to obtain
future departmental, financ:al assistance..
D. The Department hereby advises each recipient, contractor, or subcontractor that
allure to =17 out the requirements set forth in Section 23.43(a) 49 CFR, Part 23,
shall constitute a breach of contract, and after the notification of the USDOT may
result in termination of the agreement or contract by the Department or such remedy
as the Department deems appropriate..
Mr. Chairperson, on behalf of the Planning and Building Committee, I move adoption of
the foregoing resolution.
PLANNING AND BUILDING COMMITTEE
W:\Jae\9OO729O\RES Misc.doc
Force Account Budget
Road Commission of Oakland County
Cass Lake Road-Road improvement Program
by
Oakland County Drain Commissioner's Office
1) Contracted Services: Construction Cost
Pump Station No. 82-02 Relocation (Cass Lake Road) $270,000
Pump Station No. 82-03 Relocation (Stapleton Road) $270,000
Sub-Total $540,000
2) Contracted Services: Project Development
Consulting Engineering:
Basic Design $60,000
Contract Administration $25,000
Construction Staking $5,000
Soil Borings $5,000
Legal $5,000
Testing Consultants $5,000
Sub-Total $105,000
3) County Services:
Administration $10,000
Engineering $30,000
Construction Inspection $50,000
Right of Way & Legal $10.000
Soil Erosion Permit $5,000
Sub-Total $105,000
Estimated Force Account Budget $750,000
Prepared By:
Philip Sanzica, PE, Asst. Chief Engineer
May 20, 1997
Exhibit -B"
KEEGOPS.WK4
CITY OF KEEGO HARBOR
ROAD WIDENING AND PUMPING STATION RELOCATION
GEORGE W. KUHN
OAKAND COUNTY DRAIN COMASSIONER
DATE: 3-6-
SCALE: 1"=1C
EXHIBIT A - 1
DATE: 3-6-94
SCALE: 1 "=1 00
EXHIBIT A-2
L11 00 3 / 003
CITY OF KEEGO HARBOR
RoAD W1DEN:AG AND PUMPING STATION RELOCATION
GEORGE W. KUHN
OAKAND COUNTY DRAIN C01411150NER
Resolution #97233 November 6, 1997
The Chairperson referred the resolution to the Finance and Personnel
Committee. There were no objections.
FISCAL NOTE (M.R.#97233) November 20, 1997
BY: FINANCE AND PERSONNEL COMMITTEE, SUE ANN DOUGLAS, CHAIRPERSON
IN RE: DRAIN COMMISSIONER - RESOLUTION TO APPROVE THE KEEGO HARBOR SEWAGE
DISPOSAL SYSTEM PUMP STATION RELOCATION CONTRACT
Pursuant to Rule XII-F of this Board, the Finance and Personnel Committee
has reviewed the above referenced resolution and finds:
1) The Oakland County Road Commission has entered into a contract with
the Michigan Department of Transportation (MDOT) to improve Cass
Lake Road and the proposed improvements will necessitate the
relocation of two pump stations that are part of the Keego Harbor
Sewage Disposal System.
2) The Road Commission has anticipated a contract between the Road
Commission and MDOT to cover the cost of relocation of the pump
stations and has requested the County, through the Drain
Commissioner and the City, to relocate the two pump stations and has
agreed to pay to the County the eligible cost of relocating the pump
stations.
3) The County will not be responsible for any portion of the relocation
expense. Upon execution of the Contract, the Road Commission will
advance to the County $75,000 for preliminary costs. Upon the award
of the construction contract, the Road Commission will advance to
the County $200,000 to be used towards payment of contractors for
project work.
FINANCE AND PERSONNEL COMMITTEE
Resolution #97233 November 20, 1997
Moved by Palmer supported by Taub the resolution be adopted.
AYES: Kingzett, Law, McCulloch, McPherson, Millard, Moffitt, Obrecht,
Palmer, Powers, Schmid, Taub, Wolf, Amos, Coleman, Dingeldey, Douglas, Garfield,
Holbert, Huntoon, Jacobs, Jensen, Johnson. (22)
NAYS: None. (0)
A sufficient majority having voted therefor, the resolution was adopted.
THE FOREGOING RESOLUTION
Jnty Executive Date
STATE OF MICHIGAN)
COUNTY OF OAKLAND)
I, Lynn D. Allen, Clerk of the County of Oakland, do hereby certify that the
foregoing resolution is a true and accurate copy of a resolution adopted by the
Oakland County Board of Commissioners on November 20, 1997 with the original
record thereof now remaining in my office.
In Testimony Whereof, I have hereunto set my hand and affixed the seal of the
County of Oakland at Pontiac, Michigan this 20th day of Novem4e.r.1997.
Lyng D. Allen, County Clerk