Loading...
95-633OR1GlNAL Presented By Referred To 1 2 3 4 5 6 7 8 9 1d 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 RESOLUTION INT PAUL. M Council File # ��� 33 Green Sheet # 33126 �� COmmittee: Ddte WHEREAS, the City of St. Paul desires to enter into a Joint Powers Agreement #72780 with the Minnesota Department of Transportation, covering the procurement, installation, operation, maintenance and ownership of various hardware components being installed under an incident management operational test project in St. Paui; and WHEREAS, this incident management operational test project will provide traffic guidance and control during freeway incidents by managing traffic along designated incident "bypass routes" using specially designed surveillance and guidance equipment and coordinated signal timing pians; and WHEREAS, Mn/DOT needs the services of the City of St. Paul in the procurement, installation, operation and maintenance oi various hardware components and equipment being integrated under this incident management operational test project; RESOLVED, that the proper City officials be authorized and directed to execute, on behalf of the City of St. Paul, Joint Powers Agreement #72780, between the City of St. Paul and Mn/DOT, covering the procurement, instaliation, operation, maintenance and ownership of various hardware components and equipment being integrated under the incident management operational test project. Requested by Department of: Public Works g ��� r,a'�''`.r" AdoF AdoF By: Appx � /'� /_�3 OEPAR7MENT/OFFICE/CpUNCIL OAiEINITIATED GREEN SHEET 'NO � 33 1 26 '' PUb1iC WOrks - TraffiC Engineering 5/17/95 INIT UDATE INITIqUDATE COIiTACTPEASpl78M-IONE �pEppp7A{ENTDIRECTOfl� ❑$ CITVCOUNCIL PaUI T. KUrtz 266-6203 � ��� mnnorsNEr Os cmcxEaK MUSTBEONCOUNCILAC�NDABY(DA7E} Ii0Ui1NG g�pC,E7DIqECTOR ❑4 FIN.BMGT.SERVICESDIR ASAP °� � MAYOR (OF ASSISTANTj TOTAL = OF gGNpNflE PAGES � (CLIP qLL LOCA710NS FOf{ SIGNANRE) � ASSOCIATE DEPT. ACCOUNTA ACiION flEOUESTED Approve Jant Powers Agreement #72780P between Mn/DOT and the City of St. Paul covering the procurement, installation, operation and maintenance of various hardware components being installed under a traffic incident management project in St. Paul. (�,Py ofAyree�d'A�-l RECOMMENDpnpNS: Appro.e (lq w Rejev (Fry pER50NAL SERVICE CONTpACTS NUST ANSWER THE FOLLONIING �UESTIONS: PLANNNJG COMMISSqN _CNIL SERVICE COMMISSION 1. H33 ihiS p2f50Nfir NOEY wofked und2f a Cofltfact for this dep3fVnent7 Y �CIB COMMf77EE 2. Has this perso�rm ever been a dry empioyee? — — YES NO _ STAFF 3. Dces this persoNFirm possess a skill not normalty possessed by any� — employce? DISiqICiCOUNC�I _ YES NO SUPPORTS WHICH COUNCII OBJECTNE? �plain a�l yes answers on separate sheat and attaeh to graen sheet 1NAY 23 199� INITIATING PppgLEM, ISSUE, OPPOR7UNITY (WHO, WHAT, WHEN, WHERE, WHY): '. '� �, ��E The FHWA is funding an incident management operational test project in St. Paul. This project will provide traffic guidance and control during freeway incidents by managing traffic along designated incident bypass routes using specially designed surveillance and guidance equipment and coordinated signal timing plans. The diverted traffic added to the City streets can be accommodated in a planned fashion in lieu of traffic randomly entering the St. Paul CBD in an uncontroiled fashion. ADVANTAGES If APPROVED: Approving this agreement wiil allow City Forces to procure and install various hardware components/equipment for the project. Having Gity Forces install the speciality guidance and control equipment will assist in understanding the operation and maintenance of the system. The City will be reimbursed by Mn/DOT for the services and functions provided under this agreement. DfSADVA4iTAGES IF APPROVED: Upon completion of the operational test, Public Works will be responsible for the operation and maintenance of the system. Resources wiil be dedicated to pertorm the operation and maintenance functions. ��r�� �,.., ;, �, „�� s.=���:��, �.��� �1�N � 2 ��9� DISADVANTAGES IF NOT APPROVED: City forces wifl not provide services and functions referenced in the Joirat Powers�Agreemen'�:"`�s' will negatively impact project schedule and budget. ����'y�"� MAY 23 � t]TY A?���:-����¢" TOTALAMWMOFTFiANSACfIONS $96,700.00 COSTIREVENUEBUDGETED(CIRCLEONE) VES No �UNDIN6SWRCE �n1A&MNDOT ACINITYNUMBER FINpNCIAL INFOflMATION: (EXPUIIN) This project is 6 being funded by the FHWA through the office of Guidestar at MNDOT. 