Loading...
HomeMy WebLinkAboutItem 06.dDate: 2 April 2012 Approve Joint Powers Agreement with Dakota County for Engineering, Highway Construction and Traffic Signal Revisions at the Intersection of Dodd Boulevard (CSAH -9) and Kenwood Trail /202 Street (CSAH -50) City Project No. 12 -10 Dakota County Project No. 09 -51 Proposed Action Staff recommends adoption of the following motion: Move to approve the Joint Powers Agreement (JPA) with Dakota County for Engineering, Highway Construction and Signal Revisions at the intersection of Dodd Boulevard (CSAH -9) and Kenwood Trail /202 Street (CSAH -50). Overview Attached is a JPA with Dakota County that identifies the project responsibilities and costs associated with the traffic signal revisions. The CSAH-9/CSAH-50 intersection currently has designated left -turn signals on the eastbound and westbound lanes of Kenwood Trail /202 Street. The JPA provides for the installation of designated left -turn signals on the northbound and southbound lanes of Dodd Boulevard to address traffic safety concerns. To further enhance safety and improve traffic flow at the intersection, the project also includes the installation of flashing yellow left -turn arrows at all four intersection approaches. Flashing yellow arrows allow motorists to turn left after yielding to oncoming traffic without having to wait for a green arrow. Flashing yellow arrows have been shown to enhance safety and improve traffic flow and will operate as conditions permit (i.e. during low traffic volumes). The City will be responsible for 50% of the engineering and construction costs of the project. The City's estimated cost is $44,750. The City will continue to be responsible for maintenance and energy costs of the intersection lighting. The County will continue to be responsible for maintenance and energy costs of the traffic signal. The project is programmed for construction in 2012. Primary Issues to Consider • Is the proposed project consistent with the City's Capital Improvement Plan? The project is consistent with the City's Capital Improvement Plan. Supporting Information ® A copy of the Joint Powers Agreement is attached (Contract No. C0023615) ® Minnesota Department of Transportation Brochure (Flashing Yellow Arrows) Notes: Zachary Johnson Interuireity Engineer Item No. Financial Impact: $44,750 Budgeted: Yes Source: Improvement Construction Fund Related Documents (CIP, ERP, etc.): Lakeville and Dakota Co. 2012 -2016 Capital Improvement Plans 0 • =NE ete .liet 16 >., ab 0 ,T OZE c lit _c L) t. I) 0 1.0 7:1 (NJ I= C en ca m 7 ;3 E ›-.. czs 0 rn •71- Lc) el (IZS >-, "--- = 4 a Lcs Lr) , c t..) . L.T . cf CI o E \-I = = i ea crs M a) - a) cLi' 45 co — 7- ,., 0 > c 13 eD a) ,_ 0 • POP L.n 0 S- .■. c c c c .... _c -1--• a) o s_ Cr) v) 0 CD V) '5 .--- 7:3 ccs co W c = su " 'el (d a.) - rcs o2 ( 0 ) E rt -6 0 _,-. '-- ..... c -6" 4..r) C71 ' L_ ai (' Q.) r tr) c.rs 1.42 -0 > o c _,....... a) -,-, - 'E' 0 _.c "5 a) 4-> 5.. I cr• C 0 95 C = 3- CL. tizi 0 1-- 5- 'ri3 ' - 5 - 1 2 0 0 0 :3 cu c v) cL ci) 7 0 ›, " ,,, • Urzl c >, <1.) 0 ‘._) .4.15 v1 +.- = ..... L . 0 -0- L C5 ZE z , . . •' V 1-- -I- D '• E (..r) c ..... co 0 71.5 - eV .... , co 0 vi P4 ,— >_ — rid ro ... ro t :4= s , i-- ci) QI -1-, › (I.) ■4=, -i-.. "5 a) -1-- L_ co 9 = E ..4... c - 0 • 1) C E u ozs ro o u — 0 as LA c Sfs L b Z vi rzl a t _ b c tt s j C C5} 0 4/) ( u ":4= CL) E ett ea a cu c :E a.s 0 0 as ai Q as 0 QJ T � ° as 1 Ls 0) cn Q c 01 0 � b Q} L V) Q 0 E c • u c o 0) rzs rrs 0) . E 0 E p`} , 0 C 0 0 u a as f—• Q O Q o M o Q v} b b rti rd C = V, "- o a,..i- L .� as 0) 0 4- O 0 v °, on - - 2 on '." O '� LE 0 CD V) 0 N 1— to 0 > o u v} E c L kil u ‘.- _p Q " � O "� 0.J O O � V} ' 0 0 s �. Q 0 7 0 a} i --0 it a) al 2 O E E= ro Rs a u a — ° a Q " � �,. a, -a , c c _– Q u rO >, 0 ., c„ CD rd a E ro r 4 o n b = Cr) 0 0) ro ro — C - 6 L '1- 0 u CU o -N aS O ro C CD v7 t7 L _ 0 .171 a) 0) 0 = a) a' m L .`=' U9 a u u rz u 3 crs 0 rr5 I. L 0) � N ro 0) E � Q JOINT POWERS AGREEMENT DAKOTA COUNTY DEPARTMENT OF TRANSPORTATION AGREEMENT FOR ENGINEERING, HIGHWAY CONSTRUCTION, AND SIGNAL REVISIONS BETWEEN THE COUNTY OF DAKOTA AND THE CITY OF LAKEVILLE FOR DAKOTA COUNTY PROJECT NUMBER 09 -51 TRAFFIC SIGNAL AGREEMENT NO. 12 -02 CITY PROJECT NUMBER 12 -10 SAP: 019 -609 -020 FOR THE Dakota County Contract # C0023615 Revisions to the traffic control signal at the intersection of County State Aid Highway (CSAH) 9 (Dodd Boulevard) and CSAH 50 (Kenwood Trail/202n Street), in accordance with the plans and specifications for the above referenced project in Lakeville, Dakota County. This Joint Powers Agreement ( "Agreement "), is 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 Sections 162.17, subd. 1 and 471.59, subd. 