Loading...
HomeMy WebLinkAboutCity Council Packet 05-09-2006 SpecialAgenda City of Plymouth Special City Council Meeting Tuesday, May 9, 2006 5:30 p.m. Meeting Rooms A and B 1. Call to Order 2. County Road 101 Cost Sharing Agreement 3. County Road 47 4. Adj ourn MEMO CITY OF PLYMOUTH 3400 Plymouth Boulevard Plymouth, MN 55447 DATE: April 27, 2006 TO: Laurie Ahrens, City Manager FROM: V011 -Cote, P.E., Director of Public Works SUBJECT: CSAH 101 RECONSTRUCTION CITY PROJECT NO. 5102 Attached please find the proposed Cooperative Construction Agreement for the above referenced project which was prepared by Hennepin County (Agreement No. PW 07-17-06). I have reviewed the agreement and while it is typical of most County agreements, it does honor the understanding the City and County reached when the City approved Layout No. 4 on October 11, 2005, The County will acquire four properties in total for the intersection realignments at no cost to the City (Articles I and III). The County also considers a significant portion of the proposed retaining walls to be for construction purposes; and therefore, the City is not responsible for those costs (see Exhibit A). The City will also be credited for the portion of the trail on the east side of the roadway, and will only share in the costs of the trail north of 26th Avenue (see Exhibit A). The City's total estimated project cost is $2,707,636.13 (Article XIV), and this estimate is reflective of current construction costs based on projects recently bid by the County. The City currently has 2,650,000 programmed in the 2006-2010 Capital Improvements Program (CIP) for construction in 2007. The County has agreed to a new payment concept whereby we would reimburse the County for 50% of the construction cost after contract award and 45% upon completion of 50% of the work Article XVI). This should assist the City with cash flow issues, and the CIP will be adjusted accordingly. The County has also agreed to apply a proportionate share of their federal funding to the City's share of the project cost thus reducing our costs by $539,000 (see Exhibit A). Unlike any other Cooperative Agreements I have been involved with, Hennepin County has inserted a new provision that limits any further City approvals once this agreement is approved (Article XV). The County added this provision since they are providing the agreement well in advance of final design plans as requested by the City Council. Typically, the cooperative agreement follows the approval of the design plans. Finally, the agreement spells out ongoing maintenance responsibility for various items (Article XXV). If you have any questions regarding the agreement, please let me know. attachment cc: Mike Kohn 0AEngineering\PR0JECTS\2000 - 2009\5102Vvlemos\CoopConstAgmt_4_27.doc Agreement No. PW 07-17-06 County Project No. 9516 County State Aid Highway No. 101 City of Plymouth County of Hennepin AGREEMENT FOR RIGHT OF WAY ACQUISITION AND CONSTRUCTION COOPERATIVE AGREEMENT THIS AGREEMENT, Made and entered into this day of 20065 by and between the County of Hennepin, a body politic and corporate under the laws of the State of Minnesota, hereinafter referred to as the "County", and the City of Plymouth, a body politic and corporate under the laws of the State of Minnesota, hereinafter referred to as the "City". WITNESSETH: WHEREAS, the County and the City have been negotiating to bring about the reconstruction of County State Aid Highway No. (CSAH ) 101 from 147 feet south of 13th Avenue North to 75 feet south of 30th Place North; and WHEREAS, the aforedescribed roadway improvements are all to be accomplished under Hennepin County Project No. (C. P.) 9516 (State Aid Project No. 27-701-13), hereinafter referred to as the "Project"; and WHEREAS, the above described Project lies within the corporate limits of the City; and WHEREAS, the County is developing the detail plans for the Project and anticipates starting construction of same during the spring of calendar year 2008; and WHEREAS, it is desirable and advantageous to begin the acquisition of the new right of way, permanent easements and temporary easements necessary to complete said Project; and WHEREAS, the City and the County desire to establish the terms and conditions by which the right of way and easements required for the Project are to be acquired, and to set forth the division of costs of properties acquired for these purposes; and WHEREAS, a cooperative agreement specifying the division of project construction costs among the parties is normally prepared upon completion of the detail plans for a project; and WHEREAS, the County has not completed the detail plans for the Project and does not anticipate completing said plans until the fall of calendar year 2007; and Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 WHEREAS, the City has requested that a construction cooperative agreement be prepared at this time; and WHEREAS, the City and County therefore desire to set forth construction costs divisions for the Project; and WHEREAS, the County Engineer has heretofore prepared an Engineer's Estimate of quantities and unit prices for the above described Project in the sum of Twelve Million Twelve Thousand Seven Hundred Forty Nine Dollars and Seventy Cents ($12,012,749.70). A copy of said estimate, marked Exhibit "A", is attached hereto and by this reference made a part hereof, and WHEREAS, the City has indicated its willingness to participate in the right of way, construction, engineering and maintenance costs of the Project as detailed herein; and WHEREAS, it is contemplated that said work be carried out by the parties hereto tinder the provisions of Minnesota Statutes 2006, Section 162.17, Subdivision 1 and Section 471.59. NOW THEREFORE, IT IS HEREBY AGREED: The County or its agents will be responsible for the acquisition of all right of way, permits and/or easements required for the construction of the Project. It is hereby understood that the phrase "responsible for the acquisition of as used in this Agreement shall be construed to mean the performance of all tasks and duties necessary and legally required to obtain the right to use the subject properties for the purposes set forth in this Agreement. Said rights may be obtainea by, nut are not limiieu to, direct purchase, ucuica.uuii, donation, or eminent domain. II It is anticipated that the properties located at the following addresses within the City will be acquired in total by the County: 17825 24th Avenue North 2505 Queensland Lane North 1783025 1h Avenue North 1773526 1h Avenue North It is anticipated that the acquisition of all other properties necessary for the Project shall be accomplished by partial takings and/or easements. 