Loading...
05-578Council File # ��� RESOLUTION Presented Referred To Green Sheet # 205906_ Committee Date 1 BE IT RESOLVED, that pursuant to Minnesota Stat. Sec. 161.36, the Commissioner of Transportation be 2 appointed as Agent of the City of Saint Paul, to accept as its agent, federal aid funds which may be made available 3 for eligible transportation related projects. 4 BE TT FURTHER RESOLVED, the Mayor and the City Engineer are hereby authorized and directed for and 5 on behalf of the City to execute and enter into an agreement with the Commissioner of Transportafion prescribing 6 the terms and conditions of said federal aid participation as set forth and contained in "Minnesota Department of 7 Transportafion Agency Agreement No. 88194", a copy of which said agreement was before the City Council and 8 which is made a part hereof by reference. Requested by Deparhnent of: Benanav Bostrom ,/ Harris ,i Helgen ✓ Lantry ,/ Montgomery �/ Thune ,/ > By: Form Approved by City Attorney Adopted by CouncIl: Date // U�J� Adopuon Certified by Council Secretary By� � / Qi GSl�ie Approved M o . Date � By: OF PAUL, MINNESOTA a� � for � �_ � rubu� wox� .. . m . Lisa Faik�' 266-6117 MUST BE ON COUNCILAGENDABY (DA7E) �a� ti . _ �, 6/6/2005 TOTAL # OF SIGNATURE PAGES GREEN i�umm OS- S7r� No. 205906 �� . DEPARiMEMDIRECTOR cm couria� l331GN � ❑ CfTYATfORNEY CfTYCLERK NOAIBER FOR � ❑ FlNFNCL4I.SERVICESDIR ❑ flNANC1ALSERV/ACGTG ORDER ❑ MAVOR(ORASSISTANT) ❑�UNCILRESEARCH ❑ ❑ 1 (CLIP ALL LOCATIONS FOR SIGNATURE) ACTION REQUE5iED � " Approve Council Resolution authori�;ng proper city officials to enter into an Agreeme� with the Minnesota Deparhnent of Trausportation for Fedetal Aid pazticipation for Construction, Engineering, and Inspection for Phalen Boulevard Phase III. RECAMMEN�ATIONS:ApprOVe (A) w Reject (R) _ CIBCAMMITTEE CIVIL SERVICE COMMISSION A PERSONAL SERVICE CONTRACTS MUST ANSWER THE FOLLOWING QUESTIONS: 1. Has this persaJfi(m everwpked undxa cont2c[ kr this department? YES NO 2 Has this persoNfinn ever been a cityemployea? YES NO 3. Does this persoNfrtn possess a sWll not nomallY Wssessed bYarry curteM qty empl0y¢e� YES NO 4. �I5 th�s persoNfi�m a fargetetl ve�tlof� " YES NO Fxplaln ail yas answers on separata shee! aM apach to green sheet INITIATING PROBLEM, ISSUE, OPPORTUNITV (WHO, W HAT, WMEN, WHERE, W HY): The Phalen Boulevazd Project is partially funded with Federal TEA-21 lugh priority project fuuds. Engineering and Inspection costs are an eligible cost for these funds. In order to get reimbursed for the federal fimds, aa agreement between the City and the Minuesota Deparlxnent of Transportation must be executed. ADVANTAGESIFAPPROVE@ � Federal funds will fund a portion of engineering and inspecfion cosu, therePore max;m;�ing federal aid participation in the project. � _ � OISADVANTAGES IF APPROVED: None. DI$pDVAMAGES IF NOT APPROVEU. City funds will have to be used.to fund engineering and inspection. TOTAL AMOUNT OF TRANSACiION $ N/A FUNDINGSOURCE N/A fINANCIAL INFORMATION (EXPIAIN) k � � COSTIREVENUE BUDGETED (CIRCLE ONE) es No n � �aPC`h ��i�4�p JUN 13 ��i oS- S�� Mn/DOT Agreement No. 88194 STATE OF MINNESOTA AGENCY AGREEMENT BETWEEN DEPARTMENT OF TRANSPORTATION AND CITY OF ST. PAUL FOR FEDERAL PARTICIPATION IN CONSTRUCTION ENGINEERING FOR ' S.P. 164-288-a8; M.P. CA04 MN80(100) This agreement is entered into by and between City of St. Paul ("City")��tate of Minnesota acting through its Commissioner of Transportation ("Mn/DO ) O Pursuant to Minnesota Statutes Section 16136, the City desi�i OT to act as the City's agent to accept and disburse federal funds for the constru.ction, improvement, or enhancement of transportation financed in whole or in part by federal funds, hereinafter referred to as the "ProjecY'; and The City is proposing a federal aid project to construct Phase 3 of the Phalen $oulevard Project, hereinaHer referred to as the "Project or SP 164-288-05;" and, The Construction Engineering is eligible for the expenditure of federal aid funds hereinafter referred to as the "Construction Engineering" and is identified in Mn/DOT records as State Project 164-288-08, and in Federal Highway Administration ("FHWA") records as Minnesota Project CA04 MN80(100); and Mi�/DOT requires that the