Loading...
HomeMy WebLinkAboutHWY USH 45-Main St-Fox River-Irving AveREVISED STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT Revision #2 DATE: July 1, 2009 I.D.: 411 -1 00/ 21/71 HIGHWAY: USH 45 LENGTH: 0.25 (0.75) LIMITS: Main Street, City of Oshkosh Fox River — Irving Avenue Replaces Revised Agreement dated September 21, 2007 COUNTY: Winnebago M _ 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): Main Street within our project limits is an urban roadway running through downtown Oshkosh. Segment of Main Street (USH 45) from Fox River to Algoma Boulevard is connecting highway. Segment of Main Street from Algoma Boulevard to Irving Avenue is local street. City of Oshkosh requested this reconstruction project as part of downtown development plan with streetscaping Proposed Improvement (nature of work): Reconstruct Main Street from Fox River to Irving Avenue. Describe non - participating work included in the project contract: Portion of Main Street from Algoma Boulevard to Irving Avenue is a local street so this segment of reconstruction (including all streetscaping within this segment) is non - participating. All sanitary sewer and water main replacement is non - participating. Other non - participating items include sealing concrete pavement joints and hazardous material remediation. Streetscaping above Federal/State limits within the Fox River to Algoma Boulevard segment is also non - participating. Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality: Municipality has signed separate design contract with consultant to complete full design, including final road plans, for Main Street reconstruction from Algoma Boulevard to Irving Avenue. Municipality is responsible for acquiring all real estate for the project and can then apply for reimbursement of the real estate costs from the Fox River to Algoma Boulevard as per the table below. PHASE ESTIMATED COST Federal / State Municipal Total Estimated Cost Funds % Funds % Preliminary Engineering *: Plan Development $ 155,000 $ 116,250 75 $ 38,750 25 State Review and Proratable $ 25,000 $ 18,750 75 $ 6,250 25 Real Estate Acquisition *: Acquisition $ 40,000 $ 30,000 75 $ 10,000 25 Construction (Participating): Category 010 — Roadway $ 1,655,460 $ 1,655,460 100 $ 0 0 Category 010 — Parking Lanes $ 23,500 $ 0 0 $ 23,500 LS Category 010 — Concrete Pavement City $ 6,723 $ 0 0 $ 6,723 LS Preference Category 010 — Upsizing Storm Sewer $ 79,734 $ 0 0 $ 79,734 LS System City Preference Category 010 — Pavement Marking $ 50,982 $ 0 0 $ 50,982 LS Grooved Tape City Preference Category 010 — Brick Pavers $ 26,469 * * $ 26,469 * * 100 * * $ 0 * * 0** Category 010 — 6" Uniform Concrete $ 36,432 ** $ 10,231 ** ** $ 26,201 ** LS ** Sidewalk London Paver Pattern City Preference Category 020 — Landscaping/Trees $ 129,500 $ 103,600 80 $ 25,900 20 Category 030 — Streetlighting $ 15,950 $ 7,975 50 $ 7,975 50 SUBTOTAL: $ 2,244,750 $ 1,968,735 $ 276,015 Construction (Non- Participating): Category 040 — Non- Participating $ 2,846,550 $ 0 0 $ 2,846,550 100 Category 050 — Sanitary Sewer $ 536,000 $ 0 0 $ 536,000 100 Category 060 — Water Main $ 745,000 1 $ 0 1 0 $ 745,000 1 100 TOTAL COST DISTRIBUTION: $ 6,372,300 1 $ 1,968,735 1 $ 4,403,565 * Costs are only for segment of Main Street from Fox River to Algoma Boulevard. * * Federal /State funds for streetscaping from the Fox River to Algoma Boulevard are available through the Community Sensitive Design (CSD) program. Total Federal /State funds within this category are capped at $36,700. Any streetscaping funds that exceed this amount are 100% the responsibility of the City of Oshkosh. Streetscaping funds on this project are shown in category 010 and are explained in more detail under item #9 of the agreement. The $36,700 CSD funds under category 010 shall be priority 1 funding by WisDOT. The City of Oshkosh LS total of $187,140 in category 010 shall be priority 2 funding. Any amount over $223,840 ($187,140 + $36,700) in category 010 shall be priority 3 funding by WisDOT. 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 See page 2A 7 -15 -2009 Name Title Date 2 Signed for and in behalf of the City of Oshkosh Mark'A. Rohloff, City Manager Pamela R. Ubrig, City Clerk L_. 9orenson-, orney Peggy teen , Director of Finance I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. 2A 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. 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. 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. 3 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) Provide complete plans, specifications, relocation order, real estate plat, and estimates and acquire any necessary real estate for the portion of Main Street from Algoma Boulevard to Irving Avenue. 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. h) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more restrictive controls. 9. Basis for Local Participation: Preliminary Engineering — The segment of Main Street from the Fox River to Algoma Boulevard is a connecting highway which requires 25% local share on the design engineering services. 