HomeMy WebLinkAboutVIII-10 Authorize Signature of a Cooperative Construction Agreement No. 1056949 MnDOT Highway 55 Signal Replacements Project S.P. 1910-57City Council Memorandum
To: Mayor Fasbender & City Council Members
From:Cody Mathisen –City Engineer
Date:March 17,2025
Item:Approve Resolution and Authorize Signature -Cooperative Construction Agreement No.
1056949 -MnDOT Highway 55 Signal Replacements Project S.P. 1910-57
COUNCIL ACTION REQUESTED
Attached for Council consideration is a resolution to approve the City’s entry into a Municipal
Cooperative Construction Agreement with MnDOT for the Highway 55 Signal Replacements Project.
The agreement outlines the upfront project cost and eventual maintenance responsibilities that the
City and MnDOT will have for the project.
BACKGROUND INFORMATION
On September 3rd, 2024, City Council adopted a resolution of support for the proposed Highway 55
Traffic Signal Replacements. Key features of this project will include:
•Replacement of two traffic signal systems located at the intersections of Pleasant Drive and
Westview Drive along Highway 55 where the existing signals are 41 and 38 years old
respectively.
•Improvement of intersection lighting in conjunction with the installation of new traffic signal
poles.
•ADA Sidewalk enhancements at the project intersections and adjoining frontage roads.
•Minor storm sewer repairs.
•Mill and Overlay of the Pleasant Drive and Westview Drive intersections upon completion of all
other project activities.
The long-term maintenance responsibilities of the City that are outlined in the Municipal Cooperative
Construction Agreement are in alignment with practices and procedures that are being performed along
our MnDOT highways today. Generally, the City is responsible for routine maintenance items on traffic
signals within our municipal limits such as any painting, cleaning, and light fixture replacement needs
that arise which is consistent with MnDOT’s standards across the state.
FINANCIAL IMPACT
The cost share for the City to complete this project is currently estimated to be $616,305.15 as outlined
in the attached agreement. This includes replacement of the existing signals, relocations of City owned
electric facilities for street lighting, and minor storm sewer repairs.
It is important to note that this estimate is being provided in advance of bids being received. The actual
costs to be incurred will be adjusted after a bid has been accepted.
VIII-10
FINANCIAL IMPACT (CONTINUED)
The majority of project costs are eligible to be paid for out of the City’s Municipal State Aid Street
(MSAS) funds which currently has an account balance of nearly $3,000,000. The approximately $25,000
of costs not anticipated to be eligible for MSAS funds are related to the relocation of City utilities,
including storm sewer and city-owned lighting, which will be funded by a combination of utility
enterprise accounts and the general fund.
STAFF RECOMMENDATION
Staff and City Attorney Greta Bjerkness have reviewed the language of the agreement and worked
through minor revisions with MnDOT. Staff is recommending that the City Council adopt the attached
resolution to approve Municipal Cooperative Construction Agreement No. 1056949.
ATTACHMENTS
•Resolution
•Municipal Cooperative Construction Agreement No. 1056949
VIII-10
CITY OF HASTINGS
DAKOTA COUNTY,MINNESOTA
RESOLUTION NO.
RESOLUTION FOR APPROVAL OF
MNDOT MUNICIPAL COOPERATIVE CONSTRUCTION AGREEMENT NO.1056949
FOR THE MNDOT HIGHWAY 55 SIGNAL REPLACEMENTS –S.P.1910-57
WHEREAS, in the late summer of 2025, the Minnesota Department of Transportation (MnDOT) will
begin a project to replace traffic signals along Trunk Highway 55 at the intersections of Pleasant Drive
and Westview Drive along with other minor improvements, and
WHEREAS, per MnDOT’s cost participation policy, the City of Hastings must fund part of the project,
including a share of the new signal and lighting systems based upon the presence of City street
intersections with the MnDOT highway, and
WHEREAS,the City of Hastings will be required to provide ongoing routine maintenance to several
elements of said project, and
WHEREAS,Municipal Cooperative Construction Agreement No. 1056949 has been assembled to provide
the City’s anticipated share of construction costs that will be paid to the State for the work proposed
upon, along, and adjacent to Trunk Highway 55 at the intersections of Pleasant Drive and Westview
Drive under State Project No. 1910-57 (T.H. 55=053), and to delineate the long-term maintenance
responsibilities of MnDOT and the City on the project elements.
NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF HASTINGS AS FOLLOWS;that
The City Council hereby approves entry into Agreement No. 1056949 between the City of Hastings and
the Minnesota Department of Transportation and authorizes the Mayor and City Clerk to sign said
agreement.
ADOPTED BY THE CITY COUNCIL OF HASTINGS, MINNESOTA, THIS 17TH DAY OF MARCH, 2025.
Ayes:
Nays:
Mary D. Fasbender, Mayor
ATTEST:
Kelly Murtaugh, City Clerk
SEAL
VIII-10
MnDOT Contract: 1056949
-1-
Receivable Standard with Signal (Cooperative Agreements)
STATE OF MINNESOTA
DEPARTMENT OF TRANSPORTATION
AND
CITY OF HASTINGS
COOPERATIVE CONSTRUCTION
AGREEMENT
State Project Number: 1910-57
Trunk Highway Number: 55-053
State Aid Project Number: 139-010-015
Federal Project Number: NHPP 0055(322)
Lighting Feed Point:City
Signal System A ID: 18858208
Signal System B ID:18858209
Estimated Amount Receivable
$616,305.15
This Agreement is between the State of Minnesota, acting through its Commissioner of Transportation ("State") and
the City of Hastings, acting through its City Council ("City").
Recitals
1.The State will perform grading, bituminous surfacing, ADA improvements, and signals construction and
other associated construction upon, along, and adjacent to Trunk Highway (TH)55 at Pleasant Drive and at
Westview Drive according to State-prepared plans, specifications, and special provisions designated by the
City as State Aid Project (SAP) 139-010-015 and by the City and the State as State Project (SP)1910-57
(TH 55=053) ("Project"); and
2.The City has requested the State include in its Project municipal utility and lighting construction; and
3.The City will participate in the costs of the municipal utility, lighting, and signals construction and associated
construction engineering; and
4.Agreement 1058371 between the State and the City and Agreement 1058372 between the State and Dakota
County will address the project’s detour; and
5.Minnesota Statutes § 161.45, subdivision 2, allows for City-owned utility relocation to be included in a State
construction contract, and payment by the City for such relocation according to applicable statutes and rules
for utilities on trunk highways; and
6.Minnesota Statutes § 161.20, subdivision 2 authorizes the Commissioner of Transportation to make
arrangements with and cooperate with any governmental authority for the purposes of constructing,
maintaining, and improving the trunk highway system.
Agreement
1.Term of Agreement; Survival of Terms; Plans; Incorporation of Exhibits
1.1.Effective Date. This Agreement will be effective on the date the State obtains all signatures required by
Minnesota Statutes § 16C.05, subdivision 2.
1.2.Expiration Date. This Agreement will expire when all obligations have been satisfactorily fulfilled.
1.3.Survival of Terms.All clauses which impose obligations continuing in their nature and which must survive
in order to give effect to their meaning will survive the expiration or termination of this Agreement,
VIII-10
MnDOT Contract: 1056949
-2-
Receivable Standard with Signal (Cooperative Agreements)
including, without limitation, the following clauses: 3.Maintenance by the City;9.Liability; Worker
Compensation Claims; 11.State Audits; 12.Government Data Practices; 13.Governing Law; Jurisdiction;
Venue; and 15. Force Majeure.The terms and conditions set forth in Article 4. Signal Systems and
Emergency Vehicle Preemption Systems Operation and Maintenance will survive the expiration of this
Agreement, but may be terminated by another Agreement between the parties.
