The purpose of the Zoning Code rewrite was to incorporate the Comprehensive Plan into the Code, reduce the number of legal non-conforming properties, and make Title 10 easier to read.
The Zoning Code is written regulations and laws that define how property in specific geographic zones can be used. The Code specifies whether zones can be used for residential or commercial purposes, and also regulates lot size, placement, bulk (or density) and the height of structures. Like most zoning ordinances, it is lengthy and describes not only the acceptable use for specified areas of land, but also the procedures for handling infractions (including any penalties), granting variances and hearing appeals.
The Draft Zoning Code has been recommended to the Council by the Plan Commission based on a detailed review the draft document as well as a compilation of informal suggestions, questions, and comments by members of the Plan Commission and members of the public throughout almost two years of working sessions.
The draft uses blue to designate the existing code and black for changed code. The changed code means that the wording has changed, not necessarily the zoning practice. Many of the items in the current code were vague or lacked the detail need for administrative enforcement. The staff often had to meet and determine the practical means for enforcing the code. The administrative, legal and past practices are often the reason for the change (black) in the code. The actual practices are being documented for public and staff clarity.
Several concepts found in the Intent and Purpose section of the existing code have been omitted from the new code, and several concepts have been introduced in the new code that are not found in the existing code. Both the existing and new Intent and Purpose sections are available, but the concepts which are found in the existing code and carried into the new code are blue and things found in the new code but not the existing code are black. This method is continued through the entire document.
The new Code has addressed all the concepts stressed in the Comprehensive Plan. It has substantially reduced the number of legal non-conforming properties in the City. The Code also reads much easier than the previous document; has better structure; provides quality charts to convey large amounts of information quickly; and diagrams to demonstrate concepts.
Many of the existing definitions have been renamed, modified, or merged into new definitions. There are also several definitions found in the existing code that are omitted from the new code and several definitions introduced in the new code that are not found in the existing code. Definitions help staff, elected officials and applicants understand the key elements of the code. The definitions added significantly to the amount of new changes to the code.
A typical administrative change that produces little actual application change is the Overlay Districts. All properties in a zoning district do not need information on floodplains, lake front regulations, shoreland/wetland regulations or public institution regulation. The new code only has the properties in any district where the issue applies placed in an overlay district. Everyone will know based on the map whether the special regulations apply to their property.
Several changes included reduced green space requirements in commercial zones, less tree and shrub requirements for commercial and industrial uses and less parking requirements for all uses. The code also allows many items to go to conditional use permits if the applicant feels that there are special conditions related to their operations that justify modifying the code on their property.
An addition to the code is that a change in the use of a building or property requires that the applicant obtain a Change of Use Inspection from the Zoning Administrator. This is designed to eliminate uses moving into a structure or property that is either improperly zoned or constructed for the proposed use.
While the new Code will not be perfect and I’m sure that the Council will amend the document from time to time, the document is a huge improvement over the existing one.
Friday, January 28, 2011
Tuesday, January 25, 2011
Working In Wisconsin
The nature of work relations, relations of power between groups in the workforce, is not easy to grasp in its full complexity. The complexity arises not least from the fact that work relations (like all social relations) embody both the material and the ideological. They are revealed in the division of labor and resources between sexes, ethnicities, races, social status and religious practice. But they are also in ideas and representations that are ascribed to people of different abilities, attitudes, desires, personality traits, behavior patterns, and so on. Work relations are both constituted by and help constitute these practices and ideologies, in interaction with other structures of social hierarchy. Neither uniform across societies nor historically static, they may be seen as largely socially constructed. The process of this social construction, however, is inadequately understood.
Social conflict has been the history of the human condition. The harsh economic realities of labor and capital are structurally tied together like two cats over a clothes line. Internally, capital and labor have conflict on the results that should be accomplished. Whether we were created or adapted over millions of years, our biological and ideological reactions have been instinctual. Instinct provides a response to external stimuli, which moves us to action, unless overridden by intelligence, which is creative and more versatile.
Are we again going to see effects of the rule of passion over reason?
Social conflict has been the history of the human condition. The harsh economic realities of labor and capital are structurally tied together like two cats over a clothes line. Internally, capital and labor have conflict on the results that should be accomplished. Whether we were created or adapted over millions of years, our biological and ideological reactions have been instinctual. Instinct provides a response to external stimuli, which moves us to action, unless overridden by intelligence, which is creative and more versatile.
Are we again going to see effects of the rule of passion over reason?
Wednesday, January 19, 2011
Time to Lease the Beach
It’s time to start negotiations on the lease for the Sandy Beach property with Hering LLC for operation of the Sand Bar Restaurant. The previous negotiations incorporated all the issues that the Parks and Forestry Director asked for and discussed with the Parks Board. Hering, LLC pays the city rent based on a percentage of sales that is typical for the restaurant industry. The lease is quite comprehensive in covering the duties and responsibilities of the lessor and lessee.
Labels:
city council,
contract,
good decision making,
negotiations
Wednesday, January 12, 2011
Processes, Outputs and Outcomes
The appropriate focus of the reorganization is on designing processes that produce the right outcomes. The specialty areas of the functional and service departments and related individuals provide high levels of expertise and through this review we want to align these skills with the goals of the organization rather than the function or service. A greater awareness of the whole leads to a healthier organizational social system and greater opportunity for employees to move into new areas.
Before proceeding further, there needs to be some defining of the terms being used. Government programs undertake a number of activities that produce a variety of results. Programs deliver two kinds of results: outputs, the direct products and services produced by government activities, such as an speeding tickets or some requested information; and outcomes, the consequences (both intended and not) of those outputs on our society. Outputs are results that managers can largely control, while the outcomes that managers are trying to accomplish are influenced by factors outside their programs.
Policy outcomes (sometimes called long-term, final, or ultimate outcomes) are the end results sought, such as general improvement in the well-being of residents, the economy, or the environment. Between the outputs and the policy outcomes, there is a sequence of immediate and intermediate outcomes that are expected to lead to a desired result but are not ends in themselves, such as changes in the actions of program clients. Immediate outcomes are more easily linked to the activities of a program than are end outcomes.
Outcomes define the purpose of the City's existence. They drive the manager’s planning and controlling of the delivery of services to the community. An Outcome is the ultimate result you are trying to achieve through your goods or service delivery. It is the degree of accomplishment and it focuses on the critical end product, rather than process, of high level of accountability for achieving that stated purpose. Most of the conflicting expectations are the result of process rather than outcome. Most processes are the result of planning decisions related to the system capacity.
There are basically two definitions of the capacity of a system which produces a product or services. One is that the capacity is equal to the maximum quantity of output which the system can produce, considering only physical limitations on production. This definition of capacity focuses solely on maximizing the output, and ignores other factors which may make achievement of such an output unlikely. This concept of capacity is often termed ultimate capacity.
The other basic definition of capacity recognizes that the cost may be far too large at the ultimate capacity for such a level of output to be practically or economically attainable. This suggests the other basic definition of capacity: the maximum output at which cost does not exceed a maximum acceptable value. This concept is termed economic capacity in economics literature and practical capacity in the engineering literature. The term cost is deliberately left vague, for the specific measure used varies with the situation, in some cases being average cost, in others marginal cost, etc.
Another variation of the economic capacity issue is designing the process that reunifies the functions and specialties within departments and/or services into the production of the immediate and intermediate outcomes that when combined with the other functions and specialties generates the desired policy outcome. Each function or specialty may achieve maximum or economic capacity and the city may not achieve the desired outcome. The goal is to have the communication and information systems in place to have immediate and intermediate outcomes lead to a desired result.
The designing of a process normally looks at setting expectations for performance which normally involves setting expectations for outputs. Outputs are well understood since they represent the direct result of activities. They are usually quite visible and measurable, and functions and specialties can comfortably be held accountable for them because they control them.
For management to design a process focusing on outcomes, the situation is quite different. The process for outcomes, be they immediate, intermediate, or end outcomes, is usually not as well understood as for outputs. The linkages between various levels of outcomes may not be well known and the measurement of the outcomes themselves may be quite a challenge. By definition, functions and specialties do not control outcomes but rather seek to influence their occurrence by carrying out certain activities and delivering certain outputs. As a result, they are much less comfortable with being accountable for outcomes because they do not control them.
Before proceeding further, there needs to be some defining of the terms being used. Government programs undertake a number of activities that produce a variety of results. Programs deliver two kinds of results: outputs, the direct products and services produced by government activities, such as an speeding tickets or some requested information; and outcomes, the consequences (both intended and not) of those outputs on our society. Outputs are results that managers can largely control, while the outcomes that managers are trying to accomplish are influenced by factors outside their programs.
Policy outcomes (sometimes called long-term, final, or ultimate outcomes) are the end results sought, such as general improvement in the well-being of residents, the economy, or the environment. Between the outputs and the policy outcomes, there is a sequence of immediate and intermediate outcomes that are expected to lead to a desired result but are not ends in themselves, such as changes in the actions of program clients. Immediate outcomes are more easily linked to the activities of a program than are end outcomes.
