Loading...
Hwy 20 Traffic Signal ImproveMEMORANDUM Januaw 31,2002 TO: FROM: SUBJECT: The Honorable Mayor and City Council Members Michael C. Van Milligen, City Manager US 20 Traffic Signal Improvements A study has been completed by Howard R. Green, Inc. of intersection improvements that can be done on Highway 20 between Devon Drive and the proposed Menard's store to reduce delay on Highway 20. In addition to the intersection improvements that have been identified, the report also recommends the creation of a new intersection with the realignment of University Avenue to intersect with Highway 20 at the current Theisen's driveway. Public Works Director Mike Koch is recommending that the City contribute $617,000 in street construction funds and sign an agreement with the Dubuque Metropolitan Area Transportation Study (DMATS) providing the remaining $2,468,000 from Surface Transportation Program Funds. The project would be built in 2002, with the City being the lead agency for construction of the project, which would be constructed utilizing Iowa Department of Transportation design standards and specifications. I concur with the recommendation and respectfully request Mayor and City Council approval. MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Michael A. Koch, Public Works Director CITY OF DUBUQUE, IOWA MEMORANDUM January 29, 2002 TO: FROM: SUBJECT: Michael C. Van Milligen, City Manager Michael A. Koch, Public Works Director US 20 Traffic Signal Improvements INTRODUCTION The Iowa Department of Transportation is currently studying the capacity limitations in the US 20 Corridor between Devon Drive and the proposed Menard's store on US 20 west of Old Highway Road. DISCUSSION As part of the capacity study, the traffic signals will be analyzed for optimum coordination and other improvements are being studied to improve northbound and southbound approaches at the various signalized intersections. Some geometric improvements will include the development of new and longer left-turn lanes, and the creation of median barriers to eliminate conflict points. The intersection of US 20 and Cedar Cross, in combination with the intersection of John F. Kennedy Road and University Avenue, has been a particularly difficult intersection to deal with due to the high number of conflict points and the delay caused by the number of streets which join at this intersection. The study, which is being performed by Howard R. Green, Inc. from Iowa City, Iowa, indicates that a realignment of University Avenue south of Ethel Street and intersecting with US 20 at the current Theisen's driveway would greatly improve the traffic operations at the John F. Kennedy Road/University Avenue intersection. The section of University Avenue to John F. Kennedy Road would then become a Iow-volume local access roadway that would not have a significant impact on the operation of this intersection. A new traffic signal would be installed at the Theisen's ddveway and the existing traffic signal at the Midway Motor Lodge (which does not meet current warrants for traffic signals) would be removed. This project is also consistent with the study which HDR Engineering, Inc. is performing on the long-range capacity study for US 20 from Devon Ddve to the City of Farley. A copy of the proposed realignment of University Avenue to US 20 and the reconfiguration of the John F. Kennedy/University intersection is enclosed. Attached is an agreement with the Iowa Department of Transportation (IDOT) which provides for the use of Surface Transportation Program (STP) Funds for this project. Under the terms of the agreement, the City would be the lead governmental agency for construction of the project, which would be constructed utilizing Iowa Department of Transportation design standards and specifications. The City would receive reimbursement for the eligible project costs in the amount of 80 percent (80%), up to the maximum amount stipulated in the East Central Intergovernmental Association current Transportation Improvement Program (TIP) or the amount approved in the current Statewide Transportation Improvement Program (STIP), whichever is less. The project cost is estimated to be $3,085,000. The traffic signal coordination project and other geometric improvements are scheduled for construction in 2002. It is also intended that the relocation of University also be constructed in this year. RECOMMENDATION While the project has a high construction cost for such a short section of roadway, it