Loading...
HomeMy WebLinkAboutR-1990-D5847 Rainier PlaceRESOLUTION NO. 47 A RESOLUTION appro.ing the Interlocal Agreement for Recon- struction of Rainier Place with the City of Lnion Gap. WHEREAS, the City of Union Gap has received a federal aid project grant through the Washington State Department of Transportation to reconstruct the roadway, sidewalks, curb and gutter pavement, and drainage of that street known as Rainier Place in L'nion Gap, and WHEREAS, the City of Union Gap desires the City of Yakima to perform the construction of such federal aid projects and it. would be in the public interest of Union Gap and Yakima for )aima to perform the Rainier Place street construction, now, thetefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The C]ty Manager and the City Clerk are hereby authorized and dirr,cted to execute the attached and incorporated "Inter- ior_ 1agreement for Reconstruction of Rainier Place." ADOPTED B THE CIT I COUNCIL this O day of 19q0. ATTEST ( 1 er. . IJ) INTERLOCAL AGREEMENT FOR RECONSTRUCTION OF RAINIER PLACE THIS AGREEMENT, made and entered into by and between the City of Yakima, a municipality of the State of Washington, hereinafter referred to as "Yakima", and the City of Union Gap, a municipality of the State of Washington, hereinafter referred to as "Union Gap", witnesseth: WHEREAS, Union Gap has received a federal aid project grant through the Washington State Department of Transportation to reconstruct the roadway, sidewalks, curb and gutter pavement, and drainage of Rainier Place, a distance of approximately 0.23 miles from 18th Street to Rudkin Road in Union Gap, and a copy of the Washington State Department of Transportation City/County Agreement concerning the same is attached hereto and incorporated by reference; and WHEREAS, said Rainier Place is located near the Yakima boundaries and said street improvements would benefit Yakima as well as Union Gap; and WHEREAS, it would be in the public interest of Union Gap and Yakima for Yakima to perform the Rainier Place street construction; and WHEREAS, these types of agreements are authorized by R.C.W. 39.34; and WHEREAS, in consideration of the mutual covenants and agreements herein contained; IT IS NOW, THEREFORE, covenanted and agreed as follows: 1. Union Gap hereby authorizes Yakima to perform all work to reconstruct the roadway, sidewalks, curb and gutter pavement, and drainage at Rainier Place between 18th Street and Rudkin Road in Union Gap as set forth and contemplated by the Washington State Department of Transportation City/County Agreement relating to federal aid project number M-4608(001) attached hereto and incorporated by reference. Yakima shall perform such work in compliance with the said Washington State Department of Transportation City/County Agreement. 2. The above identified work shall be performed in accordance with the Washington State Department of Transportation Standards, and shall be completed on or before December 31, 1991. 3. Yakima shall provide all engineering and administrative services necessary to perform this Agreement. Prior to the commencement of work, Yakima shall submit for Union Gap's approval Yakima's preparation of plans, specifications, and estimates which shall include all bid documents, contract provisions and plan sheets, accompanied by the engineer's estimate of proposed construction work. Union Gap must approve the above, including estimated costs, prior to commencement of work. 4. Union Gap shall pay the actual costs of the above identified reconstruction work performed by Yakima in accordance with the terms of this Agreement. The costs of work shall include the actual cost of labor, equipment rental, engineering, materials used in the construction or maintenance work involved, fringe benefits to labor including Social Security, retirement, industrial and medical aid costs, prorated sick leave, holidays and vacation -2- time, and group medical insurance. Yakima shall submit to Union Gap a certified statement of the costs of work performed. 5. Union Gap and Yakima shall each enact a resolution in accordance with R.C.W. 39.34.030(2) to authorize this Interlocal Agreement, which Agreement shall become effective upon the latter of A) the date of said Agreement, or B) the date said resolutions each become effective. 6. It is understood and agreed between the parties hereto that Yakima will hold harmless, indemnify, and defend Union Gap, and its officers, employees and agents, from all claims, losses, demands, actions or causes of action of any nature whatsoever including but not limited to personal injury, property damage, or death, as a result of any act or activity or failure to act by Yakima, its officers, agents or employees because of or in any way arising out of the work to be performed under the terms of this Agreement. 7. This Agreement shall continue in duration until December 31, 1991, provided, that in the event the Secretary of the Washington State Department of Transportation terminates the above referenced Washington State Department of Transportation City/County Agreement, Union Gap may terminate this Interlocal Agreement upon notice to Yakima. 8. The Union Gap City Supervisor shall be responsible for administering this Agreement. Except for materials incorporated into the project, all property used by either party to this Agreement to accomplish the purpose and intent of this Agreement shall remain the property of that party. Yakima shall furnish to the Union City Supervisor copies of all documents and letters -3- relating to this project, together with all original tracings. 