Loading...
HomeMy WebLinkAbout08-46FEBRUARY 12, 2008 08 -46 RESOLUTION (CARRIED 7 -0 LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE AMENDMENT TO AGREEMENT WITH WISCONSIN DEPARTMENT OF TRANSPORTATION / JACKSON STREET AND MURDOCK AVENUE INTERSECTION ($561,625.00) INITIATED BY: DEPARTMENT OF PUBLIC WORKS BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached Amendment to Agreement between the City of Oshkosh and Wisconsin Department of Transportation for the Jackson Street /Murdock Avenue intersection with an increase of $561,625.00 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 — Contractual Service REVISED STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT DATE: January 23, 2008 I.D.: 6430 -14- 00/21/71 HIGHWAY: LIMITS: COUNTY: STH 76 LENGTH: 0.0 Jackson St & Murdock Ave Intersection Winnebago Rom 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): Project is located on the north side of Oshkosh at the intersection of Jackson Street and Murdock Avenue. Current intersection geometrics don't provide adequate radii for turn movements and the level of service is projected to fail in near future. Proposed Improvement (nature of work): Reconstruct Jackson Street/Murdock Avenue intersection as a multi -lane roundabout to improve capacity, safety, and overall operations. Describe non - participating work included in the project contract: Sanitary sewer, water main, upsizing of storm sewer trunk line from 18 "/21" to 42 ", sealing of concrete pavement joints, hazardous material remediation. Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality: N/A PHASE ESTIMATED COST Federal I State Municipal Total Estimated Cost Funds % Funds % Preliminary Engineering: Project ID 6430 -14 -00 Plan Development $ 200,000 $ 150,000 75 $ 50,000 25 Real Estate Acquisition: Project ID 6430 -14 -21 Acquisition $ 1,750,000 $ 1,312,500 75 $ 437,500 25 Construction (Participating): Project ID 6430 -14 -71 Category 010 — Normal Participating $1,115,500 $836,625 75 $ 278,875 25 Category 010 — Upsize Storm Sewer Main $ 104,000 $ 0 $ 104,000 1 LS SUBTOTAL: $ 3,169,500 $ 2,299,125 $ 870,375 Construction (Non- Participating): Category 020 — Non - Participating $ 410,000 $ 0 0 $ 410,000 100 TOTAL COST DISTRIBUTION: $ 3,579,500 $ 2,299,125 $ 1,280,375 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 Name Municipality 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 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 construction work. d) Signing and pavement marking including detour routes. e) Compensable utility adjustment. f) Storm Sewer mains necessary for the surface water drainage (does not include additional upsizing of storm sewer main requested by Municipality). g) Construction or replacement of sidewalks and surfacing of private driveways. h) New installations of or alteration of street lighting and traffic signals or devices. i) Real estate for the improvement. j) Preliminary engineering and State review services.. 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) Damages to abutting property due to change in street or sidewalk widths, grades, or drainage. C) Conditioning, if required, and maintenance of detour routes. d) Repair damages to roads or streets cause by reason of their use in hauling materials incidental to the improvement. e) Upsizing of storm sewer main from 18 "/21" to 42" per request from Municipality. 2 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 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) 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) In cooperation with WisDOT - Northeast Region office, assist with public information and public relations for the project and announcements 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) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more restrictive controls. f) Provide complete plans, specifications, relocation order, real estate plat, and estimates for any Sanitary and Water system work the Municipality wants to let with the State's project. During construction, assume full responsibility for establishing line and grade, pressure and purification testing, and operation of the sanitary and water systems. The Municipality relieves the State. and all of its employees from liability for all suits, actions, or claims resulting from the sanitary sewer and water main construction under this agreement. g) Coordinate, cleanup, and fund any hazardous materials encountered during Municipality utility and storm sewer installation and during roadway construction that is deemed necessary to be cleaned and removed within the existing' and new right -of -way. All hazardous material cleanup work shall be performed in accordance with state and federal regulations. This shall include, but not be limited to, any costs for the removal, stockpile, treatment, 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: Preliminary Engineering - North, South, and West legs of the intersection are State Trunk Highways. East leg of the intersection is a local street. Since 3 of the 4 intersection legs are State Trunk Highways, the state /federal participation is 75 % and the local participation is 25 %. 3 Real Estate — North, South, and West legs of the intersection are State Trunk Highways. East leg of the intersection is a local street. Since 3 of the 4 intersection legs are State Trunk Highways, the state /federal participation is 75% and the local participation is 25 %. Construction — Category 010 — North, South, and West legs of the intersection are State Trunk Highways. East leg of the intersection is a local street. Since 3 of the 4 intersection legs are State Trunk Highways, the state /federal participation is 75% and the local participation is 25 %. Construction — Category 010 — City of Oshkosh is responsible for 100% of the cost to upsize the storm sewer main from either 18" or 21" to 42 ". Upsizing is per City of Oshkosh request for future capacity. This cost is included as a lump sum cost and is based on the estimated difference in costs between the different sewer sizes. Construction - Category 020 — All sanitary sewer and water main replacement for entire project is non- participating. Other non - participating items include sealing concrete pavement joints and hazardous material remediation. ILI ( 0 O1HK 1H ON THE WATER MEMORANDUM DATE: February 7, 2008 TO: David Patek Director of Public Works FROM: Steven M. Gohde51 Assistant Director of Public Works RE: Amended Agreement with Wisconsin Department of Transportation for reconstruction of the Jackson St and Murdock Ave. Intersection I am writing to explain the amendment to the agreement with the Wisconsin Department of Transportation (DOT) for the construction costs of the Jackson St. and Murdock Ave. intersection. The amendment is for additional costs to upsize the storm sewer pipe under Murdock Ave., replacement of city sanitary sewer and water main and revised engineering and construction costs. The agreement was previously approved by the Common Council on July 24, 2007. The storm sewer pipes are proposed to be upsized according to the Anchorage Basin Flood improvement Modeling and Analysis done by Earth Tech, Inc. in May of 2005. The existing storm water detention basin on Murdock Ave. was designed to accommodate the flow from these larger pipes. Increasing the pipe size will help reduce upstream flooding on Wisconsin St. The cost increase is estimated to be $104,000. The cost increase is the difference between the size pipe the DOT would need to install to serve the roadway and what the City needs to serve additional areas. The costs for replacing the existing ageing sanitary sewer and water main are also included in the revised agreement. This will allow the sewer and water to be installed as part of the DOT contract. By installing the utilities with the DOT project the City will save money by eliminating the need to temporary patch the road and limiting the construction time needed to complete the project. The cost for the water and sewer main is $410,000. The total City share of the project is now $1,280,375. The amendment is scheduled for consideration at the February 12, 2008 Common Council meeting and I recommend approval. Funding for the additional amounts will be done in the corresponding section of the Capital Improvement Program in 2009. Please contact me if you have any questions or need additional information. Cc: John Fitzpatrick, Acting City Manager Lynn Marquardt, Assistant Director of Finance I:\ Engineering \Correspondence\Steve Gohde \council memos \amend DOT exp.doc