Loading...
05-851Council File # Q�j' �✓� Green Sheet # 3027805 Presented by RESOLUTION CITY OF SAIf3T PAUL, MINNESOTA 22 .f -_-�-�- �.�i� 1 BE TI' RESOLVED, that pursuant to Miuuesota Stat. Sec. 16136, 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 3 available for eligible transportation related proj ects. BE IT FURTHER RESOLVED, the Mayor and the Director of Public Works are hereby authorized and directed for and on behalf of the City to execute and enter into an agreement with the Commissioner of Transportation prescribing the terms and condifions of said federal aid participarion as set forth and contained in "Minnesota Department of Transportation Agency Agreement No. 88624, a copy of which said agreement was before the City Council and which is made a part thereof by reference. Requested by Department of: ' G � � Form ApproveQ by � Adoption Certified by Council Secretazy By: i � l Approved b I or: Date. � By: - Adopted by Council: Date �,ppc.v � t� /� aOC�� � Green Sheet Green Sheet Green Sheet Green Sheet Green Sheet Green Sheet � Depar6neM/officelcpuncl: Datelnitiated: `�� ��` Pw -�v�w� �,� Green Sheet NO: 3027805 Contact Pe�son 8 Phone: Paul St. Martin 266-6118 Must Be on CounC� I�qem 37-AUCr05 Contract Type: RERESOLUTION �� Assign (Date): Number For Routing Order Total#ofSignaturePages L (ClipAliLocationsforSignature) 0 ' W a 1 Martin rA 1 ti w arlm nt ' ,� L� 2 �_ 3 ' ta t 4 nN 5 r Action Requestetl: Authorize Mayor and Director of Public Works to enter into an ageement with ihe Minnesota Aepartment of Transportation for federal aid participarion for advance conshvction and force account work on the Como Bike Lanes project. tdations: Appm�e (A) or R Planning Commission CIB Commiltee CiHI Ser.ice Commission Personal Service Contracts MustMSwerthe Following Questions: 1. Has this persoNfirtn e�er worked under a contract Por this department? Yes No 2. Has this persoNfirtn e�er been a city empbyee? Yes No 3. Does this persoNfimi possess a skill not normally possessed by arry curteM city empioyee? Yes No ExpWin all yes answers on separete sheetand attach to green sheet Initiating Problem, Issues, Opportunity (INho, Wha; When, Where, Why): The Como Bike Lanes project is partially funded with federal funds. The project is programiried for 2006 construcrion. Ramsey Cou will be wmpleting mill and bihuninous overlay pavement maintenance work on some sections of Como Bike Lane project in 2005. ' agreement will allow striping and signing for bike tanes project to be implemented in conjunction with bituminous overlay. A copy the agreement is attached for information. Advantages If Approved: Some sectious of Como Bike Lanes project will be implemented in 2005, resulring in cost savings. ��G � � 2005 DisadvanWges If Approved: , �� DisadvanWges If NotApproved: Pavement mazkings installed in 2005 will have to be removed in 2906. This is not a wise use of funds. RECEIVED 7otalAmountof $� Transaction: Funding Source: Financial Infortnation: (Explain) CostlRevenue Budgeted: Activity Number: AUG � 0 Z(l�5 MAYOR'S OFFICE August 25, 2005 937 AM Page 1 , � �51 � Mn/DO'I' Agreement No. 88624 STATE OF MINNESOTA AGENCY AGRF.EMENT BETWF_.EN DEPARTMENT OF'I'RANSPORTAT'ION AND CTI'Y OF SAINT PAUL FOR FEDERAL PARTICIPATION IN ADVANCE CONSTRUCTION AND FQRCE ACCOUNT FOR S.P. I64-030-05; M.P. STPX 6205(142) This agreement is entered into byand between City of Saint Paul ("City"} and the State of Minnesota acting through its Commissioner of Transportation ("Mn/DdT"), Agency Agreement No. 84218 which has been executed between the City and Mn/DOT, appoints Mn/DOT as the City's agent to receive and disburse transportation related federal funds, and sets forth duties and responsibiIities for Ietting, payment, and other procedures for a federally funded contract let by the City; and Pursuant to Minnesota Statutes Section I61.36, the City desires Mn/DOT to act as the City's agent to accept and disbwse federal funds for the construction, improvement, or enhancement of transpartation financed in whoie or in part by federal funds; and 'Fhe City is progosing a federal aid project to creafe approximately 8 tniles of bicycle faciliues by the instalIation of signing and striping on existing roadways here after referred to as the "Project." A pnbIic interest finding has deternuned thac pavement mazkings on the project ean be completed more economically as a Force Account and as part of proposed mill and overlay pro}ects hereinafter referred to as the "Force AccounY'; and The Project and Force Account have been deternuned to be eligible for the expenditure of federal aid funds and is programmed in the appmved federatIy approved STIP for the fiscai year 20Q6; and the project is identified in Mn/DOT records as State Project 164-030-05, and in Federal F3ighway Administration ("FHWA"} records as blinaesota Project STPX 6205(142}; and The City desires to groceed with the canstruction of the project in advance of the year it is progr�mtned for the federai funds; and FIIWA procedures to permit advance constntction of eIigjble projects with non-federal funds, with the intent to request federaF funding for the federalIy eligible costs in a subsequent federaI fiscal