HomeMy WebLinkAbout13.A.3. Consider Approving Plans for 17th Avenue from Southern Meadows to CSAH 83, Project No. 2006-1-Res. No. 6403
/3.11. $.
CITY OF SHAKO PEE
Memorandum
TO: Mayor & City Council
Mark McNeill, City Administrator
FROM: Bruce Loney, Public Works Director
SUBJECT: Consider Approving Plans for 1 ih A venue, from
Southern Meadows to CSAH 83, Project No. 2006-1
DATE: May 2, 2006
INTRODUCTION:
Attached is Resolution No. 6403, a resolution approving plans and specifications for 1 ih
Avenue, from Southern Meadows to CSAH 83, Project No. 2006-1. Also attached is a
Construction Cooperative Agreement between Scott County and the City of Shakopee for
sharing of costs with this project.
BACKGROUND:
Previously, City Council adopted Resolution No. 6311, a resolution ordering the
preparation of plans and specifications for 1 ih Avenue, from Southern Meadows to
CSAH 83. This adoption of the resolution was done after the public hearing for this
improvement project. This improvement project is to construct a four-lane divided urban
roadway with turn lanes, as well as extension of sanitary sewer and watermain to serve
properties in this area and storm sewer to serve 1 ih Avenue and adjacent properties. On
completion of this roadway, a connection will be made from 17th Avenue to CSAH 83,
thus completing 17th Avenue; and CSAH 16, from C.R. 15 to C.R. 18. The City is
building this roadway to County standards and using the access spacing guidelines,. per
the County, and this roadway will be turned back to the County upon completion.
Plans have been prepared by WSB & Associates, Inc. and have gone through a State Aid
review. These plans are ready for City Council approval. One item that could affect the
award of contract for this project is legislation that is currently being considered
regarding the use of eminent domain for public projects. This project did commence with
a right-of-way plat approval from City Council on January 17, 2006. A condemnation
resolution was approved on March 6, 2006, after offers were made to the property
owners. A condemnation petition was filed on March 23,2006, thus the City can acquire
the property under the current law on June 23, 2006.
Proposed legislation may require a public hearing for eminent domain proceedings for
any projects after March 1,2006. Since the City initiated condemnation with a resolution
on March 6, 2006, it may be necessary for the City to initiate a public hearing for
condemnation proceedings to commence, if the current law is not changed by the
legislature.
Staff believes that plans can be approved and bids could be received on June 6, 2006.
The City will know what the legislature action is and how it affects this project before an
award of contract on June 6, 2006. Staff also believes that it is important to continue
with this project approval of plans and order the advertisement for bids, in order to meet a
project schedule to complete this roadway in this construction season.
Another item that staff would like the Council to approve with this project is for the City
to pre-order mask arm, pedestal poles and signal heads for the completion of the traffic
control signal at CSAH 83 and 1 ih A venue. The ordering time to acquire these traffic
control items can be as much as six months, and would affect the opening of this
roadway, if this project is to proceed. Cost of traffic control signal equipment is
$8,468.00 plus sales tax.
Staff would recommend that the plans be approved and that the City Council would also
authorize the appropriate City officials to execute the Construction Cooperative
Agreement with Scott County for cost participation with this project.
An engineer's estimate has been done with the completion of the plans. The cost share of
the proj ect utilizing the cost estimate of the right. of way acquisition cost, the construction
cost estimate, 5% contingency, and 21 % indirect costs are as follows:
Fundin2 Source Feasibilitv Report Desi2n Estimate
Assessments $2,018,180.62 $1,636,549.23
City of Shakopee (CIF) $ 250,081.56 $ 333,065.91
Shakopee Public Utilities $ 89,113.75 $ 78,527.70
Scott County $ 942,406.57 $1,307,432.95
TOTAL $3,299,782.50 $3,356,575.78
It should be noted that the right of way acquisition is not finalized and costs may be
higher due to final condemnation awards or settlements from the three parcels adjacent to
1 ih Avenue. The cost split is based on the feasibility report right of way acquisition
costs and the summary of probable cost is attached for council review.
I
ALTERNATIVES:
1. Adopt Resolution No. 6403, a resolution approving plans and specifications for
1 ih A venue, from Southern Meadows to CSAH 83, Project No. 2006-1.
2. Deny Resolution No. 6403.
3. Authorize the appropriate City officials to execute a Construction Cooperative
Agreement with Scott County for cost participation with this project.
4. Do not authorize the appropriate City officials to execute the Construction
Cooperative Agreement with Scott County.
5. Approve a motion authorizing staff to pre-order the mask arm, pedestal poles and
signal heads for the completion ofthe traffic control signal.
6. Do not authorize the pre-order of traffic control signal equipment.
7. Table for additional information.
RECOMMENDATION:
Staff recommends Alternative No.1, No.3 and No.5, to approve plans and specifications
for 17th Avenue, from Southern Meadows to CSAH 83, and execute a Construction
Cooperative Agreement with Scott County for this project to proceed in the 2006
construction season. Staff is also recommending to pre-order the traffic control signal
equipment, as the ordering time can be as long as six months.
I
I
I
ACTION REQUESTED:
1. Offer Resolution No. 6403, A Resolution Approving Plans and Specifications and
Ordering Advertisement for Bids for 17th Avenue, from Southern Meadows to
CSAH 83, Project No. 2006-1 and move its adoption.
2. Authorize the appropriate City officials to execute a Construction Cooperative
Agreement with Scott County for cost participation with this project.
3. Approve a motion authorizing staff to pre-order the mask ann, pedestal poles and
signal heads for the completion of the traffic control signal.
.~~
Bruce Lon
PWlic Wor s lli=wr
BUpmp
ENGR/2006PROJECT/17THSOUTHERNMEADOWS-CSAH83
RESOLUTION NO. 6403.