9. A copy of this Agreement shall be filed with the Union Gap City Clerk, the Yakima City Clerk, the Yakima County Auditor, and the Secretary of the State of Washington. 10. In event of dispute under this Agreement, venue shall be Yakima County, Washington. IN WITNESS WHEREOF, the parties hereto have set their hands the day and year below written. iiiiiii UNION GAP CITY OF YAKIMA By :.. _ ,J.i l Byk 4 111111V lir or /'City Manage Date / //,./- i ;f 5 0 ATTEST: Date ATTEST: to/c9q/go Cle - treasurer APPROVED AS TO FO 1 y Atto.ney -4- Clerk-Treasurer APPROVED AS TO ,pity 'A Forney CITY CONTRACT No. i'0-87 1.i 1747 v -r- Washington stat. D.p.rbnwit of Transportation W.S.D.O.T. USE ONLY AGENCY NAME & BILLING ADDRESS City of Union Gap City Hall 102 W. Ahtanum Road Union Gap, WA 98903 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION CITY/COUNTY AGREEMENT FEDERAL AID PROJECT NUMBER M-4608(001) AGREEMENT NUMBER The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S. Code Highways, (2) the regulations issued pursuant thereto, (3) Office of Management and Budget Circular A-102, (4) the policies and procedures promulgated by the Washington State Department of Transportation and, (5) the Federal -aid Project Agreement entered into between the State and Federal Government, relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount shown herein on line p., column (3) without written authority by the State, subject to the approval of the Federal Highway Administrator. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. PROJECT DESCRIPTION Name Rainier Place Length 0.23 miles Termini 18th St. to Rudkin Road Description of Work Reconstruct roadway, sidewalks, curb and gutter pavement and drainage. TYPE OF WORK ESTIMATE OF FUNDING (1) Estimated Total Project Funds (2) Estimated Agency Funds (3) Estimated Federal Funds P.E. a. Agency Work 15,000..... ...2.,53.0.. ..32.,.470... b. State Services c. Other d. Total Prelim. Eng. Cost Estimate 12500 16,500 253 2,783 12247 13,717 AUTH. CODE Right -of -Way e. Agency Work f. State Services g. Other h. Total R/W Cost Estimate Construction i. Contract 136,330 22,99.9. 113,331 Engineering ( j. Agency Force 172950 3,028 14 , 922 15 % t k. State Force 2,500 422 . , , ?„.078.. I. Audit m. Other n. Other o. Total Construction Cost Estimate 156,780 26,449 130,331 173,280 29,232 144,048 p. PROJEC OST ESTIMATE OF THE W.S.D.O.T. USE ONLY Work Order Accounting Plan Prog. DIM. C.S. FHWA Appr. Date WOAP No. Auth. By Date WOAP AMOUNT AUTH. CODE The Federal -aid participation rate in this project will be determined by the Federal Government. The parties expect that it will be 83•13 however, it is understood that the rate may vary. The Local Agency agrees that this agreement is entered without relying upon any representation by the State made outside of this contract, or contained herein, as to what the Federal participation rate will be. It further agrees that it will not condition any future actions with respect to the project covered by this agreement upon past, current, or future representations as to the Federal participation rate. The dollar amount of Federal participation cannot exceed the amount shown in line p., column (3). All costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. FORM 140-039 SOT REVISED 8/83 OX A.144 CONSTRUCTION METHOD OF FINA,...ING STATE AD & AWARD METHOD A Advance Payment - Agency Share of Total Construction Cost (Based on Contract Award) METHOD 8 Withhold From Gas Tax the Agency's Share of Total Construction Cost (line o., col. 2) (Check Method Selected) ( ) in the amount of $ at S per month for LOCAL FORCE OR LOCAL AD & AWARD METHOD C Agency Cost Incurred with Partial Reimbursement ( X ) months ( ) The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions set forth below. Adopted by official action on , 19 , Resolution /Ordinance No. AGE By' AN, County Commissidners/Mayor Mayor, City of Union Gap I SCOPE OF WORK WASHINGTON STATE DEPARTMENT OF TRANSPORTATION By. State Aid Engineer PROVISIONS The Agency shall provide all the work, labor, materials and services necessary to perform the project which is described and set forth in detail in the "Project Description" and "Type of Work." When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the services described and indicated in "Type of Work" on the face of this agreement, in accordance with plans and specifications as proposed by the Agency and approved by the State and Federal Highway Administration. When the State acts for the Agency but not subject to the right of control by the Agency, the State shall have the right to perform the work subject to the ordinary procedures of the State and Federal Highway Administration. II DELEGATION OF AUTHORITY The State is acting to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees that the State shall have the full authority to carry out this administration. The State shall review, process and approve documents required for Federal - aid reimbursement in accordance with Federal requirements. If the State advertises and awards the contract, the State will further act for the Agency in all matters concerning the project, as requested by the Agency. If the Local Agency advertises and awards the project the State shall review the work to insure conformity with the approved plans and specifications. 