HomeMy WebLinkAboutVIII-08 Approve TH 61 Pre-Scoping Assessment Work Order City Council Memorandum
To: Mayor Fasbender & City Council Members
From: Ryan Stempski – Public Works Director/City Engineer
Date: March 16, 2022
Item: Approve Entry into Work Order Under Master Partnership Contract with MnDOT – TH 61 Pre-Scoping
Assessment
Council Action Requested:
Enclosed for City Council consideration is the Work Order Contract for the TH 61 Pre-Scoping Assessment issued
under authority of the MnDOT Master Partnership Contract No. 1028140 between the State of Minnesota and
the City of Hastings.
Background Information:
The State has programmed a comprehensive transportation study of the Trunk Highway 61 (Vermillion Street)
Corridor from 4th Street to 36th Street in the City of Hastings. Work has just got kicked off on this study and is
scheduled to conclude in the January of 2023. The goal of the study is to review available information on the
needs along TH 61, refine understanding of needs through stakeholder engagement, draft a purpose and need
document, develop improvements to address purpose and need, and recommend alternatives that have local
stakeholder support. MnDOT has hired H.R. Green to deliver the study in the estimated amount of $496,000.
Financial Impact:
The City’s cost-share responsibility per this Work Order Contract is $95,000. This amount is due in lump sum
upon execution of the work order. This amount is within the 2022 approved budget for the TH 61 Study. The
City may utilize its State Aid for Local Transportation funds to cover study expense.
Staff Recommendation:
Staff recommends the Council approve the City’s entry into the Work Order Contract and authorize the Public
Works Director/City Engineer’s signature to be affixed.
VIII-08
MnDOT Contract Number: 1028140W01
Receivable Work Order – Lump Sum 1
Updated 02/11/2020
STATE OF MINNESOTA
WORK ORDER UNDER
MASTER PARTNERSHIP CONTRACT
State Project No. SP 1913-107
Trunk Highway (TH) Number: 61
Project Description: TH 61 Pre-Scoping Assessment.
This Work Order Contract is issued under the authority of the State of Minnesota, Department of Transportation
(MnDOT) Master Partnership Contract No. 1028140 between the state of Minnesota acting through its Commissioner of
Transportation (“State”) and the City of Hastings, a political subdivision of the State of Minnesota (“Local Government”)
and is subject to all applicable provisions and covenants of that Contract which are incorporated herein by reference.
Work Order Contract
1. Term of Work Order Contract; Incorporation of Exhibits
1.1. Effective date: This Work Order Contract will be effective on the date that all required signatures are
obtained by State, pursuant to Minnesota Statutes Section 16C.05, subdivision 2.
1.2. Expiration date: This Work Order Contract will expire on 10/31/2023, or when all obligations have been
satisfactorily fulfilled, whichever occurs first. If project continues past expiration date of this Work
Order, State and Local Government agree to execute a new agreement with terms substantially similar
to this Work Order and its underlying Master Partnership Contract in order for State to provide work for
TH 61 Pre-Scoping Assessment until it is complete.
1.3. Exhibits: Exhibits A and B are attached and incorporated into this Work Order Contract
2. Nature of Work
2.1. X the blanks below to indicate the nature of the work to be performed. See Article 3. Services Requiring
a Work Order Contract, of the Master Partnership Contract for applicable definitions.
[ ] Contract Administration
[ ] Emergency Services
[ X ] Professional/Technical Services
[ ] Roadway Maintenance
3. Scope of Work
3.1. The State will perform services under this Work Order summarized generally as follows: Hire a
contractor to provide TH 61 Pre-Scoping Assessment as detailed on Exhibit A and B.
4. Items provided or completed by the Parties
4.1. The following will be provided or completed by the Local Government:
4.1.1 Payment for State Services
4.1.2 City of Hastings People Movement Plan
4.1.3 Aerial imagery-if available-that is orthorectified to reflect uniform scale and lack of distortion.
4.1.4 Historic project information from previous City investigations as they apply
4.1.5 Topographic Base Mapping (CADD standards as they apply
4.2. The following will be provided or completed by MnDOT: TH 61 Pre-Scoping Assessment as detailed on
Exhibits A and B.
5. Consideration of Payment
5.1. The Local Government will pay for all services performed by the State on a lump sum basis.
5.2. The Local Government’s obligation for all compensation and reimbursements to the State is $95,000.00.
VIII-08
MnDOT Contract Number: 1028140W01
2
6. Terms of Payment
6.1. The Local Government will pay the State upon execution of this work order.
6.2. After the work has been completed, at the request of the Local Government/State Agency, the State will
submit a signed report, and the signature will attest that the services have actually been performed.
6.3. Per Section 7.4 of the Master Partnership Contract;
6.3.1. The Local Government will pay the State as specified in this work order, and will make prompt
payment in accordance with Minnesota law.
6.3.2. Payment by the Local Government.
i. The Local Government will make payment to the order of the Commissioner of
Transportation.
ii. IMPORTANT NOTE: Payment must reference the MnDOT Contract and Work Order Number
shown on the face page of this contract and the MnDOT Invoice Number shown on the
invoice.
iii. Remit payment to the address below:
MnDOT
Attn: Cash Accounting
RE: MnDOT Contract Number 1028140W01 and Invoice Number: [#####]
(see note above)
Mail Stop 215
395 John Ireland Blvd
St. Paul, MN 55155
7. Authorized Representatives
7.1. The State’s Project Manager, for this Work Order is:
Name/Title: Bryant Ficek, P.E., Metro South Area Engineer, or successor
MnDOT - Metro District
Street Address: 1500 County Road B2
City State Zip: Roseville, MN 55113
Telephone: 651-443-2564
Email: bryant.ficek@state.mn.us
7.2. The State’s Project Manager is responsible for overseeing the State’s fulfillment of its obligations under
this Work Order, reviewing, providing and approving invoices, resolving disputes related to this Work
Order, and for giving or receiving any notices required or permitted by this Work Order.
7.3. The Local Government’s Project Manager for this Work Order is:
Name/Title: Ryan Stempski, P.E., City Engineer, or successor
Name of Gov’t: City of Hastings-Public Works
Street Address: 1225 Progress Drive
City State Zip: Hastings, MN 55033
Telephone: 651-480-2368
Email: rstempski@hastingsmn.gov
7.4. The Local Government’s Project Manager for this Work Order is responsible for overseeing the Local
Government’s fulfillment of its obligations under this Work Order, reviewing and approving invoices,
resolving disputes related to this Work Order, and for giving or receiving any notices required or
permitted by this Work Order.