terms and conditions of this agency be set forth in an agreement. THE PARTIES AGREE AS FOLLOWS: I. DUTIES OF THE CITY. A. DESIGNATION. The City designates Mn/DOT to act as its agent to accept and disburse federal funds made available for the Project. B. ELIGIBILITY / COSTS. The estimated cost of the Construction Engineering is $514,631 this amount is 10% of the construction cost estimate for the proj ect. l. It is anticipated that 100% (up to $677,274) of the cost of the Construction Engineering will be paid from federal funds made available by the FHWA. The Agreement no. Sb t 94 -1- C�S S� 6 City will pay any part of the cost or expense of the work that the FHWA does not pay. 2. Any costs incurred by the City prior to auThorization of the Federal Funds, will not be eligible for federal participation. 3. Eligible cost and expense, if approved, may consist of the following: a) The cost of Construction Engineering for Phase 3 of the Phalen Boulevard Corridor. b) The direct labor charges for City employees for the time that said employees aze performing work pursuant to this agreement. Said labor charges may include the prorata share of "labor additives" applicable to said labor charges. Costs to the City of "labor additives" consisting of holiday pay, vacation, sick leave, retirement, pension, unemployment taaces, compensation and liability insurance, lost time charges and similar costs incidental to labor employment will be reimbursed only when supported by adequate records. c) The applicable equipment rental charges for City owned equipment used by the City and mileage charges for employee owned vehicles used by the City on work performed pursuant to this agreement, at rates reflective of the City actual cost. d) Expenditures for materials, supplies, mechanical data processing and equipment rental, limited to the actual expenditures for the purposes of this agreement. e) The cost incurred by the City to employ outside forces to perform any or all of the work pursuant to this agreament, subject to the provisions of section I.D. SUBLETTING. 4. Expenditures for general administration, supervision, maintenance and other overhead or incidental expenses of the City are not eligible for federal participation. 5. Acceptability of costs under this agreement will be determined in accordance with the cost principles and procedures set forth in the applicable Federal Acquisition Regulations, Contract Cost Principals and Procedures, 48 Code of Federal Regulations (CFR) 31 which is incorporated by reference and made a part of this agreement. 6. For costs expected to exceed $ 514,631, the City must request the prepazation and execution of a supplement to this agreement, priar to incurring such costs. C. STAFFING. The City will designate a publicly employed registered engineer, ("Project Agreement no. &R 19� -2- C�'�� Engineer"), to be in responsible chazge of the Project and to supervise and direct the work to be performed under any construction contract let for the Project. If City elects to use a private consultant for engineering services, the City will provide a qualified, full-time public employee of the City, to be in responsible chazge of the Project. The services of the City to be performed pursuant to this agreement may not be assigned, sublet, or transferred unless the City is notified in writing by McilDOT that such action is permitted under 23 CFR 133 and 23 CFR 635.105 and state law. This written consent will in no way relieve the City from its primary responsibility for performance of the work. 2. During the progress of the work on the Project, The City authorizes its Project Engineer to request in writing specific engineering and/or technical services from Mi�/DOT, pursuant to Minnesota Statutes Section 16139. Such services may be covered by other technical service agreements. If Mn/DOT fumishes the services requested, and if Mn/DOT requests reimbursement, then the City wiil promptly pay Mn/DOT to reimburse the state trunk highway fund for the full cost and expense of fumishing such services. The costs and expenses will include the current Mn/DOT labor additives and overhead rates, subject to adjustment based on actual direct costs ffiat have been verified by audit. Provision of such services will not be deemed to make Mi�/DOT a principal or co-principal with respect to the Proj ect. 3. The City will furnish the personnel, services, supplies, and equipment necessary to properiy supervise, inspect, and document the work far the Project. D. SUBLETTING. The City will prepare request for proposais in accordance with Minnesota law and applicable Federai laws and regulations. 