2- \/V— Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 However, it is understood that if during the development of the detailed construction plans for the Project by the County it becomes apparent that it would be advantageous to modify the aforestated right of way taking designation, i.e. partial versus total, of any of the properties required for the Project, such a change in designation can occur provided it is mutually agreed to by each Party's designated representative identified in Article XXVIII of this Agreement. An amendment to this Agreement will not be required to modify the type of acquisition. III It is understood and agreed that the four properties identified in the first paragraph of Article II of this Agreement will be acquired by the County at no cost to the City. It is further understood and agreed that the City shall reimburse the County for fifty (50) percent of all costs incurred by the County for all additional right of way (partial or total takings), permits and or easements required to construct the Project. IV In the event total acquisition of properties result in the creation of remnant parcels of vacant land which are not required for the Project, the mamier of disposition of any such remnant parcels shall be in accordance with one of the following methods. All remnant parcels which meet or exceed the minimum size and dimension requirements for a buildable lot within the existing applicable municipal zoning designation shall be first offered for sale at the most favorable price obtainable. The Parties hereto recognize that remnant parcels may have value as mitigation lands for adj acent properties from which right of way and/or easements for the Project will be acquired. In the event remnant parcels are or will be created that have value as mitigation lands, the County may incorporate such remnant parcels into the negotiations with adjacent properly owners. It is understood that the remnant parcel will first be offered for sale as required by the immediate preceding paragraph herein. Remnant parcels shall only be used as mitigation lands if the County is unable to sell the remnant at an advantageous price within a reasonable amount of time. For those remnant parcels which are not beneficial as mitigation lands or are not of adequate size for a permitted structure, the County will use its best efforts to sell such parcels at the most favorable price obtainable. It is agreed that the County Engineer and the City's Director of Public Works or their designated representatives will agree to the rnamier by which any remnant parcel will be disposed prior to finalizing any such transactions. It is further agreed that in the event a mutual agreement 3 - V\) L Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 is not obtained regarding any specific parcel, the County Engineer or designated representative shall have the authority to make final decisions on any such matters. All proceeds from the sale of any remnant parcel created from the sale of those four properties listed in Article II of this Agreement shall be retained by the County. The proceeds from the sale of any other remnant parcel created as a result of this Project shall be shared equally by the City and the County. In the event that remnant parcels created as a result of this Project are not sold, ownership of said parcels shall be jointly resolved by the City's Director of Public Works and the County Engineer. V The County will be responsible to provide the necessary maintenance, security and risk management services for the term of the Project on all properties that the County acquires. All structures that exist on properties acquired for the Project and which must be removed for the completion of the Project shall be removed under a separate contract, as part of the Project, or with the County's own forces. The County and the City shall agree on the manner of removal for each structure taking into account all possible associated costs and impacts to the schedule of the Project. The County shall have the right to remove any structure with its own forces when in the opinion of the County Engineer or designated representative that it is a more economical option or such removal will benefit the schedule of the Project. With the exception of those four properties listed in Article II of this Agreement, all costs incurred for providing maintenance, security and risk management services on any vacant property and structures, and the demolition of any structures, including but not limited to, the actual demolition costs, the costs for hazardous materials inspections and abatement costs if required, shall be shared equally between the County and the City. Prior to the submittal of invoices, the County Engineer and the City's Director of Public Work's or their designated representatives shall mutually agree to the costs incurred for the above mentioned work. VI The City agrees to grant easements to the County over all lands or those lands that are dedicated to the public or the City for the purposes of street and utilities and are part of the required right of way and easements for the Project. Said easements shall be granted at no cost to the County. VII The County, at its sole cost and expense, will conduct a Phase 1 Environmental Site Assessment (ESA), which may include but not be limited to reviewing the existing and available Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 historical information pertaining to land use and conditions on all properties purchased by the County under this Agreement. In the event a Phase II ESA is required on any parcel, it is hereby understood and agreed that the County will assume the responsibility to have the Phase II ESA completed. With the exception of those four properties listed in Article II of this Agreement, all costs incurred by the County for the completion of any required Phase H ESA, including but not limited to sampling, analyzing and characterizing the subsurface conditions of individual properties, the costs of Minnesota Pollution Control Agency fees for technical review and issuance of liability assurance letters, as well as any subsequent environmental clean-up that may be required shall be shared equally by the County and the City. In the event the Phase II ESA identifies contamination within the new right of way for the Project that must be abated, the County's staff will consult with the City's staff regarding the use of consultants and contractors as may be necessary for the abatement of the roadway right of way and obtaining the approval of the Minnesota Pollution Control Agency. Any clean up required will be accomplished as part of the Project or under separate contracts administered by the County as may be warranted by the nature of the cleanup activities and/or the impacts to the schedule of the Project. The County will investigate and exhaust all available options for payment of costs incurred related to any required Phase II ESA abatement of the new right of way. This includes, but is not limited to, responsible parties and governmental agencies. With the exception of those four properties listed in Article II of this Agreement, the City hereby agrees to reimburse the County fifty (50) percent of all costs incurred by the County for the completion of the aforereferenced environmental work performed on properties associated with this Project for which the County does not receive reimbursement from other sources. VIII The County will periodically, as properties are acquired or other costs identified herein are incurred, prepare and submit to the City invoices