HomeMy WebLinkAbout29303 / 78-14--- �
.
� �
�
Jar.uary 19, 1978 # 14
PUR�'�OSE: AGR�,ME'NT FOR REPLAC�f�'N'I' OF OBSOL,_,�i'E SIQVS
Ii�tTTIA_.`rED BY: CITY AI�MTNISTR.�ITICN
RESOLLITION
BE IT RESULVE?� by the Coir¢rbn Council of the City of Oshkcsh that the pro�r
i.ity orficials are hereby authorized and directed to enter into an appropriate
agreeirent wi�.h the Division of Highways, Wisconsin Department of Transportation,
for the follcrwing project:
Project I.D. 1000-23-44
Replacem�nt af obsolete signs on various local streets
BE IT FURTHER RE50LUED that the proper City officials are hereby authorized
and d_j_rected to execute the "project agreem�nt" form setting forkh terms and
cnnditions of said constn:ction program.
R_E iT FCTRI'f�i._,_R RESOLUED that the total estir�ated cost �or the replacement is
$78,100.�0; f�3�ral/state funds of $54,670.00 and $23,430.00 f�nding from the
CiL�r Of CC�hl�OSh.
nr_ -rm r?,rrrj+;�p nFc�,nTt,J�:i ';'.t-�-.�. a.�. r-�_,-- s.,---'
� _ u� ,_.�tc N�:st-_ � �'1t�' GwilCiaiS c3ic �iciC,✓y auuioriZ�C.i
�.�+ cii:�-�:c��. to er.t.er. i.nto the Contract r^or Construction by City Forces with the
�i.��r� oF Gdisconsin, Dzpartrcp�tit of Transportation.
SUHYITTED BY
� �� y � �
r''_..__ '--aL1-_.. 1 r ,, i,.'ti ;, r.
- 1�1 -
, •;�'��"'1-.
�� x'�.�-`
1 �
t =Y't�
�, :.�!. 1
;.,�� � �
��; . �
0
0
4� �s W�s�o
1� !' . �`
; � " s
r `,�, � �� % � 's
S$,ate o# Y�'i�con�cin \ DEPARTµENT OF TRANSPORTATION 9 G-"�� o
;`"'"'�=� �
3f� C�L_ QoQ
�f T A ANS
January l�, 197�
Mr. Jack Sch.��ider
Director of Public b9orks
215 Cnurch Av�nue, P.O. Box 1130
Oshkosh, tYisconsin 54901
Dear Ivlr. Schneider:
Pro j e ct I.�. laoo-z 3-�.�
City of Oshkosh Highti�ay Signing
Various Loca1 Streets
UJin..� ebago Co ��ty
DIVIStON OF h11GHVYAYS
1125 NORTM Mil_ITARY AVE_
P. O. BOX 3670 DISTRICT 3
GREEN BAY, WI 543
Vfe are submit�ing three copies of the "Con;ract For Canstruction by City
Forc�s" and three copies of the "Projeet �7�-ree�ent" for the above project
for signa�ure by the city officials. Plezse return all the signed copies
to this office along �rith the necessary co�.,_--�cil resolutions authorizirzg
the signing oi these contracts.
Very truly yours,
C. R. RY�:1, P.E.
17is �rict Endi�?eer
By
���� � ` l� '
� ���
C. H. rrtertens
Dis�rict Chi�� Design Engineer
RGP/jct •
Enc.
E-D-� 1 G 7-7� State of iViscmiain / Deoarhnent of 7'ransportation
PROJECT AGFZEE�iENT '
for the Programmin� and Cunstruction of a
FEUERAL - �1IJ HIGH�V:1Y L'�IPROVEtiiENT PROJECT .