A Resolution Approving Plans And Specifications
And Ordering Advertisement For Bids
For 17TH Avenue Improvements,
From Southern Meadows To CSAH 83
Project No. 2006-1
WHEREAS, pursuant to Resolution No. 6311 adopted by City Council on October 18,
2005, Bruce Loney, Public Works Director has prepared plans and specifications for improvements
for 17th Avenue Improvements, from Southern Meadows to CSAH 83 by installation of sanitary
sewer, watermain, storm sewer, concrete curb & gutter, grading, aggregate base, bituminous paving,
concrete sidewalk, bituminous trail, street lighting and any appurtenant work, and has presented
such plans.and specifications to the Council for approval.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF SHAKOPEE, MINNESOTA:
1. Such plans and specifications, a copy of which is on file and of record in the Office
of the City Engineer, are hereby approved.
2. The City Clerk shall prepare and cause to be inserted in the. official paper and in the
Construction Bulletin an advertisement for bids upon the making of such improvement under such
approved plans and specifications. The Advertisement for Bids shall be published as required by
law.
Adopted in session of the City Council of the City of Shako pee, Minnesota,
held this day of . , 2006.
Mayor of the City of Shakopee
ATTEST:
City Clerk
ENGRI2006PROJECT/171HSOUTHERNMEADOWs.cSAH83IWORDIREX6403
WSB Prqject:
Project Location:
WSB Project No:
Summary of Probable Cost
Funding Estimated Construction Estimated Construction Estimated Project Estimated ROW Total Estimated
,
Costs Cost with a 5% Cost (21 %) Costs (from the FS) Project Cost
Contingency
Assessment I $1,099,212.30 ~ $1,154,172.92 ~ $242,376.31 ~ $240,000.00 $1,636,549.23
City of Shakopee I $262,940.50 ~ $276,087.53 II $57,978.38 I $334,065.91
Ispuc ~ $61,808.50 ~ $64,898.93 II $13,628.77 II $78,527.70 I
Scott County I $714,311.65 II $750,027.23 I $157,505.72 I $399,900.00 $1,307,432.95
Project Totals I $2,138,272.95 II $2,245,186.60 I $471,489.19 $639,900.00 $3,356,575.78
APR. 28. 2006' 8:57AM 7632877180JDC1I=lTES fb'NO. 2905 P. t~~c::
. ..--"
I ,
BROWN
Traffic Products, Inc. QUOTATION
Scott county Projtct # 2006.1 Date: 411212006
To: Qu~onNdm~:20~112
Attn: lJlln.&Specs
Bid Date:
Fa; Prepartd By: CDnnle Fretlcks ..
~
Re: -
Part. Number & Oesc"Dtlon Qtv. eillch Extended
ltltm #
CSAH 83 -fil CSAH 16 ,
3 seer 12" ,Iuminum v,hlcle $Ignal wiRING LEO'S 10 0,00
3 Me 12" aluminum vehigl, siana' w/RlAlG Arrow LED 5 0.00
1 see alum Ded lianal wlHANDJMAN LED 8 0.00
Plumbizet and Overhead backDlatel 3 0.00
Sidt-Of.pOSt backDla\es 12 0.00
MNDOT saec TVDl10B bracket 4 0.00
MNDOT SDe~ Type 20B bracket 4 0.00
MNDOT Spec Tv.,. SA. bracket . 1 0.00
13" Pedestal. MNDOT Spec. Overall mounting heiaht 1 D.DO
Set anchor bOlts 1 0.00
Wind collar 1 0.00
Pedestrian pushbutton and sign 6 0.00
TOTAL PRICE 8.208.00
. 0.00
Tomar 2091-80 EVP Detector 1 260.00
, 0.00
0.00
Total: 8,468.00
Notes: shipment of the m;ltBrilll will be approximately 10 dIVI after receipt of both an acceptGt)le PUrchllSl: order and approved submittal data If
reqlllrsd. Pricing dote not inc:ludt salas tax. Signals are per MND01'. ye~'ow housings. Brackets are yellow.
pedestal Is green ba", yellow shaft. I
\
Quoted prices are tI,sed ol'l the endre V+'1ItJe and volume of the quohatlon. Payment terms are Nat 30 days with prior approved credij.
Brown Traffic products, Inc. retains title to material until paiclln full. A Ilervice charge Of 1.5% per month (18% anntnJll t3te) will be
assessed against all PiiI$ll'1l.1l!l accounLs. PrlCI!lS and delivery Quoted are fitm for 30 daye from the date of bid. The above quotation does
not include Installation u' the products quoted. On"Sile technical assistanCe is available 'find will be. quoted upon requast. .limilltd
~aMI'l1Y: Brown Traffic Products only obligations shall be to replace SUch quantity of the producl prov~n Ie) be defective. Warrantv.
Period: ThQ llilngth of warranty manu1acturers ~"va conveyed to the seller and which ean be passed 0" to '119 buyer. AddItional terms
and oondltlons apply. ~ Brown TraMe Produe1s Terms & Comfrtions doeument
ThanN you for the opponun/ry to provIde this quotatIon.
2985 Chl.alm Par#cWty. Maplewotld, MtJ 55109 (651) 748-0285 (8)C (651) 748-0288
"An afflrm.t/vt tlctionleau.1 opportunlr)t employer- s.rvlng tha ifIdust,y s/"'''. flSi"
TDTAI.. P. 02
County Project No. CP 16-26
City of Shakopee
County of Scott
CONSTRUCTION COOPERATIVE AGREEMENT
THIS AGREEMENT, made and entered into this day of , 2006, by and
between the City of Shakopee, a body politic and corporate under the laws of the State of Minnesota,
hereinafter referred to as the "City" and the County of Scott, a body politic and corporate under the laws of
the State of Minnesota, hereinafter referred to as the" County".
RECITALS:
A. The City and the County seek to improve CSAH 16 from 1/3 mile west of CSAH 83 to CSAH 83
as shown on the City Engineer's plans for County Project No. CP 16-26 which improvement
contemplates and includes grading, surfacing, utility, signing and appurtenant work and other
related improvements (hereinafter referred to as the Project.
B. The above described Project lies within the corporate limits ofthe City.
C. The City Engineer has prepared an engineer's estimate of quantities and unit prices of material
and labor for the above described Project and an estimate of the total cost for contract work in the
sum of Two Million One Hundred Thirty-Eight Thousand, Two Hundred Seventy-Two -Dollars
and Ninety-five cents ($2,138,272.95). A copy of said estimate (marked Exhibit "B") is attached
hereto and made a part hereof.