1I1 PROJECT ADMINISTRATION Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the "Type of Work" above. In addition, the State wilt furnish qualified personnel for the supervision and inspection of the work in progress. On local agency advertised and awarded projects, the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications and Federal -aid requirements. The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV AVAILABILITY OF RECORDS All project records in support of all costs incurred and actual expenditures kept by the Agency, are to be maintained in accordance with procedures prescribed by the Division of Municipal Corporations of the State Auditor's Office, the U.S. Department of Transportation and Washington Department of Transportation. The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any Federal -aid funds to the Agency Copies of said records shall be furnished to the State and/or Federal Government upon request. 007 140.039 (R/8183) 03 A-144 Date Executed V COMPLIANCE WITH PROVISIONS The Agency shall not incur any Federal -aid participation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for projects are: 1 Preliminary Engineering up to and including approval 2. Preparation of Plans, Specifications, and Estimates 3. Right -of -Way Acquisition 4. Project Construction In the event that Right -of -Way acquisition for, or actual construction of the road for which Preliminary Engineering is undertaken is not started by the closing of the fifth fiscal year following the fiscal year in which the agreement is executed, the Agency will repay to the State the sum or sums of Federal funds paid to the Agency under the terms of this agreement. (See Section VIII.) The Agency agrees that all stages of construction necessary to provide the initially planned complete facility, within the limits of this project, will conform to at least the minimum values set by approved AASHTO design standards applicable to this class of highways, even though such additional work is financed without Federal -aid participation. The Agency agrees that on Federal -aid highway construction projects the current Federal -aid regulations which apply to liquidated damages relative to the basis of Federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI PAYMENT AND PARTIAL REIMBURSEMENT The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accord with the Surface Transportation Assistance Act 1978, Title 23, United States Code, as amended, and Office of Management and Budget Circular A-102. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of Federal participation in this project. 1. Preliminary Engineering, Right of Way Acquisition and Audit Costs. The Agency will pay for Agency incurred costs on the project. Following such payments, vouchers shall be submitted to the State in the format prescribed by the State, in quadruplicate, not more than one per month. The State will reimburse the Agency up to the amount shown on the face of this agreement for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for the establishment, maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government. (See Section VIII.) 2_ Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. METHOD "A". The Agency will place with the State, within twenty (20) days after the execution of the construction contract an advance in the amount of the Agency's share of the total construction cost based on the contract award. The State will notify the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor. Following such payments, the State will submit a billing to the Federal Government for the Federal -aid participation share of the cost. When the project is substantially completed and final actual costs of the project can be determined the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency. This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. METHOD "B The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month. The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its participating portion of such billings. METHOD "C". The Agency may submit vouchers to the State in the format prescribed by the State, in quadruplicate, not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for the establishment, maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation. The State will reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement. At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the Federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for Federal participation (See Section VIII). VII AUDIT OF FEDERAL AID PROJECT The Agency, if services of a Consultant are required, shall be responsible for audit of the Consultant's records to determine eligible Federal -aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Govern- ment. An audit shall be conducted in accordance with Office of Management and Budget Circular A-102. Attachment P. If upon audit it is found that an overpayment, or participation of Federal money in ineligible items of cost, has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation. (See Section VIII.) VIII PAYMENT OF BILLING The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g. State force work, project cancelatlon, overpayment. cost ineligible for Federal participation. etc.) is not made to the State within 45 days after the Agency has been billed. the State shall effect reimbursement of the total sum due from the regular !ponthty fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will he a nnrnverl until full navment it received unless otherwise directed by the State Aid Engineer IX TRAFFIC CONTROL, SIGNING, MARKING, & ROADWAY MAIN- TENANCE The Agency will not permit any changes to be made in the provisions for parking regulations anc:h traffic control on this project without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs, signals