Loading...
HomeMy WebLinkAboutItem 06.i  ☒☐ Dakota County Contract C0027751 JOINT POWERS AGREEMENT FOR ENGINEERING, RIGHT OF WAY ACQUISITION, AND HIGHWAY CONSTRUCTION BETWEEN THE COUNTY OF DAKOTA AND THE CITY OF LAKEVILLE FOR DAKOTA COUNTY PROJECT NO. 5-50 CITY PROJECT NO. 13-07 SYNOPSIS: Dakota County and the City of Lakeville agree to the realignment of 172nd Street and relocation of County State Aid Highway (CSAH) 5 and 172nd Street intersection north to align with the Kenyon Avenue intersection and extending and reconnecting Kenyon Avenue south of 172nd Street in Lakeville, Dakota County. County Project 5-50 C0027751 City Project 13-07 March 3, 2016 2 THIS AGREEMENT, made and entered into by and between the County of Dakota, referred to in this Agreement as the “County"; and the City of Lakeville, referred to in this Agreement as the “City" and witnesses the following: WHEREAS, under Minnesota Statutes Section 162.17, subdivision 1 and 471.59, subdivision 1, two governmental units may enter into an Agreement to cooperatively exercise any power common to the contracting parties, and one of the participating governmental units may exercise one of its powers on behalf of the other governmental units; and WHEREAS, it is mutually desirable to realign 172nd Street and relocate the County State Aid Highway (CSAH) 5 and 172nd Street intersection north to align with the Kenyon Avenue intersection east of CSAH 5 including reconstruction of the Kenyon Avenue east approach to reduce the existing skewed approach to CSAH 5 and to extend and reconnect Kenyon Avenue west of CSAH 5 and south of 172nd Street in Lakeville, Dakota County; the ‘Project’; and WHEREAS, the Project will accomplish several important objectives including: addressing Dakota County access spacing guidelines, improving safety associated with the operational conflicts with the I-35/CSAH 5 interchange ramps, improving traffic flow, assisting in facilitating land development and redevelopment plans, and accommodating forecasted increases in traffic volumes; and WHEREAS, the City is the lead agency for engineering, right of way acquisition, and construction of the Project; and WHEREAS, the County and the City have included this Project in their Capital Improvement Programs and will jointly participate in the costs of said road construction as set forth herein. NOW, THEREFORE, it is agreed that the County and the City will share project responsibilities and jointly participate in the project costs associated with highway construction and related activities as described in the following sections: 1. Engineering. Design engineering including all aspects of the Project (public involvement, agency involvement, preliminary/final design etc.), surveying, mapping, construction engineering, construction management, construction inspection and all related materials testing, including the cost of County and City staff time for these purposes, shall be split based on the County’s and City’s share of the final construction costs. County Project 5-50 C0027751 City Project 13-07 March 3, 2016 3 2. Construction Items. The costs for the construction of the realignment of 172nd Street and relocation of the CSAH 5 and 172nd Street intersection north to align with the Kenyon Avenue intersection east of CSAH 5 including reconstruction of the Kenyon Avenue east approach to reduce the existing skewed approach to CSAH 5 and to extend and reconnect Kenyon Avenue west of CSAH 5 south of 172nd Street shall be shared in the amount of fifty-five (55%) by the County and forty-five (45%) by the City. Cost sharing includes all highway construction items; mitigation required by state and federal permits including accessibility requirements; storm sewer and other drainage facilities eligible for County State Aid funding based on contributing flows; replacement or restoration of fences, landscaping and driveways when affected by construction; replacement, removal, or adjustment of sanitary sewer, water and storm sewer systems, if required due to construction; relocating or adjusting privately owned utilities when not performed at the expense of the utility; County’s share of water pollution best management practices, based on contributing flows, meeting National Urban Runoff Protection (NURP) standards; mitigation required for access modifications; replacement or adjustment of lighting, if required due to construction, and all other construction aspects outlined in the plan except for elements as called out under this Agreement or the Dakota County 2030 Transportation Plan dated June, 2012 (the “Dakota County Transportation Plan”). 