Project I.D. l000-23-44
City of Oshkosh, Signinb
�9innebaoo County
The signa:ory city, viilage, town or county, hereinafter ca!led the Mu�icipality, through its undersigned duly authorized officers
or officials, hereby requests tne State of Wisconsin Department of Transportation, through its Division of Highways, hereinafter
called the State, to initiate proceedings and engineering developmsnt and to effect the construction of the highway or street im-
prov°ment hereinafter described. Department
This reyuest for the programming and construction of a highway improvement, upon accaptance by the F-}¢�F}'y��`�{,��n
shall constitute an Agreement betwee.n the Wisconsin Department of Tra.nsportation and the Municipality, and unless specifically
modi4ied or amended by supplemental written agreement between the State and the Municipality is subject to a{I of the iollowing
terms and conditians.
1. The Municipality will contribute ar.d pay to the State all costs incurred by the State in connection with the proposed improve-
ment which are in excess of Federal-aid funds, if any, received by the State and applied to the project.
2. The work enumerated shatl be proposed by the State to the Federal Highway Administration. If approved, the work witl be
undartaken by the State as a Federal-aid project in accordance with all applicable State and Federal laws and regulations.
3. The total amount of estimated Federal funds as set forth herein will ba considered to be the maximum amount of Federat-aid
that v�itl be app�ied to the project to the extent that they are recoverable from the apportionment of Federal-aid to the State, and
will be chargeabte to the State's alloc�tion of such Federal aid to the Municipality.
4. Such additional �vork as is necessary to ensure a complete improvemant acceptable to the Division of Highways and the Federa!
Highway Administration will be undertaken independently by the Municipality without cost to the State and without Federat par-
ticipation. Such work is generally delineated herein.
5. The performance of surveys, plans, preconstruction engineering and right of way acquisition is the responsibility of the Munici-
pality.
6. The District Office of the Division of Highways witl cooperate with and advise the Municipality during the survey and ptan davet-
opment and right of way acquisition phases of the project.
7. It is understood that, upon completion of the ptans and prior to the execution of a contract for the work, the project will be sub-
ject to further agreement between the Municipality and the State with respect to details of design, approvat of plans, and certain re-
quirements to satisfy provisions of the Federal- Aid Highway Act and th� regulations issued pursuant thereto.
8. Subsequent to the receipt of bids but prior to the execution of a contract, the Municipality witl deposit with the Division of Nigh-
ways the funds estimated by the Division as necessary to defray all costs incident to the project which are not recoverable from Fed-
erat funds allocated to the project. Any balance remaining of such deposit wilf be returned to the Municipality uport finat audit.
Should the Municipatity decline to make such a deposit, it is understood that no contract wil! be entered into for the execution of
the v��ork and that the further disposition of the project will be the subjact of negotiation be:ween the P/lunicipali;y and the Diviston
of Highways.
9_ In such event, or if ihe Municipality shoutd withdraw the project for other reasons, it will at that tima reimburse the Division of
Hi9hways for any costs incurred by it in behal4 of the project.
10. The Municipality agrees that —
a) It witl maintain, at its otivn cost and expense, all portions of the project that lie wiihin its jurisdiction in a manner satisfactory
to the State or the Fed�ral Highway Administration or both, or their authorized representatives, and will make ample provision
for such maintenance each year,
b) All signs and traffic control devicas and other protective structure; erected on or in conn2ction with the project, inctuding such
of these as are installed at the sola cost and expense of the Municipality or by others, will be in conformity with such manual
of uniform traffic control devices as may be adapted by the American Association of State Highway and Transportation offi-
cials, approved by the State, and concurred in by the Federai Highway Administraiion.
c) The right of way available or provided for the project wiil be hefd and maintained inviolate for public highway or street pur-
poses. Those signs prohibited under Federal aid highway regufations, posters, bitlboards, roadside stands, or other private in-
stallation prohibited by Federat or State highway regulations will not be permitted �vithin the right of way timits of the project_
The Municipality, within its jurisdictiona{ limits, will remove oo cause to be removed from the riqht of way of tha project a!t
private installations of tivhatever nat�s-e which may be or cause an obstruction or interfere with the free flow of traftic, or which
may be or cause a hazzrd to traffic, or which may impair the us°fulness o# the project and all other encroachments which may
be required to be removad by th� State at its own efection or at the request of the Federal Highway Administrator� and that no
such private installationg will bs permitted to be erect2d or maintained in the future,
d) It will assume general responsibility for all pub{ic information and pubtic relations for the project and to make fitting announce-
ment to the press and such outlets as would genera{ly alert the affected property owners and the community of the nature, ex-
tent, and timing of tha project and arrangaments for handling traffic within and around the projects.