4 Real Estate — Real estate costs for the segment of Main Street from the Fox River to Algoma Boulevard are eligible for Federal /State participation. Due to the amount of local traffic on Main Street, the City of Oshkosh is responsible for 25% of the real estate costs. City of Oshkosh is responsible for acquiring the real estate and can then apply for reimbursement of 75% of the real estate costs. Construction — Category 010 — City of Oshkosh is responsible for the cost associated with maintaining parking along the east side of Main Street from Ceape Avenue to Otter Avenue and along both sides of Main Street from Otter Avenue to Algoma Boulevard. This cost is a lump sum cost and is determined based on the estimated cost of the parking lanes in these areas. The estimated cost of the parking lanes is computed to be $23,500. Construction — Category 010 - City of Oshkosh is responsible for the difference in life cycle costs of choosing concrete pavement versus asphalt pavement between the Fox River and Algoma Boulevard. Concrete pavement is $6,723 more expensive than the low -cost asphalt alternative based on total life cycle costs. This cost is included as a lump sum within the agreement. Construction Category 010 - City of Oshkosh is responsible for the difference in cost to upsize storm sewer trunk line along Main Street between the Fox River and Algoma Boulevard. Upsizing of storm sewer is $79,734 more expensive than maintaining current storm sewer drainage patterns based on current cost estimate. This cost is included as a lump sum within the agreement. A summary of the computations is attached at the back of the agreement. Construction — Category 010 — City of Oshkosh is responsible for additional costs to use Pavement Marking Grooved Preformed Plastic Tape for all pavement markings between the Fox River and Algoma Boulevard instead of the standard epoxy markings. The additional cost of $50,982 is computed based on current bid item prices and is included as a lump sum cost within the agreement. A summary of the computations is attached at the back of the agreement. Construction — Category 010 — The Brick Pavers item (from the Fox River to Algoma Boulevard) is eligible for funding through the Community Sensitive Design (CSD) program. Federal /State funds through the CSD program are capped at $36,700 for the overall project. The amount of the Brick Pavers item that is applied toward available CSD funds is the difference between normal 4 -inch concrete sidewalk and the Brick Pavers. For this agreement, the normal 4 -inch concrete sidewalk price is estimated at $2.75 per square foot and the Brick Pavers item is estimated at $9.00 per square foot. Given the Brick Pavers quantity of 3850 square foot and including 10% engineering costs, the amount of this item applied to CSD funding is $26,469. This amount is then subtracted from the overall available CSD funding and the remaining CSD funds are applied to the London Paver Pattern within the concrete sidewalk as explained below. Construction Category 010 — City of Oshkosh is responsible for additional costs to construct a uniform 6." concrete sidewalk (with a London Paver Pattern in most areas) between the Fox River and Algoma Boulevard. Normal standard is to construct 4" sidewalk except for intersection radii areas and through driveways, but City of Oshkosh wants a 6 sidewalk in all areas. The additional cost of $36,432 is computed based on current bid item prices. Additional costs for the London Paver Pattern within the sidewalk are eligible for CSD funding and are estimated to be $1.00 per square foot. As explained above, Federal/State funds for CSD on the project are capped at $36,700. The Brick Pavers item utilizes $24,469 of the available CSD funds; so the remaining CSD funds available under the project is reduced to $10,231. The remaining $10,231 CSD funds are applied toward the Concrete Sidewalk 6 -Inch London Paver Pattern item. The estimated remaining cost under this item ($26,201) is 100% the 5 responsibility of the City of Oshkosh. City of Oshkosh cost is included as a lump sum cost within the agreement. A summary of the computations is attached at the back of the agreement. Construction - Category 020 — Landscaping /Trees items from the Fox River to Algoma Boulevard are 80% eligible for Federal /State funding per WisDOT policy. Construction — Category 030 — Based on WisDOT policy, standard streetlighting items from the Fox River to Algoma Boulevard are 50% eligible for Federal /State funding. Since all decorative poles and luminaires are being supplied by the City of Oshkosh, the additional costs for decorative lighting are already being 100% covered by the City. Therefore, the contract items for installation of the streetlights are 50% eligible for Federal/State funding. Construction - Category 040 — The segment of Main Street from Algoma Boulevard to Irving Avenue is a local street so this segment of Main Street reconstruction (including all streetscaping /landscaping/streetlighting within this segment) is non - participating. Other non - participating items over the entire project include sealing concrete pavement joints and hazardous material remediation. Construction — Category 050 — All sanitary sewer for the entire project is broken out within this category. All sanitary sewer costs are non - participating. Construction — Category 060 — All water main for the entire project is broken out within this category. All water main costs are non - participating. C D : ro L �IJ 16 L__ JUL 2 7 2009 CITY R 's OFFICE 6