D. It is contemplated that said improvement work shall be carried out by the parties hereto under the
provisions of Minn. Stat. 162.17, subd. 1.
NOW, THEREFORE, IT IS HEREBY AGREED:
1. The City or its agents shall advertise for bids for the work and construction of the aforesaid County
Project No. CP 16-26, receive and open bids pursuant to said advertisement and enter into a contract with the
successful bidder at the unit prices specified in the bid of such bidder, according to law in such case provided
for cities. The contract is in form and includes the plans and specifications prepared by the City or its agents,
which said plans and specifications are made a part hereof.
2. The City shall administer the contract and inspect the construction of the contract work for the Project.
The County Engineer shall cooperate with the City Engineer and his staff at their request to the extent necessary.
3. The County shall reimburse the City for its share in the construction cost of the contract work for said
Project and the total final contract construction cost shall be apportioned as set forth in the Division of Cost
Summary in said Exhibit "B". It is further agreed that the Engineer's Estimate referred to in this agreement is an
1
County Project No. CP 16-26
City of Shakopee
County of Scott
estimate of the construction cost for the contract work on said project and that the unit prices set. forth in the
contract with the successful bidder and the final quantities as measured by the City and County Engineer shall
govern in computing the total final contract construction cost for apportioning the cost of said Project according
to the provisions of this paragraph.
4. In addition to payment for construction items, the City and County further agree to participate in all costs
associated with any Right of Way required for this project. The City will pay all right of way costs for an 80
foot corridor. The County will pay all right of way costs associated with oversizing the right of way from 80
feet to ISO-feet. All other easement costs will be shared equally, fifty percent (50%).
5. In addition to payment of the County's proportionate share of the contract construction cost, the County
and the City further agree to participate in the Preliminary Engineering, which includes all costs of planning,
design. and preparation of plans and specifications based on actual costs incurred not to exceed ten percent
(10%) ofthe cost of construction. The County and City further agree to participate in the Construction
Engineering, which includes the complete staking, inspection and supervision of the construction based on
actual costs incurred not to exceed eight percent (8%) ofthe final contract amount. The County and City further
agree to participate in the administration of the City contract work, which includes coordination with the
contractor, processing of payment, and preparation of contract documents (change orders/supplemental
agreements) based on actual costs incurred not to exceed three percent (3%) ofthe final City contract amount.
Participation of engineering costs by the City and County shall be at the same percentage as the total final
construction cost split.
6. The county shall, based on the contract price, reimburse the City Treasurer the County's share of the
construction and engineering costs during the calendar year the project is programmed in the Scott County 7-
Year Transportation hnprovement Plan (TIP). Reimbursement will be made based on actual costs incurred and
in accordance with the Provisions outlined in this Agreement.
7. The. City Engineer shall prepare monthly progress reports as provided in the specifications. A copy of
these reports shall be furnished to the County each month.
8. In the event that a dispute arises, the County and the City agree that all disputes between them arising
out of or relating to this agreement shall be submitted, upon agreement of both parties, to mediation, with the
cost being shared equally.
9. Since each party recognizes each other asa political subdivision of the State of Minnesota, each party
shall maintain general liability and automobile liability coverage protecting itself, its officers, agents, employees
and duly authorized volunteers against any usual and customary public liability claims to the limits prescribed
2
County Project No. CP 16-26
City of Shakopee
County of Scott
under Minn. Stat. Sec. 466.04 and Workers' Compensation and shall be in accordance with the Minnesota
statutory requirements. Said policies shall be kept in effect during the entire term of this Agreement.
10. All records kept by the City and the County with respect to the Project shall be subject to examination by
the representatives of each party. All data collected, created, received, maintained or disseminated for any
purpose by the activities of the City or County pursuant to this Agreement shall be governed by Minnesota
Statutes Chapter 13, as amended, and the Minnesota Rules implementing such Act now in force or hereafter
adopted.
II. The County reserves the right not to issue any permits for a period of five (5) years. after completion of
the Project for any service cuts in the roadway surfacing of the County Highway included in this project for any
installation of underground utilities which would be considered as new work; service cuts shall be allowed for
the maintenance and repair of any existing underground utilities.
12. The City further agrees to provide any and all permanent or temporary right-of-way on City owned
property needed by Scott County for the completion oftheProject.
13. The City shall, at its own expense, remove and replace all City owned signs that are within the
construction limits of this Project.
14. Upon completion of this Project, the County, at its expense, shall place the necessary signs and the City,
at its expense, shall provide the enforcement for the prohibition of on-street parking on that portion of
constructed under this Project.
No modification of the above parking restrictions shall be made without first obtaining a resolution from
the County Board of Commissioners permitting said modification.
15. Upon completion of the Project, and the approval of a Maintenance Agreement, the City, at its expense,
shall maintain all storm sewer appurtenances, including all storm water quality (NURP) ponds.
16. Neither the County, its officers, agents or employees, either in their individual or official capacity, shall
be responsible or liable in any manner to the City for any claim, demand, action or cause of action of any kind or
character arising out of, allegedly arising out of or by reason of the performance, negligent performance or
nonperformance of the described maintenance, restoration, repair or replacement work by the City, or arising out
of the negligence of any contractor under any contract let by the City for the performance of said work; and the
City agrees to defend, save and keep said County, its officers, agents and employees harmless from all claims,
demands, actions or causes of action arising out of negligent performance by the City, its officers, agents or
employees.
3
County Project No. CP 16-26
City of Shakopee
County of Scott
17. It is further agreed that neither the City, its officers, agents or employees, either in their individual or
official capacity, shall be responsible or liable in any manner to the County for any claim, demand, action or
cause of action of any kind or character arising out of, allegedly arising out of or by reason of the performance,
negligent performance or nonperformance of the described maintenance, restoration, repair or replacement work
by the County, or arising out of the negligence of any contractor under any contract let by the County for the
performance of said work; and the County agrees to defend, save and keep said City, its officers, agents and
employees harmless from all claims, demands, actions or causes of action arising out of negligent performance
by the County, its officers, agents or employees.