e) It will keep records to demonstrate the effectiveness of the improv�ment by assessment of cost and the.benafits d°rived from
projects funded under the Federa{ Aid Highway Safety Acts.
f) It will comply with all applicable provi;ions of th2 Wisconsin Action Plan.
g) �Vhen the acquisition o` right of way is to be financed eith2r in whole or in part with Federal funds, such purchases or acquisi-
tions will comply with the provisions of Titles 11 and I I I of tha Uniform Relocation Assistance and Real Property Acquisition
Policies Act of 1970 (=12 U.S.C. 4601 et seq.) as may be amended °rom time to tima, and the requirements set forth in Section
'-11 of the State's Minimum Right of Way Requirements for Federal Aid Urban Systems & TOPICS Project of January i 9�
as may be amended from time to time, or the req�.cirements as set forth in S°ction II of the State's Minimum Right of Way
Requirements for Federal Aid Secondary Projects of July 1973 as may be amended from time to time,
h) When the acquisition of right of way is to be financed by the Municipality or oiher utility or facility owner� such purchases
or acquisitions wiil comply with the provisions of Titles II and II t of the Uni`orm Relocation Assistance and Real Property
Acquisition Policies Act of-1970 (42 U.S.C. 4601 e; seq.} as may be amended �rom time to time, Tltle VI of the Civil Rights
Act of 1964, and the requirements as set forth in Section I of the State's Minimum Right of �Vay Requirements for Federal
Aid Urban System & TOPICS Projects of January 1974 as may be amended �rom time to time, or the requirements as set
forth in Section 1 of the State's Minimum Right ot �rVay Requirements for Federal Aid Secondary Projects of Juty 1973 as
may be amended from time to time.
unicipality
Oshkosh
tis;ing Facility - �eu
� Local. Streets
and give reason for request �
Obsolete signs on various streets.
Imp�ovemant - Natu►e of wor
Length
� •�
Constructi
1978
Replace absolete signs �rrith new signs t�rhich meet the requirements as set
forth in the 2,'Ianual on Uniform Traffic Ccn�rol Devices.
Describa non-participating work included in the projeet and other work necessary ;o finish the
project compfetely which will be undertaken independentty by the muniGipali:y.
None
Fed>ral Participating tfems - Estimated Cost
FEDERALPROGRAM DESIGNATION Safetv I*�nro�rer�er_�
FEDERAL FUNDS LOCAL FUNDS
Preco�struct�on Engineering
Right of Way
Construction Sign Replace. �+9,700
otner Const . Engin. �, 970
TOTAL 5�,670
Date Local Funds will be available ��'�en R'eqUlTea'
21,300
2,130
23,430
TOTAL
71,000
7,100
7$.100
This request is made by the undersigned tender proper authoriry to make such request for the above designated Municipality as
evidenced by attached resolution, and which upon acceptance by the �`�-�� �`'�:-�+`��'� shall constitute ab eement between
the Municipality and the Wisconsin Department of Transportation. Depart��nt
TITLE - ' UATE
SIG_VED:
0
ST�TE OF :7TSC'1_�SI'�1/DEPARTI��NT OF T2�JiSPO�?'1A110V/DTVISIOi�J OF HIGYCIAYS
CONT�CT FOR C�NSTRUC= ��i1 $Y CITY FQ�,CES
Service and Sup�ly
Contract Amot:nt �70, 929. 39 Pro j ect 1000-23-�+4
Contract No. 1
City of Oshkosh
Typ� of ��Vork: Signing Local Streets
t'Vork to be star-ted by April 15, 197g and to be completed by October 31, I97$.
