HomeMy WebLinkAboutstate/municipal us 41 4/3/2009REVISED
STATE / MUNICIPAL AGREEMENT
FOR A
HIGHWAY IMPROVEMENT PROJECT
Revision
DATE:
I.D.:
Revised April 3, 2009
1120 -11 -21,7
HIGHWAY: US 41 LENGTH: 0.0
LIMITS: STH 21— US 45
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): US 41 will be reconstructed from four to -six lanes from STH 26 -
Breezewood Lane. US 41 has reached its capacity and upgrading capacity will meet the future needs of the travelling public along
with improving safety.
Proposed Improvement (nature of work): Reconstruct Witzel Avenue Overpass over US 41 to gain vertical clearance;
reconstruction Washburn Street to a 4 lane urban street with terrace and sidewalk on west side from Lowe's to Witzel including
roundabouts at Witzel/Washburn, ; replacement of Washburn Street and Koeller Street bridges over Sawyer Creek; and completion of
Rath Lane cul -de -sac to provide access to properties along STH 21.
Describe non - participating work included in the project contract: None.
Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality:
Relocation of water main and sanitary sewer in conflict with project will be relocated prior to project with its own City contract.
Z- �
JUN 0 9 2009 { ,�
CITY CLERKIS OFFICE
PHASE
ESTIMATED COST
Total
Federal / State
Municipal
Estimated Cost
Funds
%
Funds
%
Real Estate Acquisition:
Project ID 1120 -11 -21
Acquisition of Parcels for Plat
$ 19,351,000
$ 19,351,000
100 %
$ 0
0
1120 -11 -21
Credit for Parcel 84
0
0
Remaining Construction Credit * *
0
0
Real Estate TOTAL:
$ 19,351,000
1 $ 19,351,000
0
0
Construction (Participating):
Project ID 1120 -11 -71
Category 0010 - Roadway Items
$7,700,000
$ 7,700,000
100
$ 0
0
Category 0020 — Sign Structures
$ 180,000
Priority 1 — CSD Type 2 Enhancements
$5000
100
$0
0
Priority 2- Balance
$175,000
100
$0
0
Category 0030 - B -70 -257 Witzel Ave.
$1,400,000
$1,400,000
100
$ 0
0
Overpass
Category 0040 - B -70 -261 Washburn
$325,000
$325,000
100
$0
0.
Street over Sawyer Creek
Category 0050 - B -70 -278 Koeller Street
$325,000
$325,000
100
$0
0
over Sawyer Creek
Category 0060 — R -70 -22 West Side of
$90,000
$90,000
100
$0
0
B -70 -257
Category 0070 — R -70 -23 East Side of B-
$90,000
$90,000
100
$0
0
70 -257
Category 0080- R -70 -38 West Side of
$30,000
$30,000
100
$0
0
Washburn
Category 0090 — Community Sensitive
$40,000
$40,000
100
$0
0
Design Items — Roundabout Landscaping
Category 0100 -New Sidewalk
$52,000
$52,000
100
$0
0
Category 0105 - Adjustment of
$16,500
$16,500
100
$0
0
Sanitary/Water Manholes
SUBTOTAL:
$ 10,248,500
$ 10,248,500
$01
Construction (Non- Participating):
Category 0110 - Non - Participating
$ 100,000
$100,000
100
$0
0
Construction SUBTOTAL:
$10,348,500
$10,348,500
$0
Credit for Washburn Street
Construction by City in 2007
1,849,000)
TOTAL COST DISTRIBUTION:
$ 29,699,500
$ 29,699,500
$ 0 * **
Due to American Recovery and Reinvestment Act (ARRA) City portion of project is reduced to $0.
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 6/7-J , F 0 s14pc os J
Municipality
5EE TA C�� 3A
Name
Title
S -29 - 2- co
Date
3
Signed for and in behalf of the City of Oshkosh
--- �w --tZ
Mark A. Rohloff, City Manager
Ly o nson, CityktTo
Peggy S e no, Director of Finance
I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this contract.
9W
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) Replacement of sidewalks and resurfacing of private driveways, necessitated by the project.
h) New installations of street lighting and traffic signals or devices at the time of construction.
i) Alteration of existing street lighting and traffic signal devices necessitated by the project.
j) Real estate for the improvement.
k) 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.
4
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. Structure B -70 -257 (Witzel Avenue over US 41) will remain a WisDOT owned structure and WisDOT's
responsibility to maintain the integrity of the structure.