0 Mn/DOT Ag�ernern No. 72780 qs�33 JOINT POWERS AGREEN�IT BETWEEN THE MINNESOTA DEPARTMENT OF TRANSPORTATION AND THE CITY OF ST. PAUL THIS JOINT POWERS AGREEMENT (hereinafter Ab eement) shall be interpreted pursuant to the laws of the State of Muuiesota. WI�REAS, pursuant to Minnesota Statutes Section 471.59, Subd. i and Subd. 10 (1994), the Minnesota Department of Transportauon (hereinafter "Mn/DOT"), by and through its Commissioner, and the Citv of St_ Paui (hereinafter "City"), by and through its City Council, may enter into an agreement to jointly or cooperafively exezcise any power common to each other or any similar powers, including those which are the same except for the territorial Limits within which they may be exercised; or enter into an agreement to perform on behalf of the other government unit any service or function which the governmental unit providing the service or function is authorized to probide for itself; and R�f�REAS, the St. Paul Incident Manaaement (SPIM) opentional test project will provide traffic guidance and control during freeway incidents, by managing traffic along designated incident "bypass routes" using specially designed surveillance and guidance equipment and coordinated signal timing plans. The diverted traffic added to the surface streets can be accommodated in a planned fashion , in lieu of traffic randomly entering the St. Paul CBD in an uncontrolled fashion. WHEREAS, Mn/DOT needs the services of the City of St. Paul in the procurement of CCTV poles and, installation, operation and maintenance of six (6) Ciosed Circuit Television Cameras (hereinafter "CCTV Cameras"), conduit, cable and related equipment at the following locations in the City of St. Paui: Kellogg Blvd. south of John Ireland Blvd; Kellogg Blvd. at Seventh Sueet; Kellogg Blvd. at Wabasha Street; on Mounds Boulevard south of Kellogg Blvd; at llth Sueet and Cedar Street; and on 12th Sueet near 7ackson Street, and three WHEREAS, (3) type 1 blank-out sib s, five (5) type 2 blank-out signs, and five (5) traiiblazer assemblies; will be installed, maintained, and operated by the City. �VHEREAS, neaziy all of the SPIlVL central control hardware will be installed by the consultant in the City's Traffic Computer Control Room located in the Ciry Hall Annex and in the City's Dale Street Traff'ic Operations Facility; and Wf�REAS, major operational decisions during the SPIM operational test will be made and implemented at these two City facilities throughout the operationai test, Mn1DOT therefore needs the services of the Ciry of St. Paul in the, operation and maintenance of the SPIM system central control hardware; NOW, 't'HFRFFQi2E, it is ab eed: I. DiJ'TIES OF 'THE CITY. The City agrees to provide the following services to Mn/DOT: PAGE 1 OF 5 Mn/DC7T Ag�cnerd No. 72780 t�S-�3 (1) The procurement of all of the CCTV Poles for installation at the following locations: Kelloga Blvd. south of 7ohn Ireland BIvd;Kellogg Blvd. at Seventh Stre°.t; Kellogg Blvd. at Wabasha Street; on Mounds Boulevazd south of Kellogg Blvd; at lith Street and Cedar Street; and on 12th Street near Jackson Street according the spec�cations provided; (2) The instailation of the Camera, Lens, Housing, Ptz Unit, CCTV Foundation, Pole-Mounted Cabinets, Conduit, and Pull Boxes at all the above mentioned sites;and (3) The installafion, openfion, and maintenance of three (3) type 1 blank-out sib s, five (5) type 2 blank- out signs, and five (5) trailblazer assemblies at the above mentioned sites. Frovide a project manager to act as liaison between the Ciry of St. Paul and all appropriate Mn/DOT offices. II. DUTIES OF Mn/DOT. Mn/DOT agrees to provide: (1) Payment for work completed and materials ordered as provided under section III of this ab eement. (2) Provide a project manager to act as liaison between the City of St. Paul and all appropriate Mn/DOT oifices. III. CONSIDERATION AND TERMS OF PAYIVIENT A. Consideration for all services performed and goods or materiais supplied by the City pursuant to this Ab eement shall be paid by Mn/DOT as follows: payment for actual costs for each task, (See attachment A CCTV camera and sign installation estunated cost summary which is attached hereto and incorporated herein as part of this a�reement) B. Terms of PaXment Payment shall be made by Mn/DOT within 30 days after the City has presented invoices for services performed or goods or materials supplied to Mn/DOT. The Ciry shall submit invoices monthly. C. The total obligation and ma�ciznum liability of Mn/DOT for all compensation and reimbursements shall not exceed $106,000.00. IV. TERM OF COIv'TRACT. This