18. It is further agreed that each party to this Agreement shall not be responsible or liable to the other or to
any other person or entity for any claims, damages, actions, or causes of actions of any kind or character arising
out of, allegedly arising out of or by reason of the performance, negligent performance or nonperformance of
any work or part hereof by the other as provided herein; and each party further agrees to defend at.its sole cost
and expense any action or proceeding commenced for the purpose of asserting any claim of whatsoever
character arising in connection with or by virtue of performance of its own work as provided herein.
19. It is further agreed that any and all employees of the City and all other persons engaged by the City in the
performance of any work or services required or provided herein to be performed by the City shall not be
considered employees, agents or independent contractors of the County, and that any and all claims that mayor
might arise under the Worker's Compensation Act or the Unemployment Compensation Act of the State of
Minnesota on behalf of said City employees while so engaged and any and all claims made by any third parties
as a consequence of any act or omission on the part of said City employees while so engaged. shall be the sole
responsibility of the City and shall not be the obligation or responsibility of the County.
Any and all employees of the County and all.other persons engaged by the County in the performance of
any work or services required or provided for herein to be performed. by the County shall not be considered
employees, agents or independent contractors of the City, and that any and all claims that mayor might arise
under the Worker's Compensation Act or the Unemployment Compensation Act of the State of Minnesota on
. behalf of said County employees while so engaged and any and all claims made by any third parties as a
consequence of any act or omission on the part of said County employees while so engaged in any of the work
or services provided to be rendered herein shall be the sole responsibility of the County and shall not be the
obligation or responsibility of the City.
4
County Project No. CP 16-26
City of Shakopee
County of Scott
20. The provisions of Minn. Stat. 181.59 and of any applicable local ordinance relating to Civil Rights and
discrimination and the affirmative action policy statement of Scott County shall be considered a part of this
Agreement as though fully set forth herein. See Exhibit "A".
21. Pursuant to Minn. Stat. Sec. 16C.05,subd. 5 (2004), the books, records, documents, and accounting
procedures and practices of the County and City pursuant to this agreement shall be subject to examination by
the County, City and the State Auditor. Complete and accurate records of the work performed pursuant to this
Agreement shall be kept by the County and City for a minimum of six (6) years following termination of this
Agreement for such auditing purposes. The retention period shall be automatically extended during the course of
any administrative or judicial action involving the County or the City regarding matters to which the records are
relevant. The retention period shall be automatically extended until the administrative or judicial action is
finally completed or until the authorized agent of the County or City notifies. each party in writing that the
records no longer need to be kept.
22. The laws ofthe State of Minnesota shall govern all questions and interpretations concerning the validity
and construction of this Agreement and the legal relations between the parties and performance under it. The
appropriate venue and jurisdiction for any litigation hereunder will be those courts located with the County of
Scott, State of Minnesota. Litigation, however, in the federal courts involving the parties shall be in the
appropriate federal court within the State of Minnesota.
23. In the event any provision of this agreement shall be held invalid and unenforceable, the remaining
provisions shall be valid and binding upon the parties unless such invalidity or non-enforceability would cause
the Agreement to fail its purpose. One or more waivers by either party of any provision, term, condition or
covenant shall not be construed by the other party as a waiver of a subsequent breach of the same by the other
party.
24. The County's Authorized Agent for the purpose of the administration ofthis agreement is Maria A.
Heller, Public Works Technician, or her successor. Her current address and phone number are Scott County
Highway Department, 600 Country Trail East, Jordan, MN 55352, (952) 496-8369.
The City's Authorized Agent for the purpose of the administration ofthis agreement is Bruce Loney,
Public Works Director, or his successor. His current address and phone number is 129 S Holmes Street,
Shakopee, MN 55379, (952) 233-9300. Any change in name, address, or telephone shall be noticed to the other
party.
5
IN TESTIMONY WHEREOF, The parties hereto have caused this agreement to be executed
by their respective duly authorized officers as ofthe day and year first above written.
CITY OF SHAKO PEE
(SEAL)
By And
John Schmitt, Mayor )\'lark McNeill, City Administrator
Date Date
COUNTY OF SCOTT
ATTEST:
By By
David Un macht, County Administrator Jon Ulrich, Chair of Its County Board
Date Date
Upon.proper execution, this agreement RECOMMEND FOR APPROVAL:
will be legally valid and binding.
By By
Pat Ciliberto, County Attorney Mitchell J. Rasmussen, County Engineer
Date Date
APPROVED AS TO EXECUTION:
By
Pat Ciliberto, County Attorney
Date
W:\ WORD\PROJECT\CP 16-26\City _ Shakopee _ Coop. doc
6
EXHIBIT A
I p~~~ ~:r'i:'~~~il!~.'~ " "', ':, )1
It is the policy of Scott County Government to provide Equal Opportunity to all employees and
applicants for employment in accordance with all applicable Equal Employment Opportunity
laws, directives, and regulations of Federal, State, and local governing bodies or agencies
thereof, including Minnesota Statutes,Chapt(?r~363.. .