9. Structures B -70 -261 (Washburn Street over Sawyer Creek) and B -70 -278 (Koeller Street over Sawyer
Creek) will become City of Oshkosh owned and City of Oshkosh's responsibility to inspect and maintain the
integrity of the structure.
10. Retaining wall R -70 -38 will become City of Oshkosh owned and Oshkosh's responsibility to inspect and
maintain the integrity of the retaining wall.
11. 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) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more
restrictive controls.
e) Maintain clay pavers in the roundabout splitter islands that City of Oshkosh requested to be installed
with the project
f) Provide complete plans, specifications, 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) Maintain all sidewalks constructed with the project. Maintenance will include snow removal from the
sidewalk and mowing of the grass in the terrace between Washburn Street and the sidewalk.
Maintenance will include snow removal across sidewalk on Witzel Avenue structure over and all
sidewalks around the roundabouts.
5
12. Basis for Local Participation:
Real Estate — WisDOT is shifting US 41 west to accommodate 6 lanes of US 41. Shifting US 41 west
requires Washburn Street to shift west in its alignment. WisDOT is responsible for replacing Washburn
Street with a 2 -lane roadway with 5 -foot terrace and 5 foot sidewalk and City requested a four lane urban
street. City of Oshkosh is responsible for extra right -of -way cost to construct Washburn Street to 4 lanes
with terrace and sidewalk to the west. A lump sum amount of $754,000 was estimated based on the
right -of -way needed for both scenarios and costs used to acquire the properties.
A credit of $182,700 is given for the acquisition of Parcel 84 on Plat 1120 -11 -21 that is owned by City
of Oshkosh. Credit is based on appraisal completed on fair market value of the property.
City portion is reduced to 0 due to ARRA
Construction — Category 0010 Construction of the roadway items for Washburn Street is shared 50%
Federal /State and 50% City of Oshkosh with an estimated L.S. to City for $1,250,000. Remainder of
work on Witzel Avenue and Rath Lane is included 100% Federal /State portion. City 50% portion
reduced to 0% due to ARRA funding.
Construction — Category 0020 — Sign structures required for the roundabouts are 100% Federal /State.
,.Priority 1 for $5000 LS cap to use 100% Community Sensitive Design Type 2 Enhancement dollars for
the City request of black sign supports for the sign structures.
Construction — Category 0030 — Construction of B -70 -257 Witzel Avenue structure over US 41 are
100% Federal/State funded.
Construction — Category 0040 — Construction of B -70 -261 Washburn Street over Sawyer Creek is 50%
Federal/State funded and 50% City of Oshkosh funded. City is billed $162,500 L.S. for price of 50% of
structure. City 50% funding level is reduced to 0 % due to ARRA funding.
Construction — Category 0050 — Construction of B -70 -278 Koeller Street over Sawyer Creek is 100%
Federal /Sate funded. Replacement is being done to improve hydraulics and not cause backwater issues.
Construction — Category 0060 — Retaining wall R -70 -22 in front of west abutment of B -70 -257 is
100 % Federal /State funded.
Construction — Category 0070 — Retaining wall R -70 -23 in front of east abutment of B -70 -257 is 100%
Federal /State funded.
Construction — Category 0080 — Retaining wall R -70 -38 west side of Washburn Street south of Witzel
Avenue is being constructed to eliminate real estate impacts and is 100% Federal /State funded.
Construction — Category 0090 - Community Sensitive Design Items is 100% Federal/State funded and
include the landscaping in the roundabouts at Witzel /Washburn and Witzel/Koeller.
f
Construction — Category 0100 — Construction of new sidewalk in areas where it does not exist today is
80% Federal /State funded and 20% City of Oshkosh funded. City portion of bill is reduced from 20% to
0% due to ARRA funding.
Construction — Category 0105— Adjustment of sanitary and water manholes are 90% Federal /State
funded and 10% City of Oshkosh funded per State Statute 84.295 for adjustment of publicly owned
utilities as part of freeway project. City portion of bill is reduced from 10% to 0% due to ARRA
funding.
Construction — Category 0110 — Non - participating items in the contract are sealing concrete pavement
joints and irrigation system and are reduced from 100% to 0% due to ARRA funding.