with itemized statements documenting the actual acquisition and other costs incurred by the County, as well as the sale price of any remnant parcels sold, since the last statement submitted. The statements shall identify and include any monies due the City due to the sale of remnant parcels. The City hereby agrees to remit to the County the net amount due stated on the invoice, acquisition costs less ironies due the City from the sale of remnant parcels, within forty five (45) days after receipt of said invoice. IX The County will advertise for bids for the work and construction of the Project, receive and open bids pursuant to said advertisement and will enter into a contract with the successful bidder at the unit prices specified in the bid of such bidder, according to law. The contract will include the plans and specifications prepared by the County, which said plans and specifications are 5- \qJ\- Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 referenced and identified as S.A.P. 27-701-13, S.A.P. 155-020-017, and approved by the Minnesota Department of Transportation (Mn/DOT). X The County will administer the contract and inspect the construction of all the contract work contemplated herewith. However, the City Engineer shall have the right, as the work progresses, to enter upon the job site to make any inspections deemed necessary and shall cooperate with the County Engineer and staff at their request to the extent necessary, but will have no responsibility for the supervision of the work. The City agrees that the County may make changes in the plans or in the character of said contract construction which is reasonably necessary to cause said construction to be in all things performed and completed in a satisfactory manner. It is further agreed by the City that the County may enter into any change orders or supplemental agreements with the County's contractor for the performance of any additional construction or construction occasioned by any necessary, advantageous or desirable changes in plans, within the original scope of the Project. Said changes may result in an increase or decrease to the City's cost participation estimated herein. The City shall have the right to review any proposed changes to the plans and specifications as they relate to the City's cost participation prior to the work being performed. The City Engineer or designated representatives shall have the right to approve any change orders or supplemental agreements prepared by the County that affect the City's share of the construction cost. The City further agrees that it will participate in the settlement of any claims from the County's contractor that involve delays attributable to unreasonable delays in approval by the City for plan or specification changes.deemed necessary by the County Engineer or staff. The amount of City participation in any such claims shall be commensurate with the percentage of delay directly attributable to the City's actions. XI The City shall participate in the costs of the contracted construction work for the Project as set forth in the Division of Cost Summary in said Exhibit "A". The respective proportionate shares of the pro -rata pay items included in Exhibit "A" shall remain unchanged throughout the life of this Agreement. It is understood that the estimated amount on Page 1 of this Agreement and as shown in Exhibit "A" is an estimate of the costs for the contracted construction 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 County Engineer's designated representatives shall govern in computing the total final contract construction cost for apportioning the cost of said Project according to the provisions herein. It is further understood and agreed that the final quantities as Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 measured by the County Engineer's designated representatives for contract pay items in which the City are participating shall be subject to the review and approval by the City Engineer. XII In addition to the aforesaid City's proportionate share of the contracted construction costs for the Project, the City agrees to pay to the County ten (10) percent of the City's share of the contracted construction costs as its share of the engineering design costs for the Project, as set forth in said Division of Cost Summary in Exhibit "A". It is understood that the City will not pay engineering design costs for those construction items (water and sanitary sewer) designed by the City. Similarly, the City also agrees to reimburse the County for the City's proportionate share of the construction engineering costs for the Project. Said City's share of construction engineering costs shall be equal to eight (8) percent of the total final amount of the City's share of contract construction costs for the Project. The amount of said City's share in the contract administration costs is estimated in Exhibit "A". It is understood that said City's proportionate share shown in Exhibit "A" is an estimate and that the actual City's proportionate share of the contract administration costs will be computed using the total final amount of the City share of the contract construction costs for the Project. XIII The County will supply the traffic signal cabinet, controller and control equipment, including the emergency vehicle preemption (EVP) cards, (County Supplied Equipment) for the traffic control signal systems installed as apart of said Project. The City shall reimburse the County for its share of the County supplied equipment as set forth in said Division of Cost Summary in Exhibit "A". The estimated cost to the City for said County supplied equipment is Ten Thousand Dollars and No Cents ($10,000.00). It is further agreed that said estimate of the costs of County supplied equipment is an estiinate and -lat the actual quantities of equipment as determined by the County Engineer shall govern in computing the total final cost to the City. The County will invoice the City for said County supplied equipment. Payment shall be made to the County by the City for the full amount due stated on the invoice within forty five 45) days of the invoice date XIV The proportionate shares of the various costs associated with said Project have been identified and set forth in Articles H through XIII of this Agreement. All the aforereferenced costs are included in tabular format in Exhibit "A". As summarized in Exhibit "A", the estimated amount that the City is to pay the County as a result of this Agreement is 2,707,636.13. It is understood and agreed that said payment amounts are estimates and that the 7- W Agreement No. PW 07-17-06 CSAR 101; C.P. 9516 actual payment amounts shall be based on actual costs and contract unit prices, as specified elsewhere throughout this Agreement. XV At the City Council meeting on October 11, 2005, Council approved the layout for the Project. It is understood by the parties hereto that by executing this Agreement, the City's approval responsibility for the Project is completed and no further City approvals of the Project are required. It is understood by the parties hereto that the final design of the Project has not been