Loading...
HomeMy WebLinkAbout08-353SEPTEMBER 23, 2008 08 -353 RESOLUTION (CARRIED 7 -0 LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE REVISED AGREEMENTS WITH WISCONSIN DEPARTMENT OF TRANSPORTATION: a) Jackson Street & Murdock Avenue Intersection ($168,875) b) N. Main Street (no cost change) c) W. New York Avenue (no cost change) d) Westfield Street Bridge ($118,126.50) INITIATED BY: DEPARTMENT OF PUBLIC WORKS BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached Revised Agreements between the City of Oshkosh and Wisconsin Department of Transportation for: a) Jackson Street & Murdock Avenue Intersection b) N. Main Street c) W. New York Avenue d) Westfield Street Bridge are hereby approved and the proper City officials are hereby authorized to execute and deliver the agreements 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. BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated from: Acct. No. 315 - 0410 - 7480 -00000 Street Improvement Fund Expenditures Acct. No. 541 - 1810 - 1799 -00000 Water Utility Construction Work in Progress Acct. No. 551 - 1910 - 1799 -00000 Sewer Utility Construction Work in Progress REVISED STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT Revision #3 Replaces Revision #2 dated January 28, 2008 DATE: September 10, 2008 I.D.: 6430 -1 4- 00/ 21/7 1 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 Federal / State Municipal Total Estimated Cost Funds % Funds % Preliminary Engineering: Project ID 6430 -14 -00 Plan Development $ 240,000 $ 180,000 75 1 $ 60,000 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 $1,491,000 $ 1,118,250 75 $ 372,750 25 Category 010 — Upsize Storm Sewer Main $ 104,000 $ 0 $ 104,000 LS SUBTOTAL: $ 3,585,000 $ 2,610,750 $ 974,250 Construction (Non- Participating): Category 020 — Non- Participating $ 475,000 $ 0 0 $ 475,000 100 TOTAL COST DISTRIBUTION: $ 4,060,000 $ 2,610,750 $ 1,449,250 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 wee attached page 1A Municipality Name Title Date Signed for and in behalf of the City of Oshkosh Mark Rohloff, City Manager Pamela R. Ubrig, City Clerk l/r 1111 LVl V110Vll, V-- d - ... aV.7 Peggy Steeno, Director of Finance I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. IIA 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. 70 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. This includes any necessary maintenance of the landscaping within the center of roundabout after the 2 -year maintenance period'specified within the construction contract. 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. 3 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 %. Real Estate — 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 %. 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 %. Construction — Category 010 — City of Oshkosh is responsible for 100% of the cost to upsize the storm sewer main from either 18" or 21" to 42 ". Upsizing is -per City of Oshkosh request for future capacity. This cost is included as a lump sum cost and is based on the estimated difference in costs between the different sewer sizes. Construction — Category 020 - All sanitary sewer and water main replacement for entire project is non- participating. Other non - participating items include sealing concrete pavement joints and hazardous material remediation. 4 STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT DATE: August 5, 2008 I.D.: 4994 -01 -14/15 HIGHWAY: N. Main St LENGTH: 0.50 miles LIMITS: New York Ave — Murdock Ave COUNTY: Winnebago ; FILE :'0614 The signatory city 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): The existing roadway is deteriorating and the sanitary sewer is 100 years old and in need of replacement Proposed Improvement (nature of work): reconstruction of North Main Street Describe nonparticipating work included in the project contract: none identified at this time Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality: The cost for the project design is the responsibility of the City of Oshkosh. PHASE ESTIMATED COST Federal / State Municipal Total Estimated Cost Funds % Funds % Preliminary Engineering: Plan Development Mgmnt. Consultant Review $19,000 $0 0% $19,000 100% State Review and Proratable $10,000 $0 0% $10,000 100% Construction (Participating): Normal Participating $580,000 $464,000 80% $116,000 20% Construction Management $58,000 $46,400 80% $11,600 20% Management Consultant $12,800 $10,240 80% $2,560 20 % State Review $12,200 $9,760 80% $2,440 20% TOTAL COST DISTRIBUTION: $692,0001 $530,400* 1 $161,600 *Total STP Urban Program tunas for rroject IV 4y5F4 -v -io is cappcu UL .p -)Jv,°rvv anu aim 3UU <IJ L— u� -•� & Conditions beginning on page 3 of this agreement 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 ( see attached page 1 A ) Municipality Name Title Date Signed for and in behalf of the City of Oshkosh Mark Rohloff, City Manager Pamela R. Ubrig, City Clerk Lynn Lorenson, City Attorney Peggy Steeno, Director of Finance I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. IA 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) Other: Railroad and compensable utility adjustment. Storm Sewer mains necessary for the surface water drainage. Construction or replacement of sidewalks and surfacing of private driveways. New installations of or alteration of street lighting and traffic signals or devices. 4. Work necessary to complete the improvement to be financed entirely by the Municipality of 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. 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. 2 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 public 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. g) The local unit of government will be 100% responsible for all costs associated with utility issues involving the contractor. 9. Basis for Local Participation: Project ID 4994 -01 -14 (Preliminary Engineering) This project is for preliminary engineering costs which include management consultant review and state review. The estimate cost of this phase is $29,000 and will be funded 100% by local funds. Project ID 4994 -01 -15 (Construction) This project is for construction costs which include normal participating items, construction management, consultant review and state review. The estimated cost for this phase is $663,000 and will be funded by 80% STP Urban funds up to a maximum of $530,400. The City of Oshkosh will be responsible for 20% of participating project costs up the capped amount and all non - participating costs and costs above the capped amount. 