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(CARRIED 7 -0 LOST LAID OVER WITHDRAWN )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