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 considered mutually desirable to revise the existing traffic control signal at the intersection of CSAH 9 (Dodd Boulevard) and CSAH 50 (Kenwood Trail /202 Street), in Lakeville, Dakota County, the "project "; and WHEREAS, the County and the City will jointly participate in the costs of said engineering and signal revisions; and 2 CP 9 -51, Contract C0023615 March 28, 2012 WHEREAS, this Agreement will not change any of the terms or conditions of the existing signal Agreement No. 96 -02 which will remain in full force and effect after completion of the signal construction, except as defined for intersection lighting maintenance and energy costs, provided for in this Agreement; and WHEREAS, the County and City will share project responsibilities; and jointly participate in project costs associated with engineering, signal revisions, and related activities as set forth in this agreement. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. Plans and Specifications. The County shall prepare the necessary plan sheets, specifications, and proposals, consistent with State Aid design standards and the Dakota County Transportation Plan. City approval of the plans and specifications is necessary prior to CP 9 -51, Contract C0023615 March 28, 2012 advertising for bids. The County Board will award the contract for construction to the lowest responsive and responsible bidder in accordance with state law. 2. Engineering and Inspection Costs. The County shall perform the engineering, contract administration, and inspection required to complete the items of work specified in this Agreement. The work described in this paragraph shall constitute "Engineering and Inspection" and shall be referred to as such in this Agreement. Engineering and Inspection costs of the signal system revisions and all related incidental items shall be shared in the amount of 50% by the County and 50% by the City. 3. Construction Costs. The contract cost of the work and, if portions of the work are not contracted, the cost of all labor, materials, and equipment rental required to complete the work shall constitute the actual "Construction Cost" and shall be referred to as such in this agreement. The Construction Cost of the signal system revisions and all related incidental items shall be shared in the amount of 50% by the County and 50% by the City. 4. Signal Revisions. The County, by contract, shall revise the traffic control signal system at CSAH 9 (Dodd Boulevard) and CSAH 50 (Kenwood Trail /202n Street). 5. County Furnished Materials. Upon completion of the work and computation of the cost of County furnished materials, the County shall invoice the City for the City's share of the cost of materials furnished by the County. 6. intersection Lighting Maintenance and Energy Costs. Upon completion of the project, the City shall be responsible for maintenance and energy costs of the intersection lighting at the intersection at CSAH 9 and CSAH 50 in accordance with the County's most current Transportation Plan. Currently, all street light maintenance and energy costs are the responsibility of the City. The City will perform or coordinate the lighting maintenance, receive billings and pay for all routine maintenance (relamping) and energy costs for the project. The 3 CP 9 -51, Contract C0023615 March 28, 2012 County will be responsible for up to 55% of intersection lighting replacement; the City will be responsible for all remaining costs. Upon execution of this Agreement, the terms and conditions set forth in section 6 shall supersede and terminate the intersection lighting maintenance and energy cost provisions of previous Traffic Signal Agreement No. 96 -02. 7. Payment. The County 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 for payment by the County Engineer. The County, in turn, will bill the City for its share of the project costs. Upon presentation of an itemized claim by one agency to the other, the receiving agency will 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. 