Loading...
HomeMy WebLinkAboutWisconsin Dept Transportation Wisconsin 21 Bridge rehabilitation 3L1-�D ��SCONg�� STATE/MUNICIPAL AGREEMENT Date: February 4, 2019 FORA STATE- LET HIGHWAY � ?at, PROJECT I.D,:6180-18-00/71 �xY Road Name:WIS 21,Oshkosh Ave,City of Oshkosh OFT I'. Limits: Fox River Bridge County:Winnebago Roadway Length: 0.13 miles The signatory city, village, town or county, 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: I Existing Facility-Describe and give reason for request: The WIS 21 bridge over the Fox River in City of Oshkosh was built in 1982 and last painted in 2001. The bridge deck needs some surface repair and bridge approaches have cracked and settled. Proposed Improvement-Nature of work: The State is proposing a bridge rehabilitation project that includes surface repair of the concrete bridge deck,epoxy overlay of the bridge deck,replacement of bridge approach slabs,and bridge painting. Describe non-participating work included in the project and other work necessary to finish the project completely which will be undertaken independently by the municipality:Municipality desires to replace roughly 60 feet of additional concrete pavement adjacent to northern bridge approach slab due to settlement of pavement that has created a significant dip. TABLE 1: SUMMARY OF COSTS Total Federal/State Municipal Phase Est. Cost Funds % Funds Preliminary Engineering: ID 6180-18-00 Plan Development $ 110,000 $ 110,000 100% $ - 0% Construction:ID 6180-18-71 Category 010-Participating $ 1,300,000 $ 1,300,000 100% $ - 0% Category 020-Non-Participating $ 45,000 $ - 0% $ 45,000 100% Total Cost Distribution $ 1,455,000 $ 1,410,000 $ 45,000 Note: Construction costs for ID 6180-18-71 include 15% engineering delivery. RECEIVED 61801871 SMA.docx Page I of4 ID 6180-18-71-NE Region MAR 14 2019 CITY CLERK'S OFFICE This request is subject to the terms and conditions that follow(pages 2-4)and is made by the undersigned under proper authority to make such request for the designated Municipality and upon signature by the State and delivery to the Municipality shall constitute agreement between the Municipality and the State. No term or provision of neither the State/Municipal Agreement nor any of its attachments may be changed, waived or terminated orally but only by an instrument in writing executed by both parties to the State/Municipal Agreement. Signed for and in behalf of the City of Oshkosh(please sign In blue Ink) Name -/('-'- ; al TitleYanacdec Date TfI1 1 Signed for and in behalf of the St (please sign in blue ink)Name Title 1-1e. I r IO '1 1 a 4 r n 7' Date -247/0 t TERMS AND CONDITIONS: 1. The initiation and accomplishment of the improvement will be subject to the applicable Federal and State regulations. 2. The Municipality shall pay to the State all costs incurred by the State in connection with the improvement that exceed FederaUState financing commitments or are ineligible for Federal/State financing. Local participation shall be limited to the items and percentages set forth in the Summary of Costs table, which shows Municipal funding participation. In order to guarantee the Municipality's foregoing agreements to pay the State, the Municipality,through its above duly authorized officers or officials,agrees and authorizes the State to set off and withhold the required reimbursement amount as determined by the State from any moneys otherwise due and payable by the State to the Municipality. 