8. Termination
8.1. Termination by the State or Local Government. The Local Government, the State or the Commissioner
of Administration may cancel this Work Order at any time, with or without cause, upon 30 days’ written
VIII-08
MnDOT Contract Number: 1028140W01
3
notice to the other Party. Upon termination, the State will be entitled to payment, determined on a pro
rata basis, for services satisfactorily performed.
8.2. Termination for Insufficient Funding. The State may immediately terminate this Work Order 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 payment of the services covered here. Termination must
be by written or fax notice to the Local Government. The State is not obligated to pay for any services
that are provided after notice and effective date of termination. However, the Local Government will be
entitled to payment, determined on a pro rata basis, for services satisfactorily performed to the extent
that funds are available. The State will not be assessed any penalty if the Work Order is terminated
because of the decision of the Minnesota Legislature, or other funding source, not to appropriate funds.
The State must provide the Local Government notice of the lack of funding within a reasonable time of
the State’s receiving that notice.
9. Additional Provisions
9.1. None.
[THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK.]
VIII-08
MnDOT Contract Number: 1028140W01
4
LOCAL GOVERNMENT
The Local Government certifies that the appropriate
person(s) have executed the contract on behalf of the
Local Government as required by applicable articles,
bylaws, resolutions or ordinances.
By:
Title:
Date:
By:
Title:
Date:
COMMISSIONER OF TRANSPORTATION
By:
Title: District Engineer or Assistant District Engineer
Date:
COMMISSIONER OF ADMINISTRATION
By:
Date:
VIII-08
Exhibit A – Specifications, Duties, and Scope of Workto be performed under MnDOT Contract No. 1047973
i
Table of Contents
General Statement of Scope of Work 1
Background 1
1.Project Management and Agency Coordination 1 1.1. General Project coordination 1 1.2. Develop and Maintain Project Schedule 1 1.3. Invoicing and Progress Reports 1 1.4. Quality Management 1 1.5. Project Kick-Off Meeting 1 1.6. Project Management Team (PMT) Meetings 1 1.7. State Deliverables 1
1.8. Contractor Deliverables 2
2.Public and Stakeholder Engagement 2 2.1. Stakeholder Analysis & Strategy 2
2.2. Public & Stakeholder Engagement Plan 2 2.3. Public Open Houses 2 2.4. Follow-up Online Public Meeting 3 2.5. Project Website Updates 3 2.6. Online Surveys 3 2.7. Online Comment Map 3 2.8. Outreach Meetings 4 2.9. City Council Outreach 4 2.10. State Deliverables 4 2.11. Contractor Deliverables 4
3.Existing Corridor Review 5 3.1. Existing Conditions Review 5 3.2. Environmental Scan 5 3.3. Equity Evaluation 6
3.4. Data Collection 6 3.5. State Deliverables 7 3.6. Contactor Deliverables 7
4. Traffic and Safety Analysis 7 4.1. Peak Period Counts 7 4.2. Develop Existing Balanced Network 7
4.3. Existing Synchro/Simtraffic Model Development 7 4.4. 2040 No Build Traffic Forecasts 8 4.5. 2040 No Build Synchro/Simtraffic Volume and Model Development 9 4.6. Traffic Operations Technical Memorandum 9 4.7. Safety Analysis 9 4.8. Sate Deliverables 10 4.9. Contractor Deliverables 10
5. Retaining Walls Evaluation 10 5.1. Retaining Wall Analysis 10 5.2. Cost Estimate 10 5.3. Public Meetings 10
MNDOT Contract No. 1028140W01VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
ii
5.4. State Deliverables 10 5.5. Contactor Deliverables 10
6. Purpose and Need Document 11
6.1. Purpose and Need 11 6.2. State Deliverables 11 6.3. Contractor Deliverables 11
7. Alternatives Development 11 7.1. Identification of Potential Improvements 11 7.2. Alternatives Development 12 7.3. Corridor Segment and Overall Travel Time Streetlight Analysis 12 7.4. Alternative Traffic Forecasting 12 7.5. 2021 and 2040 Build Synchro/Simtraffic Alternative Model Development 12 7.6. Alternative Traffic Operations Technical Memorandum 12 7.7. Visualizations 13
7.8. State Deliverables 13 7.9. Contractor Deliverables 13
8. Drainage Analysis 13 8.1. Existing Drainage Condition Review 13 8.2. Alternative Evaluation 13 8.3. State Deliverables 14
8.4. Contractor Deliverables 14
9. Right of Way 14 9.1. Right of Way Impact Evaluation 14 9.2. Contractor Deliverables 15
10. Opinion of Probable Total Project Cost 15 10.1. State Deliverables 15 10.2. Contractor Deliverables 15
11. Alternatives Evaluation 15 11.1. Alternative Evaluation 15 11.2. State Deliverables 16 11.3. Contractor Deliverables 16
12. Corridor Evaluation Report 16 12.1. State Deliverables 16 12.2. Contractor Deliverables 16
THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
1
General Statement of Scope of Work
Contractor will assist the State in project management, stakeholder engagement, intersection evaluation (including
traffic modeling), access management evaluation, retaining wall evaluation, draft a corridor purpose and need, and
develop future corridor alternatives.
Background
This Project is located on United States (US) 61 (Vermillion Street) from 4th Street to 36th Street in the City of
Hastings, for a total length of approximately 2.25 miles. US 61 will continue to serve as an important route for
vehicle and freight traffic as part of the National Highway System. However, US 61 is a lower speed urban section
within the project limits to just south of Trunk Highway (TH) 316 and multimodal mobility and safety are
important considerations. The State has a pavement preservation project State Project (SP) 1913-107 planned in
2026 for US Highway 61 (Vermillion Street). The goal of this Contract is to review available information on needs
along this section of TH 61, refine understanding of needs through stakeholder engagement, draft a purpose and
need document, develop improvements to address purpose and need, and recommend alternatives that have local
stakeholder support. These alternatives will undergo screening to inform the preservation project and possible
future phases of implementation.
1. Project Management and Agency Coordination
1.1. General Project coordination
1.1.1 Contactor will manage Contractor time and effort to meet the project schedule and budget.
1.2. Develop and Maintain Project Schedule
1.2.1 Contractor will develop and maintain project schedule; utilize schedule to identify action required from
State in advance of when it is needed to maintain workflow. The anticipated duration of the project is 12
months. A draft schedule has been provided to State separate from this scope document.
1.3. Invoicing and Progress Reports
1.3.1 Contractor will prepare and submit monthly progress reports, schedule updates and invoices.
1.4. Quality Management
1.4.1 Contractor will prepare appropriate quality management documentation for submittals, document
resolution of review comments.
1.5. Project Kick-Off Meeting
1.5.1 Contractor will prepare for, develop materials, attend (up to 3 Contractor staff) and document one 2-hour
project kick-off meeting.
