Loading...
HomeMy WebLinkAbout07-248 SEPTEMBER 11, 2007 07 -248 RESOLUTION (CARRIED 5-2 LOST LAID OVER WITHDRAWN PURPOSE: APPROVE AMENDED AGREEMENTS WITH DEPARTMENT OF TRANSPORTATION: A) STH 44 - WITZEL AVENUE- FOX RIVER BRIDGE ($627,600.00) B) STH 44 - SOUTH PARK - WITZEL AVENUE ($1,696,090.00) INITIATED BY: DEPARTMENT OF PUBLIC WORKS BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached Amended Agreements with Wisconsin Department of Transportation for: a) STH 44 - Witzel Avenue - Fox River Bridge (File 06-14) - $627,600.00 b) STH 44 - South Park - Witzel Avenue (File 06-15) - $1,696,090.00 are 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-Engineering Acct. No. 541-1810-1799-00000 -- Water Utility-Construction in Progress Acct. No. 551-1910-1799-00000 -- Sewer Utility-Construction in Progress STATR IMTJNTCTPAT, AGRRRMRNT FORA IDGHWAY IMPROVEMENT PROJECT DATE: I.D.: IDGHWAY: LIMITS: COUNTY: August 1, 2007 6110-15-73 STH44 LENGTH: N/A Witzel Avenue - Fox River Bridge 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 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 2 lane bridge that is i'e:aching its useful life. The structure is becoming structurally deficient and in need of repair. Proposed Improvement (nature of work): The proposed improvement includes the roadway approach work from Witzel Avenue to the new bridge. Describe non-participating work included in the project contract: Multi-use path, sealing, concrete joints, and adjustin.g sanitary manholes. 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 project. PHASE ESTIMATED COST Total Federal/State Municipal Estimated Cost Funds % Funds % Construction (participating): Category 010 - Roadway Costs 1,310,000 982,500 75% 327,500 25% Category 020 - New Lighting 56,000 28,000 50% 28,000 50% Category 030 - Plantings/Tree 58,000 46,400 80% 11,600 20% Category 040- Decorative 40,000 7,000 L.S. 33,000 100% Lighting Category 050 - Colored 48,000 8,000 L.S. 40,000 100% Sidewalk SUBTOTAL: 1,512,000 1,071,900 440,100 Constniction (Non-Participating) Category 060 - Multi-Use Path 20,500 0 0% 20,500 100% Category 070 - Sealing Concrete 167,000 0 0% 167,000 100% Joints, Adiusting Sanitary Manholes, TOTAL COST DISTRIBUTION: 1,699,500 1,071,900 627,600 D This request is subject to the terms and conditions that follow and is made by the undersigned und(~r 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 commitments or are ineligible for Federal/State fmancing. 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 storm sewer main. 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) 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, 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 fmal division of costs. 6. If the Municipality should withdraw the project, it will reimburse the State for any costs incurrled 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: 2 a) Maintain all portions of the proj ect that lie within its jurisdiction for such maintenance through statutory requirements in amanner 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. e) Purchase any necessary right-of-way for the project. This shall include any costs for the removal, stockpile, treatrnent,and backfilling of any contaminated materials encountered including assuming future responsibility and liabilities for filling over any previously identified hazardous material source and for securing an environmental consultant if required, for management of the contaminated soil. 9. Basis for Local Participation: 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 - Per WisDOT policy, plantings/trees is 80% eligible for state/federal funding; Category 040 - Based on WisDOT policy, the City is 100% responsible for decorative lighting above the standard lighting which WisDOT participate in. WisDOTwill participate first $7,000 dollars of the category and City will be responsible for balance. $7,000 is estiniate of the WisDOT's share for 50% share of basic standard lighting. Category 050 -'- The City is 100% responsible for the cost of colored sidewalk above the cost of standard sidewalk. WisDOT will participate the first $8,000 of the category and the City is 100% responsible for the balance of the category. Category 060 - The City is 100% responsible for this work on the multi-use path. Category 070 - The City is 100% responsible for work to seal the concrete joints & adjusting sanitary manholes. The MUIiicipality is responsible for all maintenance on the multi-use path/trail, which would incIude 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 accordamce with 3 the Department's policies and guidelines, a muiH-use path/trail will be constructed on the structure to promote multi-modal transportation mobility across the Fox River. 4 STATR IMTTNTCTPAT, AGRRRMRNT FORA IDGHWAY IMPROVEMENT PROJECT DATE: I.D.: HIGHWAY: LIMITS: COUNTY: 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): 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 Soutb. 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 project. PHASE ESTIMATED COST Total Federalf State Municipal Estimated Cost Funds % Funds % Real Estate (participating): Acquisition 300,000 225,000 75 75,000 25 Construction (participating): Category 010 - Roadway Costs 2,490,000 1,867,500 75% 622,500 25% Category 020 - Concrete 645,000 23,121 LS Pavement 466,410 75% 155,469 25% Category 030 - Decorative 75,000 Lighting Priority 1 35,000 50% 35,000 50% Priority 2 - CSD Type 2 Enhancements 5,000 100% 0 0% Priority 3 0 0% 0 100% SUBTOTAL: 3,510,000 2,598,910 911,090 Construction (Non-Participating) Category 040 - Sanitary Sewer, 785,000 0 0% 785,000 100% Water Main Work, and Sealing Concrete Joints TOTAL COST DISTRIBUTION: 4,295,000 2,598,910 1,696,090 ~ 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 fmancing 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 s~wer 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) Construction or replacement of sidewalks and surfacing of private driveways. g) New installations of or alteratipn 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, te:lephone 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 1he final division of costs. 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 September 15,2007. 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 asphaJ.t & 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 is 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 aJ.so 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 of basic standard lighting. Category 040 - The City is 100% responsible for the cost of installation of sanitary sewer, water main, and sealing concrete joints. 3