Loading...
HomeMy WebLinkAbout06. 22-184MAY 10, 2022 22-184 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 RESURFACING OF JACKSON STREET FROM MURDOCK AVENUE TO I-41 INITIATED BY: DEPARTMENT OF PUBLIC WORKS WHEREAS, WDOT has determined that Jackson Street, from Murdock Avenue to I-41, is due for a pavement resurfacing project; and WHEREAS, Jackson Street from Murdock Avenue to Bacon Avenue is considered a “Connecting Highway”; and WHEREAS, WDOT has programmed this project for construction in 2028; and WHEREAS, the State of Wisconsin funds roadway projects through a variety of sub-programs within the Statewide Transportation Improvement Program; and WHEREAS, the Jackson Street resurfacing 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 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 cost sharing expenses on the “Connecting Highway” portion of the project. MAY 10, 2022 22-184 RESOLUTION CONT’D 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 $10,000 from Account No. 03210410-6801-04004 (Contract Control-Paving-20-04 Snell Road Reconstruction) to Account No. 03210410- 6801-04801 (Contract Control-Paving-28-01 Jackson Street Resurfacing). 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 Jackson 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. 03210410-6801-04801 Contract Control - Paving – 28-01 Jackson Street Resurfacing 1 ID 6430-21-00 – NE Region Original STATE/MUNICIPAL FINANCIAL AGREEMENT FOR A STATE- LET HIGHWAY PROJECT Date: March 9, 2022 I.D.: 6430-21-00/71 Road Name: State Highway 76 Title: Oshkosh - Greenville Limits: Murdock Avenue – IH 41 (Connecting Highway limits Murdock Ave – Smith Ave) County: Winnebago County Roadway Length: 0.3 miles connecting highway; 3.51 miles of non-connecting highway 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 from Murdock Avenue to Smith Avenue and a state non-connecting highway from Smith Avenue to Interstate Highway 41. Jackson Street, between Murdock Avenue and Smith Avenue is an urban, 4-lane divided (mostly) section with curb and gutter and sidewalk located on both sides. Jackson Street, north of Smith Avenue, is an urban section, 4-lane undivided (includes a two way left turn lane) with curb and gutter on both sides. Sidewalk is located on both sides, ending on the north side of the Bacon Avenue intersection. The 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 resurface level improvement. The connecting highway portion of the project will begin at the joint (changing from concrete to asphalt) located north of the Murdock Avenue intersection and will extend to the northern radius point of the Smith Avenue intersection. 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: The Municipality will be responsible for any sanitary manhole or water valve adjustments. 2 ID 6430-21-00 – NE Region TABLE 1: SUMMARY OF COSTS Total Federal/State Municipal Phase Est. Cost Funds % Funds % 1Preliminary Engineering: 4110-34-00 Plan Development $ 300,000 $ 294,000 98% $ 6,000 2% Real Estate Acquisition: Acquisition TBD $ - $ - $ - 1Construction: Participating: 4110-34-71 Category 0010 – Roadway $ 5,016,000 $ 5,016,000 100% $ - 0% Non- Participating: TBD $ - $ - 0% $ - 100% Total Cost Distribution $ 5,316,000 $ 5,310,000 $ 6,000 1. Costs shown are estimates only and will be updated throughout design. Construction estimates are for driving lanes only and include 10% 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 6430-21-00 – 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 6430-21-00 – 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 resurface level improvement project for the connecting highway portion of the project. The design amount shown on the table above will be further defined as this project continues through the scoping and design process. a. The overall project length is 3.81 miles, and the connecting highway portion is approximately 0.3 miles, or approximately 8% of the total length of the project; 25% of the 8% is 2%, as shown in the table above. (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. 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. This Original State/Municipal Financial Agreement (SMFA) is for the design of the connecting highway portion of the project. As the project goes through the scoping and design phases, the SMFA will be revised and will include any additional cost share items identified for both the connecting highway portion and the non- connecting highway portion of the project, which may require a State/Municipal Maintenance Agreement (SMMA).