3. Aesthetic Elements. Aesthetic elements for the Project consist of decorative pavements, landscaping and plantings. The County will participate up to 50% of the cost of aesthetic elements up to a maximum amount of three percent of the County’s share of highway construction costs. Highway construction costs exclude costs for items such as right of way, storm sewer and ponding. The City shall be responsible for 50% of the costs of all aesthetic elements and 100% of the costs that exceed the County’s maximum participation for aesthetic elements. 4. City Utilities. Except as stated in the above sections of this Agreement, the City shall pay all other costs for new sanitary sewer, water mains and appurtenances constructed as part of this Project. Further, the City shall be responsible for the maintenance of all such facilities after completion of the Project. 5. Right-of-Way. The City will undertake all actions necessary to acquire all permanent and temporary highway right of way, including relocations, and will acquire all right of way for sidewalk and trail construction, wetland damage mitigation and banking, drainage and ponding, and water pollution control best management practices for the Project. Except as set forth below, the costs of acquiring highway right of way, including right of way for drainage inlets and outlets inverse condemnation claims, engineering, appraisals, and attorney’s fees and costs shall be shared in County Project 5-50 C0027751 City Project 13-07 March 3, 2016 4 the amount of 55% by the County and 45% by the City Upon completion of the Project, the permanent right-of-way for County roads acquired by the City shall be transferred to the County. Any right-of-way costs for new sanitary sewer, water mains and appurtenances, and aesthetic elements outside of the right-of-way needed for the highway improvements shall be the responsibility of the City. 6. Plans and Specifications. The City is the lead agency for design and construction administration of the Project, effective upon execution of this Agreement by both Parties. The City and the County shall approve the plans and specifications prior to advertising for bids. The City will advertise for bids for the construction of the Project in accordance with applicable state laws and will provide the County with an analysis of the bids received. The City Council may award the contract for construction to the lowest responsive and responsible bidder in accordance with state law. If a bid is not awarded, this Agreement shall terminate and all costs incurred as of the date of termination shall be apportioned in accordance with the terms of this agreement 7. Construction Standards. All such construction, including traffic control, shall be accomplished in accordance with applicable State Aid, County and City standards, specifications, and policies. To authorize and regulate construction activities, the County will issue permits for construction within County right-of-way. Work on County right-of-way is not authorized until County permits are approved. Construction shall be performed to minimize the duration of traffic delays on CSAH 5 and provide for safe and convenient travel in the project area. The County reserves the right to inspect construction materials and methods as needed. 8. Pavement Marking and Signing Maintenance and Operations. Pavement markings will be installed as applicable for the operation of the highway and intersections along the Project area as outlined in the plans. Signing and markings along CSAH 5 (including stop bar and cross walks directly at the intersection) will be maintained by Dakota County. 9. Operation. The geometric configuration of the CSAH 5 intersection including lane alignments and traffic assignments for all approaches, traffic signing, and traffic operations will be determined by the County. The City agrees to make no changes to the intersection operation through pavement marking, signing, or other construction measures. 10. Project Cost Updates. The City will provide updated cost estimates to the County showing the County and City shares of Project costs annually at the time of Capital Improvement Program development. Updated cost estimates will also be provided by the City to the County at the following times: County Project 5-50 C0027751 City Project 13-07 March 3, 2016 5  prior to approval of the appraised values for any necessary right of way acquisitions,  prior to advertising a construction contract,  after bid opening (prior to contract award),  during construction if total contract changes exceed $100,000,  once per year following the construction season until the Project is complete. Project cost estimate updates include actual and estimated costs for engineering, right of way acquisition, utility relocation and construction. The Parties acknowledge that Project cost estimates are subject to numerous variables causing the estimates to be subject to change, and that the updates are provided for informational purposes in good faith. Each agency is responsible for informing their respective council or board regarding Project cost estimates. 