Outcomes define the purpose of the City's existence. They drive the manager’s planning and controlling of the delivery of services to the community. An Outcome is the ultimate result you are trying to achieve through your goods or service delivery. It is the degree of accomplishment and it focuses on the critical end product, rather than process, of high level of accountability for achieving that stated purpose. Most of the conflicting expectations are the result of process rather than outcome. Most processes are the result of planning decisions related to the system capacity.
There are basically two definitions of the capacity of a system which produces a product or services. One is that the capacity is equal to the maximum quantity of output which the system can produce, considering only physical limitations on production. This definition of capacity focuses solely on maximizing the output, and ignores other factors which may make achievement of such an output unlikely. This concept of capacity is often termed ultimate capacity.
The other basic definition of capacity recognizes that the cost may be far too large at the ultimate capacity for such a level of output to be practically or economically attainable. This suggests the other basic definition of capacity: the maximum output at which cost does not exceed a maximum acceptable value. This concept is termed economic capacity in economics literature and practical capacity in the engineering literature. The term cost is deliberately left vague, for the specific measure used varies with the situation, in some cases being average cost, in others marginal cost, etc.
Another variation of the economic capacity issue is designing the process that reunifies the functions and specialties within departments and/or services into the production of the immediate and intermediate outcomes that when combined with the other functions and specialties generates the desired policy outcome. Each function or specialty may achieve maximum or economic capacity and the city may not achieve the desired outcome. The goal is to have the communication and information systems in place to have immediate and intermediate outcomes lead to a desired result.
The designing of a process normally looks at setting expectations for performance which normally involves setting expectations for outputs. Outputs are well understood since they represent the direct result of activities. They are usually quite visible and measurable, and functions and specialties can comfortably be held accountable for them because they control them.
For management to design a process focusing on outcomes, the situation is quite different. The process for outcomes, be they immediate, intermediate, or end outcomes, is usually not as well understood as for outputs. The linkages between various levels of outcomes may not be well known and the measurement of the outcomes themselves may be quite a challenge. By definition, functions and specialties do not control outcomes but rather seek to influence their occurrence by carrying out certain activities and delivering certain outputs. As a result, they are much less comfortable with being accountable for outcomes because they do not control them.
Tuesday, January 11, 2011
Road Report 4
The reason the Council authorized LM Contract 7-2010 was to award the job to the lowest responsible bidder for the reconstruction of the sanitary sewer, storm water, water main, sidewalk and pavement in the alleyway between Lake, Water and Main Streets. There where seven bids received at the September bid letting for the Alleyway Project. The Engineer reviewed the bids and recommended to the Manager that Council direct the Manager to sign the contract with Krause Excavating, Inc. of Markesan, WI.
Prior Council Action:
In January of 2009, staff discussed and proposed a planning process and schedule for completing the Stony Road/Plainview Terrace project with the Manager.
By May of 2009, information was being gathered on material prices, utility conditions, project scope, contracts and legal issues.
Based on information and discussion in June and July with the Public Works Board and Council, a project option was to rebuild the utilities and pavement in the alley north of Water Street, east of Main Street and south of Lake Street.
In July and August of 2009, staff and the Public Works Board discussed the Capital Improvement Plan and discussed delaying the Stony Road/Plainview Terrace for one year.
In August staff received approval from the Public Works Board to present a Capital Budget Plan to the Council with the Alleyway Project which included pavement, sidewalk, storm sewer, water and sanitary sewer improvements for completion in 2010.
In November of 2009, City Council approved a budget that included the Alleyway Project with street, storm, water and sanitary sewer improvements.
On September 21st. 2010, the City Council reviewed the proposed bids for the project and voted to approve awarding the bid for contract 7-2010, Alleyway Project to Krause Excavating, Inc. for $247.926.05.
Summary:
In September of 2000, city staff reviewed the issues in the alleyway related to a possible maintenance pavement project. The conditions surrounding the work, particularly the grades of the alley off the Main Street annex, made the paving project difficult. There was no public demand for the project.
In July of 2004, city staff reviewed the issues in the alleyway related to a possible rebuild project. The key to the project would have been the vacation of the alleyway coming off the Main Street annex. The vacation and related grade and utility issues resulted in the project not being recommended by staff. There was no public demand for the project.
In March of 2009, The Main Street Program presented a plan where the property owners along the alley would make upgrades to their property and the city would make alleyway improvements. The Main Street Program showed the portion of the alley coming off the Main Street annex as an alley with steps. The issues in the alleyway related to grade and utility issues were significantly reduced by this proposal. The city staff met with members of the Main Street Program and based on this meeting recommended the project for inclusion in the 2010 Capital Improvement Plan.
After the budget was approved in November of 2009, staff began gathering information on material prices, utility conditions, project scope, contracts and legal issues.
On February 18th, staff met with property owners in the area to discuss potential city improvements and possible property owner improvements. The most important issues for the city were sump pump and downspout connections to the storm sewer and grades along buildings abutting the alley.
The schedule for bidding and construction was prepared and reviewed at the beginning of March. The schedule plan to advertise the bid on June 10th and 17th, open bids on June 25th, award the bid at the July 26th Council meeting and complete the project by October 1st.
The base geographic data for the project was collected by March of 2010 and staff started preparing designs, notifying utilities and applying for permits.
Based geographic data and utility information, substantial stormwater and sanitary sewer design issues required an adjustment to the schedule for bidding and construction. By June 15th, the new stormwater designs were completed and reviewed.
The engineer prepared and submitted the stormwater permit on June 15, 2010 for review by the DNR and Corp of Engineers. The DNR acknowledged the application on June 21st.
On June 29th, the city received comments from the Corp of Engineers asking for more information. On July 1st, the engineer submitted the requested information.
On June 29th, the engineer requested and received permission to hydro-excavate the area to provide additional information on buried power and fiber line along Water Street.
The engineer issued a construction cost opinion for the Alleyway Project on July 30th of $242,324.50.
Krause Excavating completed some exploratory digging on August 5th to generate additional information on the depth and location of the sanitary sewer line.
On August 10th, the concept drawings and cost estimates for the new alley sanitary sewer were reviewed by staff.
On August 11th, the city received the stormwater permit from the Corp of Engineers.
The bid documents were completed on August 16th and ready to be advertised as scheduled to meet the September bid date for the construction of the Alleyway Project which included pavement, sidewalk, storm sewer, water and sanitary sewer improvements.
The city received the DNR permit for water main extension on August 18th.
On August 19th, the engineer informed the city manager that the new sanitary sewer designs may require several property owners install private grinder pumps. The city manager researched the issue and requested the issue be on the September 7th agenda.
The city received the white sheet for the Alleyway Project on August 24th.
The city manager copied the Main Street manager with a copy of the grinder pump letter on August 31st with Council information.
The engineer issued a revised construction cost opinion for the Alleyway Project on August 30th of $258,324.50.
The bids for the Alleyway Project were opened at 1:00 pm on September 2nd and Krause Excavating was the apparent low bidder.
The Council reviewed the grinder pump issue at their September 7th meeting and approved Motion 10-9-1-3 authorizing 50% grants for private sanitary sewer connections requiring grinder pumps.
September 8th, the Engineer notified the City Manager and Krause Excavating that they recommended awarding the contract to Krause Excavating as the low qualified bidder for the project.
The city received the stormwater permit from the DNR on September 17, 2010.
The Council had the Contract 7-2010 award on the agenda at their September 21, 2010 meeting, but opposition from property owners to the grinder pump proposal caused the Council to delay the award until after a special Council meeting on September 27th to discuss alternate construction options.
The Council held a special meeting on September 27th to review the grinder pump issue with the engineer, staff and the property owners. After reviewing the issue, the Council awarded the contract to Krause Excavating for $247.926.05. The Council also voted to modify the grinder pump grant program.
On September 28th, Krause Excavating was notified that the contract had been awarded to their company.
The pre-con meeting was held on October 1st at the Municipal Building. Krause Excavating did not present a written work scheduled, but presented an oral discussion of a modified timeline based on the late contract award.
The contract was executed on October 8th.
Krause Excavating started mobilizing on October 8th of 2010.
On October 11th, Krause Excavating began construction on the storm sewer at Rock Creek east of the Municipal Building.
On October 12th, the Arts Alliance contacted staff regarding the construction of an archway over the stairs at the Main Street annex. The project had been designed for a potential archway in that location. Assumed post locations were identified by the routing of the electrical conduit on the bid drawings. The Arts Alliance wanted to know if stamped concrete was an option for the sidewalk near the archway and staff responded that it was and noted the additional cost.
On October 13th, Krause Excavating found that the existing phone conduit was in conflict with the grade of the storm sewer. The storm sewer was at minimum grade and could not be adjusted up or down. The phone conduit was exposed and raised to allow for passage of the storm sewer.
On October 18th, City Staff, Frontier Representatives, Strand, and Krause Excavating met to discuss the storm crossing of the existing telephone duct package. The preferred option was to expose additional PVC ducting and stretch the top and bottom layers enough to allow the elliptical concrete storm pipe to pass through.
On October 20th, Krause Excavating successfully stretched the telephone ducting and installed the new concrete storm pipe through towards the municipal parking lot.
