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