HomeMy WebLinkAbout05-291.doc
SEPTEMBER 27, 2005
05-291
RESOLUTION
(CARRIED 6-0
LOST
LAID OVER
WITHDRAWN
PURPOSE:
APPROVE AGREEMENT I WISCONSIN DEPARTMENT OF
TRANSPORTATION I W. NEW YORK AVENUE
INITIATED BY:
PUBLIC WORKS DEPARTMENT
BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached
Agreement with Wisconsin Department of Transportation for reconstruction W. New York
Avenue to a 2-lane facility including new concrete sidewalk and storm sewer 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. 315-0410-6401-00000 - Street Improvement Fund
STATE / MUNICIPAL AGREEMENT
FORA
HIGHWAY IMPROVEMENT PROJECT
DATE:
I.D.:
HIGHW A
LIMITS:
COUNTY:
July 26, 2005
4994-01-12 Design/4994-01-13 Construction
W. New York Ave. LENGTH 0.615 mi.
Algoma St. - JacksQn St.
Winnebago
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 Transp°rt:ation, 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 2-lane, two-way, asphalt Connector roadway is checked,
cracking, and in need of repair. Numerous utility patches are scattered throughout. The curb pan is paved with asphalt and as a result
limits surface drainage capacity. The curb & gutter is heaved as is the sidewalk. Both are in need of replacement. The roadway was last
surfaced with asphalt in 1981.
Proposed Improvement (nature of work): Reconstruct W. New York Avenue under the STP-Urban Program to a 2-lane facility
including new concrete sidewalk and storm sewer.
Describe non-participating work included in the project contract: Sanitary sewer manhole and water valve adjustments.
Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality:
Negotiation and acquisition for any real estate for the project, if required.
PHASE ESTlMA TED COST
Total Federal/State Municipal
Estimated Cost Funds % Funds %
Preliminary Engineering: 4994-01-12
State Review and Proratable $14,000 $0 0 $14,000 100
Real Estate Acquisition:
Acquisition ? 100
Constr. (Participating): 4994-01-13
Roadway Items (010) $800,000 **$523,756 80 $276,244 20
SUBTOTAL: $814,000 $523,756 $290,244
Construction (Non-Participating): $2,500 0 0 $2,500 100
TOTAL COST DISTRIBUTION: $816,500 $523,756 $292,744
** Construction STP - Urban funds for this project are capped. The Federal Government will contribute 80% of
the project construction cost for participating items up to a maximum amount of $523,756. The City of Oshkosh
is responsible for 20% of the participating costs up to the federal maximum of $523,756 and 100% of the costs
exceeding the federal cap.
This request is subject to the tenns 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 the City of Oshkosh:
City Manager
Date
City Clerk
Date
City Attorney
Date
City Comptroller
Date
Date
2
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 Federal/State financing commitments or are ineligible for Federal/State 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 financing 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 storm
sewer mam.
c) Construction engineering incidental to inspection and supervision of actual construction work.
d) Signing and pavement marking including detour routes.
e) Storm sewer mains necessary for the surface water drainage.
f) New continuous street lighting, if installed at the time of project construction, excluding ornamental
lighting.
g) Construction or replacement of sidewalks and surfacing of private driveway.
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) Damages to abutting property due to change in street or sidewalk widths, grades, or drainage.
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.
d) Bridge width in excess of standards.
e) Preliminary engineering and State review services.
f) 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.
5. As the work progresses, the Municipality will be billed for work completed which is not chargeable to
Federal I State funds. Upon completion of the project, a final audit will be made to determine the final
division of costs. .
3
6. It'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 I 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) Prohibit angle parking.
c) 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.
d) Assume general responsibility for all public information and public relations for the project and to make
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 project. .
e) Provide complete plans, specifications, relocation order, real estate plat, and estimates.
f) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has' equal or more
restrictive controls.
9. Basis for Local Participation:
Project ill 4994.:01-12: This ill is for State Review & Proratable charges for processing and advertising
the W. New York Avenue project for letting. The estimated cost of the work is $14,000 and will be
funded 100% by the City of Oshkosh.
Project ill 4994-01-13: This ill is for the roadway reconstruction ofW. New York Avenue from Algoma
Boulevard to Jackson Street under the Surface Transportation Policy (Urban) Program. Federal funding
of construction participating items is 80% up to a federal cap of $523,756 with the city of Oshkosh
responsible for the 20% balance. Participating construction costs in excess of the federal cap of $523,756
are 100% the responsibility of the City of Oshkosh.
Non-participating for sanitary manhole and water valve adjustments are 100% the responsibility of the
City of Oshkosh. Non-participating costs are estimated to be $2,500.
Final costs will be based on the actual costs incurred.
4