On October 27th, Krause Excavating completed the water main installation.
On November 2nd, Krause Excavating completed the new water lateral installations.
On November 9th, Krause Excavating completed the storm sewer main work on this project.
On November 16th, BR Amon completed asphalt binder and surface for Water Street, the municipal parking lot, and the north-south alley.
On November 17th, Krause Excavating began work on the east-west ally sanitary sewer, starting with a new manhole at Ford Court.
On November 23rd, S&S Plumbing completed their work inside 132 East Lake Street to reroute their sanitary sewer lateral higher through the foundation to allow it to flow by gravity to the new sanitary sewer in the alleyway. This is the only property that required rerouting of their sanitary sewer to make gravity sewer service work.
On November 24th, Krause Excavating completed the sanitary sewer main work on the east-west alley. Krause Excavating was able to determine that no private pump equipment would be needed to make the private sanitary sewer laterals work. All laterals will flow by gravity to the new sanitary sewer main.
On November 29th, Krause Excavating placed City-owned millings on the east-west alley trench areas, as well as Ford Court and the Main Street annex. Krause Excavating then demobilized from the site.
Krause Excavating is expected to return to complete the site work in the spring of 2011. The completion date for this project is May 20, 2011.
The project has to date installed 4 sanitary manholes, 410 lf of eight inch sanitary sewer, 284 lf of six inch sanitary sewer laterals, and related appurtenances and materials. The water main project installed 182 lf of eight inch water main, 19 lf of six inch water main, 1 eight inch water valve, 1 flush hydrant and 46 lf of copper water service and related appurtenances. The street improvements were 780 sy of ¾” base course, 780 sy of three inch base course, 780 sy of two inch asphalt binder, 780 sy of 1 ½” asphalt surface, 136 lf of thirty inch curb and gutter, 150 lf of twenty four inch curb and gutter, 261 sf of six inch concrete driveway, 264 sf of six inch concrete sidewalk and 429 sf of four inch concrete sidewalk. The storm water improvements were 6 inlets, 274 lf of twenty four inch RCP, 163 lf of eighteen inch RCP, 177 lf of twelve inch RCP, 16 lf of 14x23 HERCP elliptical pipe, 1 – twenty four inch apron endwall, 427 lf of six inch PVC lateral, 47 lf of six inch PVC drain tile, 4 –four foot storm sewer manhole and casting.
The project is expected to be completed in a timely matter and this project is on track to be completed within the Contractor’s original contract.
Prior Council Action:
In January of 2009, staff discussed and proposed a planning process and schedule for completing the Stony Road/Plainview Terrace project with the Manager.
By May of 2009, information was being gathered on material prices, utility conditions, project scope, contracts and legal issues.
Based on information and discussion in June and July with the Public Works Board and Council, a project option was to rebuild the utilities and pavement in the alley north of Water Street, east of Main Street and south of Lake Street.
In July and August of 2009, staff and the Public Works Board discussed the Capital Improvement Plan and discussed delaying the Stony Road/Plainview Terrace for one year.
In August staff received approval from the Public Works Board to present a Capital Budget Plan to the Council with the Alleyway Project which included pavement, sidewalk, storm sewer, water and sanitary sewer improvements for completion in 2010.
In November of 2009, City Council approved a budget that included the Alleyway Project with street, storm, water and sanitary sewer improvements.
On September 21st. 2010, the City Council reviewed the proposed bids for the project and voted to approve awarding the bid for contract 7-2010, Alleyway Project to Krause Excavating, Inc. for $247.926.05.
Summary:
In September of 2000, city staff reviewed the issues in the alleyway related to a possible maintenance pavement project. The conditions surrounding the work, particularly the grades of the alley off the Main Street annex, made the paving project difficult. There was no public demand for the project.
In July of 2004, city staff reviewed the issues in the alleyway related to a possible rebuild project. The key to the project would have been the vacation of the alleyway coming off the Main Street annex. The vacation and related grade and utility issues resulted in the project not being recommended by staff. There was no public demand for the project.
In March of 2009, The Main Street Program presented a plan where the property owners along the alley would make upgrades to their property and the city would make alleyway improvements. The Main Street Program showed the portion of the alley coming off the Main Street annex as an alley with steps. The issues in the alleyway related to grade and utility issues were significantly reduced by this proposal. The city staff met with members of the Main Street Program and based on this meeting recommended the project for inclusion in the 2010 Capital Improvement Plan.
After the budget was approved in November of 2009, staff began gathering information on material prices, utility conditions, project scope, contracts and legal issues.
On February 18th, staff met with property owners in the area to discuss potential city improvements and possible property owner improvements. The most important issues for the city were sump pump and downspout connections to the storm sewer and grades along buildings abutting the alley.
The schedule for bidding and construction was prepared and reviewed at the beginning of March. The schedule plan to advertise the bid on June 10th and 17th, open bids on June 25th, award the bid at the July 26th Council meeting and complete the project by October 1st.
The base geographic data for the project was collected by March of 2010 and staff started preparing designs, notifying utilities and applying for permits.
Based geographic data and utility information, substantial stormwater and sanitary sewer design issues required an adjustment to the schedule for bidding and construction. By June 15th, the new stormwater designs were completed and reviewed.
The engineer prepared and submitted the stormwater permit on June 15, 2010 for review by the DNR and Corp of Engineers. The DNR acknowledged the application on June 21st.
On June 29th, the city received comments from the Corp of Engineers asking for more information. On July 1st, the engineer submitted the requested information.
On June 29th, the engineer requested and received permission to hydro-excavate the area to provide additional information on buried power and fiber line along Water Street.
The engineer issued a construction cost opinion for the Alleyway Project on July 30th of $242,324.50.
Krause Excavating completed some exploratory digging on August 5th to generate additional information on the depth and location of the sanitary sewer line.
On August 10th, the concept drawings and cost estimates for the new alley sanitary sewer were reviewed by staff.
On August 11th, the city received the stormwater permit from the Corp of Engineers.
The bid documents were completed on August 16th and ready to be advertised as scheduled to meet the September bid date for the construction of the Alleyway Project which included pavement, sidewalk, storm sewer, water and sanitary sewer improvements.
The city received the DNR permit for water main extension on August 18th.
On August 19th, the engineer informed the city manager that the new sanitary sewer designs may require several property owners install private grinder pumps. The city manager researched the issue and requested the issue be on the September 7th agenda.
The city received the white sheet for the Alleyway Project on August 24th.
The city manager copied the Main Street manager with a copy of the grinder pump letter on August 31st with Council information.
The engineer issued a revised construction cost opinion for the Alleyway Project on August 30th of $258,324.50.
The bids for the Alleyway Project were opened at 1:00 pm on September 2nd and Krause Excavating was the apparent low bidder.
The Council reviewed the grinder pump issue at their September 7th meeting and approved Motion 10-9-1-3 authorizing 50% grants for private sanitary sewer connections requiring grinder pumps.
September 8th, the Engineer notified the City Manager and Krause Excavating that they recommended awarding the contract to Krause Excavating as the low qualified bidder for the project.
The city received the stormwater permit from the DNR on September 17, 2010.
The Council had the Contract 7-2010 award on the agenda at their September 21, 2010 meeting, but opposition from property owners to the grinder pump proposal caused the Council to delay the award until after a special Council meeting on September 27th to discuss alternate construction options.
The Council held a special meeting on September 27th to review the grinder pump issue with the engineer, staff and the property owners. After reviewing the issue, the Council awarded the contract to Krause Excavating for $247.926.05. The Council also voted to modify the grinder pump grant program.
On September 28th, Krause Excavating was notified that the contract had been awarded to their company.
The pre-con meeting was held on October 1st at the Municipal Building. Krause Excavating did not present a written work scheduled, but presented an oral discussion of a modified timeline based on the late contract award.
The contract was executed on October 8th.
Krause Excavating started mobilizing on October 8th of 2010.
On October 11th, Krause Excavating began construction on the storm sewer at Rock Creek east of the Municipal Building.
On October 12th, the Arts Alliance contacted staff regarding the construction of an archway over the stairs at the Main Street annex. The project had been designed for a potential archway in that location. Assumed post locations were identified by the routing of the electrical conduit on the bid drawings. The Arts Alliance wanted to know if stamped concrete was an option for the sidewalk near the archway and staff responded that it was and noted the additional cost.
On October 13th, Krause Excavating found that the existing phone conduit was in conflict with the grade of the storm sewer. The storm sewer was at minimum grade and could not be adjusted up or down. The phone conduit was exposed and raised to allow for passage of the storm sewer.
On October 18th, City Staff, Frontier Representatives, Strand, and Krause Excavating met to discuss the storm crossing of the existing telephone duct package. The preferred option was to expose additional PVC ducting and stretch the top and bottom layers enough to allow the elliptical concrete storm pipe to pass through.
On October 20th, Krause Excavating successfully stretched the telephone ducting and installed the new concrete storm pipe through towards the municipal parking lot.
On October 27th, Krause Excavating completed the water main installation.
On November 2nd, Krause Excavating completed the new water lateral installations.
On November 9th, Krause Excavating completed the storm sewer main work on this project.
