Loading...
HomeMy WebLinkAbout10-137APRIL 27, 2010 10 -137 RESOLUTION (CARRIED 7 -0 LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE AMENDMENT TO AGREEMENT WITH WISCONSIN DEPARTMENT OF TRANSPORTATION FOR RECONSTRUCTION OF US HWY 41 AT 9TH AVENUE ($0) INITIATED BY: PUBLIC WORKS DEPARTMENT BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached Revision #3 to the Agreement with Wisconsin Department of Transportation for reconstruction of US Hwy 41 at 9th 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. STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT DATE: March 22, 2010 I.D.: 1120 -10 -72 HIGHWAY: US 41 LENGTH: 0.0 LIMITS: STH 26 — STH 21 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): US 41 will be reconstructed from four to six lanes from STH 26 - Breezewood Lane. US 41 has reached its capacity and upgrading capacity will meet the future needs of the travelling public along with improving safety. Proposed Improvement (nature of work): Reconstruct 9 Avenue interchange with US 41 to include 4 multi -lane roundabouts. Describe non - participating work included in the project contract: Sealing concrete pavement joints, irrigation system, and water main work relocation that needs to be completed when 0 1 Avenue is closed with the project but outside the project limits. Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality: Relocation of water main and sanitary sewer in conflict with project will be relocated prior to project with its own City contract. PHASE ESTIMATED COST Federal / State Municipal Total Estimated Cost Funds % Funds Construction (Participating): Project ID 1120 -10 -72 Category 0010 — Roadway Items $4,300,000 $4,300,000 100 $ 0 0 Category 0020 — Sign Structures $ 280,000 $ 280,000 100 $ 0 0 Category 0030 — B -70 -283 9th Ave. $1,600,000 $1,600,000 100 $ 0 0 Overpass Category 0040 — R —70 -25 $240,000 $240,000 100 $0 0 Category 0050 — R -70 -37 $200,000 $200,000 100 $0 0 Category 0060- Lighting $180,000 $180,000 100% $0 0 Category 0070 — Community Sensitive $120,000 $120,000 100 $0 0 Design Items — Roundabout Landscaping Capped at $300,000 Category 0080 — Adjusting Sanitary $107,500 $96,750 90 $10,750 10 Manholes & Water Main Work SUBTOTAL: $ 7,027,500 $ 7,016,750 $10,750 Construction (Non- Participating): Category 0090 — Non - Participating — $ 279,000 Sealing Concrete Joints, Irrigation System and Water Main work. Priority 1 Funding for Credits on other $5535 Capped $ 0 0 work completed by City. Priority 2 Remaining balance of the 0 0 $273,465 100 category Construction SUBTOTAL: $7,306,500 $ 7,022,285 $284,215 TOTAL COST DISTRIBUTION: $ 7,306,500 $ 7,022,285 $ 284,215 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) 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) Replacement of sidewalks and resurfacing of private driveways, necessitated by the project. h) New installations of street lighting and traffic signals or devices at the time of construction. i) Alteration of existing street lighting and traffic signal devices necessitated by the project. j) Real estate for the improvement. k) 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. 3 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. Structure B -70 -283 (9th Avenue over US 41) will become a WisDOT owned structure and WisDOT's responsibility to maintain the integrity of the structure. 9. Retaining walls R -70 -25 & R -70 -37 will become a WisDOT owned structure and WisDOT's responsibility to inspect and maintain the integrity of the retaining walls. 10. Sign bridges 5 -70 -0080, S -70 -0081, 5 -70 -0082, 5 -70 -0084 and 5 -70 -0085 will become WisDOT owned structure and WisDOT's responsibility to inspect and maintain the integrity of the sign structure. 11. Maintain all street lighting within the roundabouts of 9 Avenue/US 41 ramps, which includes, but is not limited to, the responsibility for the energy, operation, maintenance, and replacement of the lighting system (including associated costs). 12. 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. This includes any necessary maintenance of the landscaping within the center of the roundabouts after 2 -year maintenance period specified within the construction contract. No additional landscaping or structures will be allowed in the roundabout without prior approval from the Department. 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) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more restrictive controls. e) Maintain clay pavers in the roundabout splitter islands that City of Oshkosh requested to be installed with the project f) Provide complete plans, specifications, 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. 4 g) Maintain all sidewalks constructed with the project. Maintenance will include but not limited to, sidewalk repair, snow removal, ice control and future replacement (other than future highway projects) from the sidewalk and mowing of the grass in the terrace between any roadway and the sidewalk. Maintenance will include snow removal across sidewalk on 9th Avenue structure over US 41 and all sidewalks around the roundabouts. h) Maintain the pavement markings associated with the crosswalks within the project limits, which includes, but is not limited to, any necessary repainting or replacement except those caused by future highway projects. i) Maintain all street lighting within the roundabouts at 9"' Avenue/Washburn Street and 9` Avenue/Koeller Street, which includes, but is not limited to, the responsibility for the energy, operation, maintenance, and replacement of the lighting system (including associated costs). j) Sign bridges S -70 -0076, S -70 -0077, S -70 -0078, S -70 -0079, S -70 -0086, S -70 -0087, S -70 -0088, and S- 70- 0089 will become City of Oshkosh owned and City of Oshkosh's responsibility to inspect and maintain the integrity of the sign structure. k) Maintain all landscaping around the perimeter of the roundabout and in the vision corners. Landscaping in the vision corners shall not obstruct the vision of the drivers and shall be maintained at a height that will ensure a clear line of sight for the motorists and pedestrians. No landscaping or structures will be allowed in the vision corners without prior approval from the Department. 