Loading...
HomeMy WebLinkAbout04-228.doc JULY 13,2004 04-228 RESOLUTION (CARRIED 7-0 LOST LAID OVER WITHDRAWN PURPOSE: APPROVE REVISED AGREEMENT WITH DEPARTMENT OF TRANSPORTATION I WISCONSIN STREET BRIDGE INITIATED BY: PUBLIC WORKS DEPARTMENT BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached Revised Agreement with Wisconsin Department of Transportation for Wisconsin Street Bridge is hereby approved and 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. BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated from: Acct. No. 315-0410-7480-00000 - Street Improvement Fund Expenditures REVISED STATE !MTTNTC'.TPAT, AGREEMENT FORA IDGHW A Y IMPROVEMENT PROJECT DATE: J.D.: IDGHWAY: LIMITS: COUNTY: May 26, 2004 6110-15-21,71 STH 44 LENGTH: N/A Wisconsin Street Bridge Winnebago ~E~0(j",1"4~~. 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 effect 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 Wisconsin Street Bridge is a Ziane bridge that is reaching its useful life. The structure is becoming structurally deficient and in need of repair. Proposed Improvement (nature of work): The proposed improvement includes replacing the existing bridge with a new 4 lane bridge. Describe non-participating work included in the project contract.: Multi-use path and sealing concrete joints Describe other work necessary to fmisb the project completely which will be undertaken independently by the Municipality: Purchasing Real Estate and temporary interests needed for the project. PHASE ESTIMATED COST Total Federal! State Municipal Estimated Cost Funds % Funds % Real Estate Acquisition: Acquisition 29,400 0 0% 29,400 100% State Review and Proratable 5,000 0 0% 5000. 100% Construction (Participating): Category 010 - Roadway Costs 1,870,000 1,402,500 75% 467,500 25% Category 020 - New Lighting 71,600 35,800 50% 35,800 50% Category 030 - New Bridge 16,500,000 15,773,475 100% 426,525 LS. CSD - Type 2 Enhancement 300,000 LS. 0 0% Category 040 - Plantingsffree 50,000 40,000 80% 10,000 20% Category 050- Decorative 80,000 15,000 LS. 65,000 100% Lighting Category 060 - Colored 56,000 16,500 LS. 39,500 100% Sidewalk Non-Category Concrete (-8,763) Credit 8,763 LS. Pavement City Preference SUBTOTAL: 18,662,000 17,579,512 1,082,488 Construction (Non-Participating) Category 070 - Multi-Use Path 20,000 0 0% 20,000 100% Category 080 - Sealing Concrete 20,000 0 0% 20,000 100% Joints TOTAL COST DISTRIBUTION: 18,702,000 17,574,512 1,127,488 This request is subject to the tenus and conditions that follow and is made by the undersigned under proper authority to make such a request for the designated Municipality and upon acceptance by the State shall constitute agreement between the Municipality and the State. Signed for and in behalf of City of Oshkosh Municipality (See Attachment 2A) Name Title Date TERMS AND CONDITIONS: 1. The initiation and accomplishment of the improvement will be subject to the applicable Federal and State regulations. 2. The Municipality will pay to the State all costs incurred by the State in connection with the improvement which exceed FederallState financing commitments or are ineligible for FederallState financing. 3. Funding of each project phase (preliminary engineering, real estate, construction, and other) is subject to inclusion in an approved program. Federal aid and/or State transportation fund fmancing will be limited to participation in the costs of the following items as specified in the estimate summary: a) The grading, base, pavement, and curb and gutter. b) Catch basins and inlets for surface water drainage of the improvement with connections. to the stonn sewer main. c) Construction engineering incidental to inspection and supervision of actual construction work. d) Signing and pavement marking including detour routes. e) Stonn Sewer mains necessary for the surface water drainage. f) Construction or replacement of sidewalks and surfacing of private driveways. g) New installations of or alteration of street lighting and traffic signals or devices. 4. 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, fIfe or police alarm facilities, parking meters, and similar utilities. b). Conditioning, if required, and maintenance of detour routes. c) Repair damages to roads or streets cause by reason of their use in hauling materials incidental to the improvement. 2 Signed for and in behalf of the City of Oshkosh Richard A. Wollangk, City Manager Pamela R. Uhrig, City Clerk WarrenP. Kraft, City Attomey Edward A. Nokes, City Comptroller I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. 2A 5. 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 fmal audit will be made to determine the final division of costs. 6. If the Municipality should withdraw the project, it will reimburse the State for any costs incurred by the State in behalf of the project. 7. The work will be administered by the State and may include items not eligible for Federal ! State participation. 