\ i I II , /" ,/􀁾􀀮􀀠 􀁾..•. M:( \.Ht DALLAS COUNTY Public Works MCIP P ARTNERING WORKSHOP January 31, 2003 Table ofContents Page No. Introduction ............................ 'II •••••••••••••••••••••• 'II ........................ 3 Director's Statement Program Description ................................ ................................................... 4 Overall Process MCIP Timeline Call-For-Projects ....... 'II ................ 'II •••••• 'II •• 'II •••• 4 'II ...................... 2003 Call-for-Projects MCIP Application & Project Submittal. Project Cost Estimate Methodology Appendices.............................................................................................. ............................ 7 A: Strategic Plan Objective B: MCIP Application & Instructions c: Evaluation Methodology D: Five-Phase Project Delivery System 2 Introduction Director's Statement January 10, 2003 Dear Dallas County Partner: In 2002, Dallas County Public Works undertook a strategic plan objective (see Appendix A) to revise the methodology for estimating the cost of Capital Improvement Projects. As team efforts began on this objective, it became apparent that such a revision would require changes to the overall program to reflect vital lessons learned in the first two years ofits execution. You will see these changes reflected in the new draft MCIP application form, the program timeline, as well as the draft cost estimate methodology. The final step in our update is to discuss the draft documents with you, our city partners, to complete getting your input, and incorporate your suggestions. I am confident that you will agree with me upon reviewing these draft changes that they lend themselves to a higher quality program, one that eliminates the guesswork necessary when complete information is unavailable about a proposed project and when our processes are not fully communicated to each other. This package contains draft information and materials needed for submitting a project(s) to Dallas County for MCIP funding. On page 4, is a full description of the program and process. It covers what happens from the time a project is submitted under each "call-for-projects", to the time a final decision is made about funding. Next are the instructions for MCIP application and submittal. You will find the new draft application form and instructions in Appendix B. The' draft methodology for project cost estimation can be found on page 6. The cost ofall projects submitted will be reviewed by Dallas County staff using this cost estimate methodology as guideline. Dallas County Public Works will host an MCIP Partnering Workshop to explain these changes, present complete program information, and obtain your feedback on the 31st of January, 2003, at 9am, at the Dallas County Health and Human Services Building on 2377 Stemmons Freeway, Dallas. I hope you can attend this very very important meeting. Ifyou are unable to, please be sure to send a representative. In the mean time, ifyou have any questions while you review the attached draft materials, please do not hesitate to contact any ofthe persons listed. Thank you in advance for your cooperation. I look forward to seeing you at the January 31't MCIP Partnering Workshop. Sincerely, 􀁾􀁑􀀲􀁊􀀴􀁨􀁬􀀠Donald Holzwarth, P.E. Public Works Director 3 Program Description Overall Process Dallas County will issue an MCIP call-for-projects in February ofevery odd year. Thus, there will be a call-for-projects in February ofthis year and the next in February of2005. The deadline for submitting projects is May 30th at 4pm. Once projects are submitted, Dallas County will form teams made up of a Designer, Planner, Engineer, and ROW Appraiser to field-inspect each project and review the city's project cost estimate. Once the project cost is confirmed! determined, projects will be evaluated based on the ten criteria outlined in the evaluation methodology in Appendix B ofthis manual. Subsequent to this preliminary evaluation, projects will be ranked within each city and the results ofthe preliminary evaluation and ranking will be submitted to the cities for their review. Based on the cities' feedback, revisions will be made to the preliminary evaluation results and a final evaluation result issued. Dallas County Staffwill then make project selection recommendations recommendations to the Commissioners based on these final evaluations result and an "executability" drill (project affordability, urgency, local support, etc.). Commissioners will make their selections based on staff recommendation in addition to other factors not reflected by the technical evaluation results. Projects will be selected in January of every even year. Project selections will be approved by Commissioners Court and the cities will be notified oftheir selection by mail. Projects will be implemented following Dallas County Public Works's "5 Phase Project Delivery System" described in Appendix D ofthis package. Call-For-Projects 2003 Call-for-Projects This year, the call-for-projects will take the form ofa workshop to which all Dallas County partners will be invited to participate. The program, process and evaluation methodology will be fully explained at this workshop and changes implemented since the last call-for-projects will be reviewed with city partners. Please refer below for this year's MCIP call-for-projects deadlines. Task 2003 Deadline MCIP Partnering Workshop January 31st MCIP Submission Application Workshop (optional) 􀁆􀁥􀁢􀁲􀁵􀁾􀀲􀀸􀁴􀁨􀀠Project Submittal Deadline May 30t Preliminary Evaluation Complete September 15th Cities Deadline to Respond to Preliminary Evaluation September 30th Final Evaluation Complete October 7th StaffRecommendation to Commissioners November 7th Commissioners Court Selection and Project Approval January 15th Cities' Notification January 31st 4 2003 Call-for-Projects MCIP Application and Project Submittal Attached in Appendix B is the MCIP Draft Application form and form instructions. The application was created in Microsoft Access. Please fill out the electronic copy ofthe application in the diskette and send together with all requested and supporting application materials (e.g. preexisting design plans, ROW documents, City Council resolutions supporting project, other city plans, etc.) to the following address: Attn: Edith B. Ngwa, Ph.D Dallas County Public Works Department 411 Elm Street, Suite 400 Dallas, Texas 75202. Ifyou do not have Microsoft Access, please fill out the hard copy ofthe form and fax to the Public Works Department at (214) 653-6445. The firm deadline for all project application submittal is May 30, 2003 at 4pm. Ifyou encounter problems filling out the application, do not hesitate to contact Ms. Isela Rodriguez via e-mail (irodrigueZ@dallascounty.org) or telephone (214-653-7151). Project Cost Estimate Methodology Find below, the draft methodology for estimating project costs. Please review the methodology carefully and use as a guideline for determining the cost ofthe project(s) you submit for MCIP funding. The cost ofall projects submitted for MCIP funding will be reviewed by Dallas County staff: It is important that you state the design standards by which the project will be constructed. Based on the information you provide on the project applic!,-tion, the application supporting materials, and a project field visit, staffwill determine the cost ofyour p'roject. For those projects whose submitted project cost vary more than 20"10 from the County-derived cost, the city submitting the project will be contacted and additional information explaining this difference requested. It is important that you provide Dallas County staff with as much proposed project details as possible to make an accurate estimate ofyour project cost. Ifadditional information on the project is known that is not specifically requested on the application, please provide this in the "Supporting Comment Regarding Cost" section in Part 9 ofthe application form. Ifyou have any questions about engineering cost estimate, please contact our Civil Design Engineer, Jack Hedge, P.E. at (214) 653-6420. For questions on ROW cost estimates, please contact Selas Camarillo, P.E. at (214) 653-6400. 