1.6. Project Management Team (PMT) Meetings
1.6.1 Contractor will prepare for, develop materials, attend, and document up to 12 PMT meetings. The
Contractor Project Manager and up to two additional staff will attend, based on the technical topics to be
discussed. The PMT is expected to include staff from State, City of Hastings, and Contractor. The PMT
is expected to begin virtually with possible transition to in person at State’s (Water’s Edge) or City of
Hastings offices. PMT meetings will be up to 2 hours long.
1.7. State Deliverables
1.7.1 Review and approve Contractor deliverables
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
2
1.7.2 Assistance with agency coordination as needed to promote and support development and completion of
the Corridor Study
1.7.3 Selection of PMT participants and coordination outside of meetings as needed
1.8. Contractor Deliverables
1.8.1 Monthly invoices
1.8.2 Progress reports
1.8.3 Quality management documentation per submittal
1.8.4 Kick-off meeting agenda, materials, and summary
1.8.5 PMT meeting agendas, materials, and summaries
2. Public and Stakeholder Engagement
2.1. Stakeholder Analysis & Strategy
2.1.1 Coordinate with State and the City of Hastings to develop a list of key project stakeholders.
2.1.2 Contractor will conduct up to two half-hour phone interviews with State staff and/or a project partner
such as City representative to build out this list. The stakeholder list will contain full contact information
for each entry, as well as recommend engagement frequency and type for groups of stakeholders. The list
will be included in the Public & Stakeholder Engagement Plan (Task 2.2).
2.2. Public & Stakeholder Engagement Plan
2.2.1 Contractor will develop a Public & Stakeholder Engagement Plan that outlines project objectives, project
stakeholders, key messages, roles and responsibilities, and engagement tools and techniques for various
audiences. The project team will use this document as a road map.
2.3. Public Open Houses
2.3.1 Plan, manage and summarize up to three 2-hour public in-person or virtual open houses that offer input
opportunities at key milestones. The first open house will provide a project overview, offer a forum for
the public to visit with project staff, share with the public known existing issues, and seek to capture
public input on additional areas of concern and need. The second open house will summarize the draft
purpose and need document informed by public input, present potential improvements to address these
needs, and overview the screening process. The third open house will share alternatives for review and a
draft implementation plan. Up to 3 Contractor staff will attend the public open houses and support the
set-up, facilitation, and tear down of each event. Contractor assumes the public open houses will be held
at a no-fee or donated location such as the Hastings Armory, Hastings City Hall, and Hastings Civic
Arena.
2.3.2 Contractor will provide food/refreshments and supply a family-friendly project-related activity to help
maximize attendance and meaningful discussions. Informative invitation postcards will be designed,
printed and mailed to local property and business owners to promote the public open houses and increase
community participation.
2.3.3 Contractor will develop template materials such as an email invite and/or social media content for local
partners to communicate the public open houses with their stakeholders.
2.3.4 Contractor will draft and deliver information exhibits to help guide public open house attendees through
the project development process and clearly define input opportunities and next steps.
2.3.5 Contractor will work with State and the City in advance of each public open house to prepare the agenda,
define key messages, and determine displayed materials.
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
3
2.3.6 Contractor will design and print a project overview handout, project layouts, comment/feedback forms,
sign-in sheets, and staff nametags. Up to six informational display boards will be designed and printed
for the first public open house, and up to three additional boards will be produced for each subsequent
public open house. Contractor assumes some of the original boards will be reused for these events. A
summary of each meeting will include meeting attendance, key themes, and verbatim comments. The
context of the project corridor varies along its length.
2.3.7 Contractor will propose to State and City how to geographically and or topically break-up in-person or
public open houses in a manner to effectively gather public input.
2.4. Follow-up Online Public Meeting
2.4.1 Contractor will develop an online public meeting immediately following public open house to solicit
feedback on the alternatives from those who were unable to attend the in-person public open house. The
online public meeting is intended to increase participation in the public engagement process by allowing
community members and project stakeholders to provide input on their own time and at their
convenience.
2.4.2 Contractor will develop up to one online public meeting, assumed to be hosted externally to State and
linked to the project website. The online public meeting could include a virtual tour of the project
information, videotaped comments from the Project Manager, an embedded input form for commenting,
a brief survey tool (see Task 2.6), and a custom comment map (see Task 2.7).
2.4.3 Contractor will use social media ad (brief text plus a simple image) to drive traffic to this virtual
meeting. The online public meeting will be shared with stakeholder groups to broaden visibility and
participation.
2.4.4 Contractor will provide a summary and analytics post-meeting.
2.5. Project Website Updates
2.5.1 Contractor will recommend, draft, and deliver up to six project updates for posting to a project website
hosted by State. Content will include project background, purpose, FAQs, priorities, process, schedule,
and meeting notifications, as well as ways to provide input and connect with project staff.
2.5.2 Contractor will provide outreach materials such as the public open house exhibits in PDF format to State
for posting to the project website. State will be responsible for posting each update, while Contractor will
be responsible for managing content development and making it Americans with Disabilities Act
(ADA)-compliant (according to State’s digital communications standards) while using plain language.
2.6. Online Surveys
2.6.1 Contractor will design, deliver, and promote up to two brief online surveys to identify project corridor
issues and to provide input on the design options. These surveys can be stand-alone engagement tools
that are accessed via a link on the project website and/or a component of the online public meeting.
Survey promotions will include implementing targeted Facebook advertisements (brief text plus a simple
image) and direct stakeholder messages and leveraging project partner communication channels such as
the City of Hastings’ social media accounts to increase community participation.
2.6.2 Contractor will provide a survey summary after each survey has closed.
2.7. Online Comment Map
2.7.1 Contactor will develop an online comment map to allow users to provide geospatial input by dropping
pins within the project area and adding comments. Custom comment categories can be included in the
tool. Participants will have the option to tag their comment to a featured category. They also can view
other comments anonymously and filter them by category. The map will be optimized for mobile use and
have a user-friendly comment management back-end to help the project team sort comments and better
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
4
understand input. This mapping tool can be embedded within the project website as a component of or
separate from the online public meeting. If it is made available as a stand-alone engagement tool.
2.7.2 Contractor will use social media to drive traffic to the map.
2.8. Outreach Meetings
2.8.1 Contractor will support up to 6 one-on-one and/or group stakeholder meetings (up to 1 hours each) to
resolve site-specific issues. Possible stakeholders are individual businesses, the freight community, and
specific neighborhoods or groups of property owners.
2.8.2 Contractor will provide logistics support, including identifying a meeting venue and inviting attendees
through electronic notification materials. In addition, one Contractor staff will attend each meeting. A
summary will be provided following each meeting. When possible, public open house materials will be
repurposed for these stakeholder meetings.
