Loading...
HomeMy WebLinkAbout09-327AUGUST 25, 2009 09 -327 RESOLUTION (CARRIED 7 -0 LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE AMENDMENT TO AGREEMENT WITH WISCONSIN DEPARTMENT OF TRANSPORTATION FOR RECONSTRUCTION OF OHIO STREET (NO FISCAL IMPACT) INITIATED BY: DEPARTMENT OF PUBLIC WORKS BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached Revision No. 2 to Agreement with Wisconsin Department of Transportation for Ohio Street - STH 44 /South Park — 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. ( 0 OfHKOlH ON THE WATER MEMORANDUM TO: FROM DATE: RE: Honorable Mayor and Members of the Common Council Steven M. Gohde, Assistant Director of Public Works August 20, 2009 Approve Amendment to Agreement with Wisconsin Department of Transportation for Reconstruction of Ohio Street BACKGROUND The Wisconsin Department of Transportation (WIDOT) reconstructed Ohio Street during the 2008 construction season. Musson Brothers, Inc. of Rhinelander performed the work. After the work was complete two properties that were vacant during construction contacted the City complaining they were having sewer backups. Upon review of the sites it was determined the contractor had damaged or not connected laterals at these properties. ANALYSIS The work was performed by private contractors and invoices paid by the City of Oshkosh. The DOT is reimbursing the City for the cost of the work and will deduct the amount for the payments due the contractor. FISCAL IMPACT The revised agreement shows a credit to the City of Oshkosh for the costs of having the laterals repaired. The credit will reimburse the payment made by the City to private contractors to correct these problems. RECOMMENDATIONS I recommend approval of the revised State /Municipal Agreement. Respectfully Submitted, J & ;"" >�w Steven M. Gohde Asst. Director of Public Works Approved: Mark A. Rohloff City Manager DOT Agreement Revised Ohio StI:\Engineering \Correspondence \Steve Gohde\council memos \DOT Agreement Revised Ohio St.doc DATE: August 12, 2009 Revision #2 STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT I.D.: 6110 -16 -21,71 HIGHWAY: STH 44 LENGTH: 1.0 mi LIMITS: South Park — Witzel Avenue REVISION #2 COUNTY: 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): 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 project. PHASE ESTIMATED COST Federal / State Municipal Total 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% Extra Work Credit on Repair 6699 LS Credit on. LS Work invoice $6699 Category 020 — Concrete 645,000 23,121 LS Pavement 466,410 75% 155,469 25% Category 030 - Decorative 75,000 Lighting Priority 35,000 50% 35,000 50% Priority 2 — CSD Type 2 Enhancements 5,000 100% 0 0% Priority 3 0 0% 0 1 100% 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 2,598910 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 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) 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 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: 3 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. Credit of $6699 is applied to City of Oshkosh share for work that local contractor had to do repairs on Ohio Street and City of Oshkosh had to pay those bills. $191.25 is for cleaning lateral at 616 Ohio on December 12, 2008. $3311.34 is for repair work on Ohio /3` Avenue on November 13 -14, 2008. $2725.53 is for repair work on Ohio /7 Avenue completed December 12, 2008. $1972.09 is for repair work on Lang Oil property in June 18, 2009. Total of these 4 repairs is $8200.21. Musson Brothers was issued contract change order for $1501.12 as credit to City category. $8200.21 - 1501.12 = $6699. 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 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 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 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. 0