year, if sufficient funding and obligation authority aze avaiIable; and Agreement no. 8�624 f- (�J'� The City desires to temporarily provide City State Aid aad/or other local funds ia lieu of the federai funds so that the project may proceed. MnlDOT requires that the terms and conditions of this agency be set forth in an agreement_ 1'IIE PARTIES AGREE AS FOLLOWS: I. DiT'1`fES OF THE CITY. A. The City will let a contract and eonstruct the Project in aceordance with Ageney Agreement No. 84218. Payment provisions for federally eIigibie costs will be as stated herein. B. It is estimated that the total cost of the Project is $ 946,700 and that the anticipated federal funding will be capped at $810,754. The remaining share will be paid by the City. C. ELIGIBIL.TI'Y / COSTS. The estimated cost of the Force Aceount is $233,132. 1. It is anticipated that 80% (up to $186,505.60} of the cost of the Force Account is to be paid from federal funds made available by the FHWA, and that the remaining 20% will be paid by the City. The City wiil pay any part of the cost or expense of the work that the FIIWA does not pay. 2. Any costs incurred by the City prior to authorization of the Federat Funds, will not be eligible for federal particigation. 3_ Eligible cost and expense, if approved, may consist of the foBowing: a) The cost of fitrnishing and installing pavement markings for the Como Avenne Bikeways.. b) The direct labor chuges for City employees for the time that said empIoyees are performing work pursuant to this agreement. Said Iabor chazges may include the prorata share of "labor additives" applicable to said labor charges. Costs to the Ciry of "labor additives" consisting of holiday pay, vacation, sick leave, retirement, pension, �znemployment tases, compensation and IiabiTity insurance, Iost time charges and similaz costs incidental to Iabor employment wilI be reimbursed only when supported by adequate records. c) The applicahle equipment rentaI charges for Csty owned eqnipment used by the City and mileage charges for employee owned vehicles nsed hy the City on work performed pursuant to this agreement, at rates reftective of the City actual cost. Agreement no. &5624 -2- � �1 d) Expenditures for materials, suppiies, mechanical data processing and equipment rental, Iimited ta the actual expenditures far the purposes of ttus agreement. 4. Expenctitures for general administration, supervision, maintenance and other overhead ar incidental expenses of tlie Ciry aze not eligible for federal participation. 5. Acceptability of costs uader this agreement will be detemuned in accordanee with the cost principles and procedures set forth in the appIicable Federal Acquisition Regulations, Contract Cost Principais and Procedures, 48 Code of FederaI ReguIations (CFR) 31 which is hereby incorporated by reference and made a part of this agreement. 6. For costs expected to exceed $ 233,132, the City must reqvest the preparation and execution of a supplement to this agreement, prior to incurring such costs. D. STAFFII�iG. _ a. 'Fhe City will designate a pnblicly employed registered engineer, ("Project Engineer"}, to be in responsible charge of the Project and Fo supervise and direct the work to be performed under any consiruction contract 2et for the Project. ff City eiects to use a private eonsultant for engineering services, the City will provide a qual�ed, full-time public empioyee of the City, to be in responsible charge of the Project. The services of the City to be performed pursuant to this agreement may not be assigned, sublet, or transferred nnless the City is nouf ed in writing by MnlDOT that sueh actian is pernutte& under 23 CFR 1.33 and 23 CFR 635.1�5 and state law. This written consenY wiIl zn no way reiieve the City from its primary responsibility for performance of the work. b_ During the progress of the work on the Pro}ect, the City authorizes its Project Engineer to reguest in writing specific engineering and/or technical services from MnIDOT, pursuant to NFinnesota Statutes Section ] 6139. Sueh services may be covered by other technicat service agreements. If MnlDOT fumishes the services requested, and if Mn/DOT requests reimbursement, then the City wili promptly pay IVIn!➢OT to reimburse the state trunk highway fund for the full eosE and expense of fumishing such services. The costs and expenses wilt incIude the currenc Mn/DOT labor additives and overhead rates, subject to adjustment based an actual direct eosts that have been verified by audit. Provision of such services wilt not be deemed to make Mn/DOT a principaI or co-principat witfi respect to the Project c. The City wiIl furnish the personnel, services, suppiies, and eqvipment necessary to properly supervise, inspeet, and document the work for the Project. E. CONTRACT ADMINISTRATION_ Aereement no. 8�624 -3- 0�-�5� The City will request approval from MvlDOT for af2 costs in excess of the amount of federal funds previousIy approved for the Project prior to ineurring such costs. Failure to obtain such approval inay result in such costs being disallowed for reimbursemeat 2. The Ciry will prepare reports, keep records, and perform work so as to enable Mn/DOT to collect the federal aid sought by the Ciry. The City will retain alI records and reports in accordance with Mn/DOT's record retention scheduIe for federaI aid projects. 