On November 16th, BR Amon completed asphalt binder and surface for Water Street, the municipal parking lot, and the north-south alley.
On November 17th, Krause Excavating began work on the east-west ally sanitary sewer, starting with a new manhole at Ford Court.
On November 23rd, S&S Plumbing completed their work inside 132 East Lake Street to reroute their sanitary sewer lateral higher through the foundation to allow it to flow by gravity to the new sanitary sewer in the alleyway. This is the only property that required rerouting of their sanitary sewer to make gravity sewer service work.
On November 24th, Krause Excavating completed the sanitary sewer main work on the east-west alley. Krause Excavating was able to determine that no private pump equipment would be needed to make the private sanitary sewer laterals work. All laterals will flow by gravity to the new sanitary sewer main.
On November 29th, Krause Excavating placed City-owned millings on the east-west alley trench areas, as well as Ford Court and the Main Street annex. Krause Excavating then demobilized from the site.
Krause Excavating is expected to return to complete the site work in the spring of 2011. The completion date for this project is May 20, 2011.
The project has to date installed 4 sanitary manholes, 410 lf of eight inch sanitary sewer, 284 lf of six inch sanitary sewer laterals, and related appurtenances and materials. The water main project installed 182 lf of eight inch water main, 19 lf of six inch water main, 1 eight inch water valve, 1 flush hydrant and 46 lf of copper water service and related appurtenances. The street improvements were 780 sy of ¾” base course, 780 sy of three inch base course, 780 sy of two inch asphalt binder, 780 sy of 1 ½” asphalt surface, 136 lf of thirty inch curb and gutter, 150 lf of twenty four inch curb and gutter, 261 sf of six inch concrete driveway, 264 sf of six inch concrete sidewalk and 429 sf of four inch concrete sidewalk. The storm water improvements were 6 inlets, 274 lf of twenty four inch RCP, 163 lf of eighteen inch RCP, 177 lf of twelve inch RCP, 16 lf of 14x23 HERCP elliptical pipe, 1 – twenty four inch apron endwall, 427 lf of six inch PVC lateral, 47 lf of six inch PVC drain tile, 4 –four foot storm sewer manhole and casting.
The project is expected to be completed in a timely matter and this project is on track to be completed within the Contractor’s original contract.
Labels:
capital improvements,
city budget,
summer project
Monday, January 10, 2011
Road Report 3
The reason the Council authorized LM Contract 2-2010 was to award the job to the lowest responsible bidder for the reconstruction of street, stormwater, water main, lead water services and sanitary sewer improvements on Ferry Drive. There were five bids received at the April bid. The Manager recommended that Council direct the Manager to sign the contract with Forest Landscaping & Construction.
Prior Council Action:
In January of 2009, staff discussed and proposed a planning process and schedule for completing the Stony Road/Plainview Terrace project with the Manager.
By May of 2009, information was being gathered on material prices, utility conditions, project scope, contracts and legal issues.
Based on information and discussion in June and July with the Public Works Board and Council, a project option was to pulverize and overlay Ferry Drive contingent on utility conditions.
In July and August of 2009, staff and the Public Works Board discussed the Capital Improvement Plan and discussed delaying the Stony Road/Plainview Terrace for one year.
In August staff received approval from the Public Works Board to present a Capital Budget Plan to the Council with the Ferry Drive Project which included street, storm sewer and sanitary sewer improvements for completion in 2010.
In September of 2009, the City agreed to a Consent Order from the DNR to replace a minimum of three lead water services annually.
In November of 2009, City Council approved a budget that included the Ferry Drive Project with street, lead water services and sanitary sewer improvements.
On May 4, 2010, the City Council reviewed the proposed bids for the project and voted to approve awarding the bid for contract 2-2010, Ferry Drive Project to Forest Landscaping & Construction for $408.617.50.
Summary:
On September 10th of 2009, the City proposed adding lead water services to the Ferry Drive Project to comply with a DNR Consent Order.
The base geographic data for the project was collected by January of 2010 and staff was starting to prepare designs, notify utilities and apply for permits.
Preliminary construction plans and designs were being reviewed by staff at the beginning of February.
The schedule for bidding and construction was prepared and reviewed at the beginning of March. The schedule plan to advertise the bid on April 15 and 22, open bids on April 29, award the bid on May 4 and complete the project on September 1.
The Engineer’s Construction Cost Opinion submitted on March 11, 2010 was $501,612.65.
On March 29th, 2010 the condition of the water main was re-evaluated for portions of N. Ferry Drive and it was determined that the four inch lead joint main would not tolerate the compaction of the material around the sanitary sewer line and for the street base. The main was older then originally anticipated and placing new asphalt over a main of this age was considered uneconomical and staff recommended the main be replaced. The estimated additional cost was $131,200.
On April 7, staff discussed adding Mill Pond channel bridge repairs to the project. The cost was estimated to be between $5,000 and $10,000. Staff determined to bid this in street maintenance.
The bid documents were completed and ready to be advertised on April 15th and 22nd for the construction of storm sewer, water main, lead service lines, spot curb and gutter, spot sidewalk, road base and pavement for Ferry Drive Project.
The Engineer applied to DWD for a White Sheet determination and received the White Sheet on April 12, 2010.
The Engineer applied to DNR for a water main extension permit and received the permit on April 26, 2010.
On April 28, 2010, the City received the WPDES Storm Water Runoff Permit.
The bids were opened at 1:00 pm on April 29 and Forest Landscaping and Construction was the low bidder.
April 30th, the Engineer notified the City Manager and Forest Landscaping and Construction that they recommended awarding the contract to Forest Landscaping and Construction as the low qualified bidder for the project.
The Council awarded the contract at their May 4, 2010 meeting to Forest Landscaping and Construction for $408.617.50.
The contract was delivered to the appropriate parties by the engineer and executed on May 25th.
The rip-rap permit along the Mill Pond channel was received on May 27th.
The pre-con meeting was held on June 23rd at the Municipal Building. Forest Landscaping and Construction presented a work scheduled that started on July 8th and completed the project on August 30th.
Forest Landscaping and Construction started sanitary construction in July 12th of 2010.
On July 19th, there were five items to be considered as change orders. There were seven rather than two lead water services within the parameters of the project as originally set in the contract. The cost to replace the additional lead water services was estimated to be $6,000. The concrete over the slope at the Mill Pond channel was more extensive than originally anticipated. The additional cost was $950. A low area behind the sidewalk in Bartel’s Beach Park would not drain without either additional grading or a storm inlet. The decision was to install pipe with a boot connection into a new inlet for $300. It was determined that lowering the grades by six inches would match park grades better. No additional cost. The contractor asked for three additional days on the contract.
On August 5th, WE Energies requested and received a permit to upgrade gas lines in the area before the Contractor completed pavement work.
By August 5th, it was discovered that an additional section of 4 inch lead joint water main existed between Tower Drive and Campus Street. A determination was made to stay consistent with the original reason for adding water main to the project and the change was approved. The additional water main was estimated to cost $49,000. A work change order was issued for all changes in the contract on August 12th that added $65,539.92 to the original contract.
On October 1st, BR Amon completed asphalt paving on the entire project.
The final payment request was received on November 1 for a total contract amount of $460,625.08. The costs were $91,000 for sanitary sewer, $142,000 for water, $28,500 for storm sewer and $199,000 for streets.
The final sanitary sewer project installed eight sanitary manholes, 889 lf of eight inch sanitary sewer, 314 lf of six inch sanitary sewer, and related appurtenances and materials. The water main project installed 1272 lf of eight inch water main, 101.5 lf of six inch water main, 13 eight inch water valves, 3 six inch water valves, 2 fire hydrants and 379 lf of copper water service and related appurtenances. The street improvements were 3,100 sy of ¾” base course, 3,100 sy of 3” base course, 6,960 sy of 2” asphalt binder, 6,960 sy of 1 ½” asphalt surface, 2,972 lf of thirty inch curb and gutter, 211 lf of valley gutter, 294 sf of six inch concrete driveway, 1,201 sf of six inch concrete sidewalk and 2,955 sf of four inch concrete sidewalk. The storm water improvements were 10 inlets, 180 lf of twelve inch RCP, 2 - twelve inch apron endwalls, 84 lf of six inch PVC lateral, 1 – five foot storm sewer manhole and casting, 22 lf of 15” RCP, 17 lf of 18” RCP and 16 lf of 24x38 HERCP elliptical pipe.
The project was substantially completed in a timely matter and this project was completed for $460,625.08 which was $52,007.58 more than the Contractor’s original contract.
Prior Council Action:
In January of 2009, staff discussed and proposed a planning process and schedule for completing the Stony Road/Plainview Terrace project with the Manager.
By May of 2009, information was being gathered on material prices, utility conditions, project scope, contracts and legal issues.
Based on information and discussion in June and July with the Public Works Board and Council, a project option was to pulverize and overlay Ferry Drive contingent on utility conditions.
In July and August of 2009, staff and the Public Works Board discussed the Capital Improvement Plan and discussed delaying the Stony Road/Plainview Terrace for one year.