has a high benefit-cost ratio because of the significant operational improvements to the Level of Service at the John F. Kennedy Road/University Avenue intersection. Based upon this level of improvement, I recommend proceeding with the project as proposed by Howard R. Green and IDOT. I also recommend the approval of the enclosed cooperative agreement with I DOT for the relocation of University Avenue. BUDGET IMPACT The summary of the project costs is as follows: Construction Contract Design & Engineering $2,885,000 200,000 Total Project Cost $3,085,000 The project will be funded as follows: STP Funds Street ConstructiOn Funds - City $2,468,000 617,000 Total Project Funding $3,085,000 ACTION TO BE TAKEN The City Council is requested to adopt the attached resolution authorizing the Mayor to execute two copies of the cooperative agreement providing for the relocation of the referenced portion of University Avenue. MAK/vjd cc: David Ness, Civil Engineer Prepared by: Michael A. Koch, Public Works Director Address: 50 W. 13th Street, Dubuque, IA 52001-4864 RESOLUTION NO. 50-02 RESOLUTION APPROVING COOPERATIVE AGREEMENT BETWEEN THE IOWA DEPARTMENT OF TRANSPORTATION (IDOT) RELATING TO THE REALIGNMENT OF UNIVERSITY AVENUE FROM ETHEL STREET TO US HIGHWAY 20 Whereas, the Iowa Department of Transportation and the City of Dubuque are proposing to realign University Avenue from Ethel Street to US Highway 20, thereby improving traffic flow along the US 20 Corridor and the intersection of John F. Kennedy Road and University Avenue; and Whereas, Agreement No. 6-01-STPU-16 with the Iowa Department of Transportation outlines the responsibilities of IDOT and the City relating to the construction project and providing for Surface Transportation Program (STP) cost participation in the project; and Whereas, the City of Dubuque approves the terms and conditions of said cooperative agreement. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That the Agreement No. 6-01-STPU-16 consisting of an agreement for the realignment of University Avenue from Ethel Street to US Highway 20 be approved. Section 2. That the Mayor be authorized and directed to execute two copies of this agreement and forward the executed copies to the Iowa Department of Transportation for their approval. Passed, approved and adopted this 4th Terrance M. Duggan, Mayor Attest: Jeanne F. Schneider, City Clerk day of February, 2002. Iowa Department of Transportation District 6 430 Sixteenth Avenue SW P.O. Box 3150, Cedar Rapids, IA 52406-3150 319-364-0235 FAX: 319-364-9614 roger.walton@dot.state.ia.us December 5, 2001 Ref: STP-U-2100(623)--86-31 REVISED Dubuque County City of Dubuque Agreement 6-01-STPU- 16 Mike Koch, P.E. City Engineer 50 West 13th Street Dubuque, IA 52001-4845 SUBJECT: STP Project Dear Mike: I have attached two (2) copies of an agreement between the city of Dubuque and the Iowa · The project involves this project will Department of Transportation for the above referenced project· extend University Avenue to intersect with U.S. 20. The location is 0.4 miles east of JFK Road and 0.3 miles west of Devon Drive. Estimated cost is $3,085,000.00. Please secure the necessary approvals and signatures of your city council and return both signed copies of the agreement to this office for further processing. After I receive the signed coPies of the agreement, I will sign the agreement, and I will have the fully executed agreement returned to you office. You and/or any engineer involved with the project should carefully review both the exhibit sections that pertain to project right of way acquisition and the agreement paragraph pertaining to the amount of federal funds. If you have any questions concerning this agreement, please contact me at the above listed phone number. Very truly yours, Roger R. Walton, P.E. Local Systems Engineer RRW:keh Attachment January 2001 IOWA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR FEDERAL-AID SURFACE TRANSPORTATION PROGRAM (STP) PROJECT RECIPIENT: City of Dubuque PROJECT NO.: STP-U-2100(623)--70-31 IOWA DOT AGREEMENT NO.: 6-01-STPU-16 This is an agreement between the City of Dubuque, Iowa (hereinafter referred to as the RECIPIENT) and the Iowa Department of Transportation (hereinafter referred to as the DEPARTMENT). Iowa Code Sections 306A and 307.44 provide for the RECIPIENT and the DEPARTMENT to enter into agreements with each other for the purpose of fmancing transportation improvement projects on streets and highways in Iowa