2.9. City Council Outreach
2.9.1 Contractor will Assist State with the facilitation of up to two 90 minutes each in-person or virtual City
Council workshops and up to two formal in-person or virtual City Council presentations of up to 30
minutes each with one staff member. The workshops will provide a project update and an organized
setting for City Council members to ask questions of project representatives. Public or virtual open house
materials will be repurposed for the workshops. Up to 2 Contractor staff will attend the workshops to
provide technical support and note-taking.
2.9.2 Contractor will collaborate with State to develop a presentation and project overview handout to aid a
formal City Council presentation
2.10. State Deliverables
2.10.1 State will support the stakeholder list development process by providing previously gathered contact
information to Contractor and/or participating in list-building consultations
2.10.2 State will post project website updates and inform the City when updated are made
2.10.3 State will provide media outreach and support
2.10.4 State will review and comment on each deliverable once before it becomes final
2.10.5 State will provide reviews within 5 business days of draft materials delivery
2.11. Contractor Deliverables
2.11.1 Stakeholder list (Excel spreadsheet), with initial list provided by State (see below)
2.11.2 Draft and final Public & Stakeholder Engagement Plan (electronic)
2.11.3 Three 2-hour public open houses with 3 Contractor staff (travel time and mileage included)
2.11.4 Three 1-hour public open house planning sessions via conference call; 2 Contractor staff
2.11.5 Up to 2 design layouts per public open house
2.11.6 Up to 500 invitation postcards in advance of each public open house (1,200 total postcards)
2.11.7 Up to 6 total informational display boards per meeting
2.11.8 Up to 3 versions of a project overview handout, 75 printed copies per public open house and 15
printed copies per one-on-one stakeholder meeting (255 total handouts)
2.11.9 Comment forms, sign-in sheets, and staff nametags per public open house (printed)
2.11.10 Up to $200 in food/refreshments per public open house
2.11.11 Three public open house summaries (electronic)
2.11.12 Draft and final online public meeting content (electronic)
2.11.13 Up to 1 online public meeting summary and analytics (electronic)
2.11.14 Up to 6 project website updates (electronic)
2.11.15 Up to 2 draft and final online survey tools using GetFeedback and/or SurveyMonkey platforms
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
5
2.11.16 Up to $600 in social media advertisements to promote the online survey tools, online public meeting
and online comment map ($150 per ad for a 1-week run)
2.11.17 Up to 2 draft and final survey summaries (electronic)
2.11.18 Up to 1 online comment map (electronic)
2.11.19 Up to 8 draft and final direct stakeholder messages (electronic)
2.11.20 Up to 3 stakeholder meeting summaries (electronic)
2.11.21 Up to 3 City Council workshop presentations (electronic)
2.11.22 Up to 2 City Council presentation (electronic)
2.11.23 Up to 1 project overview handout tailored for City Council Members (printed)
3. Existing Corridor Review
Contractor will review the existing corridor. The task includes data collection to support this and subsequent tasks.
Existing operational and safety considerations for all travel modes will be undertaken as part of Task 4.
3.1. Existing Conditions Review
3.1.1 Contactor will conduct a planning-level review of the existing corridor conditions that could present
issues, constraints, or opportunities that might inform identification of needs and influence the
development of corridor alternatives. The review will be conducted using existing, readily available
information as well as a site visit. The review will document
3.1.1.1. Number of lanes/cross-section, including turn lanes
3.1.1.2. Speed limit(s)
3.1.1.3. Previous economic development studies and analysis documents, and review of current
development proposals or prospective proposals
3.1.1.4. Access locations/existing access control
3.1.1.5. Other observable corridor characteristics
3.2. Environmental Scan
3.2.1 To gather an understanding of the environmental, cultural, and social characteristics of the area, baseline
information will be collected, relying on readily available, online information and plans from agencies
responsible for environmental resources (e.g., US Fish and Wildlife Service). This baseline information
is typically a collection of geographic information systems (GIS) data, as well as plans and policies that
provide directives for the area (comprehensive plans, zoning information, etc.). Information will also be
compiled from other environmental studies that have been completed or are nearing completion in the
study area. A windshield survey should also be conducted to validate other sources. Environmental,
cultural, and social factors that will be scanned in the project area include:
3.2.1.1. Land Use: A review of existing local and/or regional plans for the study area to determine if
the project will be consistent with existing and future planning assumptions. Note on the
environmental resources map the future land use areas.
3.2.1.2. Prime and Unique Farmlands: Documentation of any farmland present, specifically prime and
unique farmlands.
3.2.1.3. Social and Economics: Assessment of existing populations (e.g. children, elderly, minorities,
persons with mobility restrictions) within the study area, as well as emergency services, traffic
patterns, and community cohesion.
3.2.1.4. Pedestrians and Bicycles: Identification of existing facilities within the study area.
3.2.1.5. Air Quality: Evaluation of existing air quality within the study area.
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
6
3.2.1.6. Water Quality: Identification of any streams or waterbodies within the study area, as well as
any water quality information available.
3.2.1.7. Wetlands: Desktop delineation of wetlands within the study area.
3.2.1.8. Fish and Wildlife: Identification of potential habitat for bats, birds, fish or wildlife. This will
also determine if any state listed species are potentially present.
3.2.1.9. Flood Plains: Identification of any designated floodplain areas within the study area.
3.2.1.10. State Scenic River: Identification of state scenic rivers within the study area.
3.2.1.11. Threatened and Endangered Species: Identification of potential habitat for candidate or listed
species. This will also determine if any state listed species are potentially present.
3.2.1.12. Historical, Archaeological & Cultural Resources: Completion of a records search with noting
locations of previously completed surveys and sites.
3.2.1.13. Regulated Material/Waste: Completion of a record search of previously documented regulated
material sites.
3.2.1.14. Section 4(f) and 6(f) Properties: Identification of potential Section 4(f) and 6(f) properties
within the study area.
3.3. Equity Evaluation
3.3.1 Contractor will perform an equity scan along the corridor, consistent with the Equity Lens Framework
developed by State’s Office of Equity and Diversity. The US 61 project provides the opportunity not just
to engage diverse stakeholders and minimize adverse impacts but potentially to improve transportation
equity as part of the project investment.
3.3.2 Approach refinement
3.3.2.1. Contractor will engage the PMT on a working definition of transportation equity to be applied
to this task.
3.3.2.2. Contractor will propose to the PMT a process to engage corridor stakeholders, document
issues and opportunities, and identify potential actions.
3.3.2.3. Understanding and Issue Identification: Develop an understanding of potential equity issues
and opportunities in the project study area, emphasizing input from individuals and/or groups
facing equity-related transportation barriers and opportunity gaps in the corridor area.