2003 MCIP Cost Estimation Methodology Total Cost for each Project = Paving and Drainage Cost (includes paving, drainage, sidewalks, bike lanes & handicap ramps) + Bridge Cost (typically $60/Sq. ft) [No frills] + Lighting Cost (typically $3,800Ilight based on one light per 200 feet) + Signal Cost + Railroad Cost (typically $200,000 for 4 lanes or $300,000 for 6 lanes) =Subtotall1 + Inflation (3%/year x 6 years') " (Subtotal I) + Material Testing (2% x Subtotal I) =Construction Total + Design Cost ( 11% x Construction Total ifConstruction Total is $1 million or less) or (9.5% x Construction Total ifConstruction Total is between $1 million and $5 million) or (7%" Construction Total ifConstruction Total is between $5 million and $25 million) + ROW Cost + SUE Cost ( SUE = 0 to 1.5%)( Construction Total depending on the utility involved). + Utility Cost (utility cost will be mostly borne by the city) =Subtotal2 + Project Delivery Cost (10% x Subtotal 2) =Total Project Cost I Subtotal I items include a 10% contingency to the cost 2 Assuming Constructionbegins in 2007 6 APPENDICES 7 Appendix A: Strategic Plan Objective GOAL 4, PREPAREFQR THE FUTURE Objective 4.8: Develop and document a process alld methodology for accurately estimating the cost ofMajor Capital Improvemellts Projects.' Description: The purpose ofthis objective is to'develop a set ofguidelines for Dallas County cities and Public, Works staff to accuratelyestimate and verify,the cost of projects submitted for Major Capital Improvement Program (MCn» funding and improvement. This set ofguidelines should include but not be limited to'the" following developable elements: ' 1, A cost estimation methodology for total project cost that includes a breakdown of ROW, construction, project delivery and other pertinent costs necessary for the suceessful oompletion of ali MCIP project. 2, A spreadsheet /application that itemizes the above costs for easy input and oost' calculation, 3, A matrix team made up of a planner, designer, and ROW agent and headed by a staff engineer/project manager, to cross-check cost estimates for all projects submitted under each call-forprojects, 4, A set ofrecommended changes to the MClP project application to solicit adequate information on each project to enable more accurate estimates of project costs. 5, A Dallas County Project Cost Estimation Manual that describes the above elements and processes as well as Dallas County design standards and the linear foot cost estimates ofan exhaustible set of, proposed improvements, to be distributed to all Dallas County Public Works partners, Lead Persgn andlor Team: Jack Hedge and Edith Ngwa with the support of a cost estimation matrix team made-up ofLaura Stuart, Kyle Jackson, Kasem Elkahlid, David 􀁍􀁣􀁓􀁷􀁡􀁩􀁮􀀮􀁬􀁾􀁥􀁬􀁡􀀠Rodriguez, Sid Horner, and LaVaughn Fisher, Coordinating 􀁏􀁲􀁧􀁡􀁮􀁩􀁺􀁡􀁴􀁩􀁯􀁮􀁳􀁾􀀠The 32 jurisdictions within Dallas County, Milestones, (initial set to be expanded) 1, Brief Commissioners Quarterly Update on the benefits of a Dallas County Cost Estimation methodology and manual 2, Develop a cost estimation methodology to include the items described above 3, Develop a cost estimation spreadsheet to include itemized costs and lookup values 4. Develop a Dallas County Transportation Cost Estimate and Design Manual How to Measure Success: 1. Did we achieve the milestones? 2. Have we developed a process to serve as a guideline for accurate estimation of transportation project costs. 3. Has this process reduced the number of project shortfalls resulting from low project cost estimates? 103 Appendix B: MCIP Application & Instructions Part 1. Project Identification DRAFT MCIPNumber: EI District 10 ! City: I"D-a"'lIa-s-----......, Project Name/Location: IExamPle Lane Beginning: Iintersecting Road 1 I Ending: Iintersecting Road 2 MAPSCO: 1:14;:.::6",S'----1 Project Length: 11.273 !Miles Functional Class: IRegional Arterial! Ave Num of Accidents for last 3 years: 0 Condensed Widen from 2 to 4 lanes, with storm sewer improvements. Add 6' wide sidewalks Description of Proposed to both sides. Improvements: Part 2. Pavement and Centerline Alignment Proposed Pavement Section: 1413ne divided, I Current Pavement Conditions: IFair I Pavement Design Criteria: ICity of Dalias, TxDOT I 􀁮􀁾􀁥􀁾􀀲􀀮􀀱􀀲􀀧􀁬􀁡􀁮􀁥􀁳􀀠􀁐􀁲􀁯􀁾􀁯􀁳􀁥􀁤􀀠Pavement Width: 12 ,11' lanes, 3' _,....􀀬􀂷􀀢􀀢􀀧􀁷􀁾􀁾􀀮􀁍􀀬􀁗􀁪􀁬􀁽􀁾􀁾􀁾􀁅􀀧􀁾􀀮􀀱􀁪􀁾􀁾􀁾􀁾􀀮􀁭􀁾􀁴􀁾􀀮􀁴􀁗􀀠􀁾􀁾􀀠􀁾􀀠􀁾􀁜􀁜􀀢􀁩􀁭􀁩􀀠_ _""__􀁩􀀾􀁭􀁬􀁜􀀬􀁾􀀠􀁾􀁾􀀠􀁾􀀠 􀁾􀀠 􀁾􀁾􀀠 Part 8. Public Involvemen 􀁾􀁾􀁬􀀱􀁬􀀡􀀱􀀱􀀱􀁾􀀺􀀻􀁴􀀻􀁧􀀴􀁬􀁾􀀮􀀡􀁩􀁩􀁦􀁊􀁬􀀠Check ifYes. 􀁾􀁾􀀮􀀬􀀡􀀡􀁬􀀺􀁾􀀮􀁦􀁻􀀠Check ifYes. 􀁾􀁾􀀡􀁟􀀠State the nature of the opposition encountered, ifany 􀁭􀁾􀁾􀀠 State any additional comments you may have on public involvement Part 9. Total Project Cos 􀁉􀁦􀁡􀁾􀂷􀁾􀀠-􀁭􀁾􀀠l.'c'WiIi!iM1:11_111 􀀧􀀠'-""." :' 􀀢􀁾􀀺􀀠:􀁒􀁾'" ..." 􀁾' ...........:mR 􀁾􀁾􀀠􀁾􀁾􀀠Includes paving, drainage, sidewalks, bike lanes, and handicap ramps . Cost ofbridge (Typically $60fSq. Ft._ Cost oflighting (Typically $3800 flight hased on one light per 200 feet) Cost of signals Railroad cost (Typically $200,000 for 4 lanes or $300,000 for 6 lanes) Cost of paving and drainage +Bridge Cost + Lighting Cost + Signal Cost + Railroad Cost (ifany). 3% f year X 6 years X Subtotal I 2% X Subtotal I Subtotall + Inflation + Material Testing Cost of design (II% X Construction Total ifConstruction Total is $1 million or less 9.5% X Construction Total ifConstruction Total is between $l million and $5 million 7% X Construction Total ifConstruction Total is between $5 million and $25 million) Total cost ofROW Cost of Sub-surface Utility Engineering (Typically 0 to 1.50/0, depending on utilities involved in the project, X Construction Total.) Cost of utility will be added to only city share of total project cost Subtotal 1 +Construction Total 􀁾􀀱􀁉􀀠10% X Subtotal 2 􀁾􀁾􀁜􀁭􀀱􀀠-'ffl£_ 􀁾􀁾􀁾􀁾􀀠Total ofall project costs above Total project cost less cost ofUtilityIAmenities The percent of the total project cost your city is willing to contribute The sbare of total cost borne by the city, based on percent of local contribution State any other supporting comments regarding project cost. For example, ifcity hasalready paid for design cost and plans exist, or city will pay for the entire cost of utility relocation, etc. Appendix C: Evaluation Methodology , : FY 2001 MAJOR CAPITAL IMPROVEMENT PROGRAM DALLAS COUNTY Prepared Jointly by the Dallas County Department of Public Works and the North Central Texas Council of Governments Proposed Evaluation Methodology to Score and Rank Candidate Thoroughfare System Improvements INTRODUCTION In Fiscal Year 2000, the Dallas County Commissioners Court replaced its traditional bondfinancing approach to funding infrastructure improvements with a programmed Major Capital Improvement Program. The underlying theory of this new approach is that a project will take five years from approval of funding to final construction, and that every year projects will be authorized for funding and projects will be completed. Thus, in any given calendar year, there will always be projects in each of the various phases of implementation . (i.e. design, right-of-way acquisition, construction), thereby allowing for the more efficient use of personnel and resources. In contrast, under the bond-financing method, all projects are authorized at the same time and are constructed at the same time. This approach creates a project "wave"-initially, there is a flurry of design activity, and the necessity of design resources; then, the wave passes to right-of-way acquisition, and the design resources become underutilized while right-of-way is bulked to handle the "wave"; finally, the projects pass to construction, creating the need to invest in construction-related resources, while the design and right-ofway resources are underutilized. With the new financing and programming approach, the "project wave" is eliminated, and all project activities are occurring simultaneously (although not necessarily on the same project) and, more importantly, continuously. Thus, valuable resources are always being utilized and the funds that previously would have needed to be expended on additional resources (as a result of the "wave" effect) can instead be devoted to infrastructure. This Program will be implemented by issuing an annual county-wide call for projects to identify and fund needed roadway improvements within the county, with local governments submitting candidate projects for potential selection and funding under this program. An annual "Call-for-projects" is an improvement over the traditional method of calling for projects every five years. The advantages of an annual call are twofold. First, with fewer submittals per Call, the quality of submittals, both of the projects submitted and the submittals themselves, will improve, as staff will be able to devote more time per submittal. Second, an annual Call provides more flexibility for cities to determine infrastructure needs 2 based on changes that may have recently occurred or will soon be occurring, such as a new development or infrastructure, instead of trying to determine needs based on a conjecture of what might occur five years into the future. EVALUATION CRITERIA