HomeMy WebLinkAboutstate/municipal us 41 3/17/2009REVISED
STATE / MUNICIPAL AGREEMENT
FOR A
HIGHWAY IMPROVEMENT PROJECT
Revision #1
DATE:
I.D.:
Revised March 17, 2009
11 - 11 -80
US 41 LENGTH: 0.000
STH 21— US 45
HIGHWAY:
LIMITS:
COUNTY:
Winnebago
am, ZIA
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
ESTIMATED COST
Federal / State
Municipal
Total
Estimated Cost
Funds
%
Funds
%
Construction
Project ID 1120 -11 -80
Category 0010 - New Sidewalk
$ 49,000
$ 39,200
80
$ 9800
20
Category 0020 — Seeding, erosion control,
$ 28,500
28,500
100
0
0
traffic control
SUBTOTAL:
$ 77,500
$ 67,700
$ 9800
TOTAL COST DISTRIBUTION:
$ 77,500
$ 67,700
$ 9800
1 :J:�]
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
Title
City of Oshkosh
Municipality
5 -29 -2009
Date
Signed for and in behalf of the City of Oshkosh
Mark . Rohloff, City Manager
Pamela R. Ubrig, City
k c-e"AIV4 Y�-C-41�0 -
Peggy Stee o, 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) 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. Category only
includes the concrete sidewalk and base course under the sidewalk.
Category 020: This category is the rest of the project items such as traffic control, erosion control, and
final seeding and is 100% Fed/State Funded.
3
STATE / MUNICIPAL AGREEMENT
FOR A
HIGHWAY IMPROVEMENT PROJECT
DATE: March 17, 2009
I.D.: 1120 - 11 -75
HIGHWAY: US 41 LENGTH: 3.838
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 US 41 from STH 21 to US 45 including the reconstruction of the US 41/21
Interchange with roundabout constructed at the ramp terminals and at the intersections of STH 21/Koeller Street & STH
21 /WestowneBrooks Lane.
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
Total
ESTIMATED COST
Federal / State
Municipal
Estimated Cost
Funds
%
Funds
Construction (Participating):
Project ID 1120 -11 -75
Category 0010 — Roadway Items
$83,000,000
$83,000,000
100
$ 0
0
Category 0020 - Sign Structures
$ 870,000
$ 870,000
100
$ 0
0
Category 0030 — B -70 -258
$2,000,000
$2,000,000
100
$ 0
0
Category 0040 — B -70 -259
$900,000
$900,000
100
$0
0
Category 0050 — B -70 -260
$900,000
$900,000
100
$0
0
Category 0060 — B -70 -262
$3,200,000
$3,200,000
100
$0
0
Category 0070 — B -70 -263
$2,800,000
$2,800,000
100
$0
0
Category 0080 — B -70 -264
$2,400,000
$2,400,000
100
$0
0
Category 0090- B -70 -265
$9,500,000
$9,500,000
100
$0
0
Category 0100- B -70 -266
$7,900,000
$7,900,000
100
$0
0
Category 0110- B -70 -267
$2,800,000
$2,800,000
100
$0
0
Category 0120- B -70 -268
$2,400,000
$2,400,000
100
$0
0
Category 0130- B -70 -269
$7,900,000
$7,900,000
100
$0
0
Category 0140- B -70 -270
$660,000
$660,000
100
$0
0
Category 0150 B -70 -274
$400,000
$400,000
100
$0
0
Category 0160 B -70 -276
$620,000
$620,000
100
$0
0
Category 0170 R -70 -13
$1,400,000
$1,400,000
100
$0
0
Category 0180 R -70 -14
$1,420,000
$1,420,000
100
$0
0
Category 0190 R -70 -15
$340,000
$340,000
100
$0
0
Category 0200 R -70 -16
$1,200,000
$1,200,000
100
$0
0
Category 0210 R -70 -17
$750,000
$750,000
100
$0
0
Category 0220 R -70 -18
Category 0230 R -70 -19
Category 0240 R -70 -24
Category 0250 R -70 -39
Category 0300 - Community Sensitive
Design Items — Roundabout Landscaping
Category 0310 — New Sidewalk — City of
Oshkosh
Category 0320 — New Trail Connection
Town of Algoma
Category 0330 — City of Oshkosh Utility
Items — Water Main, Adjustment of Water
Manhol and Sanit Manholes
SUBTOTAL:
Construction (Non- Participating):
Category 0340 — Non - Participating —
Sealing Concrete Joints & Irrigation
System
Construction SUBTOTAL:
TOTAL COST DISTRIBUTION:
$470,000
$470,000
100
$0
0
$470,000
$470,000
100
$0
0
$620,000
$620,000
100
$0
0
$520,000
$520,000
100
$0
0
$130,000
$130,000
100
$0
0
$20,000
$16,000
80
$4000
20
$7,500
$6,000
80
$1500
20
$330,000
$300,000
90
$30,000
10
$ 135,927,500
$135,892,000
$ 35,500
$ 50,000
$ 0
0%
$50,000
100%
$135,977,500
$135,892,000
$85,500
$ 135,977,500
$135,892,000
$85,500
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 3
Name
5 -29 -2009
Date
Title
3
Signed for and in behalf of the City of Oshkosh
Mark A. Rohloff, City Manager
Peggy S 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.
3A
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.
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.
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.