with Federal funds. The RECIPIENT proposes a Surface Transportation Program (STP) project for funding under Sec. 133 (b) of Title 23, United States Code. The Transportation Equity Act for the 21st Century (TEA-21), enacted in 1998, reestablished the Surface Transportation Program (STP). Federal regulations provide that the STP funds are to be administered by the DEPARTMENT. The OMB (Office of Management and Budget) Circular A-133 requires the RECIPIENT to report the CFDA (Catalog of Federal Domestic Assistance) number and title on all Federal- Aid Projects. The RECIPIENT will use CFDA #20.205 and title, "Highway Planning and Construction" for this project. This information should be reported in "The Schedule of Expenditures of Federal Awards". Pursuant to the terms of this agreement, applicable statutes, administrative rules, and Programming by the Department and the East Central Intergovernmental Association, the DEPARTMENT agrees to provide STP funding to the RECIPIENT for the authorized and approved costs for eligible items associated with said improvements. In consideration of the foregoing and the mutual promises contained in this agreement, the parties agree as follows: The RECIPIENT shall be the lead local governmental agency for carrying out the provisions of this agreement. All notices required under this agreement shall be made in writing to the DEPARTMENT and the RECIPIENT's contact person. The DEPARTMENT's contact person shall be the District 6 Local Systems Engineer. The RECIPIENT's contact person shall be the City Engineer. Agreement No.: 6-01-STPU-16 Page 2 3. The RECIPIENT shall be responsible for the development and completion of the following described STP project: This project will extend University Avenue to intersect with U.S. 20. The location is 0.4 miles east of JFK Road and 0.3 miles west of Devon Drive. Estimated cost is $3,085,000.00 4. The RECIPIENT shall receive reimbursement of Federal STP funds for authorized and approved project costs of eligible items. The portion of the eligible project costs paid by Federal STP funds shall be limited to a maximum of either 80 percent of eligible costs or the amount stipulated in the East Central Intergovernmental Association current Transportation Improvement Program (TIP) and approved in the current Statewide Transportation Improvement Program (STIP), whichever is less. 5. This agreement will become null and void if the project described in Section 3. drops out of the East Central Intergovernmental Association current TIP or the approved current STIP prior to obligation of Federal funds. 6. The attached EXHIBIT 1 will apply and is hereby made a part of this agreement. Agreement No.: 6-01-STPU-16 Page 3 IN WITNESS WHEREOF, each of the parties hereto has executed this Agreement Number 6-O1-STPU-16 as of the date shown opposite its signature below. RECIPIENT: City of Dubuque .~ By Date February 4, 2002 Title Ma or I, :;Jeanne F. Schneider ,certify that I am the Clerk of the CITY, and that Terrance M. Duggan ,who signed said Agreement for and on behalf of the CITY was duly authorized to execute the same by virtue of a formal Resolution duly passed and adopted by the CITY, on the 4th day of F e b r u a r v 2002. ~~_ Signe /,~,~,~ Date February 4, 2002 ,_ Ci lerk of Dubuque, Iowa IOWA DEPARTMENT OF TRANSPORTATION Highway Division By Date Roger R. Walton, P.E. Local Systems Engineer District 6 July 1999 EXHIBIT 1 Standard Provisions for Federal-Aid Project Agreement Since this project is to be financed with local and Federal funds, the RECIPIENT shall take the necessary actions to comply with applicable State and Federal laws and regulations. In all programs and activities of Federal-aid recipients, subrecipients, and contractors, no person in the United States shall be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination on the grounds of race, color, national origin, sex, age or handicap/disability. The DEPARTMENT will determine a Disadvantage Business Enterprise (DBE) Commitment on all Federal-aid projects. The RECIPIENT shall take the appropriate actions and prepare the necessary documents to fulfill the requirements of the DEPARTMENT's Action Plan for project environmental studies including historical/cultural reviews and location/design approval. If farmland is to be acquired, whether for use as project right-of-way or permanent easement, the RECIPIENT shall submit the U.S. Department of Agriculture Farmland Conversion Impact Rating form, when required, to