In order to evaluate candidate projects in an equitable and consistent manner, ten evaluation criteria have been developed which will be applied to each project submittal to establish a basis for scoring and ranking projects. This ranking will identify which projects provide the greatest benefit to the county based on factors such as mobility, costeffectiveness, safety, and air quality. The proposed evaluation methodology is presented below. Each of the ten evaluation criteria will initially be assigned a maximum value of 10 points, with 100 pOints being the total maximum aggregate score possible for a given project. In addition to the "equal weight" scenariO, other weighting scenarios can also be evaluated to determine which scenario most appropriately addresses the needs of Dallas County. TECHNICAL METHODOLOGY FOR MODEUNG PROPOSED IMPROVEMENTS: Travel Model Forecast Procedures The Dallas-Fort Worth Regional Travel Model (DFWRTM) is the planning tool used to help estimate current and future travel demand needs and allows detailed project evaluation to occur. The Major Capital Improvement Program must have a way of testing and evaluating the mobility benefits of a wide range of potential roadway projects, including the addition of new thoroughfare streets, the extension of existing thoroughfares, and the rehabilitation of existing thoroughfares. The DFWRTM is the tool used to accomplish this analysis. In order to assess and quantify the benefits of the projects submitted under this Call-forProjects, it is necessary to develop four different roadway network analyses. These four different network analyses simUlate both baseline (year 1999 nO-build) and future year conditions with and without the effects of the proposed projects. The four network analyses that will be be used to evaluate the benefits of the projects submitted for the Major Capital Improvement Program are as follows: • Analysis 1: The first analysis replicates conditions as they existed in 1999, the year the model was validated for, using the roadway network that existed in 1999 and 1999 demographic data for population, employment, and number of households. • 􀁁􀁄􀁾􀁩􀁬􀁹􀁳􀁩􀁳􀀠2: The second analysis predicts year 2025 conditions assuming a nobuild, or "do-nothing" scenario. In this analysis, the 1999 existing-conditions roadway network used in the first analysis is modeled using year 2025 demogrephics. This analysis shows the performance of the transportation system in the year 2025 if no improvements are made 10 it. • Analysis 3: The third analysis predicts year 2025 conditions assuming that ali the projects submitted for funding are implemented and constructed. This is accomplished by coding into the 1999 no-build roadway network all the projects submitted under this Call for Projects, creating a year year 2025 build network. This 3 year 2025 build network will be modeled using year 2025 demographic assumptions. • Analysis 4: The fourth analysis predicts year 2025 conditions assuming an "ailor-nothing" scenario. This scenario uses the year 2025 build network and year 2025 demographic assumptions, but doesn't use the typical "capacityconstrained" technique to model traffic in which only a finite number of trips can be assigned toa particular roadway segment. With an "all-or-nothing" assignment, an infinite number of trips can be assigned to a particular segment, and where several different routing options are available, all trips are assigned to the most desirable route (based on criteria specified). For this analysis, trips are assigned to the route with the best travel time, based on speed and distance only. This analysis is used to score projects under the Travel Desire Rating. EVALUA TION CRITERIA AND TECHNICAL METHODOLOGY FOR SCORING PROJECTS Evaluation Criteria Functional Classification Rating -(10 Points) This evaluator assigns assigns pOints based on functional classification as designated in the 2000 Regional Thoroughfare Plan. For any given project, the functional class assigned to the project will be the classification of the highest classified facility which can reasonably be assumed to be either directly or indirectly positively impacted by the proposed project Example Arterials A and 8 are parallel arterials one-mile apart. Freeway X runs perpendicular to both A and B and has interchanges at both. Approximately one-quarter mile from and parallel to Freeway X the City is proposing to build a four-lane roadway that will intersect both A and B. Scenario 1: Freeway X is the only existing roadway that connects with both Arterials A and B. Thus, a motorist on A wanting to use 8 must use Freeway X. Under this scenario, the City's new roadway would be scored as a freeway, as it is reasonable to assume that it will reduce congestion on Freeway X by eliminating the necessity of all local traffic going from A to B to use Freeway X. In In other words, there is a certain percentage of local traffic that is only using Freeway X by default that would divert to an alternate route. By eliminating this local traffic from Freeway X, its congestion is reduced and its reserve capacity is increased. Scenario 2: Freeway X is one of several roadways that connect with both Arterials A and B. Thus, a motorist on A wanting to use B does not necessarily need to use Freeway X. Under this scenario, the City's new roadway would be scored by its own functional classification, as it is reasonable to assume that it will not reduce congestion on Freeway X because other routes for local traffic to travel from A to B already exist. In other words, local traffic diversion from the Freeway is already occurring, and the addition of another alternate route will not have an impact on the operation of the Freeway. 4 Each project will receive a score based on the classifications shown in Table 1. Table 1 Functional Classification Rating Functional Classification Designation Score 􀁾􀁥􀀹􀁩􀁯􀁮􀁡􀁬􀀠Arterial . 10 Points Freewav (existing and proposed) 7 Points Other Arterial 3 Points Not on Regional Thoroughfare Plan oPoints Speed Delay-Rating -(10 Points) Each candidate project submitted for funding will be aSSigned a speed-delay rating· based on the anticipated improvement to travel times and speeds that will result from the roadway improvement. This will be calculated by taking the difference between the posted roadway speed limit (maximum free-flow speed) and a current observed speed on the facility (current operating speed), divided by the length of the project. For intersection projects, an estimated length of 0.25 miles should be used to calculate the speed delay rating. Each city submitting a project for funding will be asked to collect and provide recent peak-hour speeds which will be used in calculating this rating. Using speed delay as an evaluation criterion takes into account both the traffic congestion on and the physical condition of the roadway, both of which affect the operating speed. The delay rate is defined as the difference between the time it takes to travel a set distance at the posted speed limit without stopping (free-flOWing) and the actual time (observed) it takes to travel that same distance (accounting for traffic control delay and congestion), divided by the distance traveled, expressed in minutes per mile. A 1996 report by Metroplan, the Council of Governments for Central Arkansas, established a delay rate congestion threshold of 0.41 minutes per mile, based on criteria established in the Highway Capacity Manual, vehicle limitations, and driver perceptions. In other words, a facility is considered congested when its delay rate is equal to or greater than 0.41 minutes per mile. This number corresponds to the difference in time it takes to travel one mile at 55 miles per hour versus traveling one mile at 40 miles per hour. From this delay rate, a numeric value for congestion, the "degree of congestion" or DOC, has been defined as follows: DOC =Delay Rate -0.410 Thus, a facility at the congestion threshold, that is, with a delay rate of 0.41, has a DOC of 0.000. A facility operating at its maximum free flow speed has a delay rate of 0.00 and a corresponding DOC of -0.410. In order to provide insight into the magnitude of congestion, eight congestion categories were defined --five for congested facilities and three for non-congested facilities. The DOC threshold for each of the eight categories is shown in Table 2, along with the pOints assigned for each category. 