Scott County will not engage in any ~mPI';~~nt:~~Clj~eS::WhiCh discriminate againsl or
harass any employee or applicant for employment becalise of race, color, creed, religion,
national origin, sex, disability, age, martial status, sexual orientation, or status with regard to
public assistance. Such employment practices include, but are not limited to, the following:
hiring, upgrading, demotion, transfer, recruitme.l1for recruitment advertising, selection, layoff,
disciplinary action, termination, rates of pay ot other forms of compensation, and selection for
training, including apprenticeship. ~' "':;}
;:','-.': "1.'--'.--"': ,',,:-'
-::--')-'-i:-.:"" ':,::'--:-,,"--",' ,','>.-'--,.,
~-:, n-_",: '_':, _,' .', '~':':.,--: :,' :,_;-_-::::::/:,;::::_':"
Further, Scott County fully supports incorporation'ofnondiscrimination rules and regulations
into contracts and will commit the necessary ti.rne'anclresources to achieve the goals of Equal
Employment Opportunity. :\----,.; "_,_nH.:,:,, ',0_'
, ;:' --~: - .;",:: : ,',
{--";-,-_: .'- ,:--- -:~: -\: -:'
"'", _:'.. _:_--'--:~:<:"','- ", ',,-- ",:',: ':,:-:--}
Any employee of the County who does nofc:omply wUh the Equal Employment Opportunity
Policies and Procedures set forth in this ~t?!ehlerltand Plan will be subject to disciplinary
action. Any subcontractor of the CountYQ6t'pbh1Plyi~g with all applicable Equal Employment
Opportunity laws, directives, and regulationsofFede'ral, State, and local governing bodies or (
., ':" - , ' _,' ,_:'_-'_'"'\':___'C',_-:::,:,'_--.:,:,'--,':W';_',-'-,,,
agencies thereof, including Minnesota Statute$;Ch~pter 363, will be subject to appropriate
contractual sanctions. .. .. );); " '
": ',~, - ---:::- '" -- ':',:,' - ", ,_" c' ,\;' , -, ";
,----, --- - ,',"'",
Scott County has designated the EmPIOy~e Relati~ns Director as the manager of the Equal
Opportunity Program. These responsibilities will include monitoring all Equal Employment
Opportunity activities'and reporting.the effectiveness'of this program, as required by Federal,
State, and local agencies. The Scott County Administrator will receive and review reports on
the progress of the program. If any employee or applicant for employment believes he or she
has been discriminated against, please contact the Scott County Employee Relations Director,
Scott County Employee Relations, Government Center Room 201, 200 Fourth Avenue West,
Shakopee, Minnesota 55379-1220, or call (952)496-8103.
-.
L{ IR I
avi J. Unmacht Jo than Ulrich
Scott County Administrator Chair, Board of Commissioners
10Wfc1j;E(0:~t{:!~~%Th~\\');,,\tW ' "tmP,1}W1C ~)'iM\VMMTh~'l\m,'<\}fK~~""'. , h;"""__,n---!~~!~g~~,~~;li~~~~~%\~ch~~e~I'=.~.!i!i1M!i\\b1..!i1iW\W1M~~_1_m\\!1iml!i.ffi%l1111\!1.!i.l\f~\1i1i~"1..11M\!
WSB Project: 17th Street Extension to CSAH 83
Project Location: Shakopee, MN
WSB Project No: 1677-00
Opinion of Probable Cost
Scott County City of Shako pee City of Shakopee S.P.U.C. Storm Sewer Storm Sewer
S.A.P.166-119-OO3 Local Funds Local Funds (Sb.akSand (Gravel
500/.. County! Future Outlet)
50% City Local Funds
Pro"eet Total WatermainlConduit S.A.P.166-119-001
TAB SHEET l~m Unit Estimated Estimated Estimated "''''''''''' Estimated Estimated Estimated Estimated Estimated Estimated Estimated Estimll.\Cd Estlmated Eslilllllted
No. Number Descri liOll Not~ Unit Pri~ Ouantity Co. OUllJllitv Cost Ouanti eo. Ouantitv C<>'l Ouantitv Co~t Ouantitv C"', Ouantity Cost
2021.501 MOBILIZATION LUMP SUM .$75,000.00 1.00 .$75,300.00 0.28 $21,000.0 6.33 $24,675.00 0.10 .$7,200.00 0.12 $8,625.00 O.ll $8,250.00 0.01 $5,550.00