completed. It is further understood and agreed by the parties hereto that upon completion of the final design of the Project, all additional City Project costs not anticipated in this Agreement shall be paid by the City upon notification by the County. It is understood that said City's future cost responsibilities, if any, will be established per the County's "Policies For Cost Participation Between Hennepin County And Other Agencies For Cooperative Highway Projects" which is attached hereto, marked Exhibit `B", and by this reference made a part hereof XVI After an award by the County to the successful bidder on the Project, the County shall invoice the City for fifty (50) percent of the estimated City's share in the contract construction costs for the Project and for ninety five (95) percent of the estimated City's share in the engineering costs for the Project. Upon completion of fifty (50) percent of the Project, the County shall invoice the City for forty five (45) percent of said estimated City's share of the contract construction costs for the Project. Payments shall be made to the County, in the name of the Hennepin County Treasurer, by the City for the full amount due stated on the invoices within forty five (45) days of the invoice date. Said estimated City' shares shall be based on actual contract unit prices applied to the estimated quantities shown in the plans. In the event the County Engineer or the County's staff determines the need to amend the construction contract with a supplemental agreement or change order which results in an increase in the contract amount for the Project, the City hereby agrees to remit within forty five (45) days of notification by the County of said change an amount equal to ninety five (95) percent of the estimated City's shares as documented in the supplemental agreement or change order. The remainder of the City's share in the engineering and contract construction costs of the Project, including additional costs resulting from supplemental agreements and change orders, will be due the County upon the completion of the Project and submittal of the County Engineer's final estimate for the Project to the City. Upon final payment to the Project contractor by the County, any amount remaining as a balance in the deposit account will be returned to the City, within 45 days, on a proportionate Agreement No. PW 07-17-06 CSAR 101; C.P. 9516 basis based on the City's initial deposit amount and the City's final proportionate share of the Project costs. Likewise, any amount due the County from the City upon final payment by the County shall be paid by the City as its final payment for the construction and engineering costs of the Project within forty five (45) days of receipt of an invoice from the County. XVII All payments to the County must be postmarked by the date due or a late penalty of one (1) percent per month, or fraction thereof, on the unpaid balance will be charged to the City. The City shall pay the amount due as stated on the statement, notwithstanding any dispute of such amount. Should a disputed amount be resolved in favor of the City, the County shall reimburse the disputed amount plus daily interest thereon calculated from the date such disputed amount was received by the County. Daily interest shall be at the rate of one (1 %) percent per month on the disputed amount. XVIII All records kept by the City and the County with respect to this Project shall be subject to examination by the representatives of each party hereto. XIX 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 Highways included in said 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. XX As part of the Project, "No -Parking" signs shall be installed as represented in the plans and the City, at their expense, shall provide the enforcement for the prohibition of on -street parking on those portions of CSAH 101 constructed under this Project recognizing the concuizent jurisdiction of the Sheriff of Hennepin County. Any modification of the above parking restrictions shall not be made without first obtaining a resolution from the Hennepin County Board of Commissioners permitting said modification. It is further agreed that the City shall, at their own expense, remove and replace City owned signs that are within the construction limits of said Project if requested by the County's Project Engineer. 9- \.}`— Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 XXI The City agrees that any municipal license required to perform electrical work within the City shall be issued to the Contractor or the County at no cost to the Contractor or the County. Electrical inspection fees shall not be more than those established by the State Board of Electricity in the most recently recorded Electrical Inspection Fee Schedule. XXII The City shall install, cause the installation of, or perpetuate the existence of an adequate three wire, 120/240 volt, single phase, alternating current electrical power connection to the traffic control signals, flashers and integral street lights included in the Project at the sole cost and expense of the City. Further, the City shall provide the electrical energy for the operation of the said traffic control signals, flashers and integral streetlights at its sole cost and expense. XXIII The City shall not revise by addition or deletion, nor alter or adjust any component, part, sequence, or timing of the aforesaid traffic control signals, however, nothing herein shall prohibit prompt, prudent action by properly constituted authorities in situations where a part of such traffic control signals may be directly involved in an emergency. XXIV Upon completion of this Project, the County shall thereafter maintain and repair the traffic control signal systems installed as a part of said Project, all at the sole cost and expense of the County. Said maintenance shall include all EVP components. Further, the County, at its expense, shall maintain 110 -volt power to the line side of the fuse in the base of the signal poles for the integral streetlights. The City, at its expense, shall maintain the fuse, the luminary and the wire to the load side of the fuse in the base of the signal poles. The EVP Systems provided for herein shall be installed, operated, maintained or removed in accordance with the following conditions and requirements: Emitter units may be installed and used only on vehicles responding to an emergency as defined in Minnesota Statutes Chapter 169.01, Subdivision 5 and 169.03. The City will provide the County Engineer or his designated representative a list of all such vehicles with emitter units. 2. Malfunctions of EVP Systems shall be reported to the County immediately. Iii the event said EVP Systems or components are, in the opinion of the County, being misused or the conditions set forth herein are violated, and such misuse or violation 10- N%- Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 continues after receipt by the City of written notice thereof from the County, the County shall remove the EVP Systems. Upon removal of the EVP Systems pursuant to this paragraph, the field wiring, cabinet wiring, detector receivers, infrared detector heads, indicator lamps and all other components shall become the property of the County. 