Agreement shall be effective on Ma� i , 1995 , or upon such date as it is executed as to encumbrance by the commissioner of Finance, whichever occurs later, and shall remain in effect until Januarv 31. , 1997 , or until all obligations set forth in this contract have been satisfactorily fulfilled, wluchever occurs first. V, CANCELLATION. This contract may be cancelled by Mn/DOT or the City at any time, with or without cause, upon PAGE 2 OF 5 �IS�3� ��o�r a�n�r rro. �z�so thirty (;0) days' written nofice to the other party. In the event of such a cancellation the City shall be entifled to payment, detemvned on a pro rata basis, for work or services satisfactorily performed. VI. AUTHORIZID AGENTS. Mn/DOT's Authorized Agent for the purQoses of administrafion of this contract is Samuel J.Bovd. Project Mana,�er. The City's Authorized Agent foz the purQoses of administration of this contract is Paul Kurtz. Project Mana�er. Pach authorized agent shall have final authority for acceptance of services of the other party and shall have zesponsibiliry to insure that all payments due to the other party are paid pursuant to the terms of this contract. � VII. ASSIGIVMENT Neither Mn/DOT nor the City shall assign or transfer any rights or obligations under this contract without the prior written approval of the other party. VIII. LIABILITY. Any and all persons employed by or on behalf of the City to perform any of the work under this Agreement shall not be considered employees of Nin/DOT and any and all claims that may or might arise under the Workers Compensation Act of Minnesota on behalf of said employees or persons while so engaged, and any and all claims made by any third party as a consequence of any act or omission on the part of said employees or persons while engaged in any work contempiated herein, shall not be the obligation or responsibility of Mn/DOT. Any and all persons employed by or on behalf of Mn/DOT to perform any of the work under this Agreement shall not be considered employees of the City and any and all claims that may or might arise under the Workers Compensation Act of Muuiesota on behatf of said employees or persons while so engaged, and any and all ciaims made by any third party as a consequence of any act or omission on the part of said employees or persons while engaged in any work contemplated herein, shall not be ihe obligation or responsibility of the City. IX. AMENDMENTS Any amendments to this contract shall be in writing, and shall be executed by the same parties who executed the original contract, or their successors in off'ice. X. DATA PRACTICES. The City agrees to comply with Minnesota Statutes Chapter 13 (1994), the "Minnesota Data Pracuces Act" as it applies to any data pmvided by NIn/DOT in acwrdance with this Aa eement and as it applies to all data created, gathered, generated or acquired by the City in accordance with this AD e,ement. PAGE 3 OF 5 m i , lu � /�.�J a • i-�u.n ► � //:.1 XI. AUDIT CLAUSE. The books, records, documents and accounting procedures and practices of the City relevant to this Agreement shall be subject to examination by Mn/DOT and the leb slative auditor or state auditor. �1 � 1�1• • • • � • � :I' 11' • • 1' i�l Any equipment purchased through this agreement funds will remain the property of MnIDOT during the operational test. Upon completion of the test, equipment will become and remain the property and responsibility of the City. Mn/DOT shall compiy with all applicabie state laws regarding the tiansfer of such equipment to the City. TN WITNESS WHEREOF, the parties have caused this agreement to be duly executed intending to be bound thereby. APPROVED: City of St. Paul By TiUe By Title !� Tiile Minnesota Department of Transportation �l Title Date Approved as to form and execution by the OfFce of the Minnesota Attomey General B Assistant Attorney General Commissioner of Administration � Approved as _to form and execution by the St. Paul City Attorney Date Commissioner of Finance � TiUe � Date PAGE 4 OF � u�/��1 :•i:ru.n •� / :.1: c�s �33 ATTACHiVIENT A CCT'V CAMERA AND SIGN ESTIMATED INSTALLATION COST SLTNIMARY CCTV Camera L.ocation Kellogg near 7ohn Ireland Blvd. Kellogg and 7th Street Kellogg and Wabasha Kellogg and Mounds Blvd. 12th and Jackson ilth and Cedar Subtotal Subtotal -- Fstimated Cost Sign Installation 3 Type 1 Blank-Out Sign 5 Type 2 Blank-Out Sign 5 Trailblazer Assembly TOTAL ESTIMATED CO5TS FOR INSTALLATION PAGE 5 OF 5 Costs $ 4,600.60 9,900.00 7,800.00 17,300.00 15,900.00 15.700.00 90,200.00 6,500.00 96,700.00 �i cZ�I