Credit for Washburn Street Construction completed by City of Oshkosh in 2007 is $1,849,000 based on
50% cost share between WisDOT and City of Oshkosh for the roadway construction ($1,125,176 * 50%
_ $562,588) and 75% City /25% DOT cost share for the real estate. ($5,145,270 * 25% _ $1,286,318)
7
STATE / MUNICIPAL AC
FOR A
HIGHWAY IMPROVEMENT
Revision #1
April 3, 2009
kAM1 U V I IK4 1120 -11 -72
HI US 41 LENGTH: 0.455
JUN 0 9 200g,I STH 21 - US 45
UUTINTY: Winnebago
CITY CLERKS OFFICE
The signatory City City of Oshkosh herema er ca leci IMIle: um , 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): US 41 will be reconstructed from four to six lanes from STH 26 -
Breezewood Lane. US 41 has reached its capacity and upgrading capacity will meet the future needs of the travelling public along
with improving safety.
Proposed Improvement (nature of work): Project 1120 -11 -72 constructs new grade separation over US 41 on Snell Road to
enhance fire protection across US 41 and provide local road continuity to extend the design life of US 41/45 interchange.
Describe non - participating work included in the project contract: Construction of water main work in Snell Road will be
completed with the project. This funding is picked up ARRA.
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
%
Construction (Participating):
Category 0010- Roadway Items
3,000,000
3,000,000
100%
0
0%
Category 0020 — B -70 -273
1,700,000
1,700,000
100%
0
0%
SUBTOTAL:
4,700,000
4,700,000
100%
0
0%
Construction (AARA -
600,000
600,000
100%
0
0%
Participating):
Category 0030 — City of Oshkosh
Water Main Items
TOTAL COST DISTRIBUTION:
5,300,000
5,300,000
0
Due to American Recovery and Reinvestment Act (ARRA) City portion of project is reduced to 0.
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 page 1A
Municipality
Name
Title
5 -29 -2009
Date
Signed for and in behalf of the City of Oshkosh
Mark A. Rohloff, City Manager
Pamela R. Ubrig, City Clerk
enson, Ci4cAtj ey
Peggy t n , 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.
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) 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.
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. Structure B -70 -273 (Snell Road over US 41) will remain a WisDOT owned structure and WisDOT's
responsibility to maintain the integrity of the structure.
9. The Municipality will at its own cost and expense:
0)
d
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) 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.
c) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more
restrictive controls.
9. Basis for Local Participation:
Category 0030 City of Oshkosh is 0% responsible for all costs associated with the installation of the
water main with the project per State Statutes on relocation of publicly owned utility on a freeway
project. City of Oshkosh will inspect the installation. City participation is reduced from 10% to 0% do
to ARRA funding.
Provide complete plans, specifications, and estimates for any Water system work the City wants to let
with DOT's project. During construction assume full responsibility for establishing line and grade,
pressure and purification testing, and operation of the water systems. The City of Oshkosh relieves the
State and all of its employees from liability for all suites, actions, or claims resulting from the water
main construction under this agreement.
3
REVISE=
STATE / MUNICIPAL
FORA
HIGHWAY IMPROVEM]
Revision
Revised April 8, 2009
U �I 1120 -11 -73
AY: US 41 LENGTH: 0.373
0 9 2009 STH 21 US 45
�OUN Y: Winnebago
n
CITY CLERK'S OFFICE
The signatory City of Oshkosh, h6ictrafter "c umcip rty, 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(l), (2), and (3) of the
Statutes.
NEEDS AND ESTIMATE SUMMARY:
Existing Facility (describe and give reason for request): US 41 will be reconstructed from four to six lanes from STH 26 -
Breezewood Lane. US 41 has reached its capacity and upgrading capacity will meet the future needs of the travelling public along
with improving safety.
Proposed Improvement (nature of work): Reconstruct US 45 including the Fernau/Lake Buttes des Morts/US 45 intersection as a
multi -lane roundabout to improve capacity, safety, and overall operations.
Describe non - participating work included in the project contract: None
Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality:
Installation of water main and sanitary sewer to accommodate the road construction project will be done by the City of Oshkosh under
a City let project.
PHASE
ESTIMATED COST
Total
Federal / State
Municipal
Estimated Cost
Funds
%
Funds
%
Construction
Project ID 1120 -11 -73
Category 010 — Roadway Items
4,152,000
4 ,152,000
100
0
0
Category 020 - Sign Structures
94,000
94,000
100
0
0
Category 030 — Community Sensitive
20,000
20,000
100
0
0
Design Items (Roundabout Plantings)
Category 035 - Adjusting Sanitary &
12,000
12,000
100
0
0
Water Manholes
SUBTOTAL:
4,278,000
4,276,800
100
0
0
Construction (Non- Participating):
Category 040 — Non - Participating —
40,000
40,000
0
0
0
Sealing Concrete Pavement
[ TOTAL COST DISTRIBUTION:
$ 4,318,000
$ 4 ,318,000
$ 0
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 State shall constitute agreement between
the Municipality and the State.