1.4.Plans, Specifications,and Special Provisions. Plans, specifications,and special provisions designated by
the State as State Project 1910-57 (TH 55=053)are on file in the office of the Commissioner of
Transportation at Saint Paul, Minnesota, and incorporated into this Agreement by reference ("Project
Plans").
1.5.Exhibits. The Preliminary Schedule "I"is on file in the office of the City Administrator and attached and
incorporated into this Agreement.
2.Construction by the State
2.1.Contract Award.The State will advertise for bids and award a construction contract to the lowest
responsible bidder according to the Project Plans.
2.2.Direction, Supervision,and Inspection of Construction.
A.Supervision and Inspection by the State. The State will direct and supervise all construction activities
performed under the construction contract, and perform all construction engineering and inspection
functions in connection with the contract construction.All contract construction will be performed
according to the Project Plans.
B.Inspection by the City.The City participation construction covered under this Agreement will be open
to inspection by the City.If the City believes the City participation construction covered under this
Agreement has not been properly performed or that the construction is defective, the City will inform
the State District Engineer's authorized representative in writing of those defects.Any
recommendations made by the City are not binding on the State.The State will have the exclusive right
to determine whether the State's contractor has satisfactorily performed the City participation
construction covered under this Agreement.
2.3.Plan Changes, Additional Construction, Etc.
A.The State will make changes in the Project Plans and contract construction, which may include the City
participation construction covered under this Agreement, and will enter into any necessary addenda
and change orders with the State's contractor that are necessary to cause the contract construction to
be performed and completed in a satisfactory manner.The State District Engineer's authorized
representative will inform the appropriate City official of any proposed addenda and change orders to
the construction contract that will affect the City participation construction covered under this
Agreement.
B.The City may request additional work or changes to the work in the plans as part of the construction
contract.Such request will be made by an exchange of letter(s) with the State.If the State determines
that the requested additional work or plan changes are necessary or desirable and can be
accommodated without undue disruption to the project, the State will cause the additional work or
plan changes to be made.
2.4.Satisfactory Completion of Contract. The State will perform all other acts and functions necessary to cause
the construction contract to be completed in a satisfactory manner.
VIII-10
MnDOT Contract: 1056949
-3-
Receivable Standard with Signal (Cooperative Agreements)
2.5.Permits. The City will submit to the State's Utility Engineer an original permit application for all utilities
owned by the City to be constructed hereunder that are upon and within the Trunk Highway Right-of-Way.
Applications for permits will be made on State form "Application For Utility Permit On Trunk Highway
Right-of-Way" (Form 2525).
2.6.Utility Adjustments. Adjustments to certain City-owned facilities, including but not limited to, valve boxes
and frame and ring castings, may be performed by the State's contractor under the construction contract.
The City will furnish the contractor with new units and/or parts for those in place City-owned facilities
when replacements are required and not covered by a contract pay item, without cost or expense to the
State or the contractor, except for replacement of units and/or parts broken or damaged by the
contractor.
3.Maintenance by the City
Upon completion of the project, the City will provide the following without cost or expense to the State:
3.1.Storm Sewers. Routine maintenance of any storm sewer facilities construction.Routine maintenance
includes, but is not limited to, removal of sediment, debris, vegetation and ice from grates and catch
basins,and any other maintenance activities necessary to preserve the facilities and to prevent conditions
such as flooding, erosion, or sedimentation, this also includes informing the District Maintenance Engineer
of any needed repairs.
3.2.Municipal Utilities.Maintenance of any municipal-owned utilities construction, without cost or expense to
the State.
3.3.Sidewalks.Maintenance of any sidewalk construction, including stamped and colored concrete sidewalk (if
any) and pedestrian ramps.Maintenance includes, but is not limited to, snow, ice and debris removal,
patching, crack repair, panel replacement, cross street pedestrian crosswalk markings, vegetation control
of boulevards (if any),and any other maintenance activities necessary to perpetuate the sidewalks in a
safe, useable, and aesthetically acceptable condition.