2101.502 CLEARING TREE $250.00 .. $21,000.00 42 .$10,500,00 42 $10,500,00
2101.507 GRUBBING TREE .$250.00 84 .$21,000.00 42 $10,500.00 42 SlU,500.0
2102.502 PAVEMENT MARKING REMOVAL - PERMANENT UN FT .$UO 1900 $2,.850.00 950 $1,425.00 950 .$1,425.00
2102.603 PAVEMENT MARKING REMOV AI.... SPECIAL UN FT .$1.5() 46Q ,"'o.~ 230 $345.00 230 $345.00
2104.501 REMOVE CURB AND GUTTER 6 LlNFT 58.00 6 .$48.00 3 .$24.00 3 $24.0
2104.501 REMOVE FENCE 8 LINFT .$1.00 200 .$200.00 200 $200.00
2104.501 REMOVE CHAIN UNK FENCE LlNFT .$2.00 30 '6<).00 tS S30.0 tS $30.00
2104.5<15 REMOVE BITUMINOUS WALK 6 SQYD $2.50 20 S50.00 10 .$25.00 W .$25.00
2104.505 REMOVE CONCRETE WALK. 6 SQYD $3.00 10 $30.00 5 .$15.00 5 ,tS.OO
2104.505 REMOVE BITUMINOUS PAVEMENT 6 SQYD $5.00 I3S $675.00 70 $350.0 .. .$325.00
5104.509 REMOVE VEHICULAR GATE EACH $200.00 I $200.00 1 .$200.0
2104.509 REMOVE PERMANENT BARRICADE EACH S50.OO 10 $500.00 5 .$250.00 5 .$250.00
2104.509 REMOVE SIGN TYPE C EACH .$50.00 2 $100.00 2 SI00.
2104.509 REMOVE STEEL POST EACH $150.00 2 .$300.00 I Sl50.0 1 $150.00
2104.511 SAWlNG CONCRETE PAVEMENT 6 LlNFT $8.00 18 $144.00 9 .$72.00 9 .$n.OO
1104.513 SAWING BiT PAVEMENT (FULL DEPTH) LlNFT $5.00 240 $1,200.00 12. $600.00 120 $600.00
2104.523 SALVAGE GATE VALVE AND BOX EACH $150.00 1 $150.00 I .$150.00
2104.523 SALVAGE HYDRANT EACH $200.00 I .$200.00 1 $200 .00
2104.602 REMOVECONCRETB PEDESTRJAN RAMP 7 EACH $100.00 4 $400.00 2 $200.00 2 .$200.00
2105.501 COMMON EXCAVATION (P) 1,IS CUYD .$4.00 37991 .$151,964.00 12501 $50,004.0 25490 $101,960.00
2105.507 Sl18GRADE EXCAVATION{P) 18 CUYD $4.00 4216 $16,864.00 210S $,8,432.0 2108 .$8,432.0
2105.515 UNCLASSIFIED EXCAVATION 18 CUYD .$5.00 3452 $17,260.00 1726 .$8,630.00 1726 .$8,630.00
2112.501 SUBGRADE PREPARATION ROADSTA $300.00 20 .$6,000.00 10 .$3,000.00 10 $3,000.
2123.610 STREET SWEEPER (WlTH PICKUP BROOM) HOUR $80.00 16 $,1,280.(}( 8 .$640.00 8 .$640.0 .
2130.501 WATER 13 M GALLONS SIO.OO 200 .$2,000.00 10. .$1,000.00 100 S1,000M
2211.503 AGGREGATE BASE (CV) CLASS 5 (P) CUYD $24.00 5610 .$134,640.00 "(l7 $,33,763.0( 4203 .$100,872.00
2232.501 MILL BlTUM.INOUS SURFACE (2") 7 SQYD $4.00 69\) $2,760,00 1JJ7 $828.00 4S3 $1,932.00
2350.501 TYPE MV 4 WEARING COURSE MIXTURB(F) , TON .$48.00 5316 .$255,168.00 1942 $,141,216.00 2374 .$113,952.00
2350.S02 TYPE. MV 3 NON WEARING COURSE MIXTURE (B) , TON $42.00 3926 $,164,892.00 1199 .$50,358.00 2727 .$114,534.0
2357.502 BITUMINOUS MATERIAL FOR TACK COAT GALLON .$2.50 2368 $5,920.00 914 $2,285.00 1454 $3,635.00
1481.61S DAMPROOFING (SANITARY MANHOLE SEAL WRAP) 16 SQFT $10.00 105 .$1,050.00 10' ",OSO.~
.