5 Table 2 Speed-Delay Rating Criteria Category "Degree of Congestion" Score Extreme Greater than 4.499 10 Points Severe Between 1.499 and 4.498 8 Points Serious Between 0.499 and 1.498 6 Points Moderate Between 0.213 and 0.498 5 Points Mild Between 0.001 and 0.212 4 Points Borderline Between -0.168 and 0.000 2 Points Acceptable Between -0.410 and -0.167 1 Point None Less than -0.411 oPoints Traffic Volume Rating -(10 Points) This rating evaluates the project according to the magnitude of traffic-flow improvement that can be expected to result by making the proposed improvement to the facility. The Traffic Volume Rating is calculated by taking the difference between a "build" and a "no-build" condition, which yields the additional traffic resulting from making the improvement. Specifically, year 2025 traffic projections will be generated with and without the improvements in place in order to model the anticipated change. Projects showing the greatest amount of traffic improvement will receive a higher score for this criterion. Specifically, this criterion is calculated by taking the difference between two year 2025 travel model runs, the "build" condition (Analysis 3) and the "no-build" condition (Analysis 2). The difference between these two analyses is the expected change in traffic volumes resulting from making the proposed improvement to the faCility. In general, projects showing the largest amount of traffic improvement will receive a higher score for this criterion. The maximum score available for this criterion will be ten pOints. The range of possible scores will be determined after the analyses are complete and the data is available to determine minimum and maximum values. Traffic Volume Growth Rating -(10 Points) The Traffic Volume Growth Rating is derived from the growth in traffic volumes expected to occur on each candidate segment of roadway between the current condition (year 1999) and the future travel model projection (year 2025). This rating assumes that the project is not in operation in the current year and that it will be operational by the future forecast year. Points will be assigned to each project based on the percentage of growth estimated to occur during this time period. Specifically. the percent change between traffic volumes in the year 2025 "build" network (Analysis 3) and the 1999 "existing condition" network (Analysis 1) will be calculated.. Projects showing the largest amount of change will receive the higher scores. The maximum score available for this evaluator is ten points. The range of possible scores for 6 this criterion will not be determined until after the model runs are complete and the minimum and maximum values are derived. Trave! Desire Rating -(10 POints) This rating will score each candidate project based on its inherent attractiveness and desirability assuming there is no congestion at all on the facility. When congestion is factored into the equation, roadways that may be more direct and desirable to travel on are sometimes avoided because of high levels of congestion, even though they are the preferred routes. This evaluation criteria is derived by looking at the difference between a year 2025 capacity-constrained model run (Analysis 3), which takes into account the congestion on the roadway, and an "all-or-nothing" model run (Analysis 4), which assumes that there is no congestion on any roadway. The "all-or-nothing" model run allows vehicle trips to choose the preferred route (based on shortest distance and fastest speeds) regardless of any effects due to congestion. The percent difference between the two model runs shows whether the facility is being used because it is the most direct and preferred path ("all-or-nothing") or whether traffic is being diverted to the facility due to congestion on other routes (capacity-constrained). The maximum score available for this criterion is ten points. The range of possible scores will be determined after the travel model runs are complete and the maximum and minimum values are identified. Benefit-Cost Ratio Rating -(10 Points) This rating is calculated based on the ratio of benefits resulting from the proposed improvement to the cost of the improvement. The benefits for each project are determined from the reduction in travel-time delay experienced on the roadway segment with and without the candidate roadway improvement. Local govemment and Dallas County staff will estimate the costs for each project. Benefits used in the BIC ratio are calculated from the delay savings gained from an increase in capacity or speeds on the segment (if, in fact, a gain is induced). The reduction in delay is calculated from the increase in average daily loaded speeds, which are derived from the travel model runs. This analysis compares the modeled speeds before an improvement (Analysis 2) and the speeds after the improvement (Analysis 3). After average daily loaded speeds and 24-hour projected traffic volumes are determined for both Analysis 2 and Analysis 3, a benefit-cost ratio is calculated based on the following equation: TAB -TAO ( TOTALGOST X OAF) 7 Where: TAB = Total Annualized Benefit ($) TAC = Total Annualized Cost ($) VOlA = 24-Hour Volume from Run 2 (no-build scenario) VolB 24-Hour Volume from Run 3 (build scenario) '" VOLFAC = 0.6, volume factor (peakloff-peakldirectional dist.) Length Length of Project (miles) '" SpeedA = Link Speed from Run 2 (no-build scenario) SpeedB = Link Speed from Run 3 (build scenario) DAO = 1.29 persons per vehicle, Daily Auto Occupancy VOT = $9.70 per hour, Value of Time NOD = 260 per year, Number of Days for annual benefit Total Cost = Total Project Cost ($) CRF = 0.06646, Capital Recovery Factor (40 yrs @6%) Points are assigned to each project based on the ratio of the total annualized benefits divided by the total annualized cost. Table 3 provides the scaring ranges with their corresponding benefit-cost ratios. Table 3 Benefit-Cost Ratio Rating a/c Ratio Score 0-0.50 oPoints 0.51-0.75 1 Points 0.76-1.00 2 Points 1.01 -1.25 4 Points 1.26-1.50 5 Points 1.51-2.00 6 Points 2.01-3.00 7 Points 3.01-5.00 8 Points 5.01 -10.00 9 Points 10.01 or greater 10 Points Accident Rate Rating -(10 POints) Each candidate project will receive an accident rating based on the raw accident rate per million vehicle miles. Each city will be asked to provide three years worth of actual accident data for each roadway segment submitted for review. Projects with a higlJer accident rate over this threeyear period will receive a higher rating. After all the accident data has been analyzed, a range of scores will be developed between zero and ten points, based on the magnitude of accidents reported: 8 Air Quality I Energy Conservation Rating -(10 Points) Each project submittal will be evaluated based on its overall impact toward improving the quality of the region's air. The Dallas-Fort Worth region is currently designated as a nonattainment area by the U.S. Environmental Protection Agency based on past exceedances of the national ambient ozone standard. In order to promote regional air quality goals and objectives, each project will be quantified in terms of air quality reductions. SpeCifically, the dollars per pound of nitrous oxide (NOx) emission reductions will be calculated and each project will receive a score based on its reduction potential. Emission reductions will be calculated by estimating emissions before and after the improvement is in place, and taking the difference. Projects contribute positively toward air quality reductions, in general, when speeds approach 50 miles per hour and operating performance is improved. The following formula provides the methodology for calculating emission emission reductions on a project-by-project basis. $ (TOTAL COST x CRF) x c. ] Lb. [ [(VOL.X EF. x LENGTH) -(VOl.x EF,. x LENGTH)] x 2600AYS/YEAR Where: VOLB = 24-hour modeled volume before improvement (Analysis 2) EFB == Emission factor based on speeds from AnalYSis 2 grams/mile) Length = Project Length (miles) VOLA = 24-hour modeled volume after improvement (Analysis 3) EFA Emission factor based on speeds from Analysis 3(grams/mile) == Total Cost == Total project cost ($) CRF 0.06646, Capital Recovery Factor ( 40 yrs@6%) == 454 grams per pound (conversion factor, grams to pounds)C1 == $JIb. = Dollars per pound of NOx emissions reductions Points will be aSSigned to each project based on the ratio of the annualized cost to the annualized NOx emissions reductions. Table 4 provides the scoring ranges for this evaluation criterion. 