11. Payment. The City will administer the contract and act as the paying agent for all payments to the Contractor. Payments to the Contractor will be made as the project work progresses and when certified by the City Engineer. The City will request payment on a quarterly basis for any Project costs incurred. Upon presentation of an itemized claim by one agency to the other, the receiving agency shall reimburse the invoicing agency for its share of the costs incurred under this agreement within 35 days from the presentation of the claim. If any portion of an itemized claim is questioned by the receiving agency, the remainder of the claim shall be promptly paid, and accompanied by a written explanation of the amounts in question. Payment of any amounts in dispute will be made following good faith negotiation and documentation of actual costs incurred in carrying out the work. 12. Amendments. Any amendments to this Agreement will be effective only after approval by both governing bodies and execution of a written amendment document by duly authorized officials of each agency. 13. Effective Dates. This Agreement will be effective upon execution by duly authorized officials of each governing body and shall continue in effect until all work to be carried out in accordance with this Agreement has been completed. Except for on-going maintenance activities including, sidewalk, trail, storm sewer, landscape and lighting maintenance, in no event will this Agreement continue in effect after December 31, 2017, unless the parties mutually agree to an extension of the Project term or unless the project has not been completed. County Project 5-50 C0027751 City Project 13-07 March 3, 2016 6 14. Change Orders and Supplemental Agreements. Any change orders or supplemental agreements that affect the Project cost participation must be approved by appointed representatives of both Parties prior to execution of work. For the purposes of this section, the City’s appointed representative for approving change orders is Chris Petree, Public Works Director, subject to City contracting policies, or their successors. The County’s appointed representative is Jean Briol, Construction Engineer, subject to County contracting policies, or their successors. Both Parties shall endeavor to provide timely approval of change orders and supplemental agreements so as not to delay construction operations. 15. Final completion. Final completion of the Project must be approved by both the County and the City. 16. Storm Sewer Construction. The City shall be responsible for assisting with storm sewer inspection including having an inspector on-site during storm sewer installation. 17. Maintenance. Upon completion of the Project, maintenance of the improvements shall be as follows: 17.1. Storm Sewer. Maintenance of storm sewer systems shall be provided in accordance with the current County and City Maintenance Agreement No. C0025412 dated November 4, 2013. The County will participate in replacement or repair of storm sewer constructed by the Project in accordance with County policies stated in the Dakota County Transportation Plan as now in effect or as it is subsequently updated, amended, revised or replaced by the County Board of Commissioners. 17.2. Sidewalks and Trails. Maintenance of sidewalk and trails shall be provided in accordance with the current Maintenance Agreement for County Bikeway Trails between the County and the City dated January 23, 1995. The County and the City shall be responsible for the costs of trail resurfacing or reconstruction in accordance with the Dakota County Transportation Plan as now in effect or as it is subsequently updated, amended, revised or replaced by the County Board of Commissioners. 17.3. Highway Pavement. The County shall be responsible for all pavement maintenance within County right of way unless necessitated by a failure of a municipal utility system or installation of new facilities. County Project 5-50 C0027751 City Project 13-07 March 3, 2016 7 17.4. Aesthetic Elements. The responsibility for maintenance of all aesthetic elements shall be in accordance with County policies stated in the Dakota County Transportation Plan as now in effect or as it is subsequently updated, amended, revised or replaced by the County Board of Commissioners. 17.5. Miscellaneous Elements. General maintenance will be handled in accordance with County policies stated in the Dakota County Transportation Plan as now in effect or as it is subsequently updated, amended, revised or replaced by the County Board of Commissioners. 