3._ LTpon completion of the Project, the Project Engineer will determine whether the work wilI be accegted. 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. Reguest for reimbtzrsement of the federal aid share of the federalIy eligible eosts will be made after October l, 2005, or earIier if funding and obIigation authority aze available (sub}ect to the Area Transportation Partnership ("ATP") policy). 3_ If the project is converted to federal funding before comgletion and finaI acceptance, requests for reimbursement will occur as partial estimates in accordanee with Agency Agreement No. 84218. 4. The City may request partial payments not more than once each thirty (3Q) days. The Project Engineer will cer[ify each partial estimate. 5. The invoice and supplements thereto for Force Accovnt Reimbursement, wilI contain aIl details that may be necessary for a proper audit. Such details wiIl coasist of at least the foIlowing: (a) A hreakdown of labor by individual, classification, dates and hours worked times the appIicable rate to arrive at a total doIlar amount for each individuaI. (b} The Iabor additive may be apglied to totaf labor dollars, not incTnding overtime Iabor doi}ars. (c} The equipment charges must be braken down by type of equipment times the apgIicable rate and dates �sed to arrive at total equipment charges. Ageement no. &5624 -4- aS-�5, (d) A detailed breakdown of outside services used and supporting invoices and documentation chat costs of outside services have been paid. (e) Detail for materials, supplies, and other items with the description, unsts, and unit prices incIuded in the invoice_ If materiaIs or supplies are purchased from an outside source, a copy of that invoice must be included. (fl The invoices will inclade 100%o of eligible chazges applicable to the Force account so that the prQrata shaze of federal and City participation can be appIied to the total costs. 6. FolIowing eertification, by the Project Engineer, of the final estimate, the City may regnest reimbursement for costs eligible for federai funds. The City`s request will be made to Mi�/DOT and will include a copy of the certified final estimate along with the reguired records. Reimbursement of costs under this agreement will be based on actual wsts, but limited to etigible items. G. LIMTFATIONS. I. The City wiIl comply with alI apgIicable 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 wilI, on the grounds of race, color, or aational origin, be excluded from paRieipation in, be denied the benefits of, or be sub}ected to discriminatiaa under any program or activity receiving Federal financial assistance (42 U.S.C_ 2000d). Through expansion of the mandate for non€liscrimination in Title VI and through parallel Iegisiation, the prescribed bases of discriminarion include race, color, sex, national origin, age, and disability. In addition, the Title VI program has been extended to cover att programs, activities and serviees of an entity receiving Federat financial assistanee, whether snch programs and activities are FederaTly assisted or not. Even in the absence of prior discrim3natory praetice or usage, a recipient in administering a program or activity to which this part applies, is expected to take affirmative action to assure ttiat no person is excIudefl from participation in, or is denied the benefits of, the program or activity on the grounds of race, eoIor, nationat origin, sex, age, or disabiIity. Ft is the responsibility of the City to cany out the abave requirements. 3_ Workers' Compensation. Any and all employees of the City or other persons while engaged in the performance of any work or serviees required or permitted Ageement no. 85624 -5- ('�j by the Ciry under this agreement will not be considere8 empioyees of Mn/DOT, and any and all claims that may arise under the Workers' Compensation Act of Mianesota on befiatf of said employees, or other persons while so engaged, will in no way be the obligation or respoasibility of Mn/DOT. The City will require proof of Workers' Compensation Insurance from any contractor and snb- contractor. H. AUDTT. The City wiil compIy with tfie Single Audit Act of 1984 and Offiee of Management and Budget (OMB) eirculaz A-I33 including amendments and successors thereto, which are incorporated herein by reference. 