4. All timing of said EVP Systems shall be determined by the County. V.iAIy It is understood and agreed that upon completion of the Project, all water distribution system components, sanitary sewer systems, concrete sidewalk, bituminous trails, fencing, and all municipal street construction included in the Project shall be the property of the City and all maintenance, restoration, repair, replacement or other work or services required thereafter shall be performed by the City at no expense to the County. Notwithstanding the maintenance responsibilities of the City as specified in the previous paragraph, it is further understood and agreed that upon completion of any and all improvements proposed herein, all streetscape, landscaping and associated landscaping structures shown in the plans for the Project, shall become the responsibility of the City and all maintenance, restoration, repair, replacement or other work or services required thereafter shall be performed by the City at no expense to the County. It is further understood and agreed that said streetscape, landscaping and associated landscaping structures shall be maintained by the City in accordance with the attached "HENNEPIN COUNTY DEPARTMENT OF PUBLIC WORKS - TRANSPORTATION DIVISION; RECOMMENDED URBAN LANDSCAPE/STREETS CAPE GUIDELINES" (marked Exhibit "C") which by this reference is made a part hereof. It is further understood and agreed that upon completion of the Project, the City, at their sole cost and expense, will perform all routine maintenance on the retaining walls and retaining wall fencing within the City constructed as a part of the Project. In the event, at any time in the future, that the retaining walls constructed as a part of the Project for highway purposes are rehabilitated and/or replaced the County agrees to participate in fifty (50) percent of the costs of rehabilitation and/or replacement for said retaining walls and integral retaining wall fencing. Upon completion of the Project, the County shall, at its own cost and expense, retain ownership and maintenance responsibilities for those portions of the roadway storm sewer drainage system functioning as catch basins and associated lead pipes that are within or between the outermost curb lines of the County roadways as well as those within the radius return limits of intersecting municipal streets. All other components of the roadway storm sewer drainage system, constructed as a part of this Project including but not limited to all trunk lines, drainage structures, ponds, storin water treatment structures and cross road culverts, shall become the property of the City and shall be maintained by the City. In the event, at any time in the future, the stone water trunk lines constructed as a part of this Project are reconditioned and/or replaced, the costs of 11 - -NX1 `- Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 reconditioning and/or replacement shall apportioned between the County and City by contributing flow. All questions of maintenance responsibilities that may arise shall be jointly resolved by the City's Director of Public Works and the County's Operations Division Engineer. It is hereby understood that the County requires an operational clear zone behind the face of curb for storage of snow removed from County roadways. The City, at its discretion, will remove snow that may be placed on the sidewalks and/or pedestrian/bicycle paths within the operational clear zone, as a result of the County's snow removal operations on CSAR 101 within the limits of said Project. This paragraph is not intended to confer a benefit upon any third parry and the City's decision to remove snow from the sidewalk and/or paths shall be made by the City in their sole discretion pursuant to its policy on removal of snow and ice from its sidewalks and/or pedestrian/bicycle paths and trails. XXVI The City agrees to defend, indemnify and hold harmless the County, its officials, officers, agents, volunteers and employees, from any liabilities, claims, causes of action, judgments, damages, losses, costs or expenses, including, reasonable attorneys' fees, resulting directly or indirectly from any act or omission of the City, its contractors, anyone directly or indirectly employed by them, and/or anyone for whose acts and/or omissions they may be liable thereof. The City's liability shall be governed by the provisions of Minnesota Statutes, Chapter 466 or other applicable law. The County agrees to defend, indemnify, and hold harmless the City, its officials, officers, agents, volunteers, and employees from any liability, claims, causes of action, judgments, damages, losses, costs, or. expenses, including reasonable attorneys' fees, resulting directly or indirectly from any act or omission of the County, its contractors, anyone directly or indirectly employed by thein, and/or anyone for whose acts and/or omissions they may be liable thereof. The County's liability shall be governed by the provisions of Minnesota Statutes, Chapter 466 or other applicable law. The County and the City each warrant that they are able to comply with the aforementioned indemnity requirements through an insurance or self-insurance program. XXVII 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 for herein to be performed by the City shall not be considered employees of the County, and that any and all claims that may or might arise under the Workers' Compensation Act or the Minnesota Economic Security Law on behalf of said employees while so engaged and any and all claims made by any 12- V Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 third parties as a consequence of any act or omission on the part of said employees while so engaged on any of the work or services provided to be rendered herein shall in no way be the obligation or responsibility of the County. Also, 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 of the City, and that any and all claims that may or might arise under the Workers' Compensation Act or the Minnesota Economic Security Law on behalf of said 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 employees while so engaged on any of the work or services provided to be rendered herein shall in no way be the obligation or responsibility of the City. XXVIII In order to coordinate the services of the County with the activities of the City so as to accomplish the purposes of this Agreement, the Hennepin County Engineer or a designated representative shall manage this Agreement on behalf of the County and serve as liaison between the County and the City. In order to coordinate the services of the City with the activities of the County so as to accomplish the purposes of this Agreement, the City's Director of Public Works or a designated representative shall manage this Agreement on behalf of the City and serve as liaison between the City and the County. It is understood and agreed that the entire Agreement between the parties is contained herein and that this Agreement supersedes all oral agreements and negotiations between the parties relating to the subject matter hereof. All items referred to in this Agreement are incorporated or attached and are deemed to be part of this Agreement. Any alterations, variations, modifications, or waivers of provisions of this Agreement shall only be valid when they have been reduced to writing as an amendment to this Agreement signed by the parties hereto. The provisions of Mimlesota Statutes 181.59 and of any applicable local ordinance relating to civil rights and discrimination and the Affirmative Action Policy statement of Hermepin County shall be considered a part of this Agreement as though fully set forth herein. 