3.4.Lighting. Maintenance and ownership of any lighting facilities construction. Maintenance of electrical
lighting systems includes everything within the system, from the point of attachment to the power source
or utility, to the last light on the feed point, including but not limited to re-lamping of lighting units or
replacing of Light-emitting Diode (LED)luminaires, repair or replacement of all damaged luminaire
glassware, loose connections, luminaires when damaged or when ballasts fail, photoelectric control on
luminaires, defective starter boards or drivers, damaged fuse holders, blown fuses, knocked down poles
including wiring within the poles, damaged poles, pull boxes, underground wire, damaged foundations,
equipment pad, installation of approved splices or replacement of wires, repair or extending of conduit,
lighting cabinet maintenance including photoelectric cell, electrical distribution system, Gopher State One
Call (GSOC) locates,and painting of poles and other equipment. The City will be responsible for the hook
up cost and application to secure an adequate power supply to the service pad or pole and will pay all
monthly electrical service expenses necessary to operate the lighting facility.
3.5.Additional Drainage.No party to this Agreement will drain any additional drainage volume into the storm
sewer facilities constructed under the construction contract that was not included in the drainage for
which the storm sewer facilities were designed, without first obtaining written permission to do so from
the other party.
3.6.Right-of-Way Access. The State authorizes the City to enter upon State Right-of-Way to perform the
maintenance activities described in this Agreement. The City must notify and coordinate with the State’s
District Maintenance Engineer prior to accessing State Right-of-Way. While the City is occupying the State's
VIII-10
MnDOT Contract: 1056949
-4-
Receivable Standard with Signal (Cooperative Agreements)
Right-of-Way, they must comply with the approved traffic control plan and with applicable provisions of
the Work Zone Field Handbook (http://www.dot.state.mn.us/trafficeng/workzone/index.html). All City
personnel occupying the State's Right-of-Way must be provided with required reflective clothing and hats.
3.7.Environmental. The City shall not dispose of any materials regulated by any governmental or regulatory
agency onto the ground or into any body of water or into any container on the State’s Right-of-Way. In the
event of spillage of regulated materials, the City shall immediately notify the State’s Authorized
Representative in writing and shall provide for cleanup of the spilled material and any materials
contaminated by the spillage in accordance with all applicable federal, state, and local laws and
regulations, at the sole expense of the City.
4.Signal Systems and Emergency Vehicle Preemption Systems Operation and Maintenance
Operation and maintenance responsibilities will be as follows for the following Signal Systems and Emergency
Vehicle Preemption (EVP)Systems and for the Interconnect on TH 55 from Westview Drive to Pleasant Drive:
•Signal System A
System ID 18858208
TH 55 at Pleasant Drive
•Signal System B
System ID 18858209
TH 55 at Westview Drive
4.1.City Responsibilities
A.Power.The City will be responsible for the hook-up cost and application to secure an adequate power
supply to the service pad(s) or pole(s) and will pay all monthly electrical service expenses necessary to
operate the Signal Systems, EVP Systems,and Interconnect.
B.Minor Signal System Maintenance.The City will provide for the following, without cost to the State.
i.Maintain the signal pole mounted LED luminaires, including replacing the luminaires when
necessary. The LED luminaire must be replaced when it fails or when light levels drop below
recommended American Association of State Highway and Transportation Officials (AASHTO)levels
for the installation.
ii.Replace the Signal Systems’LED indications.Replacing LED indications consists of replacing each
LED indication when it reaches end of life per the MnDOT Traffic Engineering Manual or fails or no
longer meets Institute of Traffic Engineers (ITE) standards for light output.
iii.Clean the Signal Systems’controller cabinet and service cabinet exteriors.
iv.Clean the Signal Systems and luminaire mast arm extensions.
v.Paint and maintain the cross street pedestrian crosswalk markings.