1. The• City will solicit proposals for construction engineering services after obtaining written notification from Mn/DOT that the FHWA has authorized the Project. Any Project advertised prior to authorization will not be eligible for federal reimbursement. 2. The City will prepare the request for proposal, which will include all of the federal-aid provisions supplied by Mn/DOT. 3. The City will prepare and publish the proposal solicitation for the Project as required by state and federal laws. The solicitation will state where the City will receive the proposals. 4. The City may not include other work in the contract for the authorized Project without obtaining prior notification from Mn/DOT that such work is allowed by FHWA. Failure to obtain such notification may result in the loss of some or all of the federal funds for the Proj ect. 5. The City will prepare and distribute any addendums, if needed. Agreement no. 8819-A -3- � �g 6. The City wi11 receive open, and evaluate proposais. 7. After the proposals aze opened, the City governing body will consider the proposals and will awazd the contract as required by state and federal laws, or reject all proposals. If the proposal contains a goal for Disadvantaged Business Enterprises, the City will not award the contract until it has received certification of the Disadvantaged Business Enterprise participation from the Mi�/DOT Equal Employment Opportunity Office. 8. This written consent will in no way relieve the City from its primazy responsibility for performance of the work. Subcontractor agreemenYS musY contain all appropriate terms and conditions of this agreement. E. CONTRACT ADMRJISTRATION. 1. The City will request approval from Mn/DOT for all costs in excess of the amount of federal funds previously approved for the Project prior to incumng such costs. Failure to obtain such approval may result in such costs being disallowed for reimbursement. 2. The City wi12 prepare reports, keep records, and perform work so as to enable Mn/DOT to collect the federal aid sought by the City. The City will retain all records and reports in accordance with Mn1DOT's record retention schedule for federal aid projects. � 3. Upon completion of the Project, the Project Engineer will deTermine whether the work will be accepted. F. PAYMENTS. 1. The entire cost of the Project is to be paid from federal funds made available by the FHWA and by other funds provided by the City. The City will pay any part of the cost or expense of the Project that is not paid by federal funds. 2. The City may request partial payments not more than once each thirty (30) days. The Project Engineer will certify the amount of each partial estimate. 3. The invoice and supplements thereto, will contain all details that may be necessary for a proper audit. Such details will consist of at least the following: (a) A breakdown of labor by individual, classification, dates and hours worked times the appiicable rate to arrive at a total dollar amount - for each individual. (b) The labor additive may be applied to total labor dollazs, not including overtime labor dollazs. Agreement no. 8R 294 Q �� � (c) The equipment charges must be broken down by type of equipment times the applicablerate and dates used to arrive at total equipment charges. (d) A detailed breakdown of outside services used and supporting invoices and documentation that costs of outside services have been paid. (e) Detail for materials, supplies, and other items with the description, units, and unit prices included in the invoice. If materials or supplies are purchased from an outside source, a copy of that invoice should be included. (� The invoices will include 100% of eligible charges applicable to the Construction Engineering so that the prorata share of federal and City participation can be applied to the total costs. 