This co�2tract ��de and entered into b;� and betti�een the State of �'Jiscansin,
Department of 'lrans�ortation, Division of �.igh�ays, represented by its Highz�ray
Comr�ission, nereina��er called the Commission, and the City of Oshkosh
represented by the City P:ianager, hereinafter called the city for constructing
the above desi�-;ated pro j ect :
Witnesseth: 1^�at the Commission hereby finds and determines that it is
more feasible and ac.van�aQeous for high�ray purposes to construct the said pro-
ject tivith the city's organization, forces and equipment; and the Cormnission and
city hereby �utually agree as set forth on the pages here�o attached, �rhich are
made a p�rt hereof.
RECO��,�S�ND�D FOR APPR�VAL:
District Engine�r ��� �t '}_�__,,� _;�!,���..�
Chief Construct�on �-�gineer v
State HigR�:ray Fn�znA�r
APPROVED FOR T� ST_-_ir, Q,� tiVISCONSIN
Hign.�ray Co �; �sion S�cretary
Date
C-overnor of ;iis�ons�n
Date
.APPROVED FOR THE CITY OF OSHKOSH
(Title)
Date
COUNCIL Rr.SOLUTION M[TST BE ATTACHED
-2-
l. Tne city agrees to cons-truct the he���� described project in accordance
rrith the requirements of the Con<-�.s�-_�n, and the approved plans ;�hen required
for such projects, and in accordan�� ,,-i�h such of the Standard S�ecificatzons
of the Co;n*nission for Road and B^ic�� Cc�struction and approved supplements
as �a?y be applicable, and in acco�c�:�? :�ith the special provisions hereby made
a part oi this contract, ancl the �+o�� ''Contractor" as used in t�e specifications
and special provisions shall, �•rh�� _��I�cable, be deemed to mea.� the city.
2. Tne city 15 authorized by the Co�is;io� and agrees to provide ior the purchase,
delivery, and storing of all mat?ri�s, the furnishing or necessary rental of
all equip�ent and small tools, and Lr1� furnishing of all labor necessary to
expeditiously complete the work, ane� �o �ay all costs incurred pursuan.t to this
contract.
3. The Co�mission agrees to pay to the city and the city agrees to accept in full
the settlement for the work perforlaed under this contract a maximum reimburse-
ment not to exceed the�amount of fed�ral funds earned by the project.
a. The actual cost of labor, ?t rates currently paid by the city for
similar �rork in the ci�y, �terials and incidental exp�nse fur-
nished or incurred by tne �?ty pursuant to this contract, such pay-
ment to lae based on a'`�e��il�d Statement of Expenditures'�, sub-
mitted monthly �vith the "''�nt�.l.y Report of Exp�nditures'�, and ver-
ified by the City Enginee= and the City Clerk.
b. The recognized costs i�:cic°ntal to the employment of labor under this
contract ( such as worl�en1s co*npensation insurance, unemployment and
retirement contributior_s �ad time off with pay) compu;ed and requi-
sitioned in accordance �Ti�� established policy.
c. An alloivance for the use a_' euuipment, tools and inciden�a7.s for the
�ork under this contract. 5uch allotivance shall be in accordance
with the provisions of th_s contract. These payr.►ents shall be based
on a'fDetailed Stateme�� o' Expenditures", submitted �onthly �rith
the "I�rionthly Report of �x��nditures", and verified by the City En-
gineer and City Clerk.
The rates established �pp��r on equipment in good worying order.
Alloc�ance tivill be niade on� �� for the time during t�rhieh the equipment
is in actual use on th° p-�ject; and no allowance Svill be inade for
equip�ent tivholly inadeqaa;� or inefficient or in excess of the
requirements of the �rror'�.
4. In connection :,ith the performance o_' S;ork under this cQntract, the city
agrees not to discrimi.nate against z�y employee or applicant for eMploym�nt
because of race, religion, color or Tational origin. The aforesaid prorrision
shall include, but not be limited tc, the follo�ring: Employment, upgrading,
demonition or transfer, recruit��nt or recruitment advertising; layoff or ter-
mination; rates of pay or other for:a o� compensation; and selection for
training, including appxenticeship. ^'n� city i5 to post in conspicuous places,
available for enployees and applica..�Ls ior employment, notices to be pro-
vided by the contracting officer se��ing forth the provisions of the nondis-
crimination clause.
