HomeMy WebLinkAbout04-188.doc
JUNE 8, 2004
04-1 88
RESOLUTION
(CARRIED
7-0
LOST
LAID OVER
WITHDRAWN
PURPOSE:
APPROVE AGREEMENT WITH WISCONSIN DEPARTMENT OF
TRANSPORTATION - OMRO ROAD AT US HWY 41
INITIATED BY:
DEPARTMENT OF PUBLIC WORKS
BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached
Agreement with Wisconsin Department of Transportation for Omro Road, Northbound Exit
Ramp USH 41 - Oshkosh Avenue is hereby approved and the proper City officials are
hereby authorized to execute and deliver the agreement in substantially the same form as
attached hereto, any changes in the execution copy being deemed approved by their
respective signatures, and said City officials are authorized and directed to take those
steps necessary to implement the terms and conditions of the Agreement.
BE IT FURTHER RESOLVED that expenditures relating to this project will be paid
on or after the passage of this resolution and the City reasonably expects to reimburse
itself for these expenditures by incurring debt in the 2005 Capital Improvements Program.
BE IT FURTHER RESOLVED that this Resolution is a declaration of official intent
under Treasury Regulation Section 1.103-18, or amendment thereto, and shall be made
available for public inspection pursuant to Chapter 19, of the Wisconsin Statutes.
The maximum principal amount of the obligation expected to be issued for this
project is Seventy Thousand and Five Hundred and no/100 DOLLARS ($ 70,500.00)
BE IT FURTHER RESOLVED that money for this purpose will be appropriated from:
Acct. No. 315-0410-7480-00000 - Street Improvement Fund Expenditures
STATR/MTTNTCTPAL AGRRRMRNT
FORA
HIGHWAY IMPROVEMENT PROJECT
DATE: April 22, 2004
I.D.:
HIGHWAY:
LIMITS:
COUNTY:
6184-19-61
STH 21 LENGTH: 0.25 miles
amro. Roäd, City of gshkosh .
NBéExii;Ramp USH 41 to Oshkosh Ave
Win
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): Highway 21 is four lane urban divided roadway. The existing concrete
pavement is deteriorating and needs addressing.
Proposed Improvement (nature of work): Provide thin asphalt overlay to extend pavement life, improve ride, and reduce
maintenance activities.
Describe non-participating work included in the project contract: Adjustment of Sanitary Manhole covers.
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 %
Construction (Participating):
Normal Participating $70,000 0 0% $70,000 100%
SUBTOTAL: $70,000 0 0% $70,000 100%
Construction (Non-Participating): $500 0 0% $500 100%
Sanitary Manholes
1 TOTAL COST DISTRIBUTION: 1 $70,500 I 01 0% 1 $70,500 1 I
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
Spp Attrirhmpnt 1A
Name
Title
Date
Signed for and in behalf of the City of Oshkosh
Richard A. Wollangk, City Manager
Pamela R. Uhrig, City Clerk
Warren P. :Kraft, City Attorney
Edward A. Nokes, City Comptroller
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 linùted 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 maiu.
c) Construction engineering incidental to inspection and supervision of actual construction work.
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 sinùlar 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.
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 deterITÙne 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 I State
participation.
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) Use the WisDOT Utility Accommodation Policy unless it adopts a policy which has equal or more
restrictive controls.
2
9. Basis for Local Participation:
This portion of Highway 21 is connecting highway with maintenance jurisdiction under the City of
Oshkosh. This maintenance project is 100% City funded and being coordinated with other work on
Highway 21 that is WisDOT's responsibility.