4
8. All structures constructed with this project will become a WisDOT owned structure and WisDOT's
responsibility to maintain the integrity of the structure.
9. All retaining walls constructed with this project will become a WisDOT owned structure and WisDOT's
responsibility to inspect and maintain the integrity of the retaining walls.
10. The Municipality will at its own cost and expense:
a) Maintain all portions of the project that lie within its connecting highway limits which remain east of US
41/21 ramps 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 except those along the north side of STH 21 between
the roundabout at STH 21/Brooks Lane and the roundabout at the US 41 SB exit ramp /STH 21 which
abut the Town of Algoma boundary. Maintenance will include but not limited to, sidewalk repair, snow
removal, ice control and future replacement (other than future highway projects) 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 STH 21 structure over and all sidewalks around all of 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 City connecting highway limits, which is that portion of the project
east of the US 41/21 northbound ramps. Maintenance 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
5
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.
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.
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
funded.
Construction — Category 0030 — Construction of B -70 -258 STH 21 structure over US 41 is 100%
Federal /State funded.
Construction — Category 0040
Construction — Category 0050
Construction — Category 0060
Construction — Category 0070
Construction — Category 0080
Construction — Category 0090
Construction — Category 0100
Construction — Category 0110
Construction — Category 0120
Construction — Category 0130
Construction — Category 0140
Construction — Category 0150
Construction — Category 0160
Construction — Category 0170
Construction — Category 0180
Construction — Category 0190
Construction — Category 0200
Construction — Category 0210
Construction — Category 0220
Construction — Category 0230
Construction — Category 0240
Construction — Category 0250
Construction of B -70 -259 is 100% Federal /State funded
Construction of B -70 -260 is 100% Federal /State funded
Construction of B -70 -262 is 100% Federal /State funded
Construction of B -70 -263 is 100% Federal /State funded
Construction of B -70 -264 is 100% Federal /State funded
Construction of B -70 -265 is 100 %Federal /State funded
Construction of B -70 -266 is 100% Federal /State funded
Construction of B -70 -267 is 100% Federal /State funded
Construction of B -70 -268 is 100% Federal /State funded
Construction of B -70 -269 is 100% Federal /State funded
Construction of B -70 -270 is 100% Federal /State funded
Construction of B -70 -274 is 100% Federal /State funded
Construction of B -70 -276 is 100% Federal /State funded
Construction of R -70 -13 is 100% Federal /State funded.
Construction of R -70 -14 is 100 % Federal /State funded.
Construction of R -70 -15 is 100% Federal /State funded.
Construction of R -70 -16 is 100% Federal /State funded.
Construction of R -70 -17 is 100% Federal /State funded.
Construction of R -70 -18 is 100% Federal /State funded.
Construction of R -70 -19 is 100% Federal /State funded.
Construction of R -70 -24 is 100% Federal /State funded.
Construction of R -70 -39 is 100% Federal/State funded.
6
a
X Construction — Category 0300 — Community Sensitive Design Items is 100% Federal /State funded and
include the landscaping in all of the roundabouts on STH 21.
Construction — Category 0310 — Per WisDOT policy, construction of new sidewalk in areas where it
does not exist today is 80% Federal /State funded and 20% City of Oshkosh funded. This includes the
sidewalk along the south side of STH 21.
Construction — Category 0320 - Per WisDOT policy, construction of new trail connection is 80%
Federal/State and 20% Town of Algoma funded. Participation is based on 5' wide trail connection by
500 feet long from Station 115 + -00 to 120 + -00 along north side of STH 21 west of US 41.
Construction — Category 0330 — Installation of new water main, 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 0340 — Non - participating items in the contract are sealing concrete pavement
joints east of US 41 ramps in the connecting highway limits and irrigation system and are 100% City of
Oshkosh funded.
STATE / MUNICIPAL AGREEMENT
FOR A
HIGHWAY IMPROVEMENT PROJECT
DATE:
I.D..
March 17, 2009
1120 -10 -72
HIGHWAY: US 41 LENGTH: 0.0
LIMITS: STH 26 — STH 21
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 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
YO
Construction (Participating):
Project ID 1120 -10 -72
Category 0010 - Roadway Items
$4,000,000
$4,000,000
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
Priority 1 Funding — Community Sensitive
Design
2 - Balance
19,500
$230,500
L.S.
100%
$0
$0
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:
$ 6,736,000
$ 6,735,400
$600
Construction (Non- Participating):
Category 0090 — Non - Participating —
$ 110,000
$ 0
0
$110,000
100
Sealing Concrete Joints & Irrigation
System
Construction SUBTOTAL:
$6,846,000
$ 6,735,400
$110,600
TOTAL COST DISTRIBUTION:
$ 6,846,000
$ 6,735,400
$ 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
Name
5-29-2009
Title Date
Signed for and in behalf of the City of Oshkosh
r �4� rul, I el - -
,::: � �, ': I e Mark A. Rohloff, City Manager
n o nson, City XTGfQy
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.
W
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
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 -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. The Municipality will at its own cost and expense:
a) Maintain al 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 the
roundabouts after 2 -year maintenance period specified within the construction contract. No additional
landscaping or structures will be allowed in the roundabout. without prior approval from the Department.
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 but not limited to,
sidewalk repair, snow removal, ice control and future replacement ( other than future highway projects)
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.
4
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 project limits, 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