9 Table 4 Air Quality I Energy Conservation Rating $1 Lb. Of Nox Reductions Scoring Range > 100.0 oPoints 50.0 -99.99 3 Points 10.00 -49.99 5 Points 5.00 -9.99 7 Points '" 4.99 10 Points Sustainable Development! Redevelopment! "Smart Growth" Rating (10 Points) Each project submittal will be evaluated with respect to encouraging regional sustainable development or "smart growth" patterns (i.e. densification of the urban core counties) or redevelopment of distressed areas. There will not be a sliding scale of points available for this criterion. Each project will either receive the full 10 points or will receive a zero. A project located within a census block classified as "Distressed" or 'Under-Utilized" as defined in the Dallas County Tax Abatement Policy (see attached maps) will receive the full 10 points; all other projects will receive a zero. The aforementioned policy defines a "Distressed" area as a census block whose median family income is less than or equal to 150% of the poverty level for a Dallas area family of four or a census block contained within a federally or state-designated enterprise zone. An "under-utilized" area is a census block that meets three of following five criteria: 1) Low population growth (percentage change in population that is less than the Counly average for 1980-1995) 2) Low employment growth (percentage change in employment that is less than the County average for 1990-1995) 3) Low traffic congestion (roadways where, in 1995, no more than 30% of lane. miles exceeded free-flow traffic levels during peak hours) 4) Low properly values (median value of owner-occupied structure is no greater than 50% of the County median) 5) Predominantly low/moderate income population (at least 51 % of population earns less than 80% of the Dallas area median household income) For census blocks that are at least two-thirds (2/3) undeveloped, only one of the five criteria listed above need to be met to qualify as ·under-utilitized." Intermodall Multimodall Social Mobility Rating -(10 Points) Each project submitted for funding will receive a score based either on its ability to involve more than a Single mode of travel or its long-term economic development potential that could benefit the community. There will be a sliding scale of points available for this 10 criterion. There are three separate elements that comprise this scoring criteria. These three elements are: • Infrastructure Investment Project -A capital project with a likelihood of producing long-term economic benefits as opposed to an operational project which only provides direct benefits for a given short time period. (10 points) • Social Mobility Project -A social mobility project is one that provides transportation services to individuals or groups who need some form of transportation due to an inability to utilize existing forms of transportation. This can include services to the elderly and disabled or economically disadvantaged individuals. (10 points) • Multi-Modal linter-modal Projects -Projects that facilitate non-SOV (single occupant vehicle) modes or provide for the interaction of two or more transportation modes in a given area. Transit (bus/rail) -(10 points) School Bus -(7 points) Bicycle Paths -(5 points) Pedestrian Paths -(3 points) Projects that incorporate any combination of the above 4 modes of transportation will receive the full 10 points. Special Case Rating Methodology Special Case #1 -If all or part of a roadway consisted of a new roadway, then it was not possible to calculate a 'Speed Delay Rating, a Benefit-Cost Ratio Rating, or an Air Quality Rating. In these cases, the Speed Delay Rating, the Benefit-Cost Ratio Rating, and the Air Quality Rating are all given zero paints, and the maximum paints for the Traffic Volume Rating are increased to 40. This is accomplished by multiplying the Traffic Volume Rating 􀁾􀁾􀀠 . Special Case #2 -In certain situations, the Benefit-Cost Ratio may be misleading because the traffic induced by the capacity improvement was so great that the resulting congestion was higher than without the improvement. This signifies that the project is highly warranted. Projects falling under the Special Case #2 category will receive zero points for the BenefitCost Ratio Rating, and the maximum allowable paints for the Traffic Volume Rating will be increased to 20. This is accomplished by multiplying the paints assigned to the Traffic Volume Rating by two. Special Case #3 -The criteria which use percent change as a basis for scoring, Traffic Volume Growth Rating and Travel Desire Rating, could be misleading if the absolute value of the traffic volumes is less than 5,000 in the year 2025. To avoid overrating these projects, the maximum points available for the. Traffic Volume Growth Rating Criteria and the Travel Desire Rating will be reduced to five for each rating element. This is accomplished by dividing the score for these two criteria by two. 11 LOCAL COST PARTiclPATlON MULTIPLIER In order to aide in the successful implementation of the Dallas County MCIP, it is imp\?rative to accept only those projects for funding that have a strong commitment from all' the' stakeholders. One strong indicator of this commitment is' the value of resources being, contributed. In order t6 reward those projects with strong commitments, a multiplier based on the value of the local commitment (as a percentage of the total project value) will be applied to the aggregate scores. This multiplier will be equal to 1 plus the percent of local match, expressed as a decimal. Thus, if a City commits to a match of 50 percent of 'a project's value, that project's aggregate score will be multiplied by 1.50 in determining the final score. For a match of 20%, the multiplier is 1.2Q. As the financial resources of all possible stakeholders are not equal, said multiplier may be considered to be inherently biased against those possible stakeholders with limited resources, Therefore, in order to mitigate this perception of inherent bias, bonus paints. will be aSSigned to those cities where 60% of the land area falls in census blocks defined as "Distressed" or 51 % Low/Moderate Income. This bonus consists of adding 0.3 to the multiplier for any project submitted by a city qualifying for the bonus. For example, tlie multiplier for a project submitted by a qualifying city contributing 20% of the total cost of the project will be 1.50 (1.20 plus 0.30), the same multiplier applied to a project for a nonqualifying city contributing 50%. Example 1. Projects for Cities A, B, C, and D all finish with aggregate scores of 80. Cities A, B, C, and D agree to contribute 50%, 20%, 0%, and 20%, respectively. of the cost of the project. City D qualifies for the 60% local match multiplier bonus. The multiplier for the four projects are as follows: City A -t.50 ' City B-1.20 City C-1.00 City D-1.5O The final point totals for the four projects, computed by multiplying the aggregate total by the multiplier, are as follows: City A -120.0 CityB-96.0 CityC-80.0 CityD-120.0 Example 2. City 0 is a qualifying city and contributes 20% of the project cost. O's project finishes with an aggregate score of 70 and a total score 105.0. City R's project finishes with' an aggregate score of 100, but since R is not willing to commit local resources (and is 􀁮􀁯􀁮􀁾􀀬􀀠qualifying), the project finishes with a total score of 100.0, below O's. So does City s;s project with a total score of 102.0, which finished with a higher aggregate score of 85 but was supported with a 20% local commitment (S is a non-qualifying city) resulting in a multiplier of 1.20 compared to O's 1.50. Location of Distressed Areas and Census Block Groups that are at Least L d rate 1990 BLOCK GROUPS DiSTRESSED AREAS Location of Distressed Areas and Under-Utilized Areas Under Dallas County Tax Abatement Policy. 