Loading...
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