Understanding will be developed by the following:
3.3.2.3.1. Review demographic data for the study area.
3.3.2.3.2. Identify potential equity issues, needs, and opportunities potentially related to the
project.
3.3.2.3.3. Document stakeholder input process and results for potential use as NEPA supporting
documentation in the future.
3.3.2.3.4. Conduct up to six phone or online interviews with individuals or organizations to
further understanding of potential equity issues, concerns, and opportunities.
3.3.2.4. Issue and Opportunity Assessment: Contractor will assess issues, concerns, and opportunities
identified under Task 3.3.2.3 as part of Task 12.
3.4. Data Collection
3.4.1 Contractor will coordinate with State to receive the following data:
3.4.1.1. Topographic Base Mapping (MicroStation format conforming to MnDOT Level 1& 2 CADD
standards as they apply).
3.4.1.2. Contour mapping and/or TIN (MicroStation format conforming to MnDOT Level 1 & 2
CADD standards as they apply).
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
7
3.4.1.3. If the State is not in possession of mapping, the State will obtain the mapping from the City
and/or Dakota County.
3.4.1.4. Aerial imagery—if available—that is orthorectified to reflect uniform scale and lack of
distortion.
3.4.1.5. Historic project information from previous State, Dakota County and City investigations as
they apply.
3.4.1.6. Right-of-way mapping (legal boundaries & easements) in MicroStation format conforming to
MnDOT Level 1 & 2 CADD standards as they apply).
3.4.1.7. Sustained high crash locations intersections or segments (based on crash rate, crash frequency,
or systemic risk assessment) identified in the Metro District.
3.4.1.8. Intersection 13 hour turning movement counts that capture the AM and PM peak hours and
associated videos of the intersections identified in Task 4. Counts will include pedestrian and truck
movements as well. Assumes videos will be provided electronically and counts in Excel.
3.4.2 Contractor will coordinate with City and County to receive the following data:
3.4.2.1. Dakota County led study of County Road 47 to incorporate recommended improvements at
US 61.
3.4.2.2. City of Hastings People Movement Plan
3.5. State Deliverables
3.5.1 Review and approve Contractor deliverables
3.5.2 Provide ProjectWise access
3.5.3 Equity Lens Framework and example equity evaluation
3.6. Contactor Deliverables
3.6.1 Existing Conditions Technical Memorandum (draft and final)
4. Traffic and Safety Analysis
Contractor will collect and analyze updated 15-minute turning movement and pedestrian/bicycle counts as
specified below, for intersections on Highway 61. Counts will be taken on a Tuesday, Wednesday, or Thursday
when no adverse weather conditions, holidays or special events, road construction, or traffic incidents are affecting
traffic. Turning movement counts must be provided as soon as available to State to be posted on State’s turning
movement count website.
4.1. Peak Period Counts
4.1.1 Contractor will collect 13-hour turning movement counts (6 AM to 7 PM) at TH 61 intersections.
4.1.2 Contractor will prepare a map or table of proposed locations and will submit the information to MnDOT
for verification before counts are scheduled
4.2. Develop Existing Balanced Network
4.2.1 Contractor will develop a balanced network of intersection turning movements for the model area (see
Task 4.3 for description of the model area). Balanced network will be 1-hour AM and 1-hour PM peak
period volumes.
4.3. Existing Synchro/Simtraffic Model Development
4.3.1 Contractor will characterize level of service (LOS) for existing conditions. Synchro/SimTraffic will be
used to evaluate the operations and determine the level of service. The model will take into account the
existing signal timings, pedestrians, bicycles, transit, and motor vehicles for a complete model of the
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
8
corridor that can then be used in the analysis and for presentation. Operational analysis will be
summarized for individual problem areas as well as corridor-wide measures of effectiveness including
LOS, delay, average travel time, and average travel speeds.
4.3.2 Contractor will record observations regarding signal cycle failures, queuing, duration of congestion and
recovery periods. The existing conditions Synchro/SimTraffic model will be developed for the existing
roadway under year 2021 AM and PM peak period volume conditions. The existing conditions
Synchro/SimTraffic model will be calibrated to reasonably match field conditions for volume, plus travel
time and/or observed queue. Study area for the Synchro/SimTraffic model will include the following
limits.
4.3.2.1. TH 61 from 3rd Street to the City of Hastings’ southern limit, including the following:
intersections:
4th Street (signal)
5th Street (TWSC)
6th Street (TWSC)
7th Street (TWSC)
8th Street (TWSC)
9th Street (TWSC)
10th Street (signal)
Trunk Highway 55 (signal)
12th Street (TWSC)
14th Street (TWSC)
15th Street (signal)
16th Street (TWSC)
17th Street (TWSC)
18th Street (TWSC)
19th Street (TWSC)
CSAH 47 (signal)
21st Street (TWSC)
22nd Street (TWSC)
23rd Street (TWSC)
24th Street (TWSC)
25th Street (TWSC)
26th Street (RI/RO)
Trunk Highway 316
33rd Street
Cannon Street
36th Street (TWSC)
MOEs will be reported using 10 runs of the SimTraffic software. The MOEs will include the following:
Overall intersection, intersection approach, and intersection movement vehicular delay and LOS (for each modeled intersection).
Intersection average and max queues by movement (for each modeled intersection). Corridor segment and overall travel time. 4.4. 2040 No Build Traffic Forecasts
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
9
4.4.1 Contractor will obtain and review 2040 traffic forecasts for TH 61 and intersecting County and City
roads from available sources, such as the City of Hasting Comprehensive Plan and the Dakota County
2040 Transportation Plan as well as other MnDOT and Met Council information.
4.4.2 The Contractor will coordinate with the City of Hastings and Dakota County to obtain any locally-led
current studies or comprehensive planning efforts that may influence traffic volumes and routes this area.
4.4.3 Using the data from 4.4.1 and 4.4.2, the Contractor will develop growth rate(s) to apply to TH 61 and the
study intersection cross-streets. Based on the forecasting data, the Contractor may determine a future
growth rate for specific segments, individual intersections, and/or individual movements. Contractor will
work with stakeholders to arrive at an agreement on travel forecast methodology and assumptions. The
Twin Cities Regional Activity Based Travel Demand Forecast Model is not required for this task.
4.4.4 Contractor will use the existing balanced volume network (Task 4.2) and forecast volume growth rates to
develop a 2040 balanced volume network for the Synchro/Simtraffic model area (see Task 4.3 for
description of the model area). Balanced networks will be 1-hour AM and 1-hour PM peak period
volumes. Forecasts must be approved prior to using for any purposes including, but not limited to,
capacity analysis, alternative development and evaluation, public information, and project development.