1990 CENSUS TRACTS DISTRESSED AREAS SCALE: 1" ::: 4 MILES UNDER·UTIUZED AREAS s Appendix D: Five-Phase Project Delivery System DALLAS COUNTY PUBLIC WORKS MAJOR CAPITAL IMPROVEMENT PROGRAM 5 PHASE PROJECT DELIVERY SYSTEM Developed under Public Work's Strategic Plan Goal #4, Prepare for the Future Objective 4.3 -"Reengineer our design, ROWand construction program and PM processes for MCIP projects" PHASE 1 --PLANNING & PRELIMINARY DESIGN STEP ONE, PROJECT DEFINITION • A start with analysis that precedes selection of projects nominated by cities for County's MCIP for a given Program Year (year in which the project funding is available for constroction). Analysis will include risk assessments from various perspectives --political, Right ofWay, utilities, technical, funding, safety, environmental, and traffic factors. • MCIP project selections are approved by Commissioners Court in a total slate, and each project is assigned to a specific Program Year. An initial "kick-off' meeting will be scheduled with each city, to go over the projects in their city that have approved funding. An initial decision will be made on which entity (County, city or other entity) is the Lead Agency for project delivery. To launch the entire MCIP program, an initial MCIP Master Agreement) will be developed, using a partnering session with all cities to secure input and buy-in. After development, the Master is coordinated and signed between Cities, County and any other financial stakeholders. The goal will be to include city partners who are totally committed to the projects they submit, and are willing and able to be cost sharing partners in all phases, to include design, whenever feasible. Partnering and Project Management principles will be embedded in the document, which will focus primarily on project delivery and not legal jargon. We will also explore roles for each stakeholder all focused on assuring timely project delivery. STEP TWO, PRELIMINARY DESIGN • Decision on use ofSubsurface Utility Engineering (SUE) will be made after the Charrette, before initiating design. SUE determination should take funding sources into account. Hopefully our partners, including utilities, will be willing to participate. This information will be critical for designers to use as they launch the design. A decision will be made to use the consultants S.U .E. capability or to use the County's Indefinite Delivery Quantity (lDQ) consultant. • County, city, orjoint team of in-house designers begins initial design. Objective is to resolve all alignment issues,Jn close partnership with all stakeholders. Preliminary surveying requires estimating centerline and ascertaining existing ROW, County PM and Inspectors will assure an effective Constroctibilitv Review is completed at the appropriate time. In most projects a consultant will be brought in for Phase I with an option to renew or extend the consultants contract after concept design is complete. City partners will be invited to participate in the design consultant selection process. The decision to extend the contract will be made after an interim evaluation is completed using the County's consultant evaluation sYStem. • A Pre-Design Charrette may be planned and executed with aU stakeholders including both political and technical decision makers (cities, utilities, County, any private parties or other decisionmakers). The purpose of the meeting is to provide preliminary design infonnation, receive input on issues, resolve issues and then forge consensus on the preferred alternative. This allows the design to proceed unhindered by controversy or late stakeholder input. The meeting will be from 1.5 to 3 hours depending upon the complexity and the number ofissues to resolve. This will include an orientation walk-thrn of the project site, when this is beneficial. We will highlight specific City transportation standards, including amenities, landscape architecture, zoning and other ROW requirements. • Phase I ends with approved preliminary alignment and profile and preliminary sizing of bridges and drainage structures along with SUE detennination, as well as any required enviromnental analyses. A Preliminary Design Report will will be included as a deliverable for the design consultant. Preliminary enviromnental or pennitting investigations will have begun. Infonnation on road elevations will be included. The design will be in the range of50% to 60% complete. PHASE 2 PRIMARY DESIGN • Negotiation offinal contract with consultant is the initial task, with Scope ofWork now well defined by all Phase 1 effort and includes geo tech, utility analysis or SUE early in the process. Part ofnegotiations includes definite delivery dates for various phases and reviews. • Consultant works closely with all stakeholders --under the guidance and direction of the County PM, in a partnering mode. This means we plan to expedite design reviews and consolidate and resolve any conflicting guidance from the various entities (cities, county and others) to build a win-win situation. We prefer 'design review conferences' instead ofsimply passing out design documents and collecting input from each partner separately. Allow reasonable time for review and then gather all the partners and conclude the review in one sitting is our preferred mode • Constructibility reviews will be incorporated at key points during design, around the 70-80% completion stage. • • Environmental analyses and neighborhood public workshops are to be concluded during this phase. • Traffic and Utilities data will be considered in design, with data from partner city, County, NCTCOG, or consultant. • Federal projects will involve environmental impact analysis and Public Meetings. We will push for Categorical Exclusions, when this would appear to be a common sense solution (total urban environment with no discemable environmental impacts). • Early involvement on ROW issues will be important, and early provision of ROW documents will be a part ofthe design contract PHASE 3 -DESIGN COMPLETION & RIGHT-OF-WAY INITIATION • Formally begins with the delivery of the R-O-W documents to the County by the consultant. Standards and scheduling will be clearly spelled out in writing within Consultant's contract. • County Project Manager monitors and tracks progress. Key is that the PM does not "hand-off' the project to the ROW division, but stays actively involved in project management. PM will use the matrix project team concept to track and keep the project on schedule. PM resolves issues as they develop, keeping all stakeholders in the net, using e-tools and partnering principles. • ROW acquisition begins, using in-house or ROW consultant on IDQ acquisition services contract. • County decides, in consultation with other stakeholders, the packaging of the construction contract (early enough to preclude re-work by consultant). • Consultant to make minor changes resulting from property owner requests. • Design consultant completes work on provided schedule, however, in rare instances may be asked for expert testimony at Eminent Domain hearings. • County and Partners evaluate Consultant using standard evaluation system. Consultant i., is given opportunity to evaluate Countys project management process, also. PHASE 4 -ROW & Utility Adjustment • ROW acquisition is carried to completion; again under the active project management and leadership ofthe PM, with proactive activity ofthe ROW acquisition team. Ifthe city or another partner such as TxDOT is the ROW acquisition agency, the PM will still track carefully the progress and proactively lead efforts to remove obstacles, etc. to keep progress on schedule. • The PM will use partnering principles as well as results of S.u.E. to assure utility adjustments are accomplished in time to keep scheduled project advertisement and contract award dates. Based on successful partnering efforts for 2 years with major utility providers (including the UPRR), the PM will assure the attached Essential Elements ofUtility Partnering and GUIDELINES FOR ASSURING SMOOTH RELATIONSHIPS BETWEEN LOCAL GOVERNMENTS AND UPRR are adhered to by all matrix team members • County project manager tracks and resolves issues and work and schedules. • The PM completes all work on Plans, Specs, and Estimates (PSE to prepare project for advertising for bids. • Consultant may be kept on call for unique projects or ifrequired to complete requested Engineering During Construction (EDe) services, such as shop drawing submittal review and consultation on design intent, assumptions, etc. The intent is to capture the best part ofthe effort and focus that the consultant or in-house design team has just expended in designing the project. PHASE 5 --CONSTRUCTION • PM does all work to advertise project and works with Purchasing Dept for bid opening. • PM assures an additional supplement to the Master is completed with each Partner giving approval of final funding, based on bid amounts, on a timely basis. • PM completes all work for construction contract award. PM works with all partners to assure a logical and timely notice to proceed is given. This order to begin work and the contract time period will be based on status of utility relocations, any city requirements,. etc. • PM schedules and prepares for Partnering & pre-construction meeting, assuring the meeting is on the Director and Assistant Director's calendars. PM also assures all the right stakeholders are at the meeting and prepared to launch the construction phase successfully • Construction proceeds on schedule with Construction Management services provided by County or city partner. PM and project Team assure Partnering principles and spirit (Trust, Commitment, and Shared Vision) are maintained throughout the project construction phase. • PM assures constant communication with customers and other project stakeholders. This may include a construction oriented Public Information Neighborhood Meeting, as well as periodic project newsletters, notices of key construction events or phasing, meeting with neighborhood interests (property owners, schools, churches, businesses, etc). We are interested in not only achieving a high quality end-product, but also in delivering the project in a user-friendly manner. • PM assures ultimate owner is provided As-builts made from marked-up construction plans. • PM plans and conducts an After Action Review (AAR) to assess what happened and brainstorm any lesson-learned. If appropriate, this will also be a "partnering success celebration." • PM conducts one year follow up inspection in conjunction with all applicable stakeholders Dallas County Project Delivery Team's Essential Elements ofUtilityPartnerinq 2002 1. Know the utilities' customers and remember tbat we bave tbe same customers. 