In August staff received approval from the Public Works Board to present a Capital Budget Plan to the Council with the Ferry Drive Project which included street, storm sewer and sanitary sewer improvements for completion in 2010.
In September of 2009, the City agreed to a Consent Order from the DNR to replace a minimum of three lead water services annually.
In November of 2009, City Council approved a budget that included the Ferry Drive Project with street, lead water services and sanitary sewer improvements.
On May 4, 2010, the City Council reviewed the proposed bids for the project and voted to approve awarding the bid for contract 2-2010, Ferry Drive Project to Forest Landscaping & Construction for $408.617.50.
Summary:
On September 10th of 2009, the City proposed adding lead water services to the Ferry Drive Project to comply with a DNR Consent Order.
The base geographic data for the project was collected by January of 2010 and staff was starting to prepare designs, notify utilities and apply for permits.
Preliminary construction plans and designs were being reviewed by staff at the beginning of February.
The schedule for bidding and construction was prepared and reviewed at the beginning of March. The schedule plan to advertise the bid on April 15 and 22, open bids on April 29, award the bid on May 4 and complete the project on September 1.
The Engineer’s Construction Cost Opinion submitted on March 11, 2010 was $501,612.65.
On March 29th, 2010 the condition of the water main was re-evaluated for portions of N. Ferry Drive and it was determined that the four inch lead joint main would not tolerate the compaction of the material around the sanitary sewer line and for the street base. The main was older then originally anticipated and placing new asphalt over a main of this age was considered uneconomical and staff recommended the main be replaced. The estimated additional cost was $131,200.
On April 7, staff discussed adding Mill Pond channel bridge repairs to the project. The cost was estimated to be between $5,000 and $10,000. Staff determined to bid this in street maintenance.
The bid documents were completed and ready to be advertised on April 15th and 22nd for the construction of storm sewer, water main, lead service lines, spot curb and gutter, spot sidewalk, road base and pavement for Ferry Drive Project.
The Engineer applied to DWD for a White Sheet determination and received the White Sheet on April 12, 2010.
The Engineer applied to DNR for a water main extension permit and received the permit on April 26, 2010.
On April 28, 2010, the City received the WPDES Storm Water Runoff Permit.
The bids were opened at 1:00 pm on April 29 and Forest Landscaping and Construction was the low bidder.
April 30th, the Engineer notified the City Manager and Forest Landscaping and Construction that they recommended awarding the contract to Forest Landscaping and Construction as the low qualified bidder for the project.
The Council awarded the contract at their May 4, 2010 meeting to Forest Landscaping and Construction for $408.617.50.
The contract was delivered to the appropriate parties by the engineer and executed on May 25th.
The rip-rap permit along the Mill Pond channel was received on May 27th.
The pre-con meeting was held on June 23rd at the Municipal Building. Forest Landscaping and Construction presented a work scheduled that started on July 8th and completed the project on August 30th.
Forest Landscaping and Construction started sanitary construction in July 12th of 2010.
On July 19th, there were five items to be considered as change orders. There were seven rather than two lead water services within the parameters of the project as originally set in the contract. The cost to replace the additional lead water services was estimated to be $6,000. The concrete over the slope at the Mill Pond channel was more extensive than originally anticipated. The additional cost was $950. A low area behind the sidewalk in Bartel’s Beach Park would not drain without either additional grading or a storm inlet. The decision was to install pipe with a boot connection into a new inlet for $300. It was determined that lowering the grades by six inches would match park grades better. No additional cost. The contractor asked for three additional days on the contract.
On August 5th, WE Energies requested and received a permit to upgrade gas lines in the area before the Contractor completed pavement work.
By August 5th, it was discovered that an additional section of 4 inch lead joint water main existed between Tower Drive and Campus Street. A determination was made to stay consistent with the original reason for adding water main to the project and the change was approved. The additional water main was estimated to cost $49,000. A work change order was issued for all changes in the contract on August 12th that added $65,539.92 to the original contract.
On October 1st, BR Amon completed asphalt paving on the entire project.
The final payment request was received on November 1 for a total contract amount of $460,625.08. The costs were $91,000 for sanitary sewer, $142,000 for water, $28,500 for storm sewer and $199,000 for streets.
The final sanitary sewer project installed eight sanitary manholes, 889 lf of eight inch sanitary sewer, 314 lf of six inch sanitary sewer, and related appurtenances and materials. The water main project installed 1272 lf of eight inch water main, 101.5 lf of six inch water main, 13 eight inch water valves, 3 six inch water valves, 2 fire hydrants and 379 lf of copper water service and related appurtenances. The street improvements were 3,100 sy of ¾” base course, 3,100 sy of 3” base course, 6,960 sy of 2” asphalt binder, 6,960 sy of 1 ½” asphalt surface, 2,972 lf of thirty inch curb and gutter, 211 lf of valley gutter, 294 sf of six inch concrete driveway, 1,201 sf of six inch concrete sidewalk and 2,955 sf of four inch concrete sidewalk. The storm water improvements were 10 inlets, 180 lf of twelve inch RCP, 2 - twelve inch apron endwalls, 84 lf of six inch PVC lateral, 1 – five foot storm sewer manhole and casting, 22 lf of 15” RCP, 17 lf of 18” RCP and 16 lf of 24x38 HERCP elliptical pipe.
The project was substantially completed in a timely matter and this project was completed for $460,625.08 which was $52,007.58 more than the Contractor’s original contract.
Labels:
capital improvements,
city budget,
summer project
Friday, January 7, 2011
Road Report 2
The reason the Council authorized LM Contract 1-2010 was to award the job to the lowest responsible bidder for the reconstruction of the sanitary sewer in the N. 100 block of Main Street. There where four bids received at the April bid letting for the Main Street Sanitary Sewer Project. The Engineer reviewed the bids and recommended to the Manager that Council direct the Manager to sign the contract with Sun Prairie Sand and Gravel, LLC.
Prior Council Action:
In January of 2010, staff determined that the sanitary sewer under the N. 100 block of Main Street was collapsing and further evaluations were attempted.
The Council was notified February 10, 2010 of the need to modify the 2010 Capital Improvement Plan to eliminate the Lakeshore Drive Lining Project and to not purchase an easement trailer and move the money to the reconstruction of the sanitary sewer in the N. 100 block of Main Street.
Staff added the project to the planning process and scheduled it for completion in 2010.
On April 20th, 2010, the City Council reviewed the proposed bids for the project and voted to approve awarding the bid for contract 1-2010, Main Street Sanitary Sewer Project to Sun Prairie Sand and Gravel, LLC for $108.968.00.
Summary:
In January of 2010, a second major collapse of the sanitary sewer occurred in the 100 block of N. Main Street. Staff discussed and proposed adding the project to the 2010 Capital Improvement Plan. A planning process and schedule of options for completing the Main Street Sanitary Sewer Project were discussed with the Manager.
An email was sent to the Council on February 10, 2010 informing them that the Lakeshore Drive Lining Project would be eliminated and the easement trailer would not be purchased and the money moved to the reconstruction of the sanitary sewer in the N. 100 block of Main Street.
Staff began gathering information on material prices, utility conditions, project scope, contracts and legal issues.
The base geographic data for the project was collected by March of 2010 and staff started preparing designs, notifying utilities and applying for permits.
WisDOT was notified of the project status on March 1, 2010.
The schedule for bidding and construction was prepared and reviewed at the beginning of March. The schedule plan to advertise the bid on April 1st and 8th, open bids on April 15th, award the bid at the April 20th Council meeting and complete the project by June 18th.
Preliminary construction plans and designs were reviewed by staff after they were received March 23rd.
The Engineer’s Construction Cost Opinion submitted on March 23rd, 2010 was $88,000.
March 25th the detour route was selected.
The bid documents were completed on March 26th and ready to be advertised as scheduled to meet the April 15th bid date for the construction of sanitary sewer, road base and pavement for the Main Street Project.
The Engineer applied to DWD for a White Sheet determination and received the White Sheet on March 26, 2010.
The approval for Sanitary Sewer System Improvements were received from the DNR on March 26th.
The final set of plans were issued on March 29th to Department Heads.
WisDOT was again notified of the project status on April 1, 2010.
The Advertisement to Bid was in the Lake Mills Leader on April 1 and 8.
The bids were opened at 1:00 pm on April 15th and Sun Prairie Sand and Gravel, LLC was the apparent low bidder.
April 16th, the Engineer notified the City Manager and Sun Prairie Sand and Gravel, LLC that they recommended awarding the contract to Sun Prairie Sand and Gravel, LLC as the low qualified bidder for the project.
The Council awarded Contract 1-2010 at their April 20, 2010 meeting to Sun Prairie Sand and Gravel, LLC for $108.968.00.
On April 23rd, Sun Prairie Sand and Gravel, LLC was notified that the contract was awarded to their firm.
The contract was executed on May 25th.
The pre-con meeting was held on May 27th at the Municipal Building. Sun Prairie Sand and Gravel, LLC did not present a work schedule, but indicated that they plan to start on June 2nd and complete the project on June 18th.
WisDOT was notified for the third time on May 27th of the status of this project including the construction start date.
