Loading...
HomeMy WebLinkAboutHWY US 41- STH 21-US 45STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT Citv of Oshkosh 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(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. 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 lighting for the roundabouts at Witzel/Koeller and Witzel/Washbum and replace continuous street lighting along Washburn Street that is impacted by Project 1120 -11 -71 reconstruction of Washburn Street. 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 -81 Category 0010 - Roundabout Lighting $ 186,000 $ 186,000 100 $ 0 0 TOTAL COST DISTRIBUTION: $ 186,000 $ 186,000 $ 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 See page 1A Name DATE: I.D.. June 22, 2009 1120 -11 -81 HIGHWAY: US 41 LENGTH: 0.000 LIMITS: STH 21— US 45 COUNTY: Winnebago Municipality JUL 2 7 2009 7 -15 -2009 Date Signed for and in behalf of the City of Oshkosh oe Mark A. ohloff, City Manager 1IGe Peggy Steen', birector of Finance I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. IA 0 AA40=---' o rnso , i Att ey 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 (construction) 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) New installations of street lighting. 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 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. 2 e) Maintain all street lighting constructed with the project which includes, but is not limited to, the responsibility for the energy, operation, maintenance, and replacement of the lighting system (including associated costs). 9. Basis for Local Participation: Category 010: Lighting for the roundabouts is paid at 100% Federal /State. Lighting for the street lighting along Washburn Street is 100 % Federal /State because it is replacing an existing street lighting system. a 3 STATE / MUNICIPAL AGREEMENT FOR A HIGHWAY IMPROVEMENT PROJECT Revision #1 DATE: June 30, 2009 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 9 Avenue interchange with US 41 to include 4 multi -lane roundabouts. Describe non - participating work included in the project contract: Sealing concrete pavement joints and irrigation system. 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 Construction (Participating): Project ID 1120 -10 -72 Category 0010 — Roadway Items $6,000,000 $6,000,000 100 $ 0 0 Category 0020 — Sign Structures $ 280,000 $ 280,000 100 $ 0 0 Category 0030 - B -70 -256 9th Ave. $1,600,000 $1,600,000 100 $ 0 0 Overpass Category 0040 - R -70 -36 $260,000 $260,000 100 $0 0 Category 0050 - R -70 -37 $260,000 $260,000 100 $0 0 Category 0060- Lighting $250,000 $250,000 100% $0 0 Category 0070 — Community Sensitive $80,000 $80,000 100 $0 0 Design Items — Roundabout Landscaping Category 0080 — Adjusting Sanitary $6,000 $5,400 90 $600 10 Manholes SUBTOTAL: $ 8,736,000 $ 8,735,400 $600 Construction (Non- Participating): Category 0090 — Non - Participating — $ 110,000 $ 0 0 $110,000 100 Sealing Concrete Joints & Irrigation System Construction SUBTOTAL: $8,846,000 $ 8,735,400 $110,600 TOTAL COST DISTRIBUTION: $ 8,846,000 $ 8,735,400 $ 110,600 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 2A 7 -15 -2009 Name Title Date Signed for and in behalf of the City of Oshkosh Mark . Rohloff, City Manager f g Peggy S no, Director of Finance I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. 2A 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. 3 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 -256 (9th Avenue over US 41) will become a WisDOT owned structure and WisDOT's responsibility to maintain the integrity of the structure. 9. Retaining walls R -70 -36 & R -70 -37 will become a WisDOT owned structure and WisDOT's responsibility to inspect and maintain the integrity of the retaining walls. 10. Maintain all street lighting within the roundabouts of 9 1h Avenue/US 41 ramps, which includes, but is not from the sidewalk and mowing of the grass in the terrace between any roadway and the sidewalk. Maintenance will include snow removal across sidewalk on 9th Avenue structure over US 41 and all sidewalks around the roundabouts. h) Maintain the pavement markings associated. with the crosswalks within the project limits, which includes, but is not limited to, any necessary repainting or replacement except those caused by future highway projects. i) Maintain all street lighting within the roundabouts at 9 Avenue /Washburn Street and 9th Avenue /Koeller Street, which includes, but is not limited to, the responsibility for the energy, operation, maintenance, and replacement of the lighting system (including associated costs). j) Maintain all landscaping around the perimeter of the roundabout and in the vision corners. Landscaping in the vision corners shall not obstruct the vision of the drivers and shall be maintained at a height that will ensure a clear line of sight for the motorists and pedestrians. No landscaping or structures will be allowed in the vision corners without prior approval from the Department. k) Own and maintain irrigation system placed in the roundabouts. Once the maintenance responsibility has been transferred to the Municipality, the Department is released from any and all costs associated with the future maintenance and/or removal of the sidewalk around the perimeter of the roundabout, the roundabout landscaping, and crosswalk pavement markings. Public Convenience and Safety While. performing any maintenance activities associated with this agreement, the Municipality shall comply with the following conditions. Maintain the safety of the traveling public and control traffic using warnings signs, cones, drums and flaggers. Materials and equipment cannot be stored on the right -of -way. The Department shall be notified 7 days prior to erecting any lane closures or lane restrictions. F 13. Basis for Local Participation: Construction — Category 0010 — Construction of the roadway items for the project are 100 % Federal /State funded. Construction — Category 0020 — Sign structures required for the roundabouts are 100% Federal /State Construction — Category 0030 — Construction of B -70 -256 9th Avenue structure over US 41 are 100% Federal /State funded. Construction — Category 0040 - Construction of R -70 -36 is 100% Federal /State Funded. Construction — Category 0050 — Construction of R -70 -37 is 100% Federal /State Funded. Construction — Category 0060 - Lighting for the roundabouts is 100% Federal /State Funded. Construction — Category 0070 — Community Sensitive Design Items is 100% Federal/State funded and include the landscaping in all of the roundabouts at 9 1h Avenue. Construction - Category 0080— 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. Construction - Category 0090 Non- participating items in the contract are sealing concrete pavement joints and irrigation system and are 100% City of Oshkosh funded. 6