HomeMy WebLinkAboutDOT-N Main Street
s.\\\\\\IIIIIJ//IIM
Ji
~ ~
;::: ~
~ ~
% ~
~ ~
~ ~
)lIIIJ/II/Il\\\\'\~
Wisconsin Department of Transportation
www.dotwisconsin.gov
Jim Doyle
Governor
Frank J. Busalacchi
Secretary
Green Bay Transportation District 3
944 Vanderperren Way
P.O. Box 28080 .
Green Bay, WI 54324-0080
Telephone: (920) 492-5643
FAX: (920) 492-5640
E-mail: greenbay.dtd@dotstate.wi.us
August 10, 2005
DA VB PATEK, DIRECTOR OF PUBUC WORKS
CITY OF OSHKOSH
P.O. BOX 1130
OSHKOSH WI 54903-1130
Project I.D. 4994-01-14 (15 Const)
N. Main Street, City of Oshkosh
New York - Murdock
Local Street
Winnebago County
Attached are three copies of the "State/Municipal Agreement for a Highway hnprovement
Project" that establishes the conditions, terms, and estimated costs for State Review and
Construction of the above referenced Surface Transportation Program (STP) - Urban project.
Project ID 4994-01-14: This ill is for State Review & Proratable charges for processing and
advertising the N. Main Street project for letting. The review work includes review and/or
approval of the environmental document, pavement design report, design study report and
processing of the project PS&E. The estimated cost of the work is $14,000 and will be funded
100% by the City of Oshkosh.
Project ID 4994-01-15: This ill is for the roadway reconstruction of N. Main Street from New
York to Murdock Street. The project is estimated to cost $663,000 which includes 15%
engineering & contingencies. The project is funded by the STP Local Urban Program with the
Federal Government contributing 80% of the project cost up to a federal capped amount of
$520,000. Costs in excess of the federal capped amount are 100% the City of Oshkosh's
responsibility.
Final costs for State ReviewIProratable and Construction of the project will be based on the
actual costs incurred~
The City of Oshkosh will be responsible for any costs associated with the negotiation and
acquisition of any new right of way or easements if required for construction of the project.
Non-participating costs for sanitary sewer or water facility adjustment or reconstruction are
estimated to be $2,500. These costs are 100% the responsibility of the City of Oshkosh.
DTB9
~
'"
If these project agreements meet with your approval, please sign and return two copies of each to
our office as soon as possible. If you have any questions regarding the attached agreements,
please feel free to contact me at (920) 492-5989.
Sincerely,
7Z- . ~ ,.41v.-
Thomas L. Ahrens
Project Manager
TLA:tla
Attachment.
/0"- J.l- ?øo~
- I;; -
#4J ~ ...J f.,. s.r
IT ~..".~.
~)
~p+
/
~ ~j C£.MJc. - ~L~ th'r
j 4~ - W't'- ~D
~~~~
STATE / MUNICIPAL AGREEMENT
FORA
HIGHWAY IMPROVEMENT PROJECT
DATE: August 10, 2005
I.D.: 4994-01-14 Design/4994-01-15 Construction
HIGHWA N.MainStreet LENGTH 0.51 mi.
LIMITS:
COUNTY:
. Npw York AvpnilP to MIJrrlock Avenue
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 initi'ate 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): The existing 2-lane, two-way, asphalt minor arterial roadway is
deteriorated and in need of repair. The pavement is checked and cracked with numerous utility patches scattered throughout. The curb
and gutter is in poor condition and the existing utilities are over 100 years old.
Proposed Improvement (nature of work): Reconstruct N. Main Street under the STP-Urban Program to a 46 foot wide urban
roadway section from New York street to Murdock street including concrete sidewalk and storm sewer.
Describe non-participating work included in the project contract: Sanitary sewer manhole and water valve adjustments.
Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality:
Negotiation and acquisition for any real estate for the project, if required.
PHASE ESTlMA TED COST
Total Federal! State Municipal
Estimated Cost Funds % Funds %
Preliminary Engineering: 4994-01-14
State Review and Proratable $14,000 $0 0 $14,000 100
Real Estate Acquisition:
Acquisition ? 100
Constr. (Participating): 4994-01-15
Roadway Items (010) $663,000 **$520,000 80 $143,000 20
SUBTOTAL: $677,000 $520,000 $157,000
Construction (Non-Participating): $2,500 0 0 $2,500 100
TOTAL COST DISTRIBUTION: $679,500 $520,000 $159,500
** Construction STP - Urban funds for this project are capped. The Federal Government will contribute 80% of
the project construction cost for participating items up to a maximum amount of $520,000. The City of Oshkosh
is responsible for 20% of the participating costs up to the federal maximum of $520,000 and 100% of the costs
exceeding the federal cap.
..'
-
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 behalfóf t e City of Oshkosh:
City Manager
ity Clerk
ity Attorney
City Comptroller
I hereby certify that necessary provisions
have been made to pay the liability which will
accrue under this contract.
~G~
City Comptroller
2
9- fP-,20/JJDate
q~~
q-?JD"'~ate
Date
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) New continuous street lighting, if installed at the time of project construction, excluding ornamental
lighting.
g) Construction or replacement of sidewalks and surfacing of private driveway.
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) Damages to abutting property due to change in street or sidewalk widths, grades, or drainage.
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.
d) Bridge width in excess of standards.
e) Preliminary engineering and State review services.
f) 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.
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) Assume general responsibility for all public information and PQblic relations for the project and to make
fitting announcement 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.
f) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more
restrictive controls.
9. Basis for Local Participation:
Project ID 4994-01-14: This ill is for State Review & Proratable charges for processing and advertising
the N. Main street project for letting. The estimated cost of the work is $14,000 and will be funded 100%
by the City of Oshkosh.
Project ID 4994-01-15: This ill is for the roadway reconstruction of N. Main street from New York
street to Murdock sreet under the Surface Transportation Policy (Urban) Program. Federal funding of
construction participating items is 80% up to a federal cap of $520,000 with the city of Oshkosh
responsible for the 20% balance. Participating construction costs in excess of the federal cap of $520,000
are 100% the responsibility of the City of Oshkosh.
Non-participating for sanitary manhole and water valve adjustments are 100% the responsibility of the
City of Oshkosh. Non-participating costs are estimated to be $2,500.
Final costs will be based on the actual costs incurred.
4