or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD. The Agency will, at its own expense, maintain the improvement covered by this agreement. X INDEMNITY The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense, all claims, demands, or suits whether at law or equity brought against the Agency, State or Federal Government, arising from the Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. No liability shall attach to the State or Federal Government except as expressly provided herein. XI NONDISCRIMINATION PROVISION The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance or guarantee or undertaken pursuant to any Federal program involving such grant, contract, loan. insurance or guarantee, the following equal opportunity clause: "DURING THE PERFORMANCE OF THIS CONTRACT, THE CONTRACTOR AGREES AS FOLLOWS:" (a) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation and selection for training, including apprenticeship The contractor agrees to post in conspicuous places, available to employees and applicants for employ- ment, notices to be provided by the Agency setting forth the provisions of this nondiscrimination clause. (b) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. (c) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the Agency advising the said labor union or workers' representative of the contractor's commitments under thii section 11-2 and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965 and of the rules, regulations and relevant orders of the Secretary of Labor. (e) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965 and by the rules and regulations and orders of the Secretary of Labor, or pursuant thereto and will permit access to his books, records and accounts by the Federal Highway Administration and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (1) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or Federally assisted construction con- tracts in accordance with procedures authorized in Executive Order 11248 of September 24, 1985 and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965 or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law (g) The contractor wilt include the provisions of this section 11-2 in every subcontract or purchase order unless exempted by rules. regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965 so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the Agency. WA Dept. of Transportation or Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with Iitigatiort with a subcontractor, he may request the United States to enter into such litigation to protect the interests of the United States. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in Federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: (1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations and relevant orders of the Secretary of Labor (2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3) To refrain from entering into any contract or contract modification subject to Executive Order, 11246 of September 24, 1965 with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and Federally assisted construction contracts pursuant to the Executive Order (4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State. Federal Highway Administration or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order. In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the following actions: (a) Cancel, terminate or suspend this agreement in whole or in part: (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. X11 LIQUIDATED DAMAGES The Agency hereby agrees' that the liquidated damages provisions of 23 CFR Part 630, Subpart C and Volume 6, Chapter 3, Section 1 of the Federal -aid Highway Program Manual, as supplemented, relative to the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of Federal participation in accordance with this par- agraph. XIII TERMINATION FOR PUBLIC CONVENIENCE The Secretary. Washington State Department of Transportation may terminate the contract in whole. or from time to time in part, whenever. (1) The requisite Federal funding becomes unavailable through failure of appropriation or otherwise. (2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense; or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources; (3) The contractor is prevented from proceeding with the work by reason of a preliminary, special or permanent restraining order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of persons or agencies other than the contractor; or (4) The Secretary determines that such termination is in the best interests of the State. XIV VENUE FOR CLAIMS AND/OR CAUSES OF ACTION For the convenience of the parties to this contract, it is agreed that any claims and/or causes of action which the Local Agency has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the Superior Court for Thurston County. ADDITIONAL PROVISIONS 'CEIVEf SEP 1 8 1990 Aft Washington State Department of Transportation Transportation Building KF -01 Olympia. Washington 96504.5201 (206) 753-6005 September 13, 1990 Honorable Ronald D. Krebs Mayor of Union Gap 102 W. Ahtanum Rod Union Gap, WA 98903 City of Union Gap Rainier Place FAUS Program Dear Mayor Krebs: Duan• d•r•ntson Secretary of Transportation This is a follow-up to our verbal notification that your Rainier Place project has been selected for funding. Federal fund authorization will be requested upon receipt of your City/County Agreement and Right of Way Certification. You will receive official authorization after FHWA has acted on our request. SAM:kmp Attachment cc: Bill Linse, Dist. 5 Sincerely, #1r' S. A. MOON State Aid Engineer