the U.S. Natural Resources Conservation Service (NRCS). The RECIPIENT shall obtain agreements, as needed, from railroad and utility companies and shall obtain project permits and approvals, when necessary, from the Iowa Department of Cultural Affairs (State Historical Society of Iowa; State Historic Preservation Officer), Iowa Department of Natural Resources, U.S. Coast Guard, U.S. Army Corps of Engineers and the DEPARTMENT, etc. The project plans, specifications and project cost estimate (PS&E) shall be prepared and certified by a professional engineer licensed to practice in the State of Iowa. The RECIPIENT shall submit the plans, specifications and other contract documents to the DEPARTMENT for review and authorization to let the project. If Federal-aid is requested for in-house engineering services, the RECIPIENT will follow the procedure outlined by the DEPARTMENT. The RECIPIENT, desiring to claim indirect costs under Federal awards, must prepare an indirect cost rate proposal and related documentation in accordance with the requirements of Office of Management and Budget (OMB) Circular A-87 - Cost Principles for State, Local, and Indian Tribal Governments. Reimbursement eligibility requires an indirect cost rate proposal to be certified by the governmental unit designated cognizant agency or the Federal agency providing the largest amount of Federal funds to the governmental unit. If Federal-aid is requested for preliminary and/or construction engineering costs, the RECIPIENT will select a consultant(s) in accordance with the DEPARTMENT's consultant selection process. EXHIBIT 1 10. -2- 11. The RECIPIENT and the Consultant shall prepare a consultant contract for engineering services in accordance with Title 23, Code of Federal Regulations, Part 172 - Administration of Negotiated Contracts (23 CFR 172). This is required only if the RECIPIENT uses federal funds for engineering services. 12. After the contents of the consultant contract have been mutually approved, the RECIPIENT shall execute the contract and forward the same to the DEPARTMENT for authorization only if federal funds are used for engineering services. 13. If preliminary engineering is federally funded, if the "do nothing" alternate is not selected, and if right-of-way acquisition for or actual construction of the road is not started by the close of the tenth fiscal year following the fiscal year in which the Federal-Aid Project agreement is executed, the RECIPIENT will repay to the DEPARTMENT an amount equal to the amount of Federal funds made available for such engineering. The RECIPIENT shall acquire the project right-of-way, whether by lease, easement or fee title and shall provide relocation assistance benefits and payments in accordance with the procedures set forth in the DEPARTMENT's Right of Way Manual. The RECIPIENT shall contact the DEPARTMENT for assistance, as necessary, to ensure compliance with the required procedures, even if no federal funds in Right of Way purchase are involved. The RECIPIENT will need to get environmental concurrence before acquiring any needed right-of-way. With prior approval, hardship and protective buying is possible. If the RECIPIENT requests Federal-aid participation for right-of-way acquisition, the RECIPIENT will need to get environmental concurrence and Federal Highway Administration's (FHWA) authorization before purchasing any needed right-of-way. The RECIPIENT shall comply with the Policy for Accommodating Utilities on City and County Federal-aid Highways Right of Way and the Policy for Accommodating Utilities on Primary Road System when on State's right of way. Certain utility relocation, alteration, adjustment, or removal costs to the RECIPIENT for the project may be eligible for Federal-aid reimbursement in accordance with the FHWA roles applicable to the type of utility involved and Iowa Code Chapter 306A. Traffic control devices, signing, or pavement markings installed within the limits of this project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" per 761 Iowa Administrative Code (IAC) Chapter 130. The safety of the general public shall be assured through the use of proper protective measures and devices such as fences, barricades, signs, flood lighting, and warning lights as necessary. The RECIPIENT shall forward a Federal-aid Project Development Certification and final PS&E to the DEPARTMENT. Following FHWA's authorization, the DEPARTMENT will advertise the projects for letting and furnish the RECIPIENT with a sample letting package. The RECIPIENT shall comply with the public heating requirements of the Iowa Code Section 384.102. EXHIBIT 1 -3- 14. If the project is to be accomplished via a contract awarded by competitive bidding, the project will be let by the DEPARTMENT in accordance with its normal letting procedures. After bids are received and reviewed, the DEPARTMENT will furnish the RECiPIENT with a tabulation of responsive bids received. 