18. Subsequent Excavation. After completion of the Project, and after expiration of the warranty period regarding repair, if excavation within the highway right-of-way is necessary to repair or install water, sanitary sewer, or other city utilities, the City shall apply for a permit from the County and shall be responsible to restore the excavated area and road surface to its original condition at the time of disturbance. If the City fails to have the highway properly restored, the County Engineer may have the work done and the City shall pay for the work within 30 days following receipt of a written claim by the County. 19. Rules and Regulations. The County and the City shall abide by Minnesota Department of Transportation standard specifications, rules and contract administration procedures. 20. Indemnification. The County agrees to defend, indemnify, and hold harmless the City against any and all claims, liability, loss, damage, or expense arising under the provisions of this Agreement and caused by or resulting from negligent acts or omissions of the County and/or those of County employees or agents. The City agrees to defend, indemnify, and hold harmless the County against any and all claims, liability, loss, damage, or expense arising under the provisions of this Agreement for which the City is responsible, including future operation and maintenance of facilities owned by the City and caused by or resulting from negligent acts or omissions of the City and/or those of City employees or agents. All Parties to this Agreement recognize that liability for any claims arising under this Agreement are subject to the provisions of the Minnesota Municipal Tort Claims Law; Minnesota Statutes, Chapter 466. In the event of any claims or actions filed against either party, nothing in this Agreement shall be construed to allow a claimant to obtain separate judgments or separate liability caps from the individual Parties. 21. Acts of Employees. Any and all persons engaged in the work to be performed by the County shall not be considered employees of the City for any purpose, including Worker’s Compensation, or any and all claims that may or might arise out of said employment context on County Project 5-50 C0027751 City Project 13-07 March 3, 2016 8 behalf of said employees while so engaged. Any and all claims made by any third party as a consequence of any act or omission on the part of said County employees while so engaged on any of the work contemplated herein shall not be the obligation or responsibility of the City. The opposite situation shall also apply: the County shall not be responsible under the Worker’s Compensation Act for any employees of the City. 22. Audits. Pursuant to Minnesota Statutes Sec 16 C. 05, Subd. 5, any books, records, documents, and accounting procedures and practices of the County and the City relevant to this Agreement are subject to examination by the County or the City and either the Legislative Auditor or the State Auditor as appropriate. The County and the City agree to maintain these records for a period of six years from the date of performance of all services covered under this Agreement. 23. Integration and Continuing Effect. The entire and integrated agreement of the Parties contained in this Agreement shall supersede all prior negotiations, representations or agreements between the City and the County regarding the Project; whether written or oral. All agreements for future maintenance or cost responsibilities shall survive and continue in full force and effect after completion of the highway construction provided for in this Agreement. 24. Authorized Representatives. The authorized representatives for the purpose of the administration of this Agreement are: Mark Krebsbach (or successor) Zach Johnson (or successor) Dakota County Engineer Lakeville City Engineer 14955 Galaxie Avenue 20195 Holyoke Avenue Apple Valley, MN. 55124 Lakeville, MN. 55044 (952) 891-7100 (952) 985-4501 mark.krebsbach@co.dakota.mn.us zjohnson@lakevillemn.gov All notices or communications required or permitted by this Agreement shall be either hand delivered or mailed by certified mail, return receipt requested, to the above addresses. Either party may change its address by written notice to the other party. Mailed notice shall be deemed complete two business days after the date of mailing. [SIGNATURE PAGE TO FOLLOW] N:\Highway\Agreements\2016\5-50 Lakeville C0027751.docx IN WITNESS THEREOF, the parties have caused this agreement to be executed by their duly authorized officials. CITY OF LAKEVILLE RECOMMENDED FOR APPROVAL: __________________________ By_________________________ City Engineer Mayor (SEAL) By_________________________ City Clerk Date_______________________ --------------------------------------------------------------------------------------------------------------------------- DAKOTA COUNTY RECOMMENDED FOR APPROVAL: By Physical Development Director __________________________ Date________________ County Engineer APPROVED AS TO FORM: Assistant County Attorney Date KS-2016-_____________ COUNTY BOARD RESOLUTION No. 15-563 Date: November 3, 2015