2503.541 15" RC PIPE SEWER DESIGN 3006CL V LlNFT $24.00 1476.0 $35,424.00 1476.0 $35,424.00
2503.541 18" RC PIPE SEWER DESIGN 3006 CL n LlNFT 82A. 323.5 $7,764.00 323.5 $7,764.00
2503.541 21" RC PIPE SEWER DESIGN 3006 CL III LlNFT $32.00 752.0 $24,064.00 752.0 $24,064.00
2503.541 24" RC PIPE SEWER DESIGN 3006 CL II UN FT $32.00 300.0 $9,600.00 300.0 89,600.1l<
2503.541 24" RC PIPE SEWER DESIGN 3006 CL 111 UN FT $35.00 314.5 $11,001.50 314.5 $11,007.50
2503.541 27" RC PIPE SEWER DESlON 3006 CL II LlNFT $33.00 510.5 $19,399.00 510.5 $19,399.00
2503.541 48" RC PIPE SEWER DES1GN 3006 CL V LlNFT $150.00 451.0 $67,650.00 212.0 $31,800.00 239.0 835,&S0J)(
2503.541 48" RC P1PE SEWER DESIGN 3006 CL V-JACKED UN FT $650.00 150.0 $97,500.00 150,0 $97,500.00
2503.602 CONNECT TO EXISTING STORN! SEWER EACH $425,00 I 8425.00 I $425.00
2S<l3.602 CONNECT TO EXlSTINGSANITARY SEWER EACH $250.00 I $250,0(} 1 $250.00
2503.602 15" PIPE PLUG EACH $180.00 2 $360.00 2 $360.00
2503.602 48" PIPE PLUG EACH $500.00 I $500.00 1 $500.00
2503.603 24" STEEL CASING PIPE UN FT $300.00 98 $29,400.00 98 $29,400,0
2503.603 24" STEELCASlNG PIPE (JACKED) LlNFT 8400.1l< 163 $65,200.00 \63 $65,200.00
2503,603 10" PVC PIPE SEWER - DR 18 LIN FT $50.00 879 $43,950.00 879 $43,950.00
2504.602 CONNECT TO EXISTING WATER MAIN (8") EACH $1,100.00 \ $1,100.00 I $1,100.00
2504.602 CONNECT TO EXISTING WATER MAIN (16") EACH $1,500.00 1 $1,500.00 I $1,500.00
2504.602 HYDRANT EACH $3,100.00 4 $12,400.00 4 $:12,400.00 .
2504.602 6"GATE VALVE AND BOX EACH $700.00 4 $2,800. 4 $2,SOO.00
2504.f.02 S"GATEVALVEANDBOX EACH S9QO.OO 3 .$2,700.00 3 $2,100.00
2504.602 16" BlJI'TERFL Y VALVE WITH MH EACH $6,500.00 3 $19,500.00 3 $19,500.00
2504.603 6" W ATERMAIN DUCTILE IRON CL 52 UN FT .$35.00 25 $875.00 25 $875.00
2504.603 8" W ATERMAIN DUCTILE iRON CL 52 LIN FT $29.00 956 S27,724.. 956 $27,724.00
2504.603 16" WATERMAIN DUCTILE IRONCL 52 LIN FT 846.1l< 2116 $100,094.00 2176 $100,094.00
2504.603 HYDRANT EXTENSION UN FT .$400.00 5 $2,000.00 5 $2,000.00
2504.603 VALVE STEM EXTENSlON UN FT .$85.00 5 $425.00 5 $425.0
2504.603 VALVE BOX EXTENSION LIN FT $125,00 5 $625.00 5 $625.00
2504,603 20" STEEL CASING PIPE UN FT $200.00 221 $44,200.00 221 $44,200.00
2504.603 RECONSTRUCT WATER MANHOLE LIN Fr $600.00 4 $2,400.00 4 $2,400.00
2504.608 DUCTILE IRON FITTINGS POUND $3.5{l 3000 .$10,500.00 3000 810,500.00
2505.603 SUPPORT PLASTIC GAS MAIN 13 UN FT 820.00 200 $4,000.00 200 $4,000.00
2506..501 CONST DRAINAGE STRUCfURE DESIGN F LIN FT $200.00 112.60 $22,520.00 97.6 $19,520.00 15.00 $3,000.00
2506.501 CONST DRAINAGE STRUCTURE DESIGN 0 L1NFT .$200.00 39.80 $7,960.0 39.8 $7,960.00
2506.501 CONST DRAINAGE STRUCTURE DES 48-4020 LIN FT $250.00 120.70 $30,175.00 120.7 $30,175,00
2506.501 CONST DRAINAGE STRUCTURE DES 54-4020 LlN FT $270.00 19.40 $5,238.00 19.4 $5,23&.00
2506.501 CONST DRAINAGE STRllcrURE DES 66-4020 LIN FT $400.00 6.63 $2,652.00 6.63 $2,652.00
2506.501 CONST DRAINAGE STRUCTURE DES 102-4020 LIN FT $900.00 15.&2 $14,238.00 15.82 $:14,238.00
25{)6.516 CASTING ASSEMBLY (STORM SEWER) 2 EACH $375.00 52 $19,500.00 51 $19,125.00 1.00 $375.1l<
2506.522 ADJUST FRAME & RING CASTlNG(SANITARY) EACH $460.00 1 $460,00 I $460.00
2506.602 CASTlNG ASSEMBLY (SANITARY) EACH $575.00 2 $1,150.{}( 2 $1,150.00
2506.602 SEAL MANHOLE 17 EACH $500.00 3 $1,500.00 3 $1,500..
2506.603 CONSTRUCT 48" DlAMETBR SANITARY SEWER MANHOLE \6 LYN FT $250.00 60 $15,000.00 60 $15,000.00
2521.501 4" CONCRETE WALK. (SIDEWALK) . 4 SQFT $3.25 12625 $41;031.25 12625 $41,031.25
2521.501 4" CONCRETE WALK (MEDIAN) 4 SQFT $3.25 25717 $83,580.25 25717 $83,580.2
2521.511 2.5" BITUMINOUS WALK 4 SQFT $1,15 22484 $39,347.00 11242 $19,673.50 11242- $19,673.50
253UOt CONCRETE CURB & GUTTER DESIGN B424 LIN FT $10.00 9840 $98,400.00 4740 $47,400.00 5100 $51,000.0
2531.602 CONC ENTRANCE NOSE DES 7113 EACH '500. 5 $2,500.00 5 $2,$00.00
2531.602 PEDESTRIAN CURB RAMP (TRUNCATED DOME) 19 EACH $450.00 4 $1,800.00 4 $1,800.00
2531.602 PEDESTRIAN CURB RAMP ~ SPECIAL (TRUNCATED DOME) 19 EACH $500.00 8 $4,000.00 4 $2,000.00 4 $2,000.00
2545.603 INSTALL 1.25" utILITY CONDUIT (INCLUDES TRENCHING) 5 LIN FT $5.50 S600 $30,800.00 5600 $30,800.0
2545.603 INSTALL2~, 3" &4" UTILITY CONDUIT 5 LIN FT $1.25 2554 $3,192.50 2$54 $3,192.50
2545.603 CONDUJT TRENCH (FOR 2", 3" & 4" CONOtnrcROSSlNGS) UN FT $10.00 550 $5,500.00 288 $2,880.00 262 $2,620.00
2533.603 CONCRETE MED1AN BARRIER DESIGN 8337 10 LIN FT $10.. 200 $2,000.00 100 $1,000.00 100 $1,000.00
2554.505 PERMANENT BARRICADES UN Fr $62.50 >>. 80 $5,000.00 80 $5,000.0
2554.602 IMPACT ATTENUATORBARRELS 10 EACH $220.00 16 $3,520.00 8 $1,760.0 8 ,$1,760.00
2;57.50t WlRE FENCE DESIGN 72-9322 IS LIN FT $25.00 760 $19,000.00 380 $9,500.00 380 $9,500.00
2563.601 TRAFFIC CONTROL LUMP SUM $1,500.00 1.00 $1,506.00 0.28 $420.00 0.33 $493.5 a.lll $144.00 0.12 $172.50 0.11 S165.00 om $111.01:
2564.531 SIGN PANELS TYPE C SQFT $35.00 162.25 S5,618,75 106.75 53,136.25 55.5 $1,942.5
2564.602 SIGN SOCKET 12 EACH S150.00 12 $1,800.00 12 $1,800.00
2564.602 PAVEMENT MESSAGE (LT ARROW) EPOXY 20 EACH 5)00.00 12 $3,600.00 6 $1,800.00 6 $1,800.00
2564.602 PAVEMENTMESSAGE(RT ARROW) EPOXY 20 EACH $300.00 6 $1,800.00 3 $900.0 3 $900.00
2564.603 4" SOLID UNE WHITB-EPOXY 20 UNFT $0.40 11955 $7,182.1)( .682 $3,872.80 8273 $3,309.20
2564.603 4" BROKEN LINE WHITE-EPOXY 20 UN FT $0.45 271' $1,248.75 1445 $650.25 1330 $598.5 .