13- Wt— Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 XXXI The matters set forth in the "whereas" clauses at the beginning of this Agreement are incorporated into and made hereof by this reference. this space intentionally left blank) Agreement No. PW 07-17-06 CSAH 101; C.P. 9516 IN TESTIMONY WHEREOF, The parties hereto have caused this Agreement to be executed by their respective duly authorized officers as of the day and year first above written. Seal) ATTEST: CITY OF PLYMOUTH By: Mayor Date: And: Manager Date: COUNTY OF HENNEPIN By: Deputy/Clerk of the County Board Date: APPROVED AS TO FORM: By: /C A4tant County Attorney Date: / A& By: Assistant County Attorney Date: BY: Chair of its County Board Date: And: Assistant/Deputy/County Administrator Date: 15- And: Assistant County Administrator, Public Service Date: RECOMMENDED FOR APPROVAL: BY: Director, Transportation Department and County Engineer Date: L i Concrete drive aprons EXHIBIT A 4,104.00 4,104.00 Signals 101 & 14th Ave. (50/50) DIVISION OF COST SUMMARY 59,850.00 59,850.00 101 & 6 (HC 100%) HENNEPIN COUNTY PROJECT NO. 9516 138,000.00 City Utilities CSAH 101 FROM 240'S. OF 13th AVE. N. TO 260' S. 30th PL. N. 300,230.00 Storm Sewer (50/50) STATE PROJECT NO. 27-701-13 440,806.00 440,806.00 Landscaping (Trees) 4/1812006 35.000.00 Subtotal (Contract Construction) Total Estimated Cost Hennepin County City of Plymouth Contract Construction 131,150.15 131,150.15 County only items 4,307,104.20 4,307,104.20 128.938.52 Pro -rata items Mobilization & Field offices 680,000.00 632,400.00 47,500.00 Traffic Control 421,225.00 391,739.25 29,485.75 Walls Wall 1 (Kreatz Lake) 688,079.00 688,079.00 Wall (Kreatz Lake) 888,714.00 888,714.00 Wall 3 (Snyder Lake) 789,083.50 789,083.50 10,000.00 Wall 529,372.00 529,372.00 1,355,816.00 Wall 5 228,114.80 114,057.40 114,057.40 Wall 5 (along wetland 4) 342,172.20 342,172.20 Wall 6 214,087.50 107,043.75 107,043.75 Wall 192,427.25 96,213.63 96,213.63 Wall? (along wetland 6&7) 192,427.25 192,427.25 Wall 196,356.00 98,178.00 98,178.00 Wall 74,671.00 37,335.50 37,335.50 Concrete sidewalk 3" Concrete walk (medians) 53,340.00 53,340.00 4" Concrete walk (sidewalks) 40,383.00 40,383.00 9.000.00 4" Concrete walk (boulevards) 100,000.00 75,000.00 25,000.00 4" Bituminous walk (boulevards) 40,000.00 40,000.00 3,246,636.13 6" Concrete walk (pedramps) 36,745.00 36,745.00 Trails West side 119,681.00 119,681.00 East side 119,681.00 90,957.56 28,723.44 Curb & gutter B624 (outside) 66,160.00 33,080.00 33,080.00 B624 (median) 51,260.00 51,260.00 B424 (outside) 104,410.00 52,205.00 52,205.00 B424 (median) 18,230.00 18,230.00 D424 (sidestreets & cul-de-sacs) 36,276.00 18,138.00 18,138.00 Concrete drive aprons 8,208.00 4,104.00 4,104.00 Signals 101 & 14th Ave. (50/50) 119,700.00 59,850.00 59,850.00 101 & 6 (HC 100%) 138,000.00 138,000.00 City Utilities 300,230.00 300,230.00 Storm Sewer (50/50) 881,612.00 440,806.00 440,806.00 Landscaping (Trees) 35.000.00 35.000.00 Subtotal (Contract Construction) 12,012,749.70 10,401,018.24 1,611,731.47 Engineering Design (10%) (Not including city designed utilities) 131,150.15 131,150.15 Construction (8%) 128.938.52 128.938.52 Subtotal 260,088.66 260,088.66 County Supplied Traffic Signal Equipment 20,000.00 10,000.00 10,000.00 CSAH 101 @ 14th Ave. CSAH 101 @ CSAH 6 20.000.00 20.000.00 Subtotal 40,000.00 30,000.00 10,000.00 Right of Way Permanent & Temp. Acquisitions (50/50) 2,711,632.00 1,355,816.00 1,355,816.00 Acquisitions for street realignments 19th Ave. (east side)(2425 Merrimac) 69,110.00 69,110.00 24th Ave. (2300,10,20,30 Co. Rd. 101) 71,272.00 71,272.00 25th -26th Ave. (17820 251h, 17925 26th) 55,986.00 55,986.00 Acquisitions for total parcel takes 17825 241h,2505 Queensland, 17830 251h, 17735 26th) 1,700,000.00 1.700.000.00 Subtotal 4,608,000.00 3,252,184.00 1,355,816.00 Environmental studies Phase I ESA 12,000.00 12,000.00 Phase ll ES 18.000.00 9,000.00 9.000.00 Subtotal 30,000.00 21,000.00 9,000.00 PROJECT TOTAL 16,950,838.36 13,704,202.24 3,246,636.13 ederal Aid (1) (4,900,000.00) (4,361,000.00) (539,000.00 ROJECT TOTAL LESS FEDERAL AID $12,050,838.36 $9,343,202.24 $2,707,636.13 1) Based on proportionate share of participating contract construction totals less city utilities. (HC 89% / City 11%). Hennepin County Agreement No. PW 07-17-06 nA Exhibit "A", Sheet 1 of 7 Summary of Plymouth Costs CSAH 101 Participation Construction 358,017.19 Walls 452,828.28 Signals 59,850.00 Utilities 300,230.00 Storm Sewer 440.806.00 Subtotal 1,611,731.47 Enginineering @ 18% 260,068.66 County Supplied Traffic Signal Equipment 10,000.00 Right of Way 1,355,816.00 Environmental studies 9,000.00 Federal Aid 539,000.00) TOTAL CITY PARTICIPATION 2,707,636.13 Hennepin County Agreement No. PW 07-17-06 WL Exhibit "A"; Sheet 2 of 7 STATEMENT OF ESTIMATED QUANTITIES HENNEPIN COUNTY PROJECT NO. 9516 CSAH 101 FROM 240'S. OF 13th AVE. N. TO 260'S. 30th PL. N. STATE PROJECT NO. 27-701-13 2401601 FOUNDATION PREPARATION WALL Hennepin County Agreement No. PW 07-17-06 r Exhibit "A"; Sheet 3 of 7 UNIT QUANT (P) UNIT TOTAL HENNEPIN CO. PLYMOUTH PLYMOUTH STORM SEWER LANDSCAPING e ITEM NO CODE ITEM EST COST PARTICIPATING PARTICIPATING NON-PARTICIP. PARTICIPATING PARTICIPATING S.P. 27-701.13 S.P. 155-020-017 S.P. 27-701-13 S.P. 27-701-13 QUANT. COST QUANT. COST QUANT. COST QUANT. COST QUANT. COST QUANT. COST LS 1 650000.00 650000.00 0.93 504500.00 0.07 45500.00 2021.501 00010 MOBILIZATION 2031.501 00040 IELD OFFICE TYPE D EACH 1 20.000.00 20 000.00 0.93 18600.00 9300.00 0.07 1400.00 0.07 700.00 2031.503 - 00040 FIFELD LABORATORY TYPE D EACH 1 10 000.00 10 000.00 0.93 2101.511 00010 CLEARING AND GRUBBING LS 1 20 000.00 20,000.00 1 20000.00 500.00 2101.603 00010 ROOT CUTTING LF 200 2.50 500.00 200 2102.501 00010 PAVEMENT MARKING REMOVAL S F 50 10.00 500.00 46.50 465.00 2325.00 3.5 35.00 175 175.00 2102.502 00010 PAVEMENT MARKING REMOVAL LF 2500 1.00 2 500.00 2325.00 2103.501 00011 BUILDING REMOVAIA LS 1 20 000.00 20 000.00 20 000.00 1 1 20000.00 20000.00 2103.501 00012 BUILDING REMOVAL B LS 1 1 20 000.00 20000.00 20000.00 1 20000.00 2103.501 00013 BUILDING REMOVAL C LS 1 20 000.00. 