HomeMy WebLinkAbout05. 22-183MAY 10, 2022 22-183 RESOLUTION
(CARRIED___6-0_____LOST________LAID OVER________WITHDRAWN________)
PURPOSE: APPROVE CIP AMENDMENT AND APPROVE
STATE/MUNICIPAL FINANCIAL AGREEMENT WITH THE
WISCONSIN DEPARTMENT OF TRANSPORTATION FOR THE
RECONSTRUCTION OF SOUTH MAIN STREET FROM THE
MAIN STREET BRIDGE TO 16TH AVENUE
INITIATED BY: DEPARTMENT OF PUBLIC WORKS
WHEREAS, the City of Oshkosh has requested the Wisconsin Department of
Transportation to program for pavement replacement on South Main Street (USH 45),
from 16th Avenue to Fox River; and
WHEREAS, this entire section of South Main Street is considered a “Connecting
Highway”; and
WHEREAS, in conjunction with the pavement replacement, existing City-owned
utilities (sanitary sewer, water main, and storm sewer), sidewalks, traffic signals, and
street lighting will be replaced; and
WHEREAS, this pavement replacement project has been programmed for 2030;
and
WHEREAS, the State of Wisconsin funds roadway projects through a variety of
sub-programs within the Statewide Transportation Improvement Program (STIP);
WHEREAS, the South Main Street pavement replacement project will be funded
through the Highway Improvement Program (State 3R), which is a subprogram of the
State Highway Rehabilitation (SHR) Subprogram; and
WHEREAS, the construction of the South Main Street Project and the
Jackson/Oregon Street Bridge Project cannot coincide in order to facilitate the safe
passage of traffic north and south across the Fox River, and facilitate USH 45 movements
through the City; and
MAY 10, 2022 22-183 RESOLUTION
CONT’D
WHEREAS, the Common Council has adopted the 2022 Capital Improvements
Budget (CIP), which is on file in the Office of the City Clerk and available for public
inspection; and
WHEREAS, it is necessary to amend the 2022 CIP Budget to transfer funds to fund
the preliminary engineering portion of this Project.
NOW, THEREFORE, BE IT RESOLVED, by the Common Council of the City of
Oshkosh that the 2022 Capital Improvements Budget, on file in the City Clerk’s Office, is
hereby amended as follows:
To transfer $150,000 from Account No. 03210410-6801-04005 (Contract
Control-Paving-20-05 Oregon Street Reconstruction) to Account No.
03210410-6801-04301 (Contract Control-Paving-30-01 S Main Street
Reconstruction).
BE IT FURTHER RESOLVED by the Common Council of the City of Oshkosh that
the State/Municipal Financial Agreement between the City of Oshkosh and the Wisconsin
Department of Transportation outlining the responsibilities for the City and the State of
Wisconsin as they relate to the cost sharing of the resurfacing project for South Main
Street under the Statewide Transportation Improvement Program which will be funded
through the Highway Improvement Program (State 3R) is hereby approved. The proper
City officials are hereby authorized to execute and deliver the agreement in substantially
the same form as attached hereto, any changes in the execution copy being deemed
approved by their respective signatures, and said City officials are authorized and
directed to take those steps necessary to implement the terms and conditions of the
Agreement.
Money for this purpose is hereby appropriated from:
Acct. No. 03210410-6801-04301 Contract Control-Paving-30-01 S Main Street
Reconstruction
1 ID 4110-34-00 – NE Region
Original
STATE/MUNICIPAL FINANCIAL
AGREEMENT FOR A STATE- LET
HIGHWAY PROJECT
Date: March 9, 2022
I.D.: 4110-34-00/71
Road Name: US Highway 45
Title: Main Street, City of Oshkosh
Limits: 16th Ave – Fox River
County: Winnebago County
Roadway Length: 0.6 miles
The signatory city of Oshkosh, hereinafter called the Municipality, through its undersigned duly authorized officers
or officials, hereby requests the State of Wisconsin Department of Transportation, hereinafter called the State, to
initiate and affect the highway or street improvement hereinafter described.
The authority for the Municipality to enter into this agreement with the State is provided by Section 86.25(1), (2),
and (3) of the Statutes.
NEEDS AND ESTIMATE SUMMARY:
Existing Facility - Describe and give reason for request: The existing facility is a connecting highway.
S Main Street, between South Park Road to 8th Avenue is an urban, 3-lane non-divided section with parking lanes,
curb and gutter and sidewalk located on both sides.
S Main Street, between 16th Avenue to South Park Road and 8th Avenue to the Fox River Bridge, is an urban, 4-lane
non-divided section with curb and gutter and sidewalk located on both sides.
Proposed improvement was identified within the 2020 Pavement Management Decision Support System (PMDSS).
Proposed Improvement - Nature of work: It is anticipated the proposed improvement project will consist of a
pavement replacement improvement.
The project will begin at the southern radius points of the 16th Avenue intersection and will extend to the southern
approach slab of the Fox River Bridge structure.
The pavement and project details will be further defined as this project continues through the scoping process.
Describe non-participating work included in the project and other work necessary to finish the project
completely which will be undertaken independently by the municipality: It is anticipated the existing water and
sanitary sewer will be replaced prior to or in conjunction with the pavement replacement project. Any work involving
existing underground vaults.
2 ID 4110-34-00 – NE Region
TABLE 1: SUMMARY OF COSTS
Total Federal/State Municipal
Phase Est. Cost Funds % Funds %
1Preliminary Engineering:
4110-34-00 Plan
Development
$ 450,000 $ 337,500 75% $ 112,500 25%
Real Estate Acquisition:
Acquisition TBD $ - $ - $ -
1Construction:
Participating: 4110-34-71
Category 0010 – Roadway $ 2,300,000 $ 2,300,000 100% $ - 0%
Non-
Participating:
TBD $ - $ - 0% $ - 100%
Total Cost Distribution $ 2,750,000 $ 2,637,500 $ 112,500
1. Costs shown are estimates only and will be updated throughout design.
Construction estimates are for driving lanes only and include 15%
construction engineering.
