HomeMy WebLinkAboutJackson St & Murdock Ave Intersection Revision
,jI,";c'
,REVISED DATE: June 27, 2007
STATE / MUNI1i:fjfA(;ltEE~~:;;-'-! I.D.: 6430-14-00/21/71
mGHWAy~l~~o~~ ~~:;,,~ ~r:r:~Y: ~:::':~St&M~:O~~:eI:;~...CtiOD
~\~ A~~~20~-'l~j i COUNTY: ~
The signatory City of 0 i&d~.;...&a~f~9~f~~{~~~~Junicipality, 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): Project is located on the north side of Oshkosh at the intersection of
Jackson Street and Murdock Avenue., Current intersection geometries don't provide adequate radii for turn movements and the level of
service is projected to fail in near future.
Proposed Improvement (nature of work): Reconstruct Jackson StreetIMurdock Avenue intersection as a multi-lane roundabout to
improve capacity, safety, and overall operations.
Describe non-participating work inclnded in the project contract: Sanitary sewer and/or water main work.
Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality:
N/A
-
PHASE ESTIMATED COST
Total Federal/State Municipal
Estimated Cost Funds % Funds %
Preliminary Engineering:
Project ID 6430-14-00
Plan Development $ 155,000 $ 116,250 75 $ 38,750 25
Real Estate Acquisition:
Project ID 6430-14-21
Acquisition $ 1,750,000 $ 1,312,500 75 $ 437,500 25
Construction:
Project ID 6430-14-71
Category 010 - Normal Participating $ 970,000 $ 727,500 75 $ 242,500 25
[[!2TAL COST DISTRIBUTION: $ 2,875,000 $ 2,156,250 75 $ 718,750 ')"
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
July 11, 2007
Date
See Attachment 1A
Name
Title
.'" , ~
Signed for and in behalf of the City of Oshkosh
~~
Richard A. 'VI oihingk, City Manager
lA1 flAQ~_ ~
Warren P. Kraft, City Attorney
/'d- As wlMCE l>,i?cq-tJ R..
Edward A. Nokes, Comptroller
I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this contract.
lA
1~,' tERMS AND CONDITIONS:
I. 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 incurredby 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 Iimited 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 mam.
c) Construction engineering incidental to inspection and supervision of actual construction work.
d) Signing and pavement marking including detour routes.
e) Compensable utility adjustment.
t) 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, tire 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 tinalaudit will be made to determine the final
division of costs.
2
~.~.' 6.1f the Municipality should withdraw the project, it will reimburse the State for any costs incum::d 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) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more
restrictive controls.
9. Basis for Local Participation:
Design, Real Estate, and Construction - Category 010: North, South, and West legs of the
intersection are State Trunk Highways. East leg of the intersection is a local street. Since 3 of the 4
intersection legs are State Trunk Highways, the state/federal participation is 75% and the local
participation is 25%.
3