8. The Municipality will at its own cost and expense: a) Maintain all portions of the project that lie within its jurisdiction for such maintenance through statutory requirements in a manner satisfactory to the State and will make ample provision for such maintenance each year. b) Regulate or prohibit all parking at locations where and when the pavement area usually occupied by parking vehicles will be needed to carry active traffic in the street. c) Maintain and remove snow on sidewalks across the new bridge. d) Maintain lighting on roadway, bridge, & multi-use path. 9. Basis for Local Participation: Real Estate Acquisition is 100% responsible by the City of Oshkosh. Category 010 - City of Oshkosh is responsible for 25% of the roadway costs per WisDOT policy for Cost Share of capacity expansion project with local traffic on the project. Category 020 - City of Oshkosh is responsible for 50% street lighting costs per WisDOT policy. Category 030 - The City is responsible for 25% of cost difference between replacing a 2-1ane bridge versus a 4-1ane bridge. The cost of a plain 2-1ane bridge is estimated $10,935,000. The estimated cost of the plain 4-1ane bridge is $12,486,000. 25%($1,551,000)=$387,750 LS. = 10% for Engineering & Contingency = $426,525 LS City has requested Amenities for bridge. Project is Level B CSD project with $300,000 Cap. Amenities requested by City: . Bump outs / Lookouts overlooking River . Decorative lighting bridge Tender House . Decorative lighting bridge profile for River view These amenities are estimated to be $300,000 and fully utilize the $300,000 CSD - Type 2 Enhancement. Federal/State Balance is remaining balance of category 030. Category Estimate is $16,500,000 minus the City share of $426,525 and minus the CSD - Type 2 Enhancement $300,000 = $15,773,475. 3 ,Category 040 - Per WisDOT policy, plantings/trees is 80% eligible for state/federal funding. Category 050 - Based on WisDOT policy, the City is 100% responsible for decorative lighting above the standard lighting which WisDOT participate in. WisDOT will participate first $15,000 dollars of the category and City will be responsible for balance. $15,000 is estimate of the WisDOT's share for 50% share of basic standard lighting. Category 060 - The City is 100% responsible for the cost of colored sidewalk above the cost of standard sidewalk. WisDOT will participate the first $16,500 of the category and the City is 100% responsible for the balance of the category. Non-Category Concrete Pavement City Preference The City is responsible for difference in life cycle costs of choosing concrete pavement versus asphalt pavement. Concrete pavement is $26,865 more expensive based on total life cycle costs. Since the City is responsible for 25% of roadway costs already regardless of pavement choice, City will be billed $8,763 LS. for concrete pavement. From pavement design report, initial cost difference between asphalt & concrete is $72,409.16. 25%($72,409.16)=$18,102.29. $26,865-$18,102=$8,763. Category 070':'" The City is 100% responsible for this work on the multi-use path. Category 080 - The City is 100% re$ponsible for work to seal the concrete joints. Multi-use Pathsffrails (sidewalks in excess of six feet) on Structures - In accordance with Section 5.4.5 of the State's Local Cost Sharing Policy, Chapter 09-03-02 of the Program Management Manual, both marked and non-marked bicycle accommodations are eligible for state participation. Also, according to the Facilities Development Manual (FDM) Procedure 11-45-10, "The Department's policy is to provide safe, convenient and adequate bicycle facilities that will encourage bicycle riding when such facilities are warr¡mted in accordance with the following criteria: 1. The highway or street is on an officially designated bike plan Q!: 2. The two-way bicycle traffic volume is or is expected to be 25 ADT or more during the peak three months of the bicycling season where the current annual traffic volume on the highway or street exceeds 1000 ADT." In accordance with the cost sharing policy and guidelines in the FDM, the District's standard width for a multi-use path/trail is ten (10) feet. The Department will participate in the cost of the construction of the multi-use/path at the same ratio as the rest of the structure. The cost of construction of any width in excess of ten (10) feet will be 100% the responsibility of the Municipality. The Municipality is responsible for all maintenance on the mnlti-use path/trail, which would include painting, joint repair, rail repair or replacement, crack sealing, spalling or pothole repair, snow and ice removal, sweeping and maintaining the lighting system. The Municipality shall also enact ordinances, which do not prohibit bicyclists from using the sidewalk on the structure since it is being constructed with sufficient width to be used as a multi-use path/trail. Wisconsin Street across the Fox River Bridge is on the City of Oshkosh's official bicycle plan and the WIOUW ASH trail connects to Wisconsin Street underneath the Fox River Structure. In accordance with the Department's policies and guidelines, a multi-use path/trail will be constructed on the structure to promote multi-modal transportation mobility across the Fox River. 4