4.5. 2040 No Build Synchro/Simtraffic Volume and Model Development
4.5.1 Contractor will use the existing calibrated Synchro/SimTraffic model to develop a 2040 No Build
Synchro/SimTraffic model.
MOEs will be reported using 10 runs of the SimTraffic software. The MOEs will include the following:
Overall intersection, intersection approach, and intersection movement vehicular delay and LOS (for
each modeled intersection). Intersection average and max queues by movement (for each modeled intersection). Corridor segment and overall travel time. 4.6. Traffic Operations Technical Memorandum
4.6.1 Contractor will prepare a technical memorandum to summarize the 2021 Existing and 2040 No Build
traffic operational analysis results. The technical memorandum will include a section on construction and
calibration of the Synchro/SimTraffic model, a section on the existing conditions, plus a section
summarizing the traffic operational analysis results from the Synchro/SimTraffic models, focusing on
identifying operational issues and needs. The list of MOEs from Task 4.3 and Task 4.5 will be included
as part of this technical memorandum.
4.6.2 Contractor will hold 1 meeting with the State to review the draft memorandum.
4.7. Safety Analysis
4.7.1 Conduct an existing conditions safety analysis for TH 61 within the project limits. This will include
summaries of vehicle, pedestrian, and bicycle crashes to identify existing crash patterns on TH 61,
including the study intersections identified above. The analysis will include the calculation of crash rates
and critical crash rates to determine if there are locations showing an unusually high crash
frequency/rate.
4.7.2 In response to identified crash patterns or at locations where the crash rate exceeds the critical crash rate,
countermeasures (with crash modification factors) to mitigate the crashes will be identified.
4.7.3 The Contractor will seek to identify short-term and long-term recommendations to address identified
deficiencies. For up to four alternatives, a qualitative analysis will be conducted to assess potential safety
benefits. The treatments will be compared to each other and ranked qualitatively with respect to their
potential to improve safety in the project area. Potential to improve safety will be gauged by
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
10
identification of crash mitigation factors (CMFs) for major improvements, using countermeasures
available in the CMF Clearinghouse.
4.7.4 Contractor will document safety analysis in a technical memorandum.
4.8. Sate Deliverables
4.8.1 Approval of Turning Movement Count Locations
4.8.2 Review and Accept Synchro/SimTraffic Models
4.8.3 Review and Accept Traffic Operations Technical Memorandum
4.8.4 Review and Accept Safety Analysis Memorandum
4.9. Contractor Deliverables
4.9.1 Map of Turning Movement Counts Collected and to be Collected
4.9.2 Turning Movement Counts – up to 30 intersections
4.9.3 Synchro/SimTraffic Files
4.9.4 Traffic Data MOEs
4.9.5 Traffic Operations Technical Memorandum (draft and final)
4.9.6 Safety Analysis Memorandum
4.9.7 Up to one meeting to discuss the draft Traffic Operations Technical Memorandum
5. Retaining Walls Evaluation
The Contractor will evaluate retaining wall located on the west side of TH 61 (Vermillion Street) between 10th
Street and 145th street/TH55. The walls fronting Vermillion Street have shared ownership between MnDOT and
independent School District #200. The Contractor will discuss any invasive evaluation techniques with the State
prior to commencing such activities. The Contractor will document the existing conditions and provide
recommendations on improvements, differentiating immediate and long-term improvements as appropriate.
Contractor will consider preventive maintenance, minor maintenance, and major rehabilitation improvements.
5.1. Retaining Wall Analysis
5.1.1 Prepare the Preliminary Retaining Wall Analyses modeling for the following conditions:
5.1.1.1. Existing conditions
5.1.1.2. Improvement recommendations
5.1.1.3. Preferred Alternative(s) conditions
5.2. Cost Estimate
5.2.1 Contractor will prepare retaining wall repair or replace cost estimates and cost share between MnDOT
and the School District
5.3. Public Meetings
5.3.1 Contractor will provide up to one staff to attend Public Meetings with Cities and affected groups (i.e.
City’s Heritage Preservation Commission) as MnDOT’s representative for Retaining Wall. This staff
person is in addition to Contractor Deliverables described under Task 2.
5.4. State Deliverables
5.4.1 Record Plans (from State, City of Hastings, and School District)
5.4.2 Participate in Agency and Stakeholder Coordination and Review
5.4.3 Review and Accept on Retaining Walls Layout and Technical Memorandum
5.5. Contactor Deliverables
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
11
5.5.1 Retaining Walls of proposed conditions
5.5.2 Retaining Walls Overview Maps, showing layout
5.5.3 Preliminary cost estimates for developed conditions
5.5.4 Technical Memorandum (draft and final)
5.5.5 Correspondence
6. Purpose and Need Document
6.1. Purpose and Need
6.1.1 Contractor will prepare a Purpose and Need Statement to satisfy NEPA requirements. The Contractor
will prepare two versions of the document, draft and final. This document should be based on the
evaluation of existing conditions, identified issues, and the first round of public outreach as outlined in
Tasks 2 through 5.
6.2. State Deliverables
6.2.1 Coordinate review of purpose and need with appropriate functional groups
6.3. Contractor Deliverables
6.3.1 Draft Purpose and Need Statement
6.3.2 Final Purpose and Need Statement
7. Alternatives Development
7.1. Identification of Potential Improvements
7.1.1 Contractor will develop potential roadway improvements to address the issues and needs of the corridor,
based on the evaluation of existing conditions, identified issues, and the first round of public outreach as
outlined in Tasks 2 through 5.
7.1.1.1. Design Standards: Define key design elements such as design speed, urban/rural sections
7.1.1.2. Typical Sections: Identify up to three typical sections that would be appropriate for the
corridor and address the identified needs.
7.1.1.3. Pedestrian/Bicycle Facilities: Identify facility type or types (e.g., separated trail, on-road) and
potential location (east side/west side).
7.1.1.4. Pedestrian/Bicycle Crossings: Based on locations of existing and potential future
pedestrian/bicycle facilities in conjunction with likely generators of pedestrian/bicycle traffic,
identify up to 8 crossings of TH 61 where crossing improvements may be needed. Develop
ped/bike routing plan (graphic).
7.1.1.5. Access Modification: Identify opportunities to reduce or combine access along the corridor.
There is a combination of public, commercial, and residential access along the corridor that will be
reviewed for potential modification.
7.1.1.6. Intersection Alternatives: Based on traffic and safety information from Task 4, identify up to
10 intersections where design or traffic control changes may be needed and develop potential
solutions.
7.1.2 Contractor will seek input from PMT on the alternative components for the purpose of prioritizing those
with the most applicability to the corridor prior to proceeding to Task 7.2. The conclusion of the PMT
discussion will include agreement regarding which components should be included in the alternative.
