HomeMy WebLinkAbout08-131APRIL 22, 2008 08 -131 RESOLUTION
(CARRIED 6 -0 LOST LAID OVER WITHDRAWN )
PURPOSE: APPROVE AGREEMENTS WITH WISCONSIN DEPARTMENT
OF TRANSPORTATION:
A) NORTH MAIN STREET (NEW YORK AVENUE TO MURDOCK
AVENUE) ($161,600)
B) WEST NEW YORK AVENUE (JACKSON STREET TO ALGOMA
BOULEVARD) ($189,000)
INITIATED BY: DEPARTMENT OF PUBLIC WORKS
BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached
Agreements between the City of Oshkosh and Wisconsin Department of Transportation
are hereby approved and the proper City officials are hereby authorized to execute and
deliver the agreements in substantially the same form as attached hereto, any changes in
the execution copies 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 Agreements.
BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated
from:
Acct. No. 315- 0410- 6401 - 00000, Street Improvement Fund - Contractual Services
STATE / MUNICIPAL AGREEMENT
FOR A
HIGHWAY IMPROVEMENT PROJECT
DATE:
I.D.:
HIGHWAY:
LIMITS:
COUNTY:
March 1 2008
4994 -01 -14/15
N. Main St LENGTH: 0.50 miles
New York Ave — Murdock Ave
Winnebago
The signatory city 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 roadway is deteriorating and the sanitary sewer is 100 years
old and in need of replacement .
Proposed Improvement (nature of work): reconstruction of North Main Street
Describe non - participating work included in the project contract: none identified at this time
Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality:
The cost for the project design is the responsibility of the City of Oshkosh.
PHASE
ESTIMATED COST
Federal / State
Municipal
Total
Estimated Cost
Funds
%
Funds
%
Preliminary Engineering:
Plan Development
Mgmnt. Consultant Review
$19,000
$0
0%
$19,000
100%
State Review and Proratable
$10,000
$0
0%
$10,000
100%
Construction (Participating):
Normal Participating
$580,000
$464,000
80%
$116,000
20%
Construction Management
$58,000
$46,400
80%
$11,600
20%
Management Consultant
$12,800
$10,240
80%
$2,560
20%
State Review
$12,200
1 $9,760
80%
$2,440
20%
TOTAL CO ST DISTRIBUTION:
$692,0001
$530,400
1
$161,600
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 City of Oshkosh
Municipality
Name Title Date
TERMS AND CONDITIONS:
1. The initiation and accomplishment of the iti provement will be subject to the applicable Federal and State
regulations.
2. The Municipality will a to the State all costs incurred by the State in connection with the improvement
P Y pay
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) Other:
Railroad and compensable utility adjustment.
Storm Sewer mains necessary for the surface water drainage.
Construction or replacement of sidewalks and surfacing of private driveways.
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) 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.
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:,
2
` 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.
g) The local unit of government will be 100% responsible for all costs associated with utility issues
involving the contractor.
9. Basis for Local Participation:
Project ID 4994 -01 -14 (Preliminary Engineering)
This project is for preliminary engineering costs which include management consultant review and state
review. The estimate cost of this phase is $29,000 and will be funded 100% by local funds.
Project ID 4994 -01 -15 (Construction)
This project is for construction costs which include normal participating items, construction
management, consultant review and state review. The estimated cost for this phase is $663,000 and is
funded with the Federal government contributing 80% of the project cost and the City of Oshkosh
contributing the remaining 20% of the project costs.
3
STATE / MUNICIPAL AGREEMENT
FOR A
HIGHWAY IMPROVEMENT PROJECT
DATE:
I.D.:
HIGHWAY:
LIMITS:
COUNTY:
March 1 8, 2008
4994 -01 -12/13
W. New York LENGTH: 0.68 miles
Jackson Street — Algoma Blvd
Winnebago
FILI{1 0614
The signatory city 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 roadway is deteriorating and the sanitary sewer is 140 years
old and in need of replacement
Proposed Improvement (nature of work): reconstruction of West New York Avenue
Describe non - participating work included in the project contract: none identified at this time
Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality:
The cost for the project design is the responsibility of the City of Oshkosh.
PHASE
-ESTIMATED COST
Federal / State
Municipal
Total
Estimated Cost
Funds
%
Funds
%
Preliminary. Engineering:
Plan -Development
Mgmnt. Consultant Review
$19,000
$0
0%
$19,000
100%
State Review and Proratable
$10,000.
$0
0%
$10,000
100%
Construction (Participating):
Normal Participating
$696,000
$556,800
80%
$139,200
20%
Construction Management
$69,600
$55,680
80%
$13,920
20%
Management Consultant
$12,800
$10,240
80%
$2,560
20%
State Review
$21,600
$17,280
80%
$4,320
20%
TOTAL COST DISTRIBUTION:
$829,0001
$640,0001
1
$189,000
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 City of Oshkosh
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 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) Other:
Railroad and compensable utility adjustment.
Storm Sewer mains necessary for the surface water drainage.
Construction or replacement of sidewalks and surfacing of private driveways.
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: 4
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.
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:
2
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.
g) The local unit of government will be 100% responsible for all costs associated with utility issues
involving the contractor.
9. Basis for Local Participation:
Project ID 4994 -01 -12 (Preliminary Engineering)
This project is for preliminary engineering costs which include management consultant review and state
review. The estimate cost of this phase is $29,000 and will be funded 100% by local funds.
Project ID 4994 -01 -13 (Construction)
This project is for construction costs which include normal participating items, construction
management, consultant review and state review. The estimated cost for this phase is $800,000 and is
funded with the Federal government contributing 80% of the project cost and the City of Oshkosh
contributing the remaining 20 % of the project costs.
3