2. Make utilities move only if absolutely necessary to acbieve tbe project purpose. 3. Move only once if the move is, in fact, essentiaL 4. Get involved with actual field reconnaissance early. Include and engage Project Representatives or Constructibility personnel very early. 5. Get the acquiring agency's Right of Way personnel involved early. 6. Schedule initial Utility Partnering Conference early. Make partnering the theme and the first topic. Do it on the jobsile to increase the effectiveness .. 7. Involve and Invite Utility representatives 10 Neighborhood or Public Meetings. 8. Distribute roadway plans early to get started with the utility planning. 9. Coordinate with all utilities to ensure that one has no negative impact on anuther. Coordination should ensure that enough right of way is acquired to acconunodate all ofthe facilities. 10. When plans are changed, get them to utility companies promptly. Provide a list of changes for our partners. II. Communicate with utilities frequently to ensure knowledge of changing personnel and appropriate contact person. 12. Review utility company's plans, conunent on the plans and implement the coordination long before fieldwork needs to begin. 13. Do not begin implementing a project schedule without total feedback from aU companies. 14. Identify the precise sequence of relocations lhat need 10 occur. Many companies are predecessors of other companies' relocations. Communicate tbis sequence to aU utilities and other stakeholders. Ensure that the sequence is streamlined as much as possible. 15. One way of ensuring the streamlining of the sequence is web-based notification when each company is complete or is scheduled to be complete. Scheduling is as important as the sequence. 16. Consider that seasonal shutdown restrictions will have significant and adverse schedule impacts, sometimes up to one year. Also consider that certain times of day are restricted from utility relocation. In addition, develop procedures for emergency sitoations and learn the appropriate "windows of opportunity" for change-overs, etc. 17. Share accurate information with aU companies and see that they share information with each other. Share resources ifpossible. 18. Communicate the need to follow City Ordinances, partiCUlarly those relating to traffic control, backfill and pavement restoration. Traffic control plan must be filed and approved. 19. Insure that the companies have measures for handling complaints about their work and that they do not inconvenience our mutual customers more than is absolutely essentiaL Remember. 0 R R !! Prepared by Janel Norman and kv Griffin uom input from many stakebolden during numerous partnering sessions in 200I and 2002. Revised Augusl22, 2002. GUIDELINES FOR ASSURING SMOOTH RELATIONSHIPS BETWEEN LOCAL GOVERNMENTS AND RAILROADS • Start Early Coordination -Set up a meeting to share project selection lists, to ascertain projects with RR impacts. Then on impacted projects, share preliminary designs, invite RR to early meetings, such as stakeholder predesign charrettes, public workshops, etc. • Work out precisely the location of railroad project impacts, before contacting RR. This speeds the coordination process greatly. Use MAPSCO location, subdivision, and RR Mile Post where ever possible • Use the RR website for a wealth of information, maps, etc. This can save time in answering questions and can provide much information about RR, including points ofcontact, e-mail and telephone information, instroctions, applications, specifications, DOT crossing information, permit requirements, ROW agreements, etc. Our in-house or consultant designers need to explore this web-site before launching road design whenever there is going to be a RR crossing. Procedures and responsibilities are clearly laid out, as are design gnidelines and specifications. Avoid nasty surprises that can impact project costs ifnot budgeted. • Expect the RR owned ROW to contain many other utilities (telecommunications, power, pipelines, etc), that you will have to pay to relocate. These are private easements the utilities have paid for and the project will have to bear the costs ofrelocation. RR is a good source of information on the potential conflicts that you will encounter. Budgeting accurately for these costs will avoid nasty surprises later. • Avoid adversarial actions and relationships, instead try the partnering approach. RR will respond in-kind. They desire to maintain integrity in relations with all their communities. Do not presume upon them (e.g., impossible responses on coordination that you failed to start timely, making demands they cannot meet, presuming the worst). . • Look for ways to forge win-wins, for RR and the local community. Understand that USDOT has a policy since since 1992 to reduce at-grade RR crossings by 25%. This puts tremendous pressure on RR's to accomplish this goal. Does your community have a number of little-used crossings? Explore ways to eliminate them and RR can do much to meet the needs ofyour current project. • When appropriate, have our attorneys communicate directly with RR attorneys. The key is to have worked out all the coordination we can before that, using the information, contacts and principles described in these guidelines. Then, the Project Manager should stay involved to assure that going down "legal rabbit trails" is avoided whenever possible. Ifwe follow the spirit ofwin-win, then both sides will have better results, even ifour attorneys are involved, as they have to be. • FOR UNION PACIFIC RAILROAD: A. When you're in doubt and have searched all the readily available information, call Steve Martchenke, Ken Rouse, or Doug Feagan. Even though they have large territories to cover, they are never too busy to help you proactively solve a problem and forge a winwin. If you have a "folder number," this will save them much time in looking up the project file information. Steve Martchenke 817-878-4596 Ken Rouse 281-350-7609 Doug Feagan 402-997-3619 B. Do not even think about changing Exhibit B of the standard agreement. RR has agreements to work out in 23 states, and their lawyers are very vigilant to watch for precedents that might bind UP elsewhere. Work on win-wins in the body ofthe agreement. )0> FOR BURLINGTON NORTHERN SANTA FE RAILROAD A. Contact person is Tim Huya, Manager ofPublic Projects for Louisiana and Texas B. C/oBNSF 5800 North Market St Fort Worth, TX 76179 C. email: tim.huva@hnsf.com D. phone: 817-352-2902 E. FAX: 817-352-2912 F. Corporate Headquarters located in Fort Worth (phone 817-333-2000) 2650 Lou Menk Dr, 2nd Floor P.O. Box 961057 Fort Worth, TX 76161-0057 .. Jim Pierce From: Jim Pierce Sent: Friday, August 13, 2004 9:31 AM To: Don Holzwarth (E-mail) Subject: Belt Line Road Video Detection Don: As per our discussion yesterday, the Town of Addison is planning a 2" asphalt overlay of Belt Line Road from Dallas Parkway to Marsh Lane this fall, with an upgrade to our crosswalks in the spring. We will be milling the gutter lane along Belt Line, and that, along with upgrading the crosswalks will destroy all of our signal loops along the corridor. Instead of replacing 139 loops (which are a headache to maintain anyway) we feel this is an ideal time to switch to video detection at our 10 signalized intersections along Belt Line Road. We have 4 intersections that are now controlled by video detection (and one under construction) with excellent results and low maintenance. We estimate this project will cost about $200,000. This is to request an amendment to our Midway -Spring Valley to Dooley signalization project to include video detection along Belt Line Road from Dallas Parkway to Marsh Lane. We also request our grant be increased by $100,000 with our local match to be $100,000. Thank you for your conSideration. Jim Pierce, P.E. Assistant Public Worns Director P.O. Box 9010 Addison, TX 75001-9010 972-450-2879 1 􀁊􀁡􀁮􀀭􀁾􀁚􀀭􀀰􀀴􀀠05:Z1P P.OZ TO Dallas County Cities FROM: Edith B. Ngwa. Ph.D SUBJECT: Major Capilallmpl'{lvemem. Program (MCTP) Call-{or-Pmj.,cts: Preliminary J:::valuntnct Jack Hedge, P.E. (214-653-6420) for 􀁱􀁵􀁣􀁳􀁬􀁩􀁯􀁬􀁬􀁾􀀠regarding revised cost 􀁣􀁳􀁴􀁩􀁭􀁡􀁬􀁥􀁾􀀠and Dr. Edith Ngwa (214-653-6522) Ibr questions On the evaluatiun results, by Janmlry 22, 20114. If you do 110t respond by lhe Jalluary 22, 2004 􀁤􀁃􀁩􀁬􀁤􀁬􀁩􀁮􀁾􀀬􀀠we will assume that you ugree with OUT preliminRry evaluation re!iults and therefore proceed with OUf fiMI evaluation and selection process. 