4.2.State Responsibilities.
A.Interconnect; Timing; Other Maintenance. The State will maintain the Interconnect and signing, and
perform all other Signal System, Accessible Pedestrian Signals (APS),and signal pole luminaire circuit
maintenance without cost to the City.All Signal System timing will be determined by the State, and no
changes will be made without the State's approval.
B.EVP Systems Operation.The EVP Systems will be installed, operated, maintained, and removed
according to the following conditions and requirements:
VIII-10
MnDOT Contract: 1056949
-5-
Receivable Standard with Signal (Cooperative Agreements)
i.All maintenance of the EVP Systems must be done by State forces.
ii.Emitter units may be installed only on authorized emergency vehicles, as defined in Minnesota
Statutes § 169.011, Subdivision 3.Authorized emergency vehicles may use emitter units only when
responding to an emergency.The City will provide the State's District Engineer or their designated
representative a list of all vehicles with emitter units, if requested by the State.
iii.Malfunction of the EVP Systems must be reported to the State immediately.
iv.In the event the EVP Systems or its components are, in the opinion of the State, being misused or
the conditions set forth in Paragraph ii. above are violated, and such misuse or violation continues
after the City receives written notice from the State, the State may remove the EVP Systems.Upon
removal of the EVP Systems pursuant to this Paragraph, all of its parts and components become the
property of the State.
v.All timing of the EVP Systems will be determined by the State.
4.3.Right-of-Way Access. Each party authorizes the other party to enter upon their respective public
right-of-way to perform the maintenance activities described in this Agreement.
4.4.Related Agreements. This Agreement will supersede and terminate the operation and maintenance terms
of any previous agreements between the parties for the Signal Systems at the intersections of TH 55 and
Pleasant Drive and TH 55 and Westview Drive.
5.Basis of City Cost
5.1.Schedule "I".The Preliminary Schedule "I"includes anticipated City participation construction items, State
Furnished Materials lump sum amounts,and the construction engineering cost share covered under this
Agreement and is based on engineer's estimated unit prices.
5.2.City Participation Construction. The City will participate in the following at the percentages indicated.The
construction includes the City's proportionate share of item costs for mobilization and traffic control.
A.100 Percent will be the City's rate of cost participation in all of the municipal utility and lighting
construction as shown on Sheet 3 of the Preliminary Schedule "I".
B.100 Percent will be the City's rate of cost participation in all of the traffic control signal system
construction as shown on Sheet 2 of the Preliminary Schedule "I".
5.3.State Furnished Materials. The State will furnish cabinets, video detection systems, and PTZ cameras
("State Furnished Materials"), according to the Project Plans, to operate the traffic control signal systems
covered under this Agreement.The City's lump sum share for State Furnished Materials is $95,942.44.The
City's cost share for State Furnished Materials will be added to the City's total construction cost share as
shown in the Schedule "I".
5.4.Construction Engineering Costs.The City will pay a construction engineering charge equal to 8 percent of
the total City participation construction costs covered under this Agreement.
5.5.Plan Changes, Additional Construction, Etc.The City will share in the costs of construction contract
addenda and change orders that are necessary to complete the City participation construction activities
covered under this Agreement,including any City requested additional work and plan changes.
The State reserves the right to invoice the City for the cost of any additional City requested work and plan
changes, construction contract addenda, change orders,and associated construction engineering before
the completion of the contract construction.
VIII-10
MnDOT Contract: 1056949
-6-
Receivable Standard with Signal (Cooperative Agreements)
5.6.Liquidated Damages. All liquidated damages assessed the State's contractor in connection with the
construction contract will result in a credit shared by each party in the same proportion as their total
construction cost share covered under this Agreement is to the total contract construction cost before any
deduction for liquidated damages.