7.1.3 Contractor will prepare a brief Roadway Components Analysis memorandum documenting the process
used to identify the four alternatives for development.
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
12
7.2. Alternatives Development
7.2.1 Contractor will produce conceptual design development of roadway alignments, and geometry for up to
four alternatives for the corridor within the project limits. The alternative evaluations will be based on
the potential improvements developed in Task 7.1. The alternatives will be developed to a concept level
for the purpose of evaluating benefits and costs at a planning level only (see Task 11 Alternatives
Evaluation).
The conceptual designs will be completed on State supplied topographic and contour mapping. The
accuracy of the conceptual designs and quantities derived therefrom will be commensurate with the
accuracy of the supplied mapping.
The alternative layouts will include proposed two-dimensional (2D) elements such as alignment and
geometry changes. AutoTURN movements will be conducted to accommodate the WB-67 design
vehicle. Conceptual construction limits and right-of-way impacts will be estimated based on the
proposed 2D geometry. It is assumed that there will be no change to the vertical profile of the roadway
within the project limits.
The alternative design will not address utility relocations or staging implications. Designs will use
flexible design guidelines as relevant and will be consistent with the MnDOT Roadway Design Manual
and applicable Technical Memoranda.
7.3. Corridor Segment and Overall Travel Time Streetlight Analysis
7.3.1 Contractor will utilize StreetLight (access provided at no charge to Contractor via State) to gain insight
into traffic characteristics in the study area.
7.3.2 Contractor will identify the origins and destinations of traffic traveling through the TH 61 corridor study
area using StreetLight data. This information will be used to evaluate potential shift of traffic within the
TH 61 corridor based on the roadway changes proposed in the four alternatives.
7.4. Alternative Traffic Forecasting
7.4.1 Contractor will use the existing 2021 balanced volume network (Task 4.3) and 2040 No Build balanced
volume network (Task 4.4) to develop 2021 and 2040 balanced volume networks for each of the up to
four alternatives development in the Synchro/Simtraffic model area (see Task 4.3 for description of the
model area). Balanced networks will be 1-hour AM and 1-hour PM peak period volumes. Essential to the
forecasting information will be a corridor analysis of trip origination and destination using the traffic
counts and StreetLight Origin-Destination (O-D) data collected to provide a generalized O-D
understanding. It is anticipated that the alternative improvements will necessitate local changes in the
travel patterns, not regional adjustments in the existing travel shed.
7.4.2 Contractor will coordinate with the State to verify the 2021 and 2040 Alternative network assumptions.
Forecasts must be approved prior to using for any purposes including, but not limited to, capacity
analysis, alternative development and evaluation, public information, and project development.
7.5. 2021 and 2040 Build Synchro/Simtraffic Alternative Model Development
7.5.1 Contractor will adjust the existing 2021 calibrated and 2040 No Build Synchro/SimTraffic models to
develop new models for the up to four alternatives from Task 7.2.
MOEs will be reported using 10 runs of the SimTraffic software. The MOEs will include the following:
Overall intersection, intersection approach, and intersection movement vehicular delay and LOS
(for each modeled intersection).
Intersection average and max queues by movement (for each modeled intersection).
7.6. Alternative Traffic Operations Technical Memorandum
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
13
7.6.1 Contractor will prepare a technical memorandum to summarize the Alternative 2021 and 2040 Build
forecasting and traffic operational analysis results from the Synchro/SimTraffic models. The list of
MOEs from Task 4.3 and Task 4.5 will be included as part of this technical memorandum.
7.6.2 Contractor will hold one meeting with the State to review the draft memorandum.
7.7. Visualizations
7.7.1 Contractor will prepare up to four static visualizations of the corridor to be used with stakeholders to
support understanding and decision-making. Visualizations will be developed using linework from the
alternative designs developed in Task 5.2 Features of the existing roadway will be represented generally
by outlining and coloring but will not be at survey level.
7.8. State Deliverables
7.8.1 Access to StreetLight Data
7.8.2 Review and Accept Alternative Traffic Operations Technical Memorandum
7.8.3 Design vehicle(s) to use for turning movement analysis at impacted intersections and/or entrances to
commercial sites
7.8.4 Right of Entry to private properties (if it is agreed it is necessary)
7.8.5 Review of conceptual layouts by the State, City of Hastings, Dakota County (and other affected
agencies) to be completed within two weeks each for the draft and final
7.9. Contractor Deliverables
7.9.1 Technical Memorandum summarizing Alternative forecasts and results. (draft and final).
7.9.2 Highway Design Standards Form
7.9.3 Roadway Components Analysis, including pedestrian/bicycle routing plan
7.9.4 Draft conceptual layouts for each alternative (up to four)
7.9.5 Up to four visualizations of design alternatives
8. Drainage Analysis
Contractor will analyze both existing and alternative drainage conditions in accordance with State standards and
environmental permit rules. The results of the analysis, including the modeling results, drainage layout, and cost
estimates, will be communicated to State and stakeholders to make informative decisions. Drainage analysis will
consist of two major tasks.
8.1. Existing Drainage Condition Review
8.1.1 Contractor will establish existing project drainage conditions by creating a hydraulics model for the
contributing watershed. The model will utilize an Atlas 14 rainfall distribution and incorporate the
current land use and in-place scoystems. Drainage concerns, constraints, and opportunities identified in
the drainage review and modeling process will be reviewed and discussed with the local government
stakeholders before advancing to the proposed condition. Key elements of this task include:
8.1.1.1. Record review (existing infrastructure condition and any existing flooding concerns)
8.1.1.2. Estimate proposed drainage areas and checks against existing data
8.1.1.3. Identify drainage constraints and concerns Karst areas, Drinking Water Supply Management
Areas (DWSMA’s) and the vulnerability levels, Emergency Response Areas (ERA’s), Special
Waters, Impaired Waters, wetlands, FEMA floodways, and public water crossings)
8.1.1.4. Prepare a Drainage Overview Map with the above existing conditions.
8.2. Alternative Evaluation
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
14
8.2.1 Contractor will evaluate feasibilities of the proposed alternatives based on net added impervious and
reconstructed impervious. The proposed drainage will include layouts and footprints of the water
treatment filtration/infiltration and wet/dry drainage systems and ponding facilities for volume control,
water quality and rate control. Critical hydraulics elevations will be coordinated with other disciplines to
avoid flooding on roadway and the adjacent properties. The proposed drainage alternative will be
communicated through a technical memorandum accompanied by exhibits (a Drainage Overview Map)
for clarity. The following elements will be completed during this task:
8.2.1.1. Incorporate proposed roadway design
8.2.1.2. Identify the level of permit requirements based on the proposed alternative (prepare matrix of
added impervious, reconstructed impervious, treatment required based on MPCA Construction and
MS4 NPDES General Permits and the Vermillion River Watershed Joint Powers Organization, and
proposed treatment provided).