20 000.00 1 20000.00 2103.501 00014 BUILDING REMOVAL D LS 2104.501 00010 REMOVE PIPE CULVERTS LF 414 10.00 4140.00 30 400.00 414 3040 4140.00 30400.00 2104.501 00018 REMOVE PIPE SEWERS L F LF 3040 11243 10.00 2.50 28 107.50 11243 28107.50 2104.501 00022 REMOVE CURB & GUTTER LF 1458 2.00 2,916.00 1458 2916.00 2104.501 00023 REMOVE BITUMINOUS CURB LF 500 20.00 10 000.00 500 10000.00 2104.501 00029 REMOVE RETAINING WALL L F 500 8.00 4000.00 500 4000.00 2104.501 00032 REMOVE WOOD RETAINING WALL LF 1000 2.50 2500.00 1000 2500.00 2104.501 00040 REMOVE GUARD RAIL SF 25911 0.40 10 364.40 25911 10364.40 2104.503 00015 REMOVE BITUMINOUS WALK SF 28465 0.70 19 925.50 28465 19925.50 2104.503 00021 REMOVE CONCRETE WALK SF 3000 0.60 1,800.00 3000 1800.00 2104.503 00024 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 455793 D.ZO. 91 158.60 455793 91158.60 2104.503 00121 REMOVE BITUMINOUS PAVEMENT 36941 0.20 7 788.20 38941 7788.20 2104.503 00123 REMOVE BITUMINOUS DRIVEWAY PAVEMENT S F 12000.00 12000.00 2104.509 00031 REMOVE HYDRANT EACH B 1500.00 500.00 8 000.00 616 8000.00 2104.509 00107 REMOVE GATE VALVE EACH 16 38 200.00 7600.00 38 7600.00 2104.509 00114 REMOVE DRAINAGE STRUCTURE EACH 600.00 4 600.00 8 4800.00 2104.509 00151 REMOVE MAST ARM FOUNDATION EACH 8 360.00 720.00 2 720.00 2104.509 00153 REMOVE CONTROLLER FOUNDATION EACH 2 3,720.00 31 3720.00 2104.509 00399 REMOVE HANDHOLE EACH 31 500 120.00 5.00 2,500.00 500 2500.00 2104.513 00010 SAWING BITUMINOUS PAVEMENT LF 1000 5.00 5,000.00 1000 5000.00 2104.513 00011 SAWING BIT PAVEMENT FULL DEPTH LF 3.00 750.00 250 750.00 04.521 00050 SALVAGE CHAIN LINK FENCE L F 250 1000 3.00 3 000.00 1000 3000.00 04.52142J04.523 00055 SALVAGE WOODEN FENCE LF EACH 2 1 500.00 3 000.00 2 3000.00 00019 SALVAGE HYDRANT & VALVE EACH 100 17.50 1 750.00 100 1750.00 04.523 00539 SALVAGE SIGN EACH 11 000.00 1,000.00 1 1000.00 2104.525 00015 ABANDON CATCH BASIN OR MANHOLE 130 10.00 1,300.00 130 1300.00 2104.601 00034 ABANDON PIPE SEWER LF 2105.501 00010 COMMON EXCAVATION C Y 60000 8.00 480 000.00 45 000.00 60000 5000 480000.00 45000.00 2105.505 00010 MUCK EXCAVATION C Y C Y 5000 12000 9.00 8.00 96 000.00 12000 96000.00 2105.507 00010 SUBGRADE EXCAVATION C Y 30689 13.00 39 8 957.00 30689 398957.00 2105.522 00030 SELECT GRANULAR BORROW C 300 12.00 3 600.00 300 3600.00 2105.543 00010 STABILIZING AGGREGATE TON BY 1000 1.50 1,500.00 1000 1500.00 2105.604 00034 GEOTEXTILE FABRIC TYPE IV 2118.501 00020 AGGREGATE SURFACING CLASS 2 TON 100 25.00 2,500.00 100 2500.00 2123.610 00045 STREET SWEEPER(WITH PICKUP BROOM HOUR 200 85.00 17 000.00 200 17000.00 2130.501 00010 IWATER.. MGAL 320 15.00 4,800.00 320 4800.00 2131.502 00010 CALCIUM CHLORIDE SOLUTION GAL 25000 1.00 25 000.00 25000 25000.00 2211.503. 00050 AGGREGATE BASE C CLASS 5 C Y 1616 24.00 38 764.00 737.46 17699.04 678.54 21084.96 2211.503 00060 AGGREGATE BASE (Cn CLASS 6 C Y 12528 22.00 275 616.00 12528 275616.00 2231.501 00010 BITUMINOUS PATCHING MIXTURE TON 200 70.00. 14 000.00 200 14000.00 2232.501 00010. MILL BITUMINOUS SURFACE 5 Y 500 80.00 40 000.00 500 40000.00 2357.502 00010 BITUMINOUS MATERIAL FOR TACK COAT GAL 7000 1.25 8 750.00 7000 8750.00 2360.501 24600 TYPE SP 12.5 WEARING COURSE MIX 4 TON 17000 56.00 952 000.00 17000 952000.00 2360.502 34200 TYPE BP 19.0 NON WEAR COURSE MIX 4 B TON 26200. 48.00 1257600.00 26200 1257600.00 2401.513 07146 TYPE MOD P-1 RAILING CONCRETE 3Y46 L F 4081 76.00 310 156.00 3343.75 254125.00 737.25 56031.00 cni iNnATION PREPARATION WALL 1 LS 1 01-aug.001 81 000.00 1 81000.00 2401601 FOUNDATION PREPARATION WALL Hennepin County Agreement No. PW 07-17-06 r Exhibit "A"; Sheet 3 of 7 STATEMENT OF ESTIMATED QUANTITIES HENNEPIN COUNTY PROJECT NO. 9516 CSAH 101 FROM 240'S. OF 13th AVE. N. TO 260'S. 30th PL. N. STATE PROJECT NO. 27-701-13 Hennepin County Agreement No. PW 07-17-06 r` Exhibit "A"; Sheet 4 of 7 9Il OlLUVo TOTAL HENNEPIN CO. PLYMOUTH PLYMOUTH STORM SEWER LANDSCAPING ITEM NO CODE ITEM UNIT QUANT (Pj UNIT PARTICIPATING PARTICIPATING NON-PARTICIP. PARTICIPATING PARTICIPATING ale EST COST S.P. 27-701-13 S.P. 155-020-017 S.P. 27-701-13 S.P. 27-701-13 QUANT. COST QUANT. COST QUANT. COST QUANT. COST QUANT. I COST QUANT. I COST FOUNDATION PREPARATION WALL 3 1 105 000.00 105 000.00 1 0.8 105000.00 60000.00 0.2 15000.002401.601 2401.601 FOUNDATION PREPARATION WALL 5 1 75 000.00 75,000:00 24 000.00 0.75 18000.00 0.25 6000.00 2401.601 FOUNDATION PREPARATION WALL 7 1 2400 C Y 1842 400.00 736 800.00 1651.35 660540.00 190.65 76260.00 2.111.501 01143 STRUCTURAL CONCRETE 1A43 Y 2846 500.00 1 423 000.00 2499.35 1249675.00 346.65 173325.00 2411.501 03243 STRUCTURAL CONCRETE 3Y43 C 9.00 80 298.00 7748.4 69735.60 1173.6 10562.40 2411.511 00011 STRUCTURE EXCAVATION CLASS E G Y 8922 18.00 298 458.00 14972.35 2fi9502.30 1608.65 28955.70 2411.521 00030 GRANULAR BACKFILL(UV)C Y 16581 167230 0.85 142 145.50 149644.5 127197.83 17585.5 14947.68 2411.541 00010 REINFORCEMENT BARS LB 250270 0:25 225 243.00 219372.5 197435.25 30897.5 27807.75 2411.541 00011 REINFORCEMENT BARS EPDXY COATED SB 2411.618 00240 SPECIAL SURFACE FINISH 7.50 2411.618 00250 ARCHITECTURAL SURFACE TREATMENT S F 2411.618 00550 ARCHITECTURAL COLOR SYSTEM S 3.00 C Y 100 25.00 2 500.00 100 2500.00 2451.607 00025 ROCK BEDDING C L F 16476 30.00 494 280.00 15898.15 76944.50 577.85 17335.50 2452.507. C -I -P CONCRETE PILING DELIVERED 16476 5.00 82 380.00 15898.15 79490.75 577.85 2889.25 2452.508 C-I•P CONCRETE PILING DRIVEN L F 41 2 800.00 114 800.00 38.85 108780.00 2.15 6020.00 2452.519 C -i -P CONC TEST PILE 40 FT LONG 12" L F 2501.515 90150 15" RC PIPE APRON EACH 7 500.00 550.00 3,500.00 4 650.00 7 3 3500.00 1650.00 2501.515 90180 18" RC PIPE APRON EACH 3 1 600.00 600.00 1 600.00 2501.515 90210 21" RC PIPE APRON I EACH 1 7 900.00 6 300.00 7 6300.00 2501.515 90240 24" RC PIPE APRON EACH EACH 3 1 100.00 3 300.00 3 3300.00 2501.515 90270 27" RC PIPE APRON 1 200.00 1 200.00 1 1200.00 2501.515 90300 30" RC PIPE APRON JEACH I1 EACH 1 2 300.00 2 300.00 1 2300.00 2501.515 90480 48" RCPIPE APRON 385 21.00 8 085.00 385 6085.00 2501.561 90242 2d" RC PIPE CULVERT DES 3006 L F 2502.501 00080 8" PRECAST CONCRETE HEADWALL EACH 1 60.00 60. 00 1 200 60.00 3200.00 2502.521 01040 4" TP PIPE DRAIN L F 200 16.00 6.00 3200.00 6 0 000.00 10000 60000.00 2502.541 07040 4" PERF PE PIPE DRAIN L F 10000 1 1 000.00 1 000.00 1 1000.00 2502.602 00040 YARD DRAIN EACH 2246 85348.00 2503.541 90152 15" RC PIPE SEWER DES 3006 L F 2246 38.00 BS 348.00 152.00 4 152.00 2503.541 90153 15" RC PIPE SEWER DES 3006 CL III L F 4 38.00 152.00 4 152.00 2503.541 90155 15" RC PIPE SEWER DES 3006 CL.V L F 4 38.00 85 320.00 2133 85320.00 2503.541 90182 18" RC PIPE SEWER DES 3006 L F 2133 40.00 160.00 4 160.00 2503.541 90183 18" RC PIPE SEWER DES 3006CL III LF 4 40.00 160.00 4 160.00 2503.541 90184 18" RC PIPE SEWER DES 3006 GL IV L F 4 40.00 64 806.00 1543 64806.00 2503.541 90212 21" RC PIPE SEWER DES 3006 L F 15d3 42.00 168.00 4 168.00 2503.541 90213 27" RC PIPE SEWER DES 3006 CL Ill L F 4 42.00 2127 93588.00 2503.541 90242 24" RC PIPE SEWER DES 3006 L F 2127 44.00 93 588.00 176.00 4 176.00 2503.541 90243 24" RC PIPE SEWER DES 3006 CL III L F 4 44.00 996 45816.00 2503.541 90272 27" RC PIPE SEWER DES 3006 L F 996 46.00 45 816.00 184.00 4 184.00 2503.541 90273 27" RC PIPE SEWER DES 3006 CL III L F 4 46.00 35 955.00 765 35955.00 2503.541 90302 30" RC PIPE SEWER DES 3006 L F 765 47.00 188.00 q 188.00 2503.541 90303 30" RC PIPE SEWER DES 3006 CL III L F 4 47.00 56.00 85 176.00 1521 85176.00 2503.541 90362 36" RC PIPE SEWER DES 3006 -LF 1521 56.00 224.00 4 224.00 2503.541 90363 36" RC PIPE SEWER DES 3006 CL III L F 4 224.00 4 224.00 2503.541 90364 36" RC PIPE SEWER DES 3006 CL IV L F 4 56.00 10i 10100.00 2503.541 90484 d8" RC PIPE SEWER DES 3006 CL IV L F 101 100.00. 