6.City Cost and Payment by the City
6.1.City Cost. $616,305.15 is the City's estimated share of the costs of the contract construction, State
Furnished Materials and the 8 percent construction engineering cost share as shown in the Preliminary
Schedule "I".The Preliminary Schedule "I"was prepared using anticipated construction items and
estimated quantities and unit prices and may include any credits or lump sum costs.Upon award of the
construction contract,the State will prepare a Revised Schedule "I"based on construction contract
construction items, quantities, and unit prices, which will replace and supersede the Preliminary
Schedule "I"as part of this Agreement.
6.2.Conditions of Payment. The City will pay the State the City's total estimated construction and construction
engineering cost share, as shown in the Revised Schedule "I", after the following conditions have been
met:
A.Execution of this Agreement and transmittal to the City, including a copy of the Revised Schedule "I".
B.The City's receipt of a written request from the State for the advancement of funds.
6.3.Acceptance of the City's Cost and Completed Construction. The computation by the State of the amount
due from the City will be final, binding and conclusive.Acceptance by the State of the completed contract
construction will be final, binding,and conclusive upon the City as to the satisfactory completion of the
contract construction.
6.4.Final Payment by the City. Upon completion of all contract construction and upon computation of the final
amount due the State's contractor, the State will prepare a Final Schedule "I"and submit a copy to the
City.The Final Schedule "I"will be based on final quantities, and include all City participation construction
items and the construction engineering cost share covered under this Agreement.If the final cost of the
City participation construction exceeds the amount of funds advanced by the City, the City will pay the
difference to the State without interest.If the final cost of the City participation construction is less than
the amount of funds advanced by the City, the State will refund the difference to the City without interest.
The State and the City waive claims for any payments or refunds less than $5.00 according to Minnesota
Statutes § 15.415.
7.Authorized Representatives
Each party's Authorized Representative is responsible for administering this Agreement and is authorized to give
and receive any notice or demand required or permitted by this Agreement.
7.1.The State's Authorized Representative will be:
Name, Title: Malaki Ruranika, Cooperative Agreements Engineer (or successor)
Address: 395 John Ireland Boulevard, Mailstop 682, Saint Paul, MN 55155
Telephone: (651) 366-4634
Email: malaki.ruranika@state.mn.us
VIII-10
MnDOT Contract: 1056949
-7-
Receivable Standard with Signal (Cooperative Agreements)
7.2.The City's Authorized Representative will be:
Name, Title: Dan Wietecha, City Administrator (or successor)
Address: 101 4th Street East, Hastings, MN 55033
Telephone: (651) 480-2326
Email: dwietecha@hastingsmn.gov
8.Assignment; Amendments; Waiver; Contract Complete
8.1.Assignment. No party may assign or transfer any rights or obligations under this Agreement without the
prior consent of the other party and a written assignment agreement, executed and approved by the same
parties who executed and approved this Agreement, or their successors in office.The foregoing does not
prohibit the City from contracting with a third-party to perform City maintenance responsibilities covered
under this Agreement.
8.2.Amendments. Any amendment to this Agreement must be in writing and will not be effective until it has
been executed and approved by the same parties who executed and approved the original Agreement, or
their successors in office.
8.3.Waiver. If a party fails to enforce any provision of this Agreement, that failure does not waive the
provision or the party's right to subsequently enforce it.
8.4.Contract Complete. This Agreement contains all prior negotiations and agreements between the State and
the City. No other understanding regarding this Agreement, whether written or oral, may be used to bind
either party.
9.Liability; Worker Compensation Claims
9.1.Each party is responsible for its own acts, omissions and the results thereof to the extent authorized by law
and will not be responsible for the acts and omissions of others and the results thereof.Minnesota
Statutes §3.736 and other applicable law govern liability of the State.Minnesota Statutes Chapter 466 and
other applicable law govern liability of the City.
9.2.Each party is responsible for its own employees for any claims arising under the Workers Compensation
Act.