15. When let by the DEPARTMENT, the DEPARTMENT will prepare an Iowa DOT Staff Action for concurrence to award the contract. The DEPARTMENT will mail three (3) originals of the unexecuted contract(s) to the RECiPIENT. 16. The RECiPIENT shall take action to award the contract or reject all bids. Following award of contract and signature by the lowest responsive bidder, the RECiPIENT shall forward to the DEPARTMENT two (2) copies of the fully executed contract, two (2) copies of the performance bond, and two (2) copies of the certificate of insurance. 17. If Federal-aid is requested for force account construction, the RECIPIENT will follow the procedure outlined by the DEPARTMENT. 18. The DEPARTMENT will prepare the Federal-aid Project Agreement and submit it for Federal Highway Administration (FHWA) approval and obligation of Federal-aid funds. 19. The RECiPIENT shall comply with the procedures and responsibilities for materials testing and construction inspection according to Department's Instructional Memorandums (I.M.'s). The DEPARTMENT will bill the RECIPIENT for testing services according to its normal policy. 20. The project shall be constructed under the DEPARTMENT's Standard Specifications and applicable special provisions. Prior to their use in the PS&E, specifications developed by the RECiPIENT for individual construction items shall be approved by the DEPARTMENT. 21. If the project right-of-way is federally funded and if the actual construction is not undertaken by the close of the twentieth fiscal year following the fiscal year in which the Federal-Aid Project agreement is executed, the RECIPIENT will repay the sum or sums of Federal funds in the right of way to the DEPARTMENT. 22. The RECiPIENT may submit to the DEPARTMENT periodic itemized claims for reimbursement for eligible project costs. Reimbursement claims shall include certification that all eligible project costs, for which reimbursement is requested, have been completed in substantial compliance with the terms of this agreement. 23. The DEPARTMENT shall reimburse the RECiPIENT for properly documented and certified claims for eligible project costs, either by state warrant, or by crediting other accounts from which payment may have been initially made. If, upon audits of contracts, the DEPARTMENT determines the RECiPIENT is overpaid, the RECIPIENT shall reimburse the overpaid amount to the DEPARTMENT. EXHIBIT 1 -4- 24. Upon completion of the project described in this agreement, a professional engineer licensed to practice in the State of Iowa shall certify in writing to the DEPARTMENT that the project was completed in substantial compliance with the plans and specifications set out in this agreement. Final reimbursement of Federal funds shall be made only after the DEPARTMENT accepts the project as complete. 25. The RECIPIENT shall maintain all books, documents, papers, accounting records, reports and other evidence pertaining to costs incurred for the project. The RECIPIENT shall also make such materials available at all reasonable times during the construction period and for three years from the date of final Federal reimbursement, for inspection by the DEPARTMENT, FHWA, or any authorized representatives of the Federal Government. Copies of said materials shall be furnished by the RECIPIENT if requested. 26. The RECIPIENT agrees to indemnify, defend and hold the DEPARTMENT harmless from any action or liability arising out of the design, construction, maintenance, placement of traffic control devices, inspection or use of this project. This agreement to indemnify, defend and hold harmless applies to all aspects of the DEPARTMENT's application review and approval process, plan and construction reviews, and funding participation. 