Loading...
HomeMy WebLinkAboutstate/municipal us 41 12/15/2008STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT 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. With the US 41 project Washburn Street will be reconstructed from Witzel Avenue north to the existing Washburn Street near Lowe's. Proposed Improvement (nature of work): Install sidewalk along west side of Washburn Street from station 16 +76 to 51 +50. 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: None PHASE Total Estimated Cost ESTIMATED COST Federal / State Funds % Municipal Funds % Construction Project ID 1120 -11 -80 Category 0010 — New Sidewalk $ 55,000 $ 44,000 80 $ 11,000 20 SUBTOTAL: $ 55,000 $ 44,000 80 1 $ 11,000 20 TOTAL COST DISTRIBUTION: $ 55,000 $$44,0001 1 $ 11,000 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 page 1A for signatures Name Title January 28, 2009 Date Signed for and in behalf of the City of Oshkosh Mark Rohloff, City Manager amela R. Ubrg, City Cler Peggy tee o, 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) 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) 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 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 drainage facilities (including storm sewers), maintain the terrace between Washburn Street and the new sidewalk, and snow removal from any sidewalks on the project. 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: Category 010: New Sidewalk is 80% State/Federal funds and 20% City of Oshkosh funds per WisDOT policy for new sidewalk constructed in areas where it did not exist prior to the project. 3 DATE: December 15, 2008 STATE / MUNICIPAL AGREEMENT I•D• 1120 -11 -21,71 FOR A HIGHWAY: US 41 LENGTH: 0.0 HIGHWAY IMPROVEMENT PROJECT 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: Sanitary sewer manhole adjustments and sealing of concrete pavement joints. 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. PHASE ESTIMATED COST Federal / State Municipal Total Estimated Cost Funds % Funds % Real Estate Acquisition: Project ID 1120 -11 -21 Acquisition of Parcels for Plat $ 19,351,000 $ 18,597,000 100% $ 754,000 L.S. 1120 -11 -21 Credit for Parcel 84 (182,700) L.S. Remaining Construction Credit * * (426,100)1 L. S. Real Estate TOTAL: $ 19,351,000 $ 19,205,800 $145,200 L.S. Construction (Participating): Project ID 1120 -11 -71 Category 0010 - Roadway Items $7,700,000 $ 7,700,000 100 $1,250,000 L.S. Category 0020 - Sign Structures $ 180,000 $ 180,000 100 $ 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 50 $162,500 50 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 80 $10,400 20 SUBTOTAL: $ 10,232,000 $ 10,232,000 $ 1, 422, 900 Construction (Non - Participating): Category 0110 - Non - Participating $ 100,000 $ 0 0 $100,000 100 Construction SUBTOTAL: $10,332,000 $10,232,000 $100,00 Credit for Washburn Street Construction by City in 2007 1,849,000 TOTAL COST DISTRIBUTION: $ 29,683,000 $ 29,437,800 $ 245,200 * * * The numbers in italics in the Municipal Funds column are shown to illustrate how WisDOT is accounting for $1,422,900 of the Washburn Street credit of $1,849,000. The Municipality will not be billed for items in categories 0010 & 0040. ** The remaining Construction Credit is determined from: $1,849,000 - $1,422,900.= $426,100. This Remaining Construction Credit amount is applied towards the Municipality's lump sum for Real Estate. * ** The total Municipal amount is the sum of the Real Estate lump sum of $145,200 & category 0110 (Sanitary & Water) non - participating amount of $100,000 = $245,200 The items in category 0110 cannot be applied towards the Washburn Street Credit. WisDOT may not use Federal or State funds for Sanitary or Water system work. 2 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 page 3A for signatures January 28, 2009 Name Title Date 3 Signed for and in behalf of the City of Oshkosh Mark o loff, City Manager UIX Pamela R. Ubrig, City Cler e ey Peggy tee o, Director of Finance I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. 3A �+. w orx necessary to comprew the improvement to be nnancea entirety 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