8.2.1.3. Perform stormwater modeling to determine the rate control and treatment area footprints and
trunk line system capacity required.
8.2.1.4. Determine where there is existing R/W for these systems and where R/W may need to be
acquired (underground systems are discouraged due to the presence of Karst in the project area
8.2.1.5. Lay out drainage ponds treatment filtration/infiltration basins and wet/dry ponds and trunk line
drainage conveyance systems DOM.
8.2.1.6. Facilitate agency and stakeholder review for acceptance of the proposed alternative
8.2.1.7. Preliminary cost estimate for proposed drainage development
8.2.1.8. Prepare preliminary drainage report
8.3. State Deliverables
8.3.1 Record Plans (from State and the City of Hastings) and TAMS HydInfra drainage conditions
8.3.2 Participate in agency and stakeholder coordination and review
8.3.3 Review and comment on drainage layout and preliminary report
8.4. Contractor Deliverables
8.4.1 Hydraulics of proposed conditions
8.4.2 Drainage Overview Maps, showing drainage trunk line layout, treatment and rate control basins ponds,
environmental constraint areas and flow patterns
8.4.3 Drainage Models
8.4.4 Preliminary cost estimates for developed conditions
8.4.5 Preliminary drainage report
8.4.6 Correspondence
9. Right of Way
9.1. Right of Way Impact Evaluation
9.1.1 Contractor will conduct an evaluation of impacts and needs for the three alternatives to support the
opinion of probable total project cost (Task 10) and Alternative Evaluation (Task 11).
9.1.2 Contractor will inventory the parcels affected, including land use, approximate land area to be acquired,
if partial or total acquisition, relocation cost estimate (if impacted), access impacts
9.1.3 Contractor will research public assessment records to determine unit land value for each type of land use.
9.1.4 Contractor will research public assessment records to determine building improvement value if directly
impacted with right of way or a total acquisition.
9.1.5 Contractor will estimate the approximate cost for relocation of residential or nonresidential displaced
persons.
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
15
9.1.6 Contractor will prepare a worksheet for estimating costs for the impacted parcels along with comments
on significant parcel impacts.
9.1.7 Contractor will develop ROW Findings Summary which summarize findings, including total area
acquired and cost of right of way, estimated cost of residential relocations, estimated cost of non-
residential relocations for each alternate (summary will be an excel table format and depicted on a map).
9.2. Contractor Deliverables
9.2.1 Summary of total area acquired, estimated acquisition cost, estimated cost of residential relocations,
estimated cost of non-residential relocations and total cost for the four alternatives
9.2.2 Provide copies of all documentation collected or provided by Dakota County as part of the research and
analysis for the parcels.
10. Opinion of Probable Total Project Cost
Contractor will develop opinions of probable cost to support the Alternative Evaluation. Cost opinions will include
a breakdown of various components such as design, survey, right-of-way acquisition, environmental remediation
costs, City underground municipal utility system needs in accordance with the City’s comprehensive and Capital
Improvement Plans, construction (such as drainage, removals, grading, paving, ped/bike trails), City cost share
would be required with the proposed options and construction administration and inspection to achieve a total
conceptual level project cost opinion for each alternative. The cost opinion will be refined for the preferred
alternative.
10.1. State Deliverables
10.1.1 Office of Environmental Stewardship to determine and supply environmental remediation costs
10.1.2 Historical (Average Bid) costs for use in estimates.
10.1.3 Unit costs of public and private utility relocation and/or betterments, if needed.
10.1.4 Input from State Construction & Innovative Contracting on construction administration and inspection
costs.
10.1.5 Input from State’s Engineering Cost Data and Estimating Unit.
10.2. Contractor Deliverables
10.2.1 Estimates of probable costs for the four roadway corridor alternatives
11. Alternatives Evaluation
11.1. Alternative Evaluation
11.1.1 Contractor will evaluate the four corridor alternatives developed in Task 7 by developing a matrix that
considers key project issues. The final list of evaluation criteria will be determined following PMT and
public input. Preliminary criteria are as follows:
11.1.1.1. Safety
11.1.1.2. Speed considerations
11.1.1.3. Traffic performance
11.1.1.4. Property access
11.1.1.5. Freight movement
11.1.1.6. Pedestrian/bicycle accommodation
11.1.1.7. Economic Development/Redevelopment Optimization
11.1.1.8. Equity
11.1.1.9. Environmental impacts
11.1.1.10. Drainage impacts/costs
11.1.1.11. Right-of-way impacts
11.1.1.12. Opinion of right-of-way costs
VIII-08
MnDOT Contract No. 1047973 Exhibit A – Specifications, Duties, and Scope of Work
16
11.1.1.13. Opinion of construction costs
The evaluation will be conducted using a combination of qualitative and quantitative methods to assess how each
option performs against each criteria. Results for each criterion for each alternative will be documented in a
spreadsheet tool to allow for an easy comparison of one option against another. The philosophy of the evaluation
process is that it allows stakeholders to see how the options perform against the evaluation criteria, but the results
do not dictate the recommended alternative. Contractor will facilitate discussion with the PMT and TAC, with
input from the public, to identify any alternatives that do not meet the purpose and need and should not be carried
further into the environmental process.
11.1.2 Contractor will Prepare one draft and final Corridor Alternative Evaluation Technical Memorandum
documenting the evaluation process and results
11.2. State Deliverables
11.2.1 Review and Accept Corridor Evaluation Report
11.3. Contractor Deliverables
11.3.1 Corridor evaluation matrix and narrative for inclusion in the Corridor Evaluation Report under Task
13.
12. Corridor Evaluation Report
Contractor will Prepare an ADA-compliant Corridor Evaluation Report summarizing the project, including project
goals and objectives, public and agency involvement, alternatives development and evaluation, and the
recommended alternative. The report will be developed using Microsoft Word and delivered in PDF format and will
include the following sections:
Executive Summary
Project Purpose and Need
Public and Stakeholder Engagement Summary
Alternatives Considered and Evaluation Results
Recommended Alternative and Opinion of Probable Total Project Cost
Appendix of supporting Technical Memoranda developed in other tasks
12.1. State Deliverables
12.1.1 Review and Accept Corridor Evaluation Report
12.2. Contractor Deliverables
12.2.1 Draft Corridor Evaluation Report in pdf format
12.2.2 Final Corridor Evaluation Report in pdf format and 2 hard copies
12.2.3 One-page Corridor Evaluation Report Summary
THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
VIII-08
MnDOT Contract Number: 1028140W01
Exhibit B
VIII-08