4. Following certification, by the Project Engineer, of the final estimate, the City may request reimbursement for costs eligible for federal funds. The City's request will be made to Mn/DOT and will include a copy of the certified final estimate along with the required records. 5. Reimbursement of costs under this agreement will be based on actual costs, but limited to eligible items. G. LIMITATIONS. 1. The City must comply with all applicable Federal, State, and local laws, ordinances, and regulations. 2. Nondiscrimination. It is the policy of the FHWA and the State of Minnesota that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal fmancial assistance (42 LT.S.C. 2000d). Through expansion of tke mandate for nondiscrimination in Title VI and through parallel legislation, the prescriUed bases of discrimination include race, color, sex, national origin, age, and disability. In addition, the Title VI program has been extended to cover all programs, activities and services of an entity receiving Federal financiai assistance, whether such programs and activities are Federally assisted or not. Even in the absence of prior discriminatory practice or usage, a recipient in administering a program or activity to which this part applies, is expected to take affirmative action to assure that no person is excluded from participation in, or is denied the benefits of, the program or activity on the grounds of race, color, national origin, sex, age, or disability. It is the responsibility of the City to carry out the above requirements. Agreement no. 8b14� -5- o��� � 3. Workers' Compensation. Any and all employees of the City or other persons while engaged in the performance of any work or services required or permitted by the City under this agreement will not be considered employees of Mv/DOT, and any and all clauns that may arise under the Workers' Compensation Act of Minnesota on behalf of said employees, or other persons while so engaged, will in no way be the obligation or responsibility of Mn/DOT. The City will require proof of Workers' Compensation Insurance from any contractor and sub-contractor. H. AUDTI'. The City will comply with the Single Audit Act of 1984 and Office of Management and Budget (OMB) circular A-133 including amendments and successors thereto, which aze incorporated herein by reference. 2. As provided under Minnesota Statutes Section 16C.05, subdivision 5, all books, records, documents, and accounting procedures and practices of the City are subject to examination by the United States Govemment, Mn/DOT, and either the Legislative Auditor or the State Auditor as appropriate, for a minimum of six yeazs. The City will be responsible for any costs associated with the performance of the audit. I. MAINTENANCE. The City assumes full responsibility for the operation and maintenance of any facility constructed or improved under this Agreement. CLAIMS. The City will pay any and all lawful claims arising out of or incidental to the performance of the Project work. The City acknowledges that Mn/DOT is acting only as the City's agent for receipt and disbursement of federal funds, and not as a principal or co-principal with respect to the Project. In all events, the City wiil indemnify Mn/DOT and hold Mn/DOT hannless from any claims arising out of the Project. II. DUTIES OF Mn/DOT. A. ACCEPTANCE. Mn/DOT accepts desigiation as Agent of the City for the receipt and disbursement of federal funds and will act in accordance herewith. B. PROJECT ACTNITIES. Mn/DOT will make the necessary requests to the FHWA for authorization to use federal funds for the Project, and for ;eimbursement of eligible costs pursuant to the terms of this agreement. 2. Mn/DOT witl provide to the City copies of Yhe required Federal-aid clauses to be included in the proposal solicitation and will provide the required Federal- aid provisions to be included in the Proposal. 3. NIn1DOT will review and certify the DBE participation and notify the City Agreement no. 88144 � ���� when certification is complete. C. PAYMENTS. Mn/DOT will receive Yhe federal funds to be paid by the FHWA for the Project, pursuant to Minnesota Statutes § 1613b, Subdivision 2. 