Loading...
HomeMy WebLinkAbout10-168MAY 25, 2010 10 -168 RESOLUTION (CARRIED 6 -0 LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE AMENDMENT TO AGREEMENT WITH WISCONSIN DEPARTMENT OF TRANSPORTATION FOR RECONSTRUCTION OF US HIGHWAY 41 AT HIGHWAY 45 ($0) INITIATED BY: PUBLIC WORKS DEPARTMENT BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached Amendment to the Agreement with the Wisconsin Department of Transportation for the Reconstruction of US Highway 41 at Highway 45, 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 as Amended. ( 0 OHKOH ON THE WATER MEMORANDUM TO: FROM DATE: RE: Honorable Mayor and Members of the Common Council David C. Patek, Director of Public Works May 20, 2010 Approve Amendment to Agreement with Wisconsin Department of Transportation for Reconstruction of US Highway 41 (USH 41) at Highway 45 ($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 extension of water main along Algoma Boulevard (Highway 45) near USH 41. ANALYSIS The Common Council approved this agreement at their March 9, 2010 meeting. The WisDOT is requesting an amendment to clarify changes relating to the following issues: 1. Clarify that the WisDOT will pay 100% of the concrete median barrier. 2. Cap landscaping construction costs at roundabout at $300,000. FISCAL IMPACT The costs to the City of Oshkosh for this project are not increased. The total City cost remains at $4,000. 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, Approved: 1� ' 4 C. 101 David C. Patek Mark A. Rohloff Director of Public Works City Manager H: \carolm \MEMOS TO MAYOR & COMMON COUNCIL \2010 \DOT Agreement Algoma -Highway 45 5- 20- 10.doc STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT Revision #1 DATE: I.D.. May 11, 2010 1120 -11 -83 HIGHWAY: US 41 LENGTH: 1.496 LIMITS: STH 21— US 45 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): 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): The US 41/45 Interchange Avenue will be reconstructed to include free flow improvements for US 41 NB to US 45 NB and US 45 SB to US 41 SB. Participation with City is to extend water main out to the interchange for added water service and hydrant closer to the interchange for future fire protection. This is a concern on the 3rd level high flyover ramp. Describe non - participating work included in the project contract: None. Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality: None. PHASE ESTIMATED COST Federal / State Municipal Total Estimated Cost Funds % Funds Construction (Participating): Project ID 1120 -11 -83 Category 0010 — Roadway Items $26,800,000 $26,800,000 100 $ 0 0 Category 0020 — Lighting $ 900,000 $ 900,000 100 $ 0 0 Category 0030 — ITS $300,000 $300,000 100 $ 0 0 Category 0040 — Community Sensitive $11,000 $11,000 100 $0 0 Design Items — Roundabout Landscaping Capped at $300,000 maximum Category 0050 — Extending water main $40,000 $36,000 90 $4,000 10 Category 0060- Sign Structures $460,000 $460,000 100 $0 0 Category 0070 — Structure B -70 -262 $2,200,000 $2,200,000 100 $0 0 Category 0080 — Structure B -70 -269 $7,600,000 $7,600,000 100 $0 0 Category 0090 — Structure B -70 -270 $600,000 $600,000 100 $0 0 Category 0100 — Structure B -70 -274 $380,000 $380,000 100 $0 0 Category 0110 — Structure B -70 -276 $600,000 $600,000 100 $0 0 Category 0120 — Structure R -70 -15 $380,000 $380,000 100 $0 0 Category 0130 — Structure R -70 -16 $1,660,000 $1,660,000 100 $0 0 Category 0140 — Structure R -70 -17 $300,000 $300,000 100 $0 0 Category 0150 — Structure R -70 -18 $350,000 $350,000 100 $0 0 Category 0160 — Structure R -70 -19 $425,000 $425,000 100 $0 0 Category 0170- Concrete Median Barrier $1,900,000 1 $1,900,000 100 1 $0 0 TOTAL COST DISTRIBUTION: $ 44,906,000 $44,902,000 1 1 $ 4,000 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 Municipality Name Title Date 2 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. 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. 3 7. The work will be administered by the State and may include items not eligible for Federal / State participation. 8. Structures B -70 -262, 269, 270, 274, & 276 will be WisDOT owned structures and WisDOT's responsibility to maintain the integrity of the structure. 9. Retaining walls R- 70 -15, 16, 17, 18, & 19 will be WisDOT owned structures and WisDOT's responsibility to inspect and maintain the integrity of the retaining walls. 10. WisDOT will maintain all street lighting within the US 41/45 Interchange, which includes, but is not limited to, the responsibility for the energy, operation, maintenance, and replacement of the lighting system (including associated costs). 11. The Municipality will at its own cost and expense: a) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more restrictive controls. b) 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. c) Maintain the water main system installed with the project. 12. Basis for Local Participation: Construction — Category 0010 — Construction of the roadway items for the project is 100% Federal /State funded. Construction — Category 0020 — Lighting installed for the system interchange and the roundabout is 100% Federal /State funded. Construction — Category 0030 — Intelligent Transportation Systems (ITS) installed with the project is 100% Federal/State funded. Construction — Category 0040 — Community Sensitive Design Items is 100% Federal /State funded and includes the landscaping in the roundabout at US 41 SB ramps and US 45. This category is capped at $300,000 maximum. Construction — Category 0050 — Extension of the water main north and west along US 45 to provide added fire protection for the Structure B -70 -269 is 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 0060 — Sign structures installed with the project are 100% Federal /State funded. Construction — Category 0070 — Construction of Structure B -70 -262 is 100% Federal/State funded. Construction — Category 0080— Construction of Structure B -70 -269 is 100% Federal/State funded. Construction — Category 0090 — Construction of Structure B -70 -270 is 100% Federal /State funded. Construction — Category 0100 — Construction of Structure B -70 -274 is 100% Federal /State funded. Construction — Category 0110 — Construction of Structure B -70 -276 is 100% Federal /State funded. Construction — Category 0120 — Construction of Structure R -70 -15 is 100% Federal/State funded. Construction — Category 0130 — Construction of Structure R -70 -16 is 100% Federal /State funded. 4 Construction — Category 0140 — Construction of Structure R -70 -17 is 100% Federal/State funded. Construction — Category 0150 — Construction of Structure R -70 -18 is 100% Federal /State funded. Construction — Category 0160 — Construction of Structure R -70 -19 is 100% Federal /State funded. Construction — Category 0170 — Construction of Concrete Median Barrier is 100% Federal/State funded.