2564.603 4" SOLID UNE YELLOW - EPOXY 20 UNFT $0.45 13695 $6,162.75 7155 $3,219.15 6540 $2,943.0
2564.618 ZEBRA CROSSWALK-WHITE POLY PREFORM SQ-FT $7.00 378 52,646:0< 18. $1,323.00 189 $1,323.00
2564.618 ZEBRA CROSSWALK WHITE-EPOXY SQFT $4.~ 1134 $4,536.00 1134 $4,536.00
2565.616 REVISE SIGNAL- SYSTEM SYSTEM $40,000.00 I $40,000.00 0.75 $30,000.0 0.25 $10,000.00
2571.501 TEMPORARY FENCE . UN FT $2.50 2660 $6,650.00 1330 $3,325.00 1330 $3,325.
2513.502 SILT FENCE TYPE MACHINE SLICED UNFT $2.50 2360 $5,900.00 1180 52,'''.' U80 $2,950.00
2573.530 INLET PROTECTION TYPE B EACH $100.00 52 $5,200.00 13 $1,300.00 39 S3,900.0
2573.530 INLET PROTECTiON tYPE C EACH $100.00 '2 $5,200.00 13 $1,300.00 3. $3,900.0
2573.602 TEMPORARY ROCK CONSTRUCTION ENTRANCE I' EACH $500.00 2 $1,000.00 I $500.0 I $500.00
2573.603 BIOROLL UNFT $5.00 240 $1,200. 240 $1,200.00
2575.50l SEEDING ACRE $130.00 2.98 $387.40 1.49 $193.70 1.49 $193.70
2575.502 SEED MIXTURE 240 roUND $4.50 231 n,039.50 115.5 $519.75 115.5 $519.75
2575.505 SODDING TYPE SALT RESiSTANT SQYD $3,25 7696 $25,012.00 3848 $12,506.00 3848 $12,506.00
2575.511 MULCH MATERlAL TYPE 1 TON $100.00 5.97 $597.00 2.985 $2.98.50 2.9&5 $293.50
2575.519 DISK ANCHORING ACRE $50.00 1.65 $82.50 0.&25 $41.25 0.825 $41.25
2515.523 EROSION CONTROL BlANKETS CATEGORY 3 SQYD $3.00 6464 $19,392.00 3232 $9,696.00 3232 $9,696.00
2575.532 COMMBRC1AL FERT ANALYSIS 22-5.10 II roUND $0.35 448 $156.80 224 $18.40 22' $78.4
CON TRUCTION C STS $ 2,138,272.95 $ 598,027.40 $ 703,406.05 S 202,734. $ 244,053.00 $ 232,568.50 $157,4&4.00
NOTES:
t. INCLUDES TOPSOIL STRIPPING. BASIS FOR QUANTITIES
2. All CASTINGS SHALL BE ENCASED IN CONCRETE, SEE DETAlLS. UNIT WEIGHT OF BITUMINOUS MIX 113 LBSlSY/lN
INClDENTAL- TDCASTINGASSEMBLY. AGGREGATE BASE CLASS 5 MOD. 105 LBSfSY/IN
3. USE OF RECYCLED MATERIAL WILL NOT BE ALLOWED TO BE USED
IN THE fINAL WEARING CQURSE LIFT. TACK COAT
4. INCLUDES SUBORADEPREPARATION AND AGGREGATE. -MILLED SURFACE 0.07 GAUSY
5. MATERIAL SUPPUlID BY S.P.U.C., CONTRACTOR TO INSTALL pve. - BETWEEN NEW LAYERS 0.05 GAUSY
6. REMOVALS AND SA WCUTS TO TAKE. PLACE AT PROJECT MATCH POINTS.
7. AT CSAH 83f17TH A VB.. E. INTERSECTION. INCLUDES REMOVAL OF BITUMINOUS RAMPS. TURF ESTABLISHMENT
8. INCLUDES BARBED WIRE, PLASTl.C, AND WOVEN WIRE FENCE. . SEED MIXTURE 240 75 LBS/ACRE
9. TEMPORARY FENCE SHALL BE PLACED ALONG THE SOUTH PROPERTY . MULCH MATERIAL- TYPE 1 UTON/ACRE
LINE OF SHAKOPEE GRAVEl. FOR SECURITY PRIOR TO CONSTRUCTION. ~ COMMERCIAL FERTILIZER ~ 22.5.10 200 LBS/ACRE
,
17th A venue East / CSAH 16 i
I ~
I
I
:r:. ~ I.
p
i i .... .v : '.\.\ \ f' . . ., tu <;) .... I , ......- I
W W
I I W W _.. w I Q 200 FT 400 fT
e:: e:: e::. I
I I .... I- ....
I I en en en I I
, I W W W
, , e:: e:: e:: I I
I I ::l ::l ::l END PROJECT
, I .... .... i- I SAP 166-119-003/CP 16-26
, , ::l ::l => I
I 1 BEGIN PROJECT "- "- "- 17th AVENUE EAST
, , SAP 166-119-003/CP 16-26 I STA 55+70.00 WB I
I I
I I 17th AVENUE EAST At.1AlGAt.4ATED lAND 1 SE 9 I
, ,. STA 29+65.00 GEN( HAUE.R F #-,RMS COMPANY I:
, , I
' " ~~_~~_=L --,
1'1 I CSAH 16 J
' " L___-'-_ --------- -------
I II
I I, --
, I,
- -1' , - ---"LF" --
I" 1 : REVISED !SICNA.l SYSTEM
,II
,I'
II' 1'0 I
,II : '<
I 1-45- - J
III Ie::
III II >-
III Ie::
I I;:, NE 16
'<0 P
I'e::
'w
II~
1<
I' () I
,~
,'<'> I
ICO
1:1: I
11<
I!~ I
r I
I I
-.. -------______J
LEGEND
SHEET NO. DESCRIPTION
@ .,SCELLANEOtJS REMOVALS
@] SANITARY SEWER a. ""lERMA-IN PLANS
! aD CONSTRUCTION PLAN & PROFILES
~
~ @) ORA INAGE PLANS
I ~ TURF ESTABLISHMENT &. EROstON CONTROl P\.ANS
1 @; SlGNlNG AND STRIPING PLANS
~~
~~
Q~ NQr1 y: SHEET
~~ 110. '''' '1'1 os 1lf."1'SollllG RCH ... ~~Sauth,SUile3tO r/%ott SCOTT COUNTY, MINNESOTA
~! p ron 1~ WSB t.lInneapcIis;W55418 17th Avenue East Extension 2
cw' --- (Connection to CSAH 83) OF
~e:- Ct'lKil\lo11 a)l~ - GENERAL LAYOUT
RCH IlIrlf'la" '-'" 76
1.$:lCf'1N.a e.~~ " ..._M14t4;l1.FltleSal-17lIl City of Shakopee - Scott County, Minnesota SAP. 166-119-003/ COUNiYPROJ. 16-26/ CITY PROJ. 2006-1 SHEETS
~~ 1NFRASTRUC'TtII.8fG9tEERING.PlANHING.COHSTItlJCnOIrI
c3~ DWS
-