Signed for and in behalf of City of Oshk osh
See page 1A
Name
Municipality
Title
5 -29 -2009
Date
Signed for and in behalf of the City of Oshkosh
Mark k. Rohloff, City Manager
P JA Q
Peggy t efio, Director of Finance
I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this contract.
IA
e
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.
2
c
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) Maintain drainage facilities (including storm sewers) and snow removal from any future sidewalks.
c) Maintain clay pavers in the roundabout splitter islands that City of Oshkosh requested to be installed
with the project.
d) Prohibit angle parking.
e) 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.
f) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more
restrictive controls.
g) Provide complete plans, specifications, 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.
h) No additional landscaping or structures will be allowed in the central island of the roundabout without a
signed Work on Right of Way Permit from WisDOT.
9. Basis for Local Participation:
Category 010: Roadway Items in the work are 100% State/Federal funds.
Category 020: Overhead sign structures for the roundabout are 100% State/Federal funds.
Category 030: Community Sensitive Design(CSD) Items that include the roundabout landscaping in the
roundabout are 100% State /Federal funds.
3
r
Category 035: Adjustment of sanitary and water manholes is 90% WisDOT cost and 10% City costs per
State Statue 84.295 of relocation of public owned utilities on a freeway project. Due ARRA funding
City portion of cost is reduced to 0 %.
Category 040: Due ARRA funding sealing concrete pavement joints and irrigation system are 0% City of
Oshkosh funded.
4
STATE / MUNICIPAL A(B
FOR A �
HIGHWAY IMPROVEMENIIP]
Revision #1
April 8, 2009
1120 -11 -74
Y:
US 41 LENGTH: 1.141
STH 21- US 45
Winnebago
N
The signatory, City of Oshkosh, hei_e4ift4eF- &J_ , 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): US 41 will be reconstructed from four to six lanes from STH 26 -
Breezewood Lane. US 41 has reached its capacity and upgrading capacity will meet the future needs of the travelling public along
with improving safety.
Proposed Improvement (nature of work): With this US 41 project, Lake Butte des Morts Drive will be reconstructed with a new
bridge over US 41 south of US 45 and will connect into Algoma Boulevard. This work is being done to accommodate the farture US
41/45 Interchange.
Describe non - participating work included in the project contract: None
Describe other work necessary to finish the project completely which will be undertaken independently by the Municipality:
Any sanitary or water main relocation for Proiect 1120 -11 -74 will undertaken by City of Oshkosh.
PHASE
ESTIMATED
COST
Federal / State
Municipal
Total
Estimated Cost
Funds
%
Funds
%
Construction (Participating):
Project 1120 -11 -74
Category 0010 - Roadway Items
$14,000,000
$14,000,000
100%
$0
0%
Category 0020 - B -70 -271
$560,000
$560,000
100%
$0
0%
Category 0030 -B -70 -272
$1,900,000
$1,900,000
100%
$0
0%
Category 0040 - B -70 -275
$490,000
$490,000
100%
$0
0%
Category 0050 — B -70 -277
$190,000
$190,000
100%
$0
0%
Category 0060 - R -70 -20
$520,000
$520,000
100%
$0
0%
Category 0070 - R -70 -21
383,000
$383,000
100%
$0
0%
SUBTOTAL:
$18,043,000
$18,043,000
0
Construction (Non- Participating):
$16,000
$16,000
100%
$0
0%
Category 0080 — City of Oshkosh
Concrete Joint Sealer
Construction (Non- participating):
$6000
$6000
100%
$0
0%
Category 0090 — Sunset Point Sanitary
District Adjusting Manholes
TOTAL COST DISTRIBUTION:
$18,065,000
$18,065,000
$0
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 C. i t; of O s h k o s h
Municipality
See page 2
Name
Title
5 -29 -2009
Date
Signed for and in behalf of the City of Oshkosh
Mark . Rohloff, City Manager
i
Pamela R. Ubrig, City Clerk `
L enson, Cit y
t� ,< g & � D -
Peggy e o, Director of Finance
I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this contract.
TERMS AND CONDITIONS:
L 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.
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) 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.
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) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more
restrictive controls.
3