Loading...
HomeMy WebLinkAbout06-182.doc MAY 23, 2006 06-1 82 RESOLUTION (CARRIED 7 -0 LOST LAID OVER WITHDRAWN PURPOSE: APPROVE AMENDED AGREEMENT I WISCONSIN DEPARTMENT OF TRANSPORTATION I OHIO STREET INITIATED BY: PUBLIC WORKS DEPARTMENT BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached Amended Agreement with the Wisconsin Department of Transportation for Ohio Street from South Park to Witzel Avenue 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. 315-0410-6450-00000 - Street Improvement Fund - Expenditures AMENDED STATR / MUNICIPAl, AGRRRMRNT FORA IDGHW AY IMPROVEMENT PROJECT DATE: I.D.: IDGHWAY: LIMITS: COUNTY: April 10, 2006 6110-16-21,71 STH 44 LENGTH: 1.0 mi South Park - Witzel Avenue Winnebago The signatory City of Oshkosh hereinafter called the Municipality, through its undersigned duly authorized officers or officials, hereby requests the State ofWisconsm DepartmentofTransportation, 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): Existing Ohio Street was constructed in 1950 and the roadway is in need of reconstruction. Proposed Improvement (nature of work): Replace existing Ohio Street with a new reconstructed roadway from South Park to Witzel. Describe non-participating work included in the project contract: Sealing concrete joints, sanitary sewer work, and installation of water main work. . . Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality: Purchasing Real Estate, and temporary interests needed for the proj ect. ' PHASE ESTIMATED COST Total ' Federal/State . Municipal Estimated Cost Funds % Funds % Real Estate (participating): Acquisition " 300,000 , 225,000 75 75,000 25 Construction (participating): Category 010 - Roadway Costs 1,600,000 1,200,000 75% 400,000 25% Category 020 - Concrete 620,000 23,121 LS Pavement 447,659 75% 149,220 25% Category 030 - Decorative 250,000 Lighting Priority 1 35,000 50% 35,000 50% Priority 2 - CSD Type 2 Enhancements 71,400 100% 0 0% Priority 3 '> 0 0% 108,000 100% t SUBTOTAL: 2,770,000 1,979,059 790,941 Construction (Non-Participating) . Category 040 - Sanitary Sewer, 800,000 0 0% ,800,000 100% Water Main Work, and Sealing Concrete Joints TOTAL COST DISTRIBUTION: 3,570,000 1,979,059 1,590,941 This request is subject to the terms 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 Municipality 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 Federal/State financing commitmerits 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 main. c) Construction engineering incidental to inspection and supervision of actual construètion work. d) Signing and pavement marking including detour routes. e) Storm 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 fmanced 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) 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. 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 final audit will be made to determine the final division of co,sts. . 2 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. 9. Basis for Local Participation: Real Estate - Real estate costs are eligible for Federal/State participation. Due to the amount of local traffic on Ohio Street, the City is responsible for 25% of the real estate costs. City is responsible for acquiring the real estate and can then apply for reimbursement of 75% of the costs. Real estate will be delivered by PSE date of August 1,2007. 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 - 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 $43,001 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 $23,121 L.S. for concrete pavement. From pavement design report, initial cost' difference between asphalt & concrete is $79,521. 25%($79,521)=$19,880. $43,001-$19,880=$23,121. . The remaining balance of Category 020 City of Oshkosh is responsible for 25% of concrete pavement costs similar to the roadway costs of category 010 per WisDOT policy. . Category 030 - Based on WisDOT policy, the City Ís 100% responsible for decorative lighting above the standard lighting which WisDOT participate in. WisDOT will participate "first $35,000 dollars of the category and will be Priority 1. Community Sensitive Dollars (CSD) are also available to be used in decorative lighting. CSD dollars are capped at $71,400 and will be priority 2. City of Oshkosh will be responsible for balance of category. $35,000 is estimate of the WisDOT's share for 50% share ofhasic standard lighting. Category 040 - The City is 100% responsible for the cost of installation of sanitary sewer, water main, and sealing concrete joints. " 3