27. The RECIPIENT shall maintain, or cause to be maintained, the completed improvement in a manner acceptable to the DEPARTMENT and the FHWA. 28. Implementation of Clean Air Act and Federal Water Pollution Control Act (Applicable to Contracts and Subcontracts which exceed $100,000): The RECIPIENT stipulates that any facility to be utilized in performance under or to benefit from this agreement is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities or is under consideration to be listed. This is issued pursuant to the requirements of the Clean Air Act, as amended, and the Federal Water Pollution Control Act, as amended. The RECIPIENT agrees to comply with all of the requirements of Section 114 of the Clean Air Aet and Section 308 of the Federal Water Pollution Control Act, and all regulations and guidelines issued thereunder. 29. If any part of this agreement is found to be void and unenfomeable, the remaining provisions of this agreement shall remain in effect. 30. It is the intent of both parties that no third party beneficiaries be created by this agreement. EXHIBIT 1 -5- 31. If the RECIPIENT elects to levy special assessments as a means of raising the local share of the total project costs, the RECIPIENT shall reimburse the DEPARTMENT in the mount that payments of Federal-aid and collections of special assessments, excluding interest and penalties, exceed the total cost of the public improvement as established by the provisions of Iowa Code Chapter 384. The RECIPIENT agrees that at such time as its collections (exclusive of interest and penalties which shall be retained by the RECIPIENT) from special assessments levied for this project exceed the local share of total projects costs, the RECIPIENT shall refund to the DEPARTMENT all funds collected in excess of the total project costs (including interest and penalties associated with the amount of the excess) within sixty (60) days of the receipt of any special assessment payments. The RECIPIENT shall notify the DEPARTMENT when any lands specially assessed no longer qualify for an agricultural deferment of the special assessment have been satisfied. The DEPARTMENT shall credit reimbursement billings to the FHWA in the amount of refunds received from the RECIPIENT. 32. This agreement shall be executed and delivered in two or mom copies, each of which so executed and delivered shall be deemed to be an original and shall constitute but one and the same instrument. 33. This agreement, as set forth in items 1 through 6 and EXHIBIT I paragraphs 1 through 33 herein, constitutes the entire agreement between the DEPARTMENT and the RECIPIENT concerning this project. Representations made before the siloaing of this agreement are not binding, and neither party has relied upon conflicting representations in entering into this agreement. Any change or alteration to the terms of this agreement must be made in the form of an addendum to this agreement. Said addendum shall become effective only upon written approval of the DEPARTMENT and the RECIPIENT. EXP PRIOR ESTIMATED BEYOND TO FY 02 FY 02 PROJECT BUDGET 2002-03 2003-04 2004-05 2005-06 2006-07 2007 A. EXPENDITURE ITEMS Design & Engineering Land and R.O.W. Construction Other TOTAL PROJECT FINANCING DMATS Funding Sales Tax 30% TOTAL $ 200,000 $ 2,885,000 $ 3,085,000 $ 2,468,000 $ 617,000 $ 3,085,000 - $ - $ PROJECT DESCRIPTION This project provides a new connection of University Avenue south of Ethyl Street due south to intersect with U,S. Highway 20 at the current Theisen's driveway, JUSTIFICATION Currently there are two traffic studies (short-term and long-term) taking place on U.S. 20. The purpose of the short-term study is to take advantage of any unused capacity improvements along the corridor, such as extra turn lanes and synchronization of the traffic lights, Both studies have identified that probably the single-most important improvement to traffic flow along the corridor would be to decrease the amount of traffic at the intersection of John F. Kennedy Road and University, which has a negative impact at the intersection of U.S. 20 and Cedar Cross Road. This modification would allow University Avenue Traffic to entedexist from U.S. 20 at the new signalized intersection at Theisens. The existing University Avenue traffic, being only local traffic, then would be extremely small to as not be a problem at John F. Kennedy or University Avenue could also become a cuE-de-sac with no access to John F, Kennedy Road. RELATIONSHIP TO OTHER PROJECTS This improvement is compatible with both the short-term and long-term (year 2030) studies being administered by IDOT on U.S. Highway 20. This project implements the Comprehensive Plan's Infrastructure Element: Goal 4.1; and Transportation Element: Goals 2.1,2.2 and 2.3. 11