2. As provided under Minnesota Statutes Section I6C.05, subdivision 5, atl books, records, documents, and accountiag procedures and practices of the City are subject to exanunation by the Llnited States C'soverntrceat, Mn/DOT, and either the Legislative Auditor or the State Auditor as appropriate, for a minimum of six yeazs. The City wilI be responsible for any costs associated with the performance of ttie audit. I. MAIlVTENANCE. _ The City assumes fult responsibiIity for the operation and maintenance of any faciFity constructed or improved under this Agreement. I. CLAIMS. The City will pay any and alI lawful ciaims arising out of or incidental to the performance of the Projeet work. The City aeknowledges that Mn/DOT is acting only as the City's agent for receipt and disbursement of federal {unds, and not as a principal or co-principal with respect to the Projeet. In alI events, the Ciry will indemnify MnlDOT and hold Mn/DOT harfnless from any cTaims arising out of ttze Project. II. DUTIES OF Mn/DOT. A. Mn/DOT wilt make the necessary reqaests to the FHWA for authorization to use federal funds for the Project and Force Account agreement and designation as an Advance Constructian project. B. Mn/DOT will request the conversion of the Project to federal funding of eIigible eosts, between October I, 2005 and 3anuary 31, 2006, or earlier if funding and obligation authority are available. C. At such time that the projeet is converted to federat funding and such funding is received by MnlDOT, MnlDOT wiIl reimbvrse to the City the federal aid share of the federatIy eligible costs, previous]y provided by the City_ Reimbursement for City State Aid funds used in Iieu of federat funds, will be deposited in the City's State Aid Aceount. Reimbursement for other City funds used in Iien of federal fands wilI be forwarded to the City_ A�eemenE no. 8�624 -6- c�-�� D. PAYMENTS FQR FORCE ACCOUNT. Mn/DOT will zeceive the federal funds to be paid by the F'HWA for the Pro}ect, pursuant to Minnesota Statutes § 161.36, Subdivision 2. 2. Mn/DOT wilF review and certify each partial pay reqnest. Following certificauon of the partial estimate, MniDOT will reimburse the City, from said federal funds made available to the Project, for each partial payment request, sub}ect to the availability and limits af those funds. 3. Upon completion of the Project, the City wili prepaze a final payment request in accordance with the terms of this agreement. Mn/DOT will review and certify the final payment reqnest with a final audit. 4_ No more than 90% of the reimbursement due the force acconnt agreement will be paid until completion of the finai audit and approval by MnlDOT's authorized representative. 5. In the event Mn/DOT does not obtain funding from the FHWA or other funding source, ar funding cannot be continned at a sufficient levet to allow for the processing of the federal aid reimbursement requests, the City may continue the work with locaI fitn@s only, until such time as Mn/DOT is able to process the federaI aid reimbursement requests. E. ALTTI Mn/DOT may withhold federal funds, if Mn/DOT or the FHWA defermines that the Project was not completed in comp2iance with federal requirements. F. INSPECTION. Mn/DOT, the FHWA, or duly autharized represeatatives of the state and federal government will have the right to audit, evaluate and monitor the work gerformed under this agreement.'£he City wi]I make available all books, records, and documents pertaining to the work hereunder, for a minimum of seven yeazs folIowing the closing of the construction contract III_ AUTHORIZEB REPRESENTATTVES. Each authorized representative wilT have responsibility to administer this agreement and to ensure that afl payments due to the other party aze paid gursuant to the terms of this agreemenf. A. The City authorized representative is 3ohn Maczko, St_ PauI City Engineer,1000 , City HaII Annex, 25 West 4th Street, St. PauI, Minnesota 55102, or his successor. B. N1n/DQT'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. &6fi24 -7- �j��� N. TORT LIABILTTY. 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 thereo£ The Minnesota Tort Claims Act, Minnesota Statutes Section 3.736, governs Mn/DOT liability. V. ASSIGNMENT. Neither party wili assiga or transfer any rights or obiigations under this agreement without prior written approval of the other party. VI. AMENDMEN'FS. Any amendmentslsupplements to this Agreement must be in writing and be executed by the same parties who execnted the originai agreement, or their successors in office. VII. TERM OF AGREEMENT. This agreement is 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) yeazs from the effective date or until aIl obligations set forth in £his agreement have been satisfactorily fnifilled, whichever occurs first. VIII. TERMINATION. This agreement may be ternrinated by the City or MnfIIOT at any time, with or without canse, vpon ninety (90) days written notice to the other party. Such ternunation will not remove any unfuifilled financial obiigations of the City as set forth in this Agreement. In the event of snch a temunation the City will be entifled to reimhursement for MnlDOT-approved federally eligible expens.es ineurred for work satisfactorily performed on the Project to the date of temunation subject to the terms of this agreement. Agreement no. &8624 -8- � �51 TN WITNESS WHEREOF, the parties have caused tlzis Agreement to be duly executed intending to be bound thereby. STA'FE ENCTIMBf2ANCE VERTFICATION Individual certifies that funds have been encumbered as regvired by Minn. Stat § 16A.15 and I6CA5. B y - Dat : � ' QZ OA CFMS ContractNo. A- ����� DEPAR"i'MENT OF TRANSP(?RTA7TON � TitIe: Director. State Aid for Local Transportation COMMISSIONER OF ADMSriIS'I'RATION CITY City certifies tt�at the appropriate person(s) have executed the con[ract on its behalf as required by applicabie resotutions, ordinances, or charter provisions � � A�eement no. 88624 -g-