HomeMy WebLinkAboutState/Municipal Agreement-South Oakwood Rd/STH 44 ��SCONg�, Division of Transportation Jim Doyle, Governor
System Development Frank J. Busalacchi, Secretary
Northeast Regional Office Internet web site: www.dot.wisconsin.qov
944 Vanderperren Way Telephone: (920)492 -5643
OFTRp' Green Bay, WI 54304 Facsimile (FAX): (920)492 -5640
E -mail: greenbay.dtd(o dot.wi.gov
December 20, 2010
.w. r 4.c a `
DAVID PATEK
CITY OF OSHKOSH DIR OF PUBLIC WORKS
215 CHURCH ST PO BOX 1130
OSHKOSH WI 54903 -1130
Project 6496 -08 -60
STH 91, City of Oshkosh
South Oakwood Road — STh 44
STH 91 •
Winnebago County
Attached are three copies of the State/Municipal Agreement (SMA) pertaining to the above
project and the local costs on that project. The improvement project involves concrete pavement
repair and continuous diamond grinding along roughly 800' of STH 91 from South Oakwood
Road to STH 44.
City of Oshkosh costs on the project are related to the adjustment of one sanitary manhole cover
within the South Oakwood Road intersection (see attached plan sheet).
We ask you to approve the agreement by signing and returning two copies to our office by
January 21, 2011. 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 William.Bertrand(adot.wi.gov.
Sincerely,
;t
l ir-'-i ,..c .. �
i
1 1 �
.1 f w
Bill Bertrand, P.E. k `�" S
` U
Project Manager
Attach.
A I t
) . ' (
rr/ ✓, �'J (y + 41- u \1
DATE: December 21. 2010
STATE / MUNICIPAL AGREEMENT I.D.: 6496 -08 -60
FOR A HIGHWAY: STH 91 LENGTH: 0.14
HIGHWAY IMPROVEMENT PROJECT LIMITS: South Oakwood Road — STH 44
COUNTY: Winnebago
FILE: 06-14
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): The existing concrete pavement has longitudinal and transverse cracks,
spalls, joint failure, and overall deterioration.
Proposed Improvement (nature of work): The proposed improvement involves pavement repair and continuous diamond grinding
of the pavement.
Describe non - participating work included in the project contract: Non - participating items include the adjustment of one sanitary
manhole.
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:
Plan Development $ 50,000 $ 50,000 100 $ 0 0
Construction (Participating):
Category 010 - Roadway $ 190,000 $ 190,000 100 $ 0 0
SUBTOTAL:
Construction (Non- Participating):
Category 020 — Non - Participating $ 500 $ 0 0 $ 500 100
TOTAL COST DISTRIBUTION: 1 $ 195,500 $ 195,000 $ 500 1
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 /- /Z -Zo
Name Title Date
Signed for and in behalf of the City of Oshkosh
Mark . Rohloff, City Manager
— 41 / 0 ) 1111b ' ibbi
Pamela R. Ubrig, City Cl •rk
.'-'36
1NLv� l 1��2�t,% \ -
Lynn Lorenson, City Attorney
6 ill g
Peggy i e - n . , Director of Finance
I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this contract.
lA
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) Railroad and compensable utility adjustment.
f) Storm Sewer mains necessary for the surface water drainage.
g) Surfacing of private driveways.
h) Preliminary engineering and State review services.
i) Sidewalk, curb and gutter removal and replacement for new construction of non - existent or non - standard
wheel chair / Handi -Cap ramps.
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.
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.
2
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) 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) 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.
d) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more
restrictive controls.
e) Maintain features outside the travel way within the City of Oshkosh, including but not limited to the
parking lanes, curb and gutter, sidewalks, and drainage facilities (including storm sewers.
9. Basis for Local Participation:
Construction — Category 020 — City of Oshkosh is responsible for 100% of the cost on the non-
participating item of adjusting sanitary manholes.
3
N
N
r
w
I CC w - w Ti
O N
w w = o
K UN Y O N U
H h mw r mw
\
z z zN zx r
m Q mz Q N o
w ma wN mQ
Z a a, .w a, .w W ;
d az 0. az c�a x
O w w m w , w m w , U
F. Fw r- rw 1- —
Z
x x
(' U zo UZ u_, UZ
w zN za z z O 0
a z—
O. O. O O CC U
6
ti
09,t, b1S
' 3N/7 . 7N,74 v o
bb H1S co cn
y ; c '
/ o ip , w � U i + On0 +8 :d3 =C Q m
y
za
r
° w °z aQ- g
W N>x J
7u v N 9 11§ w
:: .77: ° m
w
1 : L2, a
_ Z
x —ma
op N
°.maka 0856 +91 :Id 9 F ' SO
r
w
. . a
w � CO
m ;s
Ic....4-1856^,;;".. V o F Lvi
ua U
i —
\�-' ` / e nNw E 2ad U F�
a
q A I t ,
J a
T
a .
G
oc I- s
:n r
-1t s m
2 co ' . r , ■ , x
.tediriA 3 u
®I� o to : „.` x .
o , E.
dill u3 2
m o
o
n W xs
A
VpP o� - I' StP .
0 Lo 0
cc 5 pP� 5 2 a o ,NE
rrg y Z co
•
1 45 11 171 . x CN
OO
` v
O . LO w
I m
0 .• z
E O �
O ,e F LL
Qc•, ''...% 9;1 w w
O
O
• 0_ W
y 0_ LI
N I