Sun Prairie Sand and Gravel, LLC started sanitary construction on June 2nd of 2010.
On June 16th, Sun Prairie Sand and Gravel, LLC requested and received an extension to June 22nd to completed the project. City staff was skeptical that Sun Prairie Sand and Gravel, LLC would have the project completed by June 22nd.
On June 21st, contaminated soil was discovered in the right of way near 217 N. Main Street. The area is near a PECFA site known as Lighthouse Marine.
On June 21st, Strand took soil samples from the trench to be sent to Test America for testing. Strand, Sun Prairie Sand and Gravel, LLC and staff worked on a plan to open the street for the parade and restarted construction on June 29th. The Notification of Hazardous Substance Discharge (Lighthouse Marine) was filled out and sent to the DNR.
On June 22nd, Strand made arrangements for temporary storage of hazardous materials, sent the city agent status forms, priced landfills, arranged for trucking to the landfill and prepared to start construction on the street June 30th.
On June 24th, Strand worked with the contractor to make repairs to the temporary pavements on Main Street.
On June 25th, the project received an official detour permit from WisDOT. The original contact indicated a permit should not be need, but eventually WisDOT determined a permit was need and notified the City to apply for the permit.
On June 28th, Strand received the contaminated soil test results. Strand also provided quotes from landfills and a schedule for trucking.
Staff completed the PECFA Form 6 Agent Assignment Certification for signature by the owner and city. The agent status allows the City to file for reimbursement of 95% of the contaminated soil costs from the PECFA fund.
On July 2nd, Sun Prairie Sand and Gravel, LLC completed the construction of sanitary sewer main on Main Street.
The 1st pay request was received on July 10th by the engineer and July 15th by the City for the amount of $92,960.37. The final pay request will come in the spring of 2011 after a freeze/thaw cycle and final pavement repairs.
The project has to date installed 1 sanitary manhole, 506 lf of twelve inch sanitary sewer, 107 lf of six inch sanitary sewer laterals, and related appurtenances and materials. The street improvements were 1337 sy of ¾” base course, 1450 sy of three inch base course, 726 sy of two inch asphalt binder and 726 sy of 1 ½” asphalt surface.
The agreement with Waste Management for disposal services was completed on July 13, 2010.
The owner of 217 N. Main Street on September 16th asked the City to pay for a new water service to the property in exchange for signing the PECFA Form 6 Agent Assignment Certification. The engineer prepared an estimate of cost for the water service and determined that because of contaminated soil the potential cost would be $9,600. The City offered to provide a set amount to the owner.
On October 1st, the contaminated soil hauling was offered to Krause Excavating because Sun Prairie Sand and Gravel, LLC wasn’t available.
Krause Excavating hauled the contaminated soil on October 6th to the Deer Track Waste Management site in Johnson Creek.
On October 8th a local plumber started his investigation into why the sanitary lateral at 127 N. Main Street was not draining.
On October 11th and 12th the WWTP staff became involved in the sanitary lateral investigation. It was suspected that Sun Prairie Sand and Gravel, LLC had failed to reconnect the lateral to 127 N. Main Street.
On October 11th, Sun Prairie Sand and Gravel, LLC was notified of the problem. They indicated they would not have a pipe crew available to fix the lateral for at least two weeks.
On October 13th, the city applied for and received a WisDOT detour permit on N. Main Street.
On October 14th, Krause Excavating repaired the lateral at 127 N. Main Street. The superintendent from Sun Prairie Sand and Gravel, LLC was on site when the sanitary lateral was exposed.
On December 2nd, the new owner of 217 N. Main Street signed the PECFA Form 6 Agent Assignment Certification and the engineer began preparing the PECFA reimbursement claim.
The project was substantially completed by July 2nd and the final payment will not be processed until the spring of 2011 as noted above. The Contractor has been paid $92,960.37 to date with the balance due at contract completion.
Prior Council Action:
In January of 2010, staff determined that the sanitary sewer under the N. 100 block of Main Street was collapsing and further evaluations were attempted.
The Council was notified February 10, 2010 of the need to modify the 2010 Capital Improvement Plan to eliminate the Lakeshore Drive Lining Project and to not purchase an easement trailer and move the money to the reconstruction of the sanitary sewer in the N. 100 block of Main Street.
Staff added the project to the planning process and scheduled it for completion in 2010.
On April 20th, 2010, the City Council reviewed the proposed bids for the project and voted to approve awarding the bid for contract 1-2010, Main Street Sanitary Sewer Project to Sun Prairie Sand and Gravel, LLC for $108.968.00.
Summary:
In January of 2010, a second major collapse of the sanitary sewer occurred in the 100 block of N. Main Street. Staff discussed and proposed adding the project to the 2010 Capital Improvement Plan. A planning process and schedule of options for completing the Main Street Sanitary Sewer Project were discussed with the Manager.
An email was sent to the Council on February 10, 2010 informing them that the Lakeshore Drive Lining Project would be eliminated and the easement trailer would not be purchased and the money moved to the reconstruction of the sanitary sewer in the N. 100 block of Main Street.
Staff began gathering information on material prices, utility conditions, project scope, contracts and legal issues.
The base geographic data for the project was collected by March of 2010 and staff started preparing designs, notifying utilities and applying for permits.
WisDOT was notified of the project status on March 1, 2010.
The schedule for bidding and construction was prepared and reviewed at the beginning of March. The schedule plan to advertise the bid on April 1st and 8th, open bids on April 15th, award the bid at the April 20th Council meeting and complete the project by June 18th.
Preliminary construction plans and designs were reviewed by staff after they were received March 23rd.
The Engineer’s Construction Cost Opinion submitted on March 23rd, 2010 was $88,000.
March 25th the detour route was selected.
The bid documents were completed on March 26th and ready to be advertised as scheduled to meet the April 15th bid date for the construction of sanitary sewer, road base and pavement for the Main Street Project.
The Engineer applied to DWD for a White Sheet determination and received the White Sheet on March 26, 2010.
The approval for Sanitary Sewer System Improvements were received from the DNR on March 26th.
The final set of plans were issued on March 29th to Department Heads.
WisDOT was again notified of the project status on April 1, 2010.
The Advertisement to Bid was in the Lake Mills Leader on April 1 and 8.
The bids were opened at 1:00 pm on April 15th and Sun Prairie Sand and Gravel, LLC was the apparent low bidder.
April 16th, the Engineer notified the City Manager and Sun Prairie Sand and Gravel, LLC that they recommended awarding the contract to Sun Prairie Sand and Gravel, LLC as the low qualified bidder for the project.
The Council awarded Contract 1-2010 at their April 20, 2010 meeting to Sun Prairie Sand and Gravel, LLC for $108.968.00.
On April 23rd, Sun Prairie Sand and Gravel, LLC was notified that the contract was awarded to their firm.
The contract was executed on May 25th.
The pre-con meeting was held on May 27th at the Municipal Building. Sun Prairie Sand and Gravel, LLC did not present a work schedule, but indicated that they plan to start on June 2nd and complete the project on June 18th.
WisDOT was notified for the third time on May 27th of the status of this project including the construction start date.
Sun Prairie Sand and Gravel, LLC started sanitary construction on June 2nd of 2010.
On June 16th, Sun Prairie Sand and Gravel, LLC requested and received an extension to June 22nd to completed the project. City staff was skeptical that Sun Prairie Sand and Gravel, LLC would have the project completed by June 22nd.
On June 21st, contaminated soil was discovered in the right of way near 217 N. Main Street. The area is near a PECFA site known as Lighthouse Marine.
On June 21st, Strand took soil samples from the trench to be sent to Test America for testing. Strand, Sun Prairie Sand and Gravel, LLC and staff worked on a plan to open the street for the parade and restarted construction on June 29th. The Notification of Hazardous Substance Discharge (Lighthouse Marine) was filled out and sent to the DNR.
On June 22nd, Strand made arrangements for temporary storage of hazardous materials, sent the city agent status forms, priced landfills, arranged for trucking to the landfill and prepared to start construction on the street June 30th.
On June 24th, Strand worked with the contractor to make repairs to the temporary pavements on Main Street.
On June 25th, the project received an official detour permit from WisDOT. The original contact indicated a permit should not be need, but eventually WisDOT determined a permit was need and notified the City to apply for the permit.
On June 28th, Strand received the contaminated soil test results. Strand also provided quotes from landfills and a schedule for trucking.
Staff completed the PECFA Form 6 Agent Assignment Certification for signature by the owner and city. The agent status allows the City to file for reimbursement of 95% of the contaminated soil costs from the PECFA fund.
On July 2nd, Sun Prairie Sand and Gravel, LLC completed the construction of sanitary sewer main on Main Street.
The 1st pay request was received on July 10th by the engineer and July 15th by the City for the amount of $92,960.37. The final pay request will come in the spring of 2011 after a freeze/thaw cycle and final pavement repairs.
The project has to date installed 1 sanitary manhole, 506 lf of twelve inch sanitary sewer, 107 lf of six inch sanitary sewer laterals, and related appurtenances and materials. The street improvements were 1337 sy of ¾” base course, 1450 sy of three inch base course, 726 sy of two inch asphalt binder and 726 sy of 1 ½” asphalt surface.