2. Mn/DOT will review and certify each partial pay request. Following certification of the partial estimate, Mn/DOT will reimburse the City, from said federal funds made available to the Project, for each partial payment request, subject to the availability and limits of those funds. 3. Upon complefion of the Project, the City will prepaze a final payment request in accordance with the terms of this agreement. Mn/DOT will review and certify the final payment request with a final audit. 4. No more than 90% of the reimbursement due under this agreement will be paid until completion of the final audit and approval by Mn/DOT's authorized representative. 5. In the event Mi�/DOT does not obtain funding from the FHWA or other funding source, or funding cannot be continued at a sufficient level to allow for the processing of the federal aid reimbursement requests, the City may continue the work with local funds only, until such time as Mn/DOT is able to process the federal aid reimbursement requests. D. AUTHORITY. MnlDOT may withhold federal funds, if Mn/DOT ar the FHWA determines that the Project was not completed in compliance with federal requirements. E. INSPECTION. Mn/DOT, the FHWA, or duly authorized representatives of the state and federal government will have the right to audit, evaluate and monitor the work performed under this agreement. The City will make available all books, records, and documents pertaining to the work hereunder, for a minimum of seven years following the closing of the constnxction contract. LII. AUTHORIZED REPRESENTATIVES. Each authorized representative will have responsibility to administer this agreement and to ensure that all payments due to the other party are paid pursuant to the terms of this agreement. A. The City authorized representative is 7ohn Maczko, St. Paul City Engineer, 1000 City Hall Annex, 25 West 4th Street, St. Paul, Minnesota 55102, or his successor. B. Mn/DOT's authorized representative is Lynnette Roshell, Minnesota Department of Transportation, State Aid for Local Transportation, Mail Stop 500, St Paul, MN 55155, phone 651.282.6479, or her successor. Agreement no. �8194 -�- �5-5�� N. TORT LIABILITY. Each party is responsible for its own acts and omissions and the results thereof to the extent authorized by law and will not be responsible for the acts and omissions of any others and the results thereof. The Minnesota Tort Claims Act, Minuesota Stalutes Section 3.736, governs Iviir/DOT liability. V. ASSIGNMENT. Neither party will assign or transfer any rights or obligations under this agreement without prior written approval of the other party. VI. AMENDMENTS. Any amendments/supplements to this Agreement must be in writing and be executed by the same parties who executed the original agreement, or their successors in office. VII. TERM OF AGREEMENT. This agreement will be effective upon execution by the City and by appropriate State officials, pursuant to Minnesota Statutes Section 16C.05, and will remain in effect for five (5) years from the effective date or until all obligations set forth in this agreement have been satisfactorily fulfilled, whichever occurs first. VIII. TERMINATION. This agreement may be terminated by the City or Mn/DOT at any time, with or without cause, upon ninety (90) days written notice to the other party. Such termination will not remove any unfulfilled financial obligations of the City as set forth in this Agreement. In the event of such a termination the City will be entitled to reunbursement for Mn/DOT-approved federally eligible expenses incurred for work satisfactorily performed on the Project to the date of termination subject to the terms of this agreement. Agreement no. 8S 194 -8- OS-S�� IN WITNESS WFIEREOF, the parties have caused this Agreement to be duly executed intending to be bound thereby. STATE ENCUMBRANCE VERIFICATION Individual certifies that funds have been encumbered as required by Minn. Stat. §§ 16A15 and 16C.05. ., f B � /' Date: � � /� ��lf /l DEPARTMENT OF TRANSPORTATION � Title: Director. State Aid for Local Transportation CFMS Contract No. A- `7 ' �5'�3 COMMISSIONER OF ADMINISTRATION CITY City certifies that the appropriate person(s) have executed the con4act on its behalf as required by applicable resolurions, ordinances, or charJPr provisions // Date: B � Date: � Agreement no. $8194 -9-