HomeMy WebLinkAboutHighway Improvement/Roundabout Jackson/Murdock��sco "P Division of Transportation
.o System Developmen
Northeast Regional Office
944 Vanderperren Way
0 TV, PO BOX 28080
Green Bay, WI 54324 -0080
January 23, 2008
Jim Doyle, Governor
S ^ , Frank J. Busalacchi, Secretary
TlR a"�byt Internet web site: www.dot.wisconsin.aov
V•{o Telephone: (920)492 -5623
Facsimile (FAX): (920)492 -7707
E -mail: cireen bay. dtcl adot.state.wi.us
DAVID PATEK
CITY OF OSHKOSH DIR OF PUBLIC WORKS
215 CHURCH ST PO BOX 1130
OSHKOSH WI 54903 -1130
Project ID 6430 -14 -00
Jackson Street, City of Oshkosh
Murdock Avenue Intersection
STH 76
Winnebago County
Attached are three copies of the updated State/Municipal Agreement for design, real estate, and
construction costs on the above project. This project involves the construction of a multi -lane
roundabout at the Jackson Street & Murdock Avenue intersection.
City of Oshkosh costs on the project are as follows:
• 25% of the design and real estate costs based upon the fact that 3 of the 4 intersection legs
are State Trunk Highways and the remaining leg is a local street
• 25% of the normal participating construction costs based upon the fact that 3 of the 4
intersection legs are State Trunk Highways and the remaining leg is a local street
• 100% of the cost to upsize storm sewer main.from either 18" or 21" to 42 "(included as a
lump sum amount)
• 100% of the cost for non- participating items such as sanitary sewer, water main, sealing
concrete pavement joints, and hazardous material remediation
We ask you to approve the updated agreement by signing and returning two copies to our office
by February 29, 2008. You may keep the third copy for your files. If you have any questions,
please contact me at 920- 492 -5708 or via e =mail at illiam.B� daa�dot.state.wi.us
Sincerely, 2 c °'�
--two S �d ��u•� 41
Bill Bertrand, P.E. --j->Co
Project Manager
C1. �k_ (urfll 6ytnu. Q�
A J!
REVISED
STATE / MUNICIPAL AGREEMENT
FOR A
HIGHWAY IMPROVEMENT PROJECT
DATE: January 23, 2008
I.D.: 6430 -14- 00%21/71
HIGHWAY: STH 76 LENGTH: 0.0
LIMITS: Jackson St & Murdock Ave Intersection
COUNTY: 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 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 geometrics 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 Street/Murdock Avenue intersection as a multi -lane roundabout to
improve capacity, safety, and overall operations.
Describe non - participating work included in the project contract: Sanitary sewer, water main, upsizing of storm sewer trunk line
from 18 "/21" to 42 ", sealing of concrete pavement joints, hazardous material remediation.
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
$ 200,000
$ 150,000
75
$ 50,000
25
Real Estate Acquisition:
Project ID 6430 -14 -21
Acquisition
$ 1,750,000
$ 1,312,500
75
$ 437,500
25
Construction (Participating):
Project ID 6430 -14 -71
Category 010 - Normal Participating
$1,115,500
$836,625
75
$ 278,875
25
Category 010 — Upsize Storm Sewer Main
$ 104,000
$ 0
$ 104,000
LS
SUBTOTAL:
$ 3,169,500
$ 2,299,125
$ 870,375
Construction (Non- Participating):
Category 020 - Non - Participating
$ 410,000
$ 0
0
$ 410,000
100
TOTAL COST DISTRIBUTION:
$ 3,579,500
$ 2,299,125
1
$ 1,280,375
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
See attached page 1A
Name
Title
February 13, 2008
Date
Signed for and in behalf of the City of Oshkosh
Pamela R. Ubrig, City Clerk
1
Lynn renson, Ass' t City Attorney
Lynn Marquardt, Assista Director of Finance
I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this contract.
W
/ �s I d
MEW
W1 i
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) 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, 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.
d) Repair damages to roads or, streets cause by reason of their use in hauling materials incidental to the
improvement.
e) Upsizing of storm sewer main from 18 " /21" to 42" per request from Municipality.
2
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. 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) In cooperation with WisDOT - Northeast Region office, assist with public information and public
relations for the project and announcements 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) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more
restrictive controls.
f) Provide complete plans, specifications, relocation order, real estate plat, 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.
g) Coordinate, cleanup, and fund any hazardous materials encountered during Municipality utility and
storm sewer installation and during roadway construction that is deemed necessary to be cleaned and
removed within the existing and new right -of -way. All hazardous material cleanup work shall be
performed in accordance with state and federal regulations. This shall include, but not be limited to, any
costs for the removal, stockpile, treatment, and backfilling of any contaminated materials encountered
including assuming future responsibility and liabilities for filling over any previously identified
hazardous material source and for securing an environmental consultant if required, for management of
the contaminated soil.
9. Basis for Local Participation:
Preliminary Engineering - 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