The agreement with Waste Management for disposal services was completed on July 13, 2010.
The owner of 217 N. Main Street on September 16th asked the City to pay for a new water service to the property in exchange for signing the PECFA Form 6 Agent Assignment Certification. The engineer prepared an estimate of cost for the water service and determined that because of contaminated soil the potential cost would be $9,600. The City offered to provide a set amount to the owner.
On October 1st, the contaminated soil hauling was offered to Krause Excavating because Sun Prairie Sand and Gravel, LLC wasn’t available.
Krause Excavating hauled the contaminated soil on October 6th to the Deer Track Waste Management site in Johnson Creek.
On October 8th a local plumber started his investigation into why the sanitary lateral at 127 N. Main Street was not draining.
On October 11th and 12th the WWTP staff became involved in the sanitary lateral investigation. It was suspected that Sun Prairie Sand and Gravel, LLC had failed to reconnect the lateral to 127 N. Main Street.
On October 11th, Sun Prairie Sand and Gravel, LLC was notified of the problem. They indicated they would not have a pipe crew available to fix the lateral for at least two weeks.
On October 13th, the city applied for and received a WisDOT detour permit on N. Main Street.
On October 14th, Krause Excavating repaired the lateral at 127 N. Main Street. The superintendent from Sun Prairie Sand and Gravel, LLC was on site when the sanitary lateral was exposed.
On December 2nd, the new owner of 217 N. Main Street signed the PECFA Form 6 Agent Assignment Certification and the engineer began preparing the PECFA reimbursement claim.
The project was substantially completed by July 2nd and the final payment will not be processed until the spring of 2011 as noted above. The Contractor has been paid $92,960.37 to date with the balance due at contract completion.
Thursday, January 6, 2011
Road Report
The reason the Council authorized LM Contract 5-2009 was to award the job to the lowest responsible bidder for the reconstruction of the sanitary sewer on CP and Prairie Avenues, and Owen Street. There were ten bids received at the July bid opening for the CP/Prairie/Owen Project. The Engineer reviewed the bids and recommended to the Manager that Council direct the Manager to sign the contract with Rawson Contractors, Inc. of Madison, WI.
Prior Council Action:
In May of 2001, the Council approved the Sanitary Sewer Report from Strand and Associates. The report recommended the CP/Prairie/Owen Project as a high priority because the ten inch sanitary sewer line had flows that were constantly at or over capacity.
In October of 2007, the engineer made recommendations for sanitary sewer projects and the CP/Prairie/Owen Project was recommended for 2009.
In January of 2009, the Council discussed the change in use of funds borrowed to purchase land for the Wastewater Treatment Plant at their December 16, 2008 meeting. The CP/Prairie/Owen Project was recommended by staff as a project that would provide significant benefits to the system. The City Council approved Motion 09-1-2-2 that used the $1.1 million in 2008 Sanitary Sewer Financing to construct the CP/Prairie/Owen Project.
On August 4, 2009, the City Council reviewed the proposed bids for the project and voted to approve awarding the bid for contract 5-2009 CP/Prairie/Owen Project to Rawson Contractors, Inc. for $636.264.00.
Summary:
This is approximately half of a larger project recommended in the 2001 Sanitary Sewer Study to provide relief to the existing 10-IN sewer from Main Street to Stony Road. The limits of this project would be from the west end of Prairie Avenue to the Wastewater Treatment Plant at Stony Road. A new 15-IN sewer was recommended to be installed to replace the existing 10-IN sewer which consistently is at or above capacity. The installation of a single 15-inch line was projected to provide enough design capacity to satisfy the estimated future needs of the sewer from Mulberry to Stony Road as calculated in the 2001 sanitary sewer study. The report’s estimated cost for replacing the existing 10-IN sewer from Mulberry to Stony Road is $586,000.
The City Wastewater Utility had borrowed $1.1 million in July of 2008 to purchase land for expansion of the Wastewater Treatment Plant. The purchase of land for plant expansion ended up on hold until 2014. The utility could not leave the funds unused for more than two years based on federal arbitrage requirements. The City Bond Attorney’s determined that the funds could be considered available for other uses in the Wastewater Utility. Staff recommended the city use the funds to complete several projects including the CP/Prairie/Owen Project.
In January of 2009, staff discussed the project with the Council and at their January 22nd meeting they approved using the funds for the CP/Prairie/Owen Project.
Staff immediately discussed and proposed a planning process and schedule for CP/Prairie/Owen Project with the Manager. The schedule was for the survey to be completed by May 1, preliminary design completed and Chapter 30 permit submitted by June 1, sanitary sewer permit submitted by July 1, advertise on July 16 and 23, open bids on July 30, award bids on August 3, start construction on August 17 and project completion on October 30th.
By May of 2010, information was being gathered on material prices, utility conditions, project scope, contracts and legal issues.
Based on information and discussion in June and July with the Public Works Board and Council, the project was changed to pulverize and overlay of Ferry Drive contingent on utility conditions.
By September off 2010, the decision was made to add lead water services, sanitary sewer and storm sewer work to the project. The project scope changed to add base and asphalt replacement on portions of the project.
The base geographic data for the project was collected by May and staff was starting to prepare designs, notify utilities and apply for permits.
Preliminary designs were completed and being reviewed by staff at the beginning of June.
The Corp of Engineers responded to the proposal on June 19th.
· The DWD prevailing wage rates were received on July 1, 2009.
· The DNR sanitary sewer permit was initially approved on July 2, 2009. The formal approval letter was not sent out until September 11, 2009 pending approval of the Chapter 30 permit.
· The DWD White Sheet was received on July 2nd.
· The DNR stormwater runoff permit was approved on July 6, 2009.
· The DNR chapter 30 permit was approved on August 3, 2009.
· This project was advertised for bids in the Lake Mills Leader on July 2nd and July 9th, 2009.
· Bids were opened on July 16th, 2009 at 1:00 PM at City Hall. The apparent low bidder was Rawson Contractors.
· On August 4th, 2009 the City Council awarded the project (base and alternative bids) to Rawson Contractors for their low total bid of $636,264.00.
· The contract received the final signature on August 17th.
· The City relocated a section of water main that was in conflict with the sanitary sewer.
· The preconstruction conference was held on August 25, 2009 at 10:30 AM at City Hall.
· Construction started on September 9th, 2009. Rawson Contractors had two pipe crews working under two different foreman to complete the base bid and alternative bid work simultaneously.
· On October 13th, 2009 one of Rawson’s pipe crews damaged the City-owned utility pole at the southeast corner of Owen Street and CP Avenue. Rawson Contractors has been invoiced a total of $1,470 by Lake Mills Water & Light for cost of repairs.
· On October 16th, 2009 one of Rawson’s pipe crews damaged a stop sign at Owen Street and CP Avenue. The cost to Rawson to repair this sign and support was $105.26.
· On October 21st, 2009 the City approved adding full-width asphalt pavement and base replacement on Prairie Avenue from Mulberry Street to the westerly dead end by Short Street. Additional cost was $23,493.83.
· On October 26th, 2009 one of the pipe crew foreman for Rawson was laid off. This left one pipe crew and one foreman to complete all remaining work on the project.
· On November 18th, 2009 the sanitary sewer installation was complete.
· On November 20th, 2009 Payne and Dolan paved binder and surface asphalt on Stony Road and Owen Street. Binder only was paved on Prairie Avenue.
· During the week of November 16th, 2009 the City and Rawson Contractors agreed to allow the asphalt surface paving to be moved to 2010.
· On January 6th, 2010 the WWTP Staff was notified by the property owner at 968 Mulberry Street that they had a sanitary sewer backup problem. A local plumber had tried to clean the line, but was unable to get the cleaning tool to pass completely through the lateral. A sewer line locating tool was used by another plumber to determine the route of the pipe leaving the building. This showed the lateral flowing towards Prairie Avenue to a location where Rawson Contractors did not install a sanitary lateral connection.
· On January 6th, 2010 Strand Associates notified Rawson Contractors of their missed sanitary lateral connection and inquired about their schedule to complete this connection. Rawson Contractors stated they were unable to have a crew come to the site for at least 2 weeks. Strand Associates notified City Staff of this, and then notified Rawson Contractors that the City could not wait this long to have this repaired, and they would be using Forest Landscaping and Construction to complete this repair. Strand Associates notified Rawson Contractors that the costs to do this repair work would need to be reimbursed to the City by Rawson or withheld from final payment under the construction contract.
· On January 9th, 2010 Forest Landscaping and Construction was on site connecting the sanitary sewer lateral at 968 Mulberry Street. The area was backfilled and restored with City-owned asphalt millings by January 12th, 2010.
· A water main break occurred on September 3rd, 2010 the same day the new surface asphalt was installed. The break occurred near the intersection of Prairie Avenue and Pope Street. Forest Landscaping and Construction was called in to fix the water main break.
· A sinkhole appeared on September 3rd, 2010 in the block of Prairie Avenue between Mulberry Street and Prospect Street.