5.
_3_
1he city agrees to furnisn, on the "D�tailed Statement of Expenditures",
an accurate distribu�ion oi the costs beti�reen the various items of �rork as
sho�m on the follo��rino s•��*�ary of qu��tities:
Item
SUP�'�iARY 0_ Qli�VTITIES AND JS^1I�;4T�D COST OF �YORK
Furnish �nd Install
Si d s
Quantity
1
Unit Price
$70,929.39
Total Estimated Cost
Amount
�
$70,929.39
�70,929.39
6. l+:'fachinery Rental Sch?dule: It is hereby agreed and understood that the
allotivances set forth belo�v are to apply to city equipment used on �ederal
Aid projects during the calendar year 197g.
It is further �greed and understood that the allo�rrances set for�h in this
agreement cover depreciation, maintenance overhauling, fuel, lubricants,
tires, tire chains, insurance, license fees, and a11 other items or expense,
except operator's salary.
It also is.further a�reed and understood that the a11oP�ances set forth in
this agreement are to be charged only for actual hours of operation, i.e.,
for the nurr�ber of hours during `vhich a piece of equipment is actually being
operated in the perfornance of vrork to tivhich the equipment is assigned.
For the use of tools, lanterns, battery opera�ied flashers, etc., used on
this project an additional amount of -t�10 percent (2%) of the project cost
shall be permitted to be charged.
GI!Y EQUIPi��NT RENTAL RATES
1�e of Equipm�nt Hourly Rates
Pickup truck
Auger Truck
Auger
�3.72
7.18
5.00
�'i'he first sentence of Article 3 is amended by the addition of the folZowing:
A maximu� reinburszment not to exceed the amount of federal funds earned
by the project based on the total estimated cost.
SP�CII�, pR�'� ISIOid5
1. General. The �vork under this con�„ac� for the construction of Pro�ect
1.000-23-44, also iclentified as Fe�eral-Aid Proj?ct , City of
Qshkosh Street Signing, loca�e� oT va�;ous local streets and high�•rays in
Oshlcosh, V��isconsin, shaL be �n accord?nce ��ith the plans therefor,
and sha11 be executed under the re�sirements of the State of Wisconsin,
Department of Transportation, Div? sion of Hightvays Standard Specifications
for Road and Bridge Construction, �di�ion 1975, approved December 17, 1974,
and supplemental specifications and tr�se special provisions.
2. Scope of Work. The work under this co�tract consists of furnishing and in-
stalling standard regulatory and i,arni�g signs together tivith all incidental
items necessary to complete the �rork as sho�vn on the plans,
3. Prosecution and Progress. The worj ll.Tl'�2T this contract shall be completed by
December 31, 197g. The requiremen�s o= Subsection 108.g of the standard speci-
fications are hereoy deleted.
�. Record Retention. Contractars and subcontractors are to maintain all books,
docw-nents, papers, accounting records, and other evidence pertaining to
costs incurred and to make such ma�eri?ls available at their respective
offices at all reasonable times d�*rino the contract period and for three
years from the date of final paym��t u.�:der the contract for inspection by
the State, Federal Hight^ray Adninis�ra�ion or any authorized representatives
of the Federal Government and copi�s thereof shall be furnished if req,uested.
5. Furnish and Znstall Sign.s. Item 9°�00�. The yrork under this item consists of
fiirnishing and installing regulatory z�d �rarning signs in conformity with the
plans, special provisions, and the �'lisconsin r,4anual of Traffic Control Devices.
The signs to be installed are those ic�ntified in the county's inventory vf
regulatory and warning signs tivhich is on file in the Division of Highways,
District #3 office in CTreen Bay.
rJlaterials and Equipm�nt. Al? equipmen�, hardware, and sign posts
used on this contract rJill be tha� nox�.11y used by the city in its sign
installation and maintenance progr�. :�;Iaterials (tivith the exception of hard-
ware and sign posts) sha11 comply :.ith Section 6�.3.2 of the standard
specifications.