3. Funding of each project Phase is subject to inclusion in an approved program and per the State's Facility Development Manual(FDM)standards. Federal aid and/or state transportation fund financing will be limited to participation in the costs of the following items as specified in the Summary of Costs: (a) Design engineering and state review services. (b) Real Estate necessitated for the improvement. (c) Compensable utility adjustment and railroad force work necessitated for the project. (d) The grading, base, pavement, curb and gutter, and bridge costs to State standards, excluding the cost of parking areas. (e) Storm sewer mains, culverts, laterals, manholes, inlets; catch basins, and connections for surface water drainage of the improvement;including replacement and/or adjustments of existing storm sewer manhole covers and inlet grates as needed. (f) Construction engineering incidental to inspection and supervision of actual construction work,except for inspection,staking,and testing of sanitary sewer and water main. (g) Signing and pavement marking necessitated for the safe and efficient flow of traffic,including detour routes. (h) Replacement of existing sidewalks necessitated by construction and construction of new sidewalk at the time of construction. Sidewalk is considered to be new if it's constructed in a location where it has not existed before. (i) Replacement of existing driveways, in kind,necessitated by the project. (j) New installations or alteration resulting from roadway construction of standard State street lighting and • traffic signals or devices.Alteration may include salvaging and replacement of existing components. 61801871 SMA.docx Page 2 of 4 ID 6180-18-71-NE Region 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) New installation or alteration of signs not necessary for the safe and efficient flow of traffic. (c) Roadway and bridge width in excess of standards. (d) Construction inspection, staking, and material testing and acceptance for construction of sanitary sewer and water main. (e) Parking lane costs. (f) Coordinate, clean up, and fund any hazardous materials encountered during construction. All hazardous material cleanup work shall be performed in accordance to state and federal regulations. (g) Damages to abutting property due to change in street or sidewalk widths,grades or drainage. (h) Conditioning,if required and maintenance of detour routes. (i) Repair of damages to roads or streets caused 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 shall 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 shall 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 shall make ample provision for such maintenance each year. This agreement does not remove the current municipal maintenance responsibility. (b) Prohibit angle parking. (c) Regulate and prohibit, by ordinance, parking at all times on Oshkosh Avenue/WIS 21 between North Sawyer Street and Summit Avenue. (d) Use the WisDOT Utility Accommodation Policy unless the Municipality adopts a policy which has equal or more restrictive controls. (e) Provide complete plans, specifications, and estimates for sanitary sewer and water main work. The Municipality assumes full responsibility for the design, installation,inspection,testing,and operation of the sanitary sewer and water system. This relieves the State and all of its employees from the liability for all suits, actions, or claims resulting from any sanitary sewer and water system construction. (f) In cooperation with the State, assist with public relations for the project and to make a fitting announcement 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 projects. 