􀀮􀁾􀀮􀀠cc: Sum Wilson. P,E AU.achment I'l o II. ,",t. 􀀺􀀺􀀬􀁾􀀠.; :" 􀀾􀀺􀀺􀁾􀀻􀀠, ',.;;:J ,.;>" ..;!:.: :::"" 􀀧􀁾􀁪􀀺􀀻􀀺􀀬􀀠:',:+ 􀁾􀀻􀀿􀀻􀀻􀀺􀀬􀀮􀁴􀀺􀁾􀁾􀁾􀀠􀀻􀀻􀁦􀁾􀀢􀀮􀀧􀀧􀀧􀀠:.i:( 􀀮􀀺􀂷􀂷􀀺􀀮􀁩􀀺􀀮􀁾􀀧􀁩􀁦􀀧􀀠}}.: j':e' 􀀢􀀧􀁾􀀠Major Capital Improvement Project Ranking by District and by City 􀀮􀀧􀀨􀀻􀁾􀀠􀁾.... .J!' t. ...':';" .;:;" ,,'.: 􀁾􀀢􀀠􀀮􀁾􀀢􀀠"' " 􀁾􀀬􀀮􀀬•• ,..'.' c.;..•􀁾􀀧􀀮􀀠.,1·,' ,','(''''-""., '" .; I, 􀀬􀁾􀀬􀀧􀀠"" : ",:, .::'. ':'-,', . >:W: .•' ...... ".'-"'" '.,. ,"', ... ,-",,', .;>:. 􀀮􀀬􀁾􀀬􀁾􀀠'::,:.: ...,'," ),', 􀁾􀀠..., "1'_,' .-',􀀮􀂷􀁉􀁾􀀧􀀠",.... "1,» • ',1' ...., ; ," ,: ID DiSI Project Locatio" Length Project City Percent Project (Miles) Cost Funding l\.'Latch DHtriplion City 􀁂􀁾􀁧􀁩􀁮􀁮􀁩􀁮􀁧􀀠Ending TroffieF"Jl(ti4ltal Spt:,.d TtlfJ1ic rN>'rJ 􀁂􀁾􀁍􀁦􀁴􀀮􀁦􀀠A.(.(kH", "', $1)1( ,4/fJUIpiierType ,"bm Jklny V(!W_ loar_1\" />dlrr QIYf "or, QNo.tit;r ,M.-':.'" Telal ,tcfsc2 lC.r em"'/i 10 Addiso.-....... , •• 􀁾􀀬􀀧􀀬􀁾􀀮􀀬􀁾􀀠....... , ",. 􀀧􀁾􀀧􀀮􀀧􀀠, ••• , •••,., o ," . "'. -'---􀀮􀀭􀀮􀁾􀀠.-'-" ..,"" ....,' .'IIondtr):. JanufJl'}' 11,20114V o I N .... I ;:: III "'l P,Olan-12-04 05,21P , . _. ,FACSIMILE TRANSMISSION COVER SHEET , DATE: January 12,2004 , SENT BY: lsela Rodril;l:uez. Trans(1ortation Planner DALLAS COUNTY PUBLIC WORKS DEPARTMENT· 411 ELM STREET, 41'11 F1.00R DALLAS, TEXAS 75202 Phone: 214·653·6417 Fax: 214·653-6416 TO: Steve Chutchian, Assistant City En2ineer COMPANY: Addison FAX NUMBER: 972-450-2837 PHONE NO.: 972-450-2886 NO. OF PAGES (Inc. Cover Sheet): 3 COMMENTS: Please call 214-653-6417 ifthere are any 􀁤􀁩􀁦􀁦􀁩􀁣􀁵􀁬􀁴􀁪􀁥􀁾􀀠or problems in (he transmission of this fax. .. (G: 􀁾􀁪􀀠w . 'u #ir@/Y 50 YEARS OF FUNI (972) 450·1000' FAX (972) 450·1043 5300 Belt Line Road OFFICE OF THE CITY MANAGER June 29,2004 Mr. Jim Jackson Commissioner, Precinct Number 1 Dallas County 2311 Joe Field Road Dallas, TX 75229 Re: Reallocation of Funds for Arapaho Road Dallas County Major Capital Improvement Program Dear Cormnissioner Jackson: This is to tbank you for the action you took to reallocate tbe $1,432,812 for our Arapaho Road project tbat was originally scheduled for receipt in FY 2007, and moving it forward to FY 2005. This helps our budget tremendously as we have now received bids and awarded a $16.5 million contract for construction oftbe project. This project includes a signature bridge over Midway Road and will complete our extension ofArapaho Road from Dallas Nortb Tollway to Marsh Lane, and will provide some relief for the traffic on Belt Line Road. I also want to mention that Don Holzwarth and his staff have been most cooperative and helpful throughout tbis process. As always we appreciate your public service. Please come see us when you can. Very truly yours, 􀁾􀁾􀁾􀁾􀁾􀁏􀀠Ron Whitehead City Manager cc: Chris Terry, Assistant City Manager Michael E. Murphy, P.E., Director ofPublic Works (972) 4SO-2B71PUBue WORKS DEPARTMENT 16801 Westgrove 􀁾􀁾􀀠® Post Office Box 9010 Addison, Texas 􀀷􀀵􀀰􀀰􀀱􀁾􀀹􀀰􀀱􀀰􀀠June 28, 2004 Mr. Donald L Holzwarth, P.E. Dallas County Director ofPublic Works 411 Elm Street, 41h Floor Dallas, TX 75202 Re: Reallocation ofFunds for Arapaho Road Dallas County Major Capital Improvement Program Dear Mr. Holzwarth: This is to thank you for your recommendation to Jim Jackson to reallocate the $1,432,812 for our Arapaho Road project that was originally scheduled for receipt in FY 2007, and moving receipt forward to FY 2005. This helps our budget tremendously as we have now received bids and awarded a $16.5 million contract for construction ofthe project. This project includes a signature bridge over Midway Road and will complete our extension of Arapaho Road from Dallas North Tollway to Marsh Lane, and will provide some relief for the traffic on Belt Line Road. We always appreciate the cooperation and helpfulness we have received from you and your staffthroughout this process. Please come see us when you can. Very truly yours, Michael E. urphy, P.E. Director of Public Works Cc: Chris Terry, Assistant City Manager Jim Pierce, P.E., Assistant Public Works Director I-jt) --D3 IMaior' ,#3 ,MCIP ,Fundina. i I Prolect Costs D2 J from 1991 Bond Maior Imo.ct I Tota' 1 2 , 3 Total Total Total . 1 2003 c I I .... 2004 ,,' 0' 􀁰􀁔􀁾􀁯􀁭􀁬􀁾􀁾􀁾􀁉􀁾􀁰􀁲􀁾􀁾􀁾􀁾􀁴􀀬􀁾􀁾� �􀁾􀀬􀁾􀀬􀁰􀀮􀁲􀁾􀀧􀁙􀁾􀁈􀁲􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀁊􀁴􀀽􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀁾􀁾􀁏􀁾􀁩􀀫􀀭􀁟..􀁾􀀱􀁾􀀲􀀮􀀠􀁾􀀮􀀱􀁾􀀱􀀧􀀷􀁾􀁏__􀁾􀀠::Ountv , Proleet Deliverv Costs (See Below) 1. I •minus Project 􀁃􀁏􀀮􀁾􀀮􀀠minus County "'1.0=001-___"-"7, i.8S; 2005 .75= 1 Julv9.2002 ,lnHed· 31.20031 I I ...IuI-Ol Year· i OnlY 2006' 2007 20081 o o o o 500.00 2009, .. 1. 5.000.00 2010 o 01 o o o Totals 7.227.161 7.?27.161 25. 􀁾􀀷􀀲􀀮􀀸􀀳􀀹􀀠, ! Byl Total .. Cost Share I 􀀧􀁾􀁾􀀠􀁾􀁾􀀺􀁩􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀭􀁾􀀠o o o o o o i o 29.547.9761 ,.6% 􀁾􀀻􀁾􀁾􀁉􀀭􀀧􀁾􀀢􀀢􀁾􀁾􀀺􀁾􀁾􀀺􀁯􀀧􀂥􀁬􀀭􀁬􀀭􀀻􀁾􀀢􀀢􀀧􀁾􀀺􀁧􀁾􀁩􀀺􀀠:1 g 􀁾􀁌􀁾􀀧􀀵􀁾􀀹􀀶􀀽􀁊􀀱􀁾􀁾􀀧􀀺􀀺􀁾􀀹􀀵􀀰􀀺II􀀽􀁾􀁩􀁬􀀺􀁬􀁩􀀺􀀺􀁾􀁾􀀴􀀯􀀭􀀬􀁾􀁾􀁾􀁾􀁦􀁾􀁀􀂷􀀮􀀲􀁭􀀥􀀠'.445 25. 2.439.110 28.427.735 'I-__􀀵􀀺􀀡􀀡􀁾􀀮􀀱􀀷􀀶􀀠􀀱􀀮􀀽􀀱􀀭􀀭􀀰􀀰􀀰􀀭􀀭􀀭􀀭􀀢􀀧􀀭􀀶􀁾􀁊􀁟􀀮----,,£3., 􀀩􀁾􀀲􀀡•• 4:rrT77l='􀀽􀀺􀀽􀁌􀁾􀂢􀀽􀀺􀀺􀀦􀀲􀁾􀁴􀀽􀁾􀁾􀁴􀀽􀁘􀁾􀀽􀁩􀀭􀁟􀀽􀀳􀀳􀁾􀀮􀀳􀀲􀀴􀀠􀁾􀁾􀁉􀁐􀁾􀁲� �􀁪􀀮􀁾􀁣􀁬􀁩􀁾􀀧􀁾Cost!!]."􀁆􀁾􀁲􀁯􀁭􀁾􀀺􀁍􀁩􀁣􀀮􀀭􀀮􀁮􀀭􀀭􀁉􀀧􀁐􀀭􀀭􀀭􀁴􀀭􀀭􀀭􀀭􀀭􀀭􀀡􀀭􀀭􀁃􀀱􀀻􀀭􀀻􀀬..􀀴􀀱􀀽􀀭􀀱􀀲􀁾􀀠1, '-,--II􀁟􀀽􀀲􀁾􀀮􀁩􀀧􀀭􀀧􀀽􀁴􀀭􀀭􀀬􀀲􀀽􀁾􀀬􀀮􀀴􀀺􀀠,,,-,-,,+-.110_=􀀲􀁾􀀮� �􀀰􀀱􀀠􀁾􀀠􀁾􀀢􀀮􀀯􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀮􀁊􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀁬􀀠􀁾􀀠: From Proiect , (to be based on .ctu.' oosts) ! 675.000 1.082.118 1. , 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀽􀀽􀀽 􀀽􀀽􀀽􀁾􀀧􀀽􀀽􀀽􀀽􀀽􀀽􀁾􀀽􀁾􀁾I County I ,Proiect I Cost '3.419.110, I I U IMalor 􀁾􀀠I 􀁾􀀮􀀠􀁾􀁣􀁴􀀠rtllion )n J INO. 􀁾􀀠􀁾􀀠􀁾􀀠...l'1'!!!l ..1£!!l 􀁾􀀠􀁔􀁾􀀠'fi I g, .iOi:l 􀁾􀁾􀁬􀀡􀀠i II!!!!! Lanes L .I.􀁾􀁥􀁡􀁲􀀠rl I. ..\. ..\. 􀁾􀀠i , I ?pq2 I ,/􀁾􀀠'" 􀁾􀀠..I..L L • g' I I , 􀁾􀀮􀀠􀁾􀀠. 􀁾􀀠I fl -"" 􀁾􀁾􀀠-.2l, ,00( i 􀁾􀀮􀀢􀀠r.242i 􀁾􀀠􀁾􀀠!! 􀁾􀀴􀀴􀀧􀀠:( 7 !:l'!Q, 2002· 􀁾􀀠􀁊􀁵􀁬􀁶􀀹􀁾􀀠L ',130 I I 􀁾􀀠􀁾􀀬􀀠􀁾􀀮􀁯􀁯􀁯􀀠1, ...L J -" -" 152, 􀁾􀀠)14 t2 !!!L' Julv G :t',Shown In Red ! .tn r.-;;;;;:tOrdAr No. 􀁾􀀠Paae 3 l 1 ft. 􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀁲􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀁔􀂷􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀴􀁾􀂷􀂷􀂷􀁾􀀭􀀭􀁾􀁉􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀁾􀀭� �􀀭􀀭􀀫􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀁾􀁾􀀠2003 353.134 2004 , 􀀲􀀮􀀲􀀲􀁾􀁾􀀠a 􀀱􀀮􀀵􀀲􀁴􀁦􀁯􀁾􀁾􀀠o I ,Vear·' ,F 􀁩􀀢􀁾􀀠􀀷􀀮􀀹􀀱􀁾􀀠􀁉􀁾􀀠2009 2010 Totals i • Bv "I Co..I' _Share Me ,Rd. 􀁾􀁒􀁤􀀠. , Brda Vear 􀁾􀀠􀁾􀀠2002 200 200 200C 2002' 􀁾􀀻􀀠􀁾􀀠364,321 i22.50C o l􀁲􀁾􀁾􀁭􀁬􀁾􀁉􀁾􀁾􀁉􀁑􀁣􀁃􀁾􀁾􀁭􀁾􀁉􀁾􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀁴􀀽􀀽􀀽� �􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀁴􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀁴􀀽􀀽􀀽􀀽􀁾􀂢􀀽􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁤􀀽􀀽􀀽􀁾􀁾􀀠1.139 I Pralect I ,Costs (2f% 407.242i 737.506 􀀷􀁾􀀮􀀶􀀳􀀱􀀠,Annual I o ·912 7, 66.9291 .ooc 5.1147.930 1n of' NllfBsc EA.2, 􀁰􀁲􀁯􀁬􀁥􀁣􀁴􀁾􀀧..... " orolects. rfromFY 􀁾􀀠. :No. IMQ!E:J21 IMQ!E:Jhor 􀁾􀁾􀁾􀁾􀁾􀀠H I 30207 􀁾􀁔􀀲􀀱􀀠30208 MQII":.T21 I Service Rd 30209 30210 30211 􀁾􀀠30214 31201 32501 31301 31BOl 30215 :l0216 30217 30218 􀁾􀀠3J1222 30223 30224 31202 31302 30225 hor MCfP-lhor IMCfP Thor I I I Year ' I to Court Order No. Julv 9. 2002 I ()Illy 2003 I 2004 2005 2006 2007, 2008 : 353.134 I.2m _ 59.4891 1999 _ 31.6511 2000 2000 2000 2000 2000 2000 2000 1000 20001 2000 Ii2002 2002 2002 120,000 1'16,000 500.000 7.916.500 2.857.140 􀀧􀁬􀀭􀀭􀀭􀀧􀀲􀀬􀀽􀁾􀀧􀁏􀁏􀁏􀁉􀀠􀀦􀀮􀀳􀀷􀀱􀁾􀁴􀀽􀁾􀁾􀁴􀀽􀁊􀀺􀁬􀁬􀁾􀁉•• oi§ill:3. 1.830 737.596 Paae4 1in Redl 2009 o 759,631 􀀡􀀮􀁾􀀹􀀰􀀴􀀴􀀽􀀽􀁾􀁾􀁾􀀽􀁽1..;!7: 1.164' 7. 􀁾􀀽􀀸􀀶􀀹􀀧􀁴􀀭􀁟􀀲􀀠100,000 944.021 1,166.925 I 2010 o , o !,420 r.857 ( Totals 7.227.161 59.4B9 31.651 59.4B9 43.265 2.737. By Total Cost Share: 237,951 20.0% 211.81 243, 13.0% 􀁾􀁾􀁊􀀺􀀠􀀺􀁈􀀱􀀭􀀭􀀭􀀭􀀧􀁾􀁾􀀡􀁾􀀺􀀧􀀡􀀻􀀧􀁾􀀢􀀺􀂷􀁾􀀴􀀼􀁾􀀭􀁾􀁾􀁾􀁾􀁌􀀺􀁾􀀮􀁏􀁏􀀥􀀥􀁾􀀠2.737.50C 243. 270 1.4: f> 3.. 628.333 􀁾􀀽􀀽􀂧􀀺􀁾􀀷􀀹􀀶􀀶􀀻􀁾􀀬􀀬􀀧􀀶􀀶􀀶􀁾􀀧􀀽􀁾􀁾􀀧􀀺􀁾􀁾􀁾􀀺􀀠1. 1, 711 1,051 32.504.1 􀀻􀀻􀁲􀀭􀀭􀀭􀀻􀀻􀁾􀀭􀁣􀀻􀀮􀀱􀀻􀀬􀀪􀀬􀀮􀀰􀀰􀀧􀀪􀁬􀀭􀁟􀁾􀀠􀁾􀁏􀁏􀀠􀁾􀀠716.00 2.857.140 , 5.282•• 0411.2 !,208 5.714.280 1.617,21 4.747.24 􀀵􀀱􀀱􀀮􀁾􀀠51.0% 50.0% 50.0% 50.0% 50.0% 50.0% m 􀁾􀁾􀀠!l£+-----",,="J 42]!; 65.1% t4 I Maior MCIP rEA· 21 Fundlno • Fundln" ,Fundi"" , Total I Prolect,:.,t. , @l ana Bid. 􀁾􀁒􀁤􀀢􀀠,IH3D 11 Cr.ek Pkwv· IH 20 to . 􀁾􀀠Ii I Blvd· C