10.Nondiscrimination
Provisions of Minnesota Statutes § 181.59 and of any applicable law relating to civil rights and discrimination are
considered part of this Agreement.
11.State Audits
Under Minnesota Statutes § 16C.05, subdivision 5, the City's books, records, documents, accounting procedures,
and practices relevant to this Agreement are subject to examination by the State and the State Auditor or
Legislative Auditor, as appropriate, for a minimum of six years from the end of this Agreement.
12.Government Data Practices
The City and State must comply with the Minnesota Government Data Practices Act, Minnesota Statutes
Chapter 13, as it applies to all data provided under this Agreement, and as it applies to all data created,
collected, received, stored, used, maintained, or disseminated by the City under this Agreement. The civil
remedies of Minnesota Statutes §13.08 apply to the release of the data referred to in this clause by either the
City or the State.
VIII-10
MnDOT Contract: 1056949
-8-
Receivable Standard with Signal (Cooperative Agreements)
13.Governing Law; Jurisdiction; Venue
Minnesota law governs the validity, interpretation,and enforcement of this Agreement.Venue for all legal
proceedings arising out of this Agreement, or its breach, must be in the appropriate state or federal court with
competent jurisdiction in Ramsey County, Minnesota.
14.Termination; Suspension
14.1.By Mutual Agreement. This Agreement may be terminated by mutual agreement of the parties.
14.2.Termination for Insufficient Funding. The State may immediately terminate this Agreement if it does not
obtain funding from the Minnesota Legislature, or other funding source; or if funding cannot be continued
at a level sufficient to allow for the performance of contract construction under the Project. Termination
must be by written or fax notice to the City.
14.3.Suspension.In the event of a total or partial government shutdown, the State may suspend this
Agreement and all work, activities,and performance of work authorized through this Agreement.
15.Force Majeure
No party will be responsible to the other for a failure to perform under this Agreement (or a delay in
performance) if such failure or delay is due to a force majeure event.A force majeure event is an event beyond a
party's reasonable control, including but not limited to, unusually severe weather, fire, floods, other acts of God,
labor disputes, acts of war or terrorism, or public health emergencies.
[The remainder of this page has been intentionally left blank.]
VIII-10
MnDOT Contract: 1056949
-9-
Receivable Standard with Signal (Cooperative Agreements)
CITY OF HASTINGS
The undersigned certify that they have lawfully
executed this contract on behalf of the Governmental
Unit as required by applicable charter provisions,
resolutions, or ordinances.
By:
Title:
Date:
By:
Title:
Date:
DEPARTMENT OF TRANSPORTATION
Recommended for Approval:
By:
(District Engineer)
Date:
Approved:
By:
(State Design Engineer)
Date:
COMMISSIONER OF ADMINISTRATION
By:
(With Delegated Authority)
Date:
INCLUDE COPY OF RESOLUTION APPROVING THE AGREEMENT AND AUTHORIZING ITS EXECUTION.