This request shall constitute agreement between the Municipality and the State; is subject to the terms and
conditions that follow (pages 3-4); is made by the undersigned under proper authority to make such request for
the designated Municipality, upon signature by the State, and delivery to the Municipality. The initiation and
accomplishment of the improvement will be subject to the applicable federal and state regulations. No term or
provision of neither the State/Municipal Financial Agreement nor any of its attachments may be changed, waived
or terminated orally but only by an instrument in writing executed by both parties to the State/Municipal Financial
Agreement.
Signed for and in behalf of the city of Oshkosh (please sign in blue ink)
Name (print) Title
Signature Date
Signed for and in behalf of the State (please sign in blue ink)
Name Title
Signature Date
3 ID 4110-34-00 – NE Region
TERMS AND CONDITIONS:
1. The Municipality shall pay to the State all costs incurred by the State in connection with the improvement which
exceeds federal/state financing commitments or are ineligible for federal/state financing. Local participation
shall be limited to the items and percentages set forth in the Summary of Costs table, which shows Municipal
funding participation. In order to guarantee the Municipality’s foregoing agreements to pay the State, the
Municipality, through its above duly authorized officers or officials, agrees and authorizes the State to set off
and withhold the required reimbursement amount as determined by the State from General Transportation
Aids or any moneys otherwise due and payable by the State to the Municipality.
2. Funding of each project phase is subject to inclusion in an approved program and per the State’s Facility
Development Manual (FDM) standards. Federal aid and/or state transportation fund financing will be limited
to participation in the costs of the following items as specified in the Summary of Costs:
(a) Design engineering and state review services.
(b) Real Estate necessitated for the improvement.
(c) Compensable utility adjustment and railroad force work necessitated for the project.
(d) The grading, base, pavement, curb and gutter, and structure costs to State standards, excluding the cost of
parking areas.
(e) Storm sewer mains, culverts, laterals, manholes, inlets, catch basins, and connections for surface water
drainage of the improvement; including replacement and/or adjustments of existing storm sewer manhole
covers and inlet grates as needed.
(f) Construction engineering incidental to inspection and supervision of actual construction work, except for
inspection, staking, and testing of sanitary sewer and water main.
(g) Signing and pavement marking necessitated for the safe and efficient flow of traffic, including detour routes.
(h) Replacement of existing sidewalks necessitated by construction and construction of new sidewalk at the
time of construction. Sidewalk is considered to be new if it’s constructed in a location where it has not
existed before.
(i) Replacement of existing driveways, in kind, necessitated by the project.
(j) New installations or alteration resulting from roadway construction of standard State street lighting and
traffic signals or devices. Alteration may include salvaging and replacement of existing components.
3. Work necessary to complete the improvement to be financed entirely by the Municipality or other utility or
facility owner includes the following items:
(a) New installations of or alteration of sanitary sewers and connections, water, gas, electric, telephone,
telegraph, fire or police alarm facilities, parking meters, and similar utilities.
(b) New installation or alteration of signs not necessary for the safe and efficient flow of traffic.
(c) Roadway and bridge width in excess of standards.
(d) Construction inspection, staking, and material testing and acceptance for construction of sanitary
sewer and water main.
(e) Provide complete plans, specifications, and estimates for sanitary sewer and water main work. The
Municipality assumes full responsibility for the design, installation, inspection, testing, and operation of
the sanitary sewer and water system. This relieves the State and all of its employees from the liability for
all suits, actions, or claims resulting from the sanitary sewer and water system construction.
4 ID 4110-34-00 – NE Region
(f) Parking lane costs.
(g) Coordinate, clean up, and fund any hazardous materials encountered during construction. All
hazardous material cleanup work shall be performed in accordance to state and federal regulations.
(h) Damages to abutting property due to change in street or sidewalk widths, grades, or drainage.
(i) Conditioning, if required, and maintenance of detour routes.
(j) Repair of damages to roads or streets caused by reason of their use in hauling materials incidental to
the improvement.
4. As the work progresses, the Municipality will be billed for work completed which is not chargeable to
federal/state funds. Upon completion of the project, a final audit will be made to determine the final division of
costs.
5. If the Municipality should withdraw the project, it shall reimburse the State for any costs incurred by the State
in behalf of the project.
6. The work will be administered by the State and may include items not eligible for federal/state participation.
7. The Municipality shall assume general responsibility for all public information and public relations for the
project and to make a fitting announcement to the press and such outlets as would generally alert the affected
property owners and the community of the nature, extent, and timing of the project and arrangements for
handling traffic within and around the projects.
8. Basis for local participation:
(a) The Municipality will be responsible for 25% of the design for the anticipated pavement replacement
improvement project. The design amount shown on the table above will be further defined as this project
continues through the scoping and design process.
(b) Non-participating construction costs and cost share will be further defined as this project continues through
the scoping design process. Any additional work per the request of the Municipality will be funded by the
Municipality. This may include the removal of underground vaults located within or adjacent to the right
of way, if encountered.
Comments and Clarification: This agreement is an active agreement that may need to be amended as the project
is designed. It is understood that these amendments may be needed as some issues have not been fully evaluated
or resolved. The purpose of this agreement is to specify the local and state involvement in funding the project.
A signed agreement is required before the State will prepare or participate in the preparation of detailed designs,
acquire right-of-way, or participate in construction of a project that merits local involvement.