1000-23-�4 1 of 1
SUPPL�.!G'PdT�_L S?�CIr ICATIO.�?S
Project I.D. l000-23-�4
Slji?�Tig
City of Csr�.kosh
!9innebaAo County
S. S. #�2
S. S. �3
. �
Ai1ALYS1 S �^ DRI CE
Project I.�. =�0�-23-44
Signi��
City o' O��osh
�tirLnebago Co��ty
MA.TERIAL
1,635 si�.s each, @ �21.55 �35,234•25
9b6 posts each, � $6.50 6,1�09.00
Total AI[aterials Cost �41,643-25
EQUIP�.�NT
Pickup truck, 272 hours @ $3.72
Auger truck, 610 hours � $7.1�
Auger, 443 hosrs � $5.00
Miscell�neous equipment & small
tool ch2sge, L.S.
Total Equipment Cost
LABO:i
Man-hours, 2,630 hours � $7.65
Administration, L.S.
Total Labor Cost
TOTAL
� l,011.g�.
d,379.g0
2,215.00
760.00
� 8,366.64
$20,119.5J
800.00
$20,919.50
$70,929.39
�
I . . , .
� .
; .
,
; �..����.,.,.,.�.�-_..�....��.�.��._.._ . �....�-..���
! t�.v � �:�ii:���.� CONTR::CT `:0.1
� � t, SiGr:�r:G
�
i
� c�u���� � ��� ��S
♦
� FURiJIjH
Z STATION tJET
&
� 7O � I�STA�L
� S7ATIOtJ LEtJGTH Si;i;:S
y i'f Et � tYO. 1 90001
� UtJIT LI"i. FT. L.S.
U
� � �
/ TOTAI. CO�'�TRACT t
f--�a_
ROaDS�DE S�GN ! - •
RJRGI D�STRiLT ��,•�•' �
:�':��>
I
r-..--•--�a �? � __ �� I
'_ � L_ _
socco
�:MtT
ROADSiDE SIGN 5O
BUS�M'S5 OR t
RES�DEnCE O�SiA�CT
�
,
ROADSIDE ASSEMaIY ��
AV�a� D�SiR�GT r�,3�
L
� �3 -�`� 1 )
��! I i.l�.[�
. [�� i � -. i
o„� =�
� �"-•'._----- �---1.
9
,
css��.xs.--r�- -w .:..-�a+�+.xr+.s+: r��:.rz-.:v—.+!
STl+TE PH.7. JiCT nV�f.ficR «1i.CT NO '
i000- 2 3 -�. ��r,� _�
�
SIGNING DEiA1LS �'"�
r.
i
ROADS�DE SiGN v
NVRA� D�Siq�tf r
.w u+�
r-�� t_. -- '
�� .o.r
nna a.o��eu� ��
7 �
YtARVING SiGN �
W{TH AOVISORY .
SP�Ep PLATE _ ���
RUPa:0�51R�CT � �
' c � o n'.
35
_-____ K I
.____ _,_
vinG s�crt
�,�tio . �
E l�tiE O� TR4If�C �
�� ��.�.-...�.�� --.��
�
�
�
r—,
�:J
�
�
+� bo
� •�i
��
�
� a�
a� �
��
c� o
�
��
�O
0
��
�., o
��
�
� �
�
� U
O cd
r-I r-I
� �
� N
r-I �
O
� �
N O
(Z 4-i
�
�
0
�
�
0
E�
�
O
.,-I
J�
O
�
ti
�
�
a�
�
�
�
v
.,�
�
�
cd
U
�._-�...__..»...__.._.... _. ,......,.-«. . ..,.....,,..,w.w,„,,w,_
—.....+.. �� t;.; + h* .,� : .
.... «. � .., _,.. �,.., �
-°+�---..-....�...._.........,.._�,..., t� `i `: JFi `� �i o $
�+.�......,�,......-.r...4......,....�-w+...w....,�........�w.�...» ,...,,.,-!
�
ti �
rn
�
rn �
� �
a�
� �
�
� �
c� •�
� �