8. Operation. The geometric configuration of the intersection for both the main roadway and side streets including lane alignments and traffic assignments for all approaches, traffic signing, signal phasing and traffic operations will be determined by the County Engineer through the County Traffic Engineer. The City agrees to make no changes to the intersection operation through pavement marking, signing, or other construction measures beyond routine maintenance except with the written approval of the County. The City acknowledges that the County has the right to correct any changes made by the City to the signal and/or any intersection approach (including city street approaches) that are made without the prior review and approval of the County. Costs for correcting the unapproved changes will be paid for by the City. 4 CP 9 -51, Contract C0023615 March 28, 2012 9. Change Orders and Supplemental Agreements. Any change orders or supplemental agreements that affect the project cost participation must be approved by both the City and County prior to execution of work. 10. Amendments. Any amendment 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 body. 11. Effective Dates for Design and Construction of Project. 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. Absent an amendment, however, in no event will this Agreement continue in effect after December 31, 2013. 12. Subsequent Excavation. After completion of the project regarding installation, and after expiration of the warranty period regarding repair, if excavation within the highway right of way is necessary to repair or install water, sewer, or other city utilities, the City shall restore the excavated area and road surface to its original condition at the time of the disturbance. The City will obtain a permit from the County for all work within County right of way and will be subject to all permit conditions. 13. Rules and Regulations. The County and the City shall abide by Minnesota Department of Transportation standard specifications, rules and contract administration procedures, and State statutes as applicable to carrying out the work contemplated in this Agreement unless amended by the contract specifications. 14. 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, including future operation and maintenance of 5 CP 9 -51, Contract C0023615 March 28, 2012 facilities owned by the County 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. 15. Waiver. Any and all persons engaged in the work to be performed by the County shall not be considered employees of the City and any and all claims that may or might arise out of said employment context on behalf of said employees while so engaged, and any and all claims made by any third party as a consequence of any act or omission on the part of said employees while so engaged on any of the work contemplated herein shall not be the obligation or responsibility of the City. Any and all persons engaged in the work to be performed by the City shall not be considered employees of the County for any purpose, including Worker's Compensation, or any and all claims that may or might arise out of said employment context on behalf of said employee while so engaged. Any and all claims made by any third party as a consequence of any act or omissions of the part of the City's employees while so engaged on any of the work contemplated herein shall not be the obligation or responsibility of the County. 16. Audit. Pursuant to Minn. Stat. Sec. 16C.05, Subd. 5, any books, records, documents, and accounting procedures and practices of the County and the City relevant to the Agreement are subject to examination by the County, the City, and either the Legislative Auditor or the State Auditor as appropriate. The County and the City agree to maintain these records 6 CP 9 -51, Contract 00023615 March 28, 2012 for a period of six years from the date of performance of all services covered under this Agreement. 17. 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 County and the City 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 signal revisions provided for in this Agreement. 18, Authorized Representatives. The County's authorized representative for the purpose of the administration of this Agreement is Mark Krebsbach, Dakota County Engineer, 14955 Galaxie Avenue, and Floor, Apple Valley, MN 55124 -8579, phone (952) 891 -7100, or his successor. The City's authorized representative for the purpose of the administration of this Agreement is Zachary Johnson, Interim City Engineer, 20195 Holyoke Avenue, Lakeville, MN 55044, phone (952) 985 -4505, or his successor. 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. In all other respects, except as defined in section 6 of this agreement, the terms and conditions set forth in traffic signal Agreement No. 96 -02 are effective and binding between and among the parties. 7 IN WITNESS THEREOF, the parties have caused this agreement to be executed by their duly authorized officials. RECOMMENDED FOR APPROVAL: By Interim City Engineer Mayor County Engineer COUNTY BOARD RESOLUTION No. 12 -022 Date January 10, 2012 CITY OF LAKEVILLE (SEAL) DAKOTA COUNTY By City Clerk Date RECOMMENDED FOR APPROVAL: By Physical Development Director Date APPROVED AS TO FORM: County Attorney Date