· Between September 8th and 10th, 2010 the City Streets Department repaired the subbase and base areas at the water main break and sinkhole as well as installed a weeper pipe at the sinkhole location.
· On September 14th, 2010 Payne and Dolan completed the surface paving on Prairie Avenue.
· On November 19th, 2010 the punch list items were completed by Rawson Contractors and the subcontractors.
· Rawson Contractors are currently working on a pay request to cover the asphalt paving work that was completed in 2010.
The final sanitary sewer project installed 4 – five foot manholes, 14 – four foot manholes, 813 lf of eighteen inch sanitary sewer, 3164 lf of fifteen inch sanitary sewer, 142 lf of eight inch sanitary sewer, 502 lf of six inch sanitary sewer, and related appurtenances and materials. The street improvements were 8530 sy of ¾” base course, 6030 sy of three inch base course, 8530 sy of two inch asphalt binder, 3200 sy of two inch asphalt surface, 5330 sy of one and a half inch asphalt surface, 233 lf of thirty inch curb and gutter, and 320 sf of asphalt driveway.
The project was not completed in a timely matter and this project has not received a final pay request from the Contractor.
Prior Council Action:
In May of 2001, the Council approved the Sanitary Sewer Report from Strand and Associates. The report recommended the CP/Prairie/Owen Project as a high priority because the ten inch sanitary sewer line had flows that were constantly at or over capacity.
In October of 2007, the engineer made recommendations for sanitary sewer projects and the CP/Prairie/Owen Project was recommended for 2009.
In January of 2009, the Council discussed the change in use of funds borrowed to purchase land for the Wastewater Treatment Plant at their December 16, 2008 meeting. The CP/Prairie/Owen Project was recommended by staff as a project that would provide significant benefits to the system. The City Council approved Motion 09-1-2-2 that used the $1.1 million in 2008 Sanitary Sewer Financing to construct the CP/Prairie/Owen Project.
On August 4, 2009, the City Council reviewed the proposed bids for the project and voted to approve awarding the bid for contract 5-2009 CP/Prairie/Owen Project to Rawson Contractors, Inc. for $636.264.00.
Summary:
This is approximately half of a larger project recommended in the 2001 Sanitary Sewer Study to provide relief to the existing 10-IN sewer from Main Street to Stony Road. The limits of this project would be from the west end of Prairie Avenue to the Wastewater Treatment Plant at Stony Road. A new 15-IN sewer was recommended to be installed to replace the existing 10-IN sewer which consistently is at or above capacity. The installation of a single 15-inch line was projected to provide enough design capacity to satisfy the estimated future needs of the sewer from Mulberry to Stony Road as calculated in the 2001 sanitary sewer study. The report’s estimated cost for replacing the existing 10-IN sewer from Mulberry to Stony Road is $586,000.
The City Wastewater Utility had borrowed $1.1 million in July of 2008 to purchase land for expansion of the Wastewater Treatment Plant. The purchase of land for plant expansion ended up on hold until 2014. The utility could not leave the funds unused for more than two years based on federal arbitrage requirements. The City Bond Attorney’s determined that the funds could be considered available for other uses in the Wastewater Utility. Staff recommended the city use the funds to complete several projects including the CP/Prairie/Owen Project.
In January of 2009, staff discussed the project with the Council and at their January 22nd meeting they approved using the funds for the CP/Prairie/Owen Project.
Staff immediately discussed and proposed a planning process and schedule for CP/Prairie/Owen Project with the Manager. The schedule was for the survey to be completed by May 1, preliminary design completed and Chapter 30 permit submitted by June 1, sanitary sewer permit submitted by July 1, advertise on July 16 and 23, open bids on July 30, award bids on August 3, start construction on August 17 and project completion on October 30th.
By May of 2010, information was being gathered on material prices, utility conditions, project scope, contracts and legal issues.
Based on information and discussion in June and July with the Public Works Board and Council, the project was changed to pulverize and overlay of Ferry Drive contingent on utility conditions.
By September off 2010, the decision was made to add lead water services, sanitary sewer and storm sewer work to the project. The project scope changed to add base and asphalt replacement on portions of the project.
The base geographic data for the project was collected by May and staff was starting to prepare designs, notify utilities and apply for permits.
Preliminary designs were completed and being reviewed by staff at the beginning of June.
The Corp of Engineers responded to the proposal on June 19th.
· The DWD prevailing wage rates were received on July 1, 2009.
· The DNR sanitary sewer permit was initially approved on July 2, 2009. The formal approval letter was not sent out until September 11, 2009 pending approval of the Chapter 30 permit.
· The DWD White Sheet was received on July 2nd.
· The DNR stormwater runoff permit was approved on July 6, 2009.
· The DNR chapter 30 permit was approved on August 3, 2009.
· This project was advertised for bids in the Lake Mills Leader on July 2nd and July 9th, 2009.
· Bids were opened on July 16th, 2009 at 1:00 PM at City Hall. The apparent low bidder was Rawson Contractors.
· On August 4th, 2009 the City Council awarded the project (base and alternative bids) to Rawson Contractors for their low total bid of $636,264.00.
· The contract received the final signature on August 17th.
· The City relocated a section of water main that was in conflict with the sanitary sewer.
· The preconstruction conference was held on August 25, 2009 at 10:30 AM at City Hall.
· Construction started on September 9th, 2009. Rawson Contractors had two pipe crews working under two different foreman to complete the base bid and alternative bid work simultaneously.
· On October 13th, 2009 one of Rawson’s pipe crews damaged the City-owned utility pole at the southeast corner of Owen Street and CP Avenue. Rawson Contractors has been invoiced a total of $1,470 by Lake Mills Water & Light for cost of repairs.
· On October 16th, 2009 one of Rawson’s pipe crews damaged a stop sign at Owen Street and CP Avenue. The cost to Rawson to repair this sign and support was $105.26.
· On October 21st, 2009 the City approved adding full-width asphalt pavement and base replacement on Prairie Avenue from Mulberry Street to the westerly dead end by Short Street. Additional cost was $23,493.83.
· On October 26th, 2009 one of the pipe crew foreman for Rawson was laid off. This left one pipe crew and one foreman to complete all remaining work on the project.
· On November 18th, 2009 the sanitary sewer installation was complete.
· On November 20th, 2009 Payne and Dolan paved binder and surface asphalt on Stony Road and Owen Street. Binder only was paved on Prairie Avenue.
· During the week of November 16th, 2009 the City and Rawson Contractors agreed to allow the asphalt surface paving to be moved to 2010.
· On January 6th, 2010 the WWTP Staff was notified by the property owner at 968 Mulberry Street that they had a sanitary sewer backup problem. A local plumber had tried to clean the line, but was unable to get the cleaning tool to pass completely through the lateral. A sewer line locating tool was used by another plumber to determine the route of the pipe leaving the building. This showed the lateral flowing towards Prairie Avenue to a location where Rawson Contractors did not install a sanitary lateral connection.
· On January 6th, 2010 Strand Associates notified Rawson Contractors of their missed sanitary lateral connection and inquired about their schedule to complete this connection. Rawson Contractors stated they were unable to have a crew come to the site for at least 2 weeks. Strand Associates notified City Staff of this, and then notified Rawson Contractors that the City could not wait this long to have this repaired, and they would be using Forest Landscaping and Construction to complete this repair. Strand Associates notified Rawson Contractors that the costs to do this repair work would need to be reimbursed to the City by Rawson or withheld from final payment under the construction contract.
· On January 9th, 2010 Forest Landscaping and Construction was on site connecting the sanitary sewer lateral at 968 Mulberry Street. The area was backfilled and restored with City-owned asphalt millings by January 12th, 2010.
· A water main break occurred on September 3rd, 2010 the same day the new surface asphalt was installed. The break occurred near the intersection of Prairie Avenue and Pope Street. Forest Landscaping and Construction was called in to fix the water main break.
· A sinkhole appeared on September 3rd, 2010 in the block of Prairie Avenue between Mulberry Street and Prospect Street.
· Between September 8th and 10th, 2010 the City Streets Department repaired the subbase and base areas at the water main break and sinkhole as well as installed a weeper pipe at the sinkhole location.
· On September 14th, 2010 Payne and Dolan completed the surface paving on Prairie Avenue.
· On November 19th, 2010 the punch list items were completed by Rawson Contractors and the subcontractors.
· Rawson Contractors are currently working on a pay request to cover the asphalt paving work that was completed in 2010.
The final sanitary sewer project installed 4 – five foot manholes, 14 – four foot manholes, 813 lf of eighteen inch sanitary sewer, 3164 lf of fifteen inch sanitary sewer, 142 lf of eight inch sanitary sewer, 502 lf of six inch sanitary sewer, and related appurtenances and materials. The street improvements were 8530 sy of ¾” base course, 6030 sy of three inch base course, 8530 sy of two inch asphalt binder, 3200 sy of two inch asphalt surface, 5330 sy of one and a half inch asphalt surface, 233 lf of thirty inch curb and gutter, and 320 sf of asphalt driveway.
The project was not completed in a timely matter and this project has not received a final pay request from the Contractor.
Subscribe to:
Posts (Atom)