3 STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT DATE: August 5, 2 008 I.D.: 4994 -01 -12/13 HIGHWAY: LIMITS: COUNTY: W. New York LENGTH: 0.68 miles Jackson St reet — Algoma Blvd Winnebago The signatory city 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): The existing roadway is deteriorating and the sanitary sewer is 140 years old and in need of replacement Proposed Improvement (nature of work): reconstruction of West New York Avenue Describe nonparticipating work included in the project contract: none identified at this time Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality: The cost for the project design is the responsibility of the City of Oshkosh. PHASE ESTIMATED COST Federal / State Municipal Total Estimated Cost Funds % Funds % Preliminary Engineering: Plan Development Mgmnt. Consultant Review $19,000 $0 0% $19,000 100% State Review and Proratable $10,000 $0 0% $10,000 100% Construction (Participating): Normal Participating $696,000 $556,800 80% $139,200 20% Construction Management $69,600 $55,680 80% $13,920 20% Management Consultant $12,800 $10,240 80% $2,560 20 % State Review $21,6001 $17,280 1 80% 1 $4,320 20% TOTAL COST DISTRIBUTION: $829,000 $640,000* $189,000 *Total STP Urban Program tunds for Froject lu 4yy4 -Vi -r.) is cappCU UL ?V`tV,VVV cuiu ui%, auu <� ... �.�... & Conditions beginning on page 3 of this agreement 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 ( see attached page 1A) Municipality Name Title Date Signed for and in behalf of the City of Oshkosh Mark Rohloff, City Manager Pamela R. Ubrig, City Clerk Lynn Lorenson, City Attorney Peggy Steeno, Director of Finance I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. 1A 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) Other: Railroad and compensable utility adjustment. Storm Sewer mains necessary for the surface water drainage. Construction or replacement of sidewalks and surfacing of private driveways. New installations of or alteration of street lighting and traffic signals or devices. 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. 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. 2 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 public 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. g) The local unit of government will be 100% responsible for all costs associated with utility issues involving the contractor. 9. Basis for Local Participation: Project ID 4994 -01 -12 (Preliminary Engineering) This project is for preliminary engineering costs which include management consultant review and state review. The estimate cost of this phase is $29,000 and will be funded 100% by local funds. Project ID 4994 -01 -13 (Construction) This project is for construction costs which include normal participating items, construction management, consultant review and state review. The estimated cost for this phase is $800,000 and will be funded by 80% STP Urban funds up to a maximum of $644,000. The City of Oshkosh will be responsible for 20% of participating project costs up the capped amount and all non - participating costs and costs above the capped amount. 3 STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT DATE: I.D.. August 14, 2008 4994 -01 -20/21 HIGHWAY: Westfield LENGTH: 0.1 miles LIMITS: City of Oshkosh COUNTY: Winnebago °s The signatory City 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): The current bridge over Sawyer Creek was originally designed for a H -20 load and is in need of repair. Proposed Improvement (nature of work): deck replacement Describe nonparticipating work included in the project contract: NA Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality: Provide all necessary R/W, and provide complete plans, specifications, engineer estimate and R/W plat ready for letting. PHASE ESTIMATED COST Federal / State Municipal Total Estimated Cost Funds % Funds % Preliminary Engineering: Plan Development Management Consultant Review State Review and Proratable $8,400 $1,600 $0 $0 0% 0% $8,400 $1,600 100% 100% Construction (Participating): Normal Participating Non Participating Construction Management Mgmnt. Consultant Review State Review $221,092.50 $78,908 $30,000 $10,000 $5,000 $176,874 $24,000 $8,000 $4,000 80% 80% 80% 80% $44,218.50 $78,908 $6,000 $2,000 1 $1,0001 20% 100% 20% 20% 2 TOTAL COST DISTRIBUTION: $355,000.50 $212,874* $142,126.50 . _r d•nin o"lA * Construction of this project is tunctea tnrougn the 3 !r uroall P1k)g1d111 Up W a 111a /,mull- UILIV — — IVY.. I-,-. . The city of Oshkosh will be responsible for any and all costs above this capped amount. 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 ( see at tached page 1 A Municipality Name Title Date Signed for and in behalf of the City of Oshkosh Mark Rohloff, City Manager Pamela R. Ubrig, City Clerk Lynn Lorenson, City Attorney Peggy Steeno, Director of Finance I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. IA 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) Construction of the new structure. b) The grading, base, pavement. c) Catch basins and inlets for surface water drainage of the improvement with connections to the storm sewer main. d) Construction engineering incidental to inspection and supervision of actual construction work. e) Signing and pavement marking including detour routes. f) Other: Construction or replacement of sidewalks and surfacing of private driveways. New installations of or alteration of street lighting and traffic signals or devices. 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) Bridge width in excess of standards. f) Preliminary engineering and State review services. 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) Assume general responsibility for all public information and public 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. c) Provide complete plans, specifications, relocation order, real estate plat, and estimates. d) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more restrictive controls. e) The local unit of government will be 100% responsible for all costs associated with utility issues involving the contractor, 9. Basis for Local Participation: Project ID 4994 -01 -20 This project is for preliminary engineering including consultant review and state review and proratable. The estimate cost of this phase is $10,000 and is funded 100% by the City of Oshkosh. Project ID 4994 -01 -21 This project is for construction costs which include normal participating - items, construction management, consultant review and state review. The estimated cost for this phase is $345,000.50 and will be funded by 80% STP Urban funds up to a maximum of $212,874. The City of Oshkosh will be responsible for 20% of participating project costs up the capped amount and all non - participating costs and costs above the capped amount. k