61801871 SMA.docx Page 3 of 4 ID 6180-18-71-NE Region 9. Basis for local participation: Design (6180-18-00): In accordance with Chapter 03-25-10 of the State's Program Management Manual,the State is 100%responsible for design costs. Construction(6180-18-71): Category 010—100%FederaUState In accordance with Chapter 03-25-10 of the State's Program Management Manual, the State is 100% responsible for the surface repair of bridge deck, epoxy overlay of the bridge deck, and replacement of approach slabs. Category 020—100%City of Oshkosh(non-participating) The Municipality is requesting to replace additional concrete pavement, curb, and sidewalk on the connecting highway outside of the bridge approach slab area. Original construction limit on north structure approach was Station 39+40 and this limit was extended to Station 40+00 (additional 60 feet). The Municipality is 100%responsible for the cost to replace this additional 60 feet of concrete pavement,curb, and sidewalk. [END] 61801871 SMA.docx Page 4 of 4 ID 6180-18-71-NE Region N �`.\r .T1T DRAFT `c�or ovacv,` --- - -- - - `� F,� Cry a^sF+cOsr 1 ._ g • STH 21 � \ CO 37.00 602.77 31.33 , i 31557' 41.00 0 537.45'CV F 071.03091t00E-.......1 53C 39'WE araT .. r .- WR • on.OF OYKOSMJ ...._. -- .- _. \ K.3 IL ATM' CONCRETE PAVEMENT FxROFd FLU (REOUCF TO:r 70 A10f0 uram wmOL11 8 ecJ 5 8 BENCH NARKS aJFOCF i 5 FROWN COA7ag1 W713. w oewumox F1NATgn MAFnra.F7o EFawsTEoer OTHERS ENO PROJECT -E•fTRCfr 7 OF n.173 COwrOTaural M TTHE t II ERAitw ar COlrCaCT[FraETnFA57 cornea or mruazF ow,FOX awEa m.a STA 40+00.00 vRO:ECr9WE aECFNC WIZ AOTEC71p.Trnc — W..0.F101Tn4 UW0R R20uAE0 __ 762 - --- m _. _._. »_--- • - -_ — _- _-- _ ... m... _ — _.._ - - - - L— 8 -____ _ — _ —_- - -=------. _ F ___-_ 1 j ..--_-._.-.-__- - _ ;-- -—._.— ram__ _ - - - _ _.`-�3_.. _-r ; r-- ; — _. . —--- — — ____ - _061Mf39aE ELEVATION A • - -J�_.1 1 -/OHLEFI£ELEVATION R - ,. - no _753 - — _-.-.- _ 36.00 36.50 37.03 37.5E 31.00 33a30 39.00 39.50 40+00 40.50 4140 440 4,.03 PROJECT NO: 6180--18-71 I HWY:STH21 I COUNTY: WINNEBAGO I PLAN AND PROFILE: STH 21 SHEET .,I I E Rd NAME: kTA Clla'RrriTam%01.Zs•Fox MIA NTOwaI504:.0:og9QTYlM1crr.a:146O1341...4 KOEWI: LWflS I LMTM FIOT N: 0003u s MOT,*. I,YALE S NAME-m ia�c s- aaJ.TrFnDO:Wra*.r Ubrig, Pam From: Rohloff, Mark Sent: Thursday, March 14, 2019 10:57 AM To: Ubrig, Pam Subject: FW: ID 6180-18-00/71 State/Municipal Agreement Attachments: 61801871 SMA signed.pdf Pam: In case you need a copy of this for your records... Marie Mark A. Rohloff City Manager City of Oshkosh 920.236.5002 Follow us: Web I Facebook I Twitter piiprobCity dshkosh From: Bertrand, William - DOT [mailto:William.Bertrand@dot.wi.gov] Sent: Wednesday, March 13, 2019 2:42 PM To: Rohloff, Mark<MRohloff@ci.oshkosh.wi.us>; Rabe, James E. <jrabe@ci.oshkosh.wi.us> Subject: RE: ID 6180-18-00/71 State/Municipal Agreement I'm attaching a PDF of the fully signed/executed SMA. Let me know if you have questions. Thanks. Bill From: Bertrand, William - DOT Sent: Monday, February 04, 2019 11:33 AM To: Mark Rohloff(mrohloff@ci.oshkosh.wi.us) <mrohloff@ci.oshkosh.wi.us> Cc:James Rabe (Irabe@ci.oshkosh.wi.us) <jrabe@ci.oshkosh.wi.us>; Karow, Charles- DOT<Charles.Karow@dot.wi.gov> Subject: ID 6180-18-00/71 State/Municipal Agreement- return requested by February 27th RE: ID 6180-18-00/71, Oshkosh Ave, City of Oshkosh, Fox River Bridge, WIS 21, Winnebago County Mark, As a follow-up to our discussion at the recent local official meeting on our above WIS 21 bridge rehabilitation project, we are sending 3 copies of the attached State/Municipal Agreement (SMA) to the City of Oshkosh tomorrow. « File: 61801871 SMA cover.pdf>> << File: 61801871 SMA.PDF>> 1 As explained in the cover letter,we are requesting that you return 2 signed copies of the SMA to our region office by February 27, 2019. You may keep the 3-copy that was sent. If you have any questions on the timeline or the content of the SMA, feel free to contact me with questions. Thanks. Bill Bill Bertrand, P.E. Project Manager -Winnebago County WisDOT - NE Region Phone: 920-360-3124 wil liam.bertrand@dot.wi.qov If this is related to a records request please mail: dotdtsdnerecords a(�dot.wi.gov 2