VIII-10
PRELIMINARY SCHEDULE "I"
Agreement 1056949
City of Hastings
SP 1910-57 Preliminary: February 18, 2025
SAP 130-010-015
Federal Project NHPP 0055(322)
Grading, bituminous surfacing, ADA improvements, and signals construction located on TH 55 at Pleasant Drive and at Westview Drive
to start approximately June 9, 2025 underState Contract ____ with ____
CITY COST PARTICIPATION
SP 1910-57 Work Items From Sheet 2 24,707.17
SAP 130-101-015 Work Items From Sheet 3 450,003.31
State Furnished Materials From Sheet 3 95,942.44
Subtotal $570,652.92
Construction Engineering (8%)45,652.23
(1)Total City Cost $616,305.15
(1) Amount of advance payment as described in Article 6 of the Agreement (estimated amount)
Data is considered Non-public prior to project award under the
Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13.- 1 -
VIII-10
1056949(1) 100% CITY FUNDS
ITEM SP 1910-57 UNIT QUANTITY UNIT PRICE COST
NUMBER WORK ITEM (1)
2021.501 MOBILIZATION LUMP SUM 0.01 135,383.71 1,353.84
2104.502 REMOVE LIGHT FOUNDATION EACH 1.00 390.68 390.68
2104.503 REMOVE SEWER PIPE (STORM)LIN FT 10.00 23.58 235.80
2104.503 REMOVE DIRECT BURIED LIGHTING CABLE LIN FT 900.00 1.40 1,260.00
2503.503 18" RC PIPE SEWER DESIGN 3006 CLASS III LIN FT 10.00 97.42 974.20
2503.602 CONNECT TO EXISTING STORM SEWER EACH 1.00 1,157.60 1,157.60
2503.602 CONNECT INTO EXISTING DRAINAGE STRUCTURE EACH 1.00 1,498.05 1,498.05
2506.602 CONCRETE COLLAR EACH 1.00 1,195.83 1,195.83
2545.502 UNDERGROUND CABLE SPLICE EACH 3.00 307.64 922.92
2545.502 HANDHOLE EACH 1.00 2,169.42 2,169.42
2545.503 2" NON-METALLIC CONDUIT LIN FT 300.00 7.67 2,301.00
2545.503 2" NON-METALLIC CONDUIT (DIRECTIONAL BORE)LIN FT 100.00 17.62 1,762.00
2545.503 UNDERGROUND WIRE 1/C 4 AWG LIN FT 1,400.00 2.76 3,864.00
2545.503 DIRECT BURIED LIGHTING CABLE 4/C 4 AWG LIN FT 300.00 11.86 3,558.00
2545.602 ADJUST HANDHOLE EACH 2.00 703.72 1,407.44
2563.601 TRAFFIC CONTROL LUMP SUM 0.01 65,638.56 656.39
TOTAL 24,707.17
(1)100% CITY 24,707.17
Data is considered Non-public prior to project award under the
Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13.- 2 -
VIII-10
1056949(2) 100% CITY (STATE AID) FUNDS
ITEM SAP 130-010-015 UNIT QUANTITY UNIT PRICE COST
NUMBER WORK ITEM (2)
2021.501 MOBILIZATION LUMP SUM 0.21 135,383.71 28,430.58
2563.601 TRAFFIC CONTROL LUMP SUM 0.21 65,638.56 13,784.10
2565.501 EMERGENCY VEHICLE PREEMPTION SYSTEM A LUMP SUM 0.50 11,695.34 5,847.67
2565.501 EMERGENCY VEHICLE PREEMPTION SYSTEM B LUMP SUM 0.50 11,957.09 5,978.55
2565.516 TRAFFIC CONTROL SIGNAL SYSTEM A SYSTEM 0.50 416,804.29 208,402.15
2565.516 TRAFFIC CONTROL SIGNAL SYSTEM B SYSTEM 0.50 375,120.51 187,560.26
TOTAL 450,003.31
(2)100% CITY (STATE AID)450,003.31
(3) 50% STATE, 50% CITY (STATE AID) FUNDS
ITEM SAP 130-010-015 UNIT QUANTITY UNIT PRICE COST
NUMBER WORK ITEM (3)
ATC CABINET 350 EACH 2.00 58,841.46 117,682.92
GRIDSMART VIDEO DETECTION SYSTEM (INCLD. 1 CAMERA)EACH 2.00 25,354.12 50,708.24
ADDITIONAL GRIDSMART CAMERA EACH 2.00 6,539.50 13,079.00
PTZ CAMERA EACH 2.00 5,207.36 10,414.72
TOTAL 191,884.88
(3)50% STATE 95,942.44
50% CITY (STATE AID)95,942.44
*** LUMP SUM AMOUNT ***
Data is considered Non-public prior to project award under the
Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13.- 3 -
VIII-10