1) Own and maintain irrigation system placed in the roundabouts. Once the maintenance responsibility has been transferred to the Municipality, the Department is released from any and all costs associated with the future maintenance and/or removal of the sidewalk around the perimeter of the roundabout, the roundabout landscaping, and crosswalk pavement markings. Public Convenience and Safety While performing any maintenance activities associated with this agreement, the Municipality shall comply with the following conditions. Maintain the safety of the traveling public and control traffic using warnings signs, cones, drums and flaggers. Materials and equipment cannot be stored on the right -of -way. The Department shall be notified 7 days prior to erecting any lane closures or lane restrictions. 13. Basis for Local Participation: Construction — Category 0010 — Construction of the roadway items for the project are 100% Federal /State funded. Construction — Category 0020 — Sign structures required for the roundabouts are 100% Federal /State. Signs include S -70 -0076, S -70 -0077, S -70 -0078, S -70 -0079, S -70 -0080, S -70 -0081, S -70 -0082, S -70- 0084, S -70 -0085, S -70 -0086, S -70 -0087, S -70 -0088, and S -70 -0089. 5 Construction — Category 0030 — Construction of B -70 -283 9th Avenue structure over US 41 are 100% Federal/State funded. Construction — Category 0040 — Construction of R -70 -25 is 100% Federal/State Funded. Construction — Category 0050 — Construction of R -70 -37 is 100% Federal/State Funded. Construction — Category 0060 — Lighting for the roundabouts is 100% Federal /State Funded. Construction — Category 0070 — Community Sensitive Design Items are 100% Federal /State funded and includes the landscaping in all of the roundabouts on 9th Avenue. This is capped at $300,000 maximum. Construction — Category 0080— Adjustment of sanitary and water manholes are 90% Federal/State funded and 10% City of Oshkosh funded per State Statute 84.295 for adjustment of publicly owned utilities as part of freeway project. Construction — Category 0090 — Non - participating items in the contract are sealing concrete pavement joints, irrigation system, and water main the City wishes to install with the project while the 9 1h Avenue interchange is closed. Priority 1 Funding with Federal /State Dollars for $5,535 is given for the following credits /costs and is capped. • A credit of $16,000 is given to the City for the temporary signal work that City will do at 9th Avenue and Westhaven Avenue. • A credit of $10,000 is given to the City of Oshkosh for inspection services that City will be completing on Witzel Avenue, 9 Avenue, and WIS 21 lighting. • A lump sum for $9,040 is billed for betterment of water main pipe going from 12" to 16" water main. • A credit of $1200 is given to the City of Oshkosh for providing Wock sign bases to the sign posts in the roundabout splitter islands at 9th and Witzel Avenue. • A lump sum for $12,625 is billed for upsizing storm sewer from 18" storm sewer to sizes up to 30" storm sewer on Koeller Street south of 9 Avenue at request of the City. Priority 1 funding of $5,535 is calculated ($16,000 + $10,000 + $1200 - $9,040 - $12,625) Priority 2 funding is the remaining balance of the category and is 100% City of Oshkosh funded. 6 ( 0 O HFO ON THE WATER MEMORANDUM TO: FROM DATE: RE: Honorable Mayor and Members of the Common Council Steven M. Gohde, Assistant Director of Public Works April 20, 2010 Approve Amendment to Agreement with Wisconsin Department of Transportation for Reconstruction of US Highway 41 (USH 41) at 9 th Avenue ($0) BACKGROUND The Wisconsin Department of Transportation (WisDOT) is planning to reconstruct USH 41 from State Highway 26 to Breezewood Lane in Neenah beginning in 2009. USH 41 has reached its capacity and will be expanded to meet the public needs and improve safety. The construction addressed in this agreement covers the reconstruction of 9 th Avenue and the frontage roads (Koeller St. and Washburn St.) in the vicinity of 9 th Avenue. ANALYSIS The Common Council approved an amendment to this agreement at their February 23, 2010 meeting. The WisDOT is requesting another amendment to clarify changes relating to the following issues: 1. Clarify that the WisDOT will pay 100% of the Sign Structure Construction. 2. Cap landscaping construction costs at roundabouts at $300,000. 3. Move street lighting construction to a separate agreement. FISCAL IMPACT The costs to the City of Oshkosh for this project are not increased. The total City cost remains at $284,215. Funding will be included in the 2011 Capital Improvement Program to fund improvements for the USH 41 expansion. RECOMMENDATIONS I recommend approval of the revised State /Municipal Agreement. Respectfully Submitted, A &r', Steven M. Gohde Asst. Director of Public Works Approved: Mark A. Rohloff City Manager t:\ Engineering \Correspondence \Steve Gohde \council memos \DOT Agreement Algoma - Revision 9th Ave 4- 22- 10.doc