10A00.0 6 1800.00 2503.602 00042 CONNECT TO EXISTING STORM SEWER EACH 6 300.00 1 900.00 3 900.00 2503.602 00046 CONNECT INTO EXISTING DRAINAGE STRUCTURE EACH 3 303.500900.00 2503.608 00011 DUCTILE IRON FITTINGS LB 2504.602 00005 RELOCATE WATER SERVICE CONNECTION EACH 10 2,500.00 25,00B.00 10 5 25000 12500 2504.602 WOW RELOCATE HYDRANT EACH 5 2 500.00 350000 12,500a00 7000.00 2 7000 2504.602 00020 HYDRANT EACH EACH 2 2 2500.00 5000.00 2 5000 2504.602 00022 RELOCATE HYDRANT & VALVE 22 000.00 4 000.00 2 4000 2504.602 00024 INSTALL HYDRANT & VALVE EACH 10 17500 1750.00 10 1750 2504.602 00033 ADJUST GATE VALVE EACH 4 200.00 800.00 4 800 2504.602 00165 ABANDON WATER SERVICE EACH 4 750.00 3000.00 q 3000 2504.602 00806 6" GATE VALVE AND BOX EACH 10 1 1 10 1750 2504.602 03006 ADJUST CURE BOX EACH 10 15. 00 15.00 150. 00 1 50.00 ip 150 2504.603 00070 INSPECTION HOLE L F 1000 25.00 25 000.00 1000 25000 2504.603 01062 6" WATERMAIN DUCTILE IRON CL 52 LF 53.00 190 800.00 3600 190000 2504.603 01162 16" WATERMAIN DUCTILE IRON Cl 52 L F 3600 1.1.00 2 200.00 200 2200 2504.603 02001 1" PVC WATERMAIN L F 200 20 39.00 780.00 Zp 780 2504.603 06000 WATERMAN ENCASEMENT LF 30.00 3 000.00 100 3000 2504.604 01075 3" POLYSTYRENE INSULATION 5 Y 100 536 117920.00 2506.501 00060 CONST DRAINAGE STRUCTURE DESIGN F L F 536 220.00 117 920.00 8 1600.00 2506.501 00070 CONST DRAINAGE STRUCTURE DESIGN G L F 8 200.00 1 600.00 Hennepin County Agreement No. PW 07-17-06 r` Exhibit "A"; Sheet 4 of 7 STATEMENT OF ESTIMATED QUANTITIES HENNEPIN COUNTY PROJECT NO. 9516 CSAH 101 FROM 240'S. OF 13th AVE. N. TO 260' S. 30th PL. N. STATE PROJECT NO. 27-701-13 4/1812006 Hennepin County Agreement No. PW 07-17-06 r Exhibit "A"; Sheet 5 of 7 UNIT QUANT (Pj UNIT TOTAL HENNEPIN CO. PLYMOUTH PLYMOUTH STORM SEWER LANDSCAPING Ile ITEM NO CODE ITEM EST COST PARTICIPATING PARTICIPATING NON-PARTICIP. PARTICIPATING PARTICIPATING S.P. 27-701-13 S.P. 155.020-017 S.P. 27-701-13 S.P. 27-701-13 QUANT. COST QUANT. COST QUANT. COST QUANT. COST QUANT. COST QUANT. COST 2506.501 00080 CONST DRAINAGE STRUCTURE DESIGN H L F 8 200.00 1 600.00 8 B 1600.00 1600.00 2506.501 00190 CONST DRAINAGE STRUCTURE DESIGN SO L F 8 200.00 1 ,600.00 8 2000.00 2506.501 02720 CONST DRAINAGE STRUCTURE DES 54-4020 L F 8 1 250001 2,000.00 8 2400.00 2506.501 03020 CONST DRAINAGE STRUCTURE DES fi0-4020 L F 8 300.00 2,400.00 8 2800.00 2506.501 03320 CONST DRAINAGE STRUCTURE DES 66-4020 L F 8 350.00 2 800.00 B 3200.00 2506.501 03620 CONST DRAINAGE STRUCTURE DES 72-4020 L F 8 400.00 3,200.00 8 4000.00 2506.501 03920 CONST DRAINAGE STRUCTURE DES 78-4020 _LF B 500.00 4,000.00 6 4800.00 2506.501. 04220 CONST DRAINAGE STRUCTURE DES 84-4020. L FB 600.00 4,800.00 8 6400.00 2506.501 05420 CONST DRAINAGE STRUCTURE DES 108-4020 L F 6 800.00 6 400.00 1 12000.00 2506.502 00301 CONST DRAINAGE STRUCTURE DESIGN SPEC 1 EACH 1 12,000.00 12,000.00 1 1 1200000 2506.502 00302 CONST DRAINAGE STRUCTURE DESIGN SPEC 2 EACH 1 12 000.00 i2-000.00 1 12000.00 2506.502 00303 CONST DRAINAGE STRUCTURE DESIGN SPEC 3 EACH I 1 12 000.00 12 000.00 1 12000.00 250 0202 00304 CONST DRAINAGE STRUCTURE DESIGN SPEC 4 EACH 1 12,000.00 12 000.00 10 4000.00 2506.503 00010 RECONSTRUCT DRAINAGE STRUCTURE L F 10 400.00 4,000.00 155 62000.00 2506.516 00010 CASTING ASSEMBLY EACH 155 400.00 62000.00 5 1250.00 2506.521 00010 INSTALL CASTING EACH 1 5 250.001 1.250.00 5 1250.00 2506.522 00011 ADJUST FRAME & RING CASTING EACH 5 250.001 1,250,00 2506.603 00060 RECONSTRUCT SANITARY MANHOLES L FI 50 350.00 17 500.00 50 17500 2511.501 00013 RANDOM RIPRAP CLASS III C Y 200 75.00 15 000.00 200 15000.00 2521.501 00040 4" CONCRETE WALK S F 13461 3.00 40 383.00 13461 40383.00 2521.501 00042 4" CONCRETE WALK SPECIAL S F 20000 5.00 100 000.00 15000 75000.00 5000 25000.00 2521.501 00060 6" CONCRETE WALK S F 7349 5. 00 36 745.00 7349 36745.00 2521.511 00040 4" BITUMINOUS WALK S F 102677 2.00 205 354.00 39017.2fi 78034.52 63659.74 127319.48 2521.511 4" BITUMINOUS BOULEVARD _SF 20000 2.00 40 000.00 20000 40000.00 2531.501 02120 CONCRETE CURB &GUTTER DESIGN 8424 LF 12264 10.00 122 640.00 7043.5 70435.00 5220.5 52205.00 2531.501 02320 CONCRETE CURB & GUTTER DESIGN 8624 L F 11742 10.00 117 420.00 8434 84340.00 3308 33080.00 2531.501 04120 CONCRETE CURB & GUTTER DESIGN 0424 LF 3023 12.00 36 276.00 1511.5 18138.00 1511.5 18138.00 2531.503 00010 CONCRETE MEDIAN S Y 2667 20.00 53 340.00 2667 53340.00 2531,503 00013 CONCRETE MEDIAN NOSE 5 Y 89 40.00 3,560.00 89 3560.00 2531.507 00060 6" CONCRETE DRIVEWAY PAVEMENT S Y 216 38.00 8,208.00 108 4104.00 108 4104.00 2533.504 00010 CONCRETE MEDIAN BARRIER DESIGN 8337 LF 1000 12.20 12 200.00 930,00 11346.00 70 854.00 2533.603 00040 RELOCATE CONCRETE MEDIAN BARRIER LF 1 1000 4.30 4.300.00 930.00 3999.00 70 301.00 2540.602 00152 MAIL BOX SUPPORT MULTIPLE EACH 1 200.00 200.00 1 200.00 2554.602 00005 IMPACT ATTENUATOR BARRELS EACH 4 200.00 800.00 3.72 744.00 028 55600 2554.615 00009 IMPACT ATTENUATOR AMBY fi 2,100a00 12 600.00 5.58 11718.00 0.42 882.00 2554.615 00019 RELOCATE IMPACT ATTENUATOR AMBY 6 400.00 2,400.00 5.58 2232.00 0.42 168.00 2557.501 00021 WIRE FENCE DESIGN S-2 VINYL COATED LF 4081 24.00 97 944.00 3343.75 80250.00 737.25 17694.00 2563.601 00061 TRAFFIC CONTROL AREA 1 LS 1 25 000.00 25.000-00 0.93 23250.00 0.07 1750.00 2563.601 00062 TRAFFIC CONTROL AREA 2 LS 1 100 000.00 100.00 .00 0.93 93000.00 0.07 7000.00 2563.601 00063 TRAFFIC CONTROL AREA 3 LS 1 100 000.00 100 000.00 0.93 93000.00 0.07 7000.00 2563602 00002 RAISED PAVEMENT MARKERTEMPORARY EACH 100 2.00 200.00 93.00 186.00 7 14.00 2563.602 00028 PORTABLE CONCRETE BARRIER DELINEATOR EACH 50 4.50 225.00 46,50 209.25 3.5 15.75 2563.613 00003 TYPE III BARRICADES UDAY 3000 3.00 9,00000 2790,00 8370.00 210 630.00 2553.613 00021 FLASHER TYPE B HIGH INTENSITY) UDAY 6000 2.00 12 000.00 5580.00 11160,00 420 840.00 2563.613 00504 REFLECTORIZED PLASTIC SAFETY DRUM UDAY 3000 1.00 3,000.00 2790.00 2790.00 210 210.00 2563.613 01100 PORTABLE CHANGEABLE MESSAGE SIGN UDAY 200 260.00 52 000.00 186.00 48360.00 14 3640.00 2563.613 01441 4'X 4' SIGN WITH SUPPORTS UDAY 1 1000 2.25 2,25O.00 930.00 2092.50 70 157.50 2563.618 00011 CONSTRUCTION SIGN -SPECIAL SF I 500 17.50 8,750.00 465.00 8137.50 35 612.50 2564.531 00130. SIGN PANELS TYPE C SF 1000 23.00 23 000.00 WOO 23000.00 2564.536 00010 INSTALL SIGN PANEL EACH 1 10 24.00 240.00 10 240.00 2564.550 01921 DELINEATOR TYPE IXB 4-2 EACH 10 54 -0)540o001 10 540.00 2564.602 05101 PAVEMENT MESSAGE LTARRO POLY PREFORM EACH 50 315.00 15750.00 50 15750.00 2564.602 05102 PAVEMENT MESSAGE RT ARROW) POLY PREFORM EACH 1 20 295.00 5,900.00 20 5900.00 2564.602 05103 PAVT MESSAGE HRU ARROW) POLY PREF EACH 1 2 250.00 500.00 2 500.00 2564.603 31100 4" SOLID LINE WHITE-EPDXY LF 1 8000 0.60 4,800.00 8000 4800.00 2564.603 32100 4" BROKEN LINE WHITE-EPDXY 16000 0.60 9 600.00 16000 9600.00 2564.6.3 33102 4" DOUBLE SOLID LINE YELLOW-EPDXY 5000 1.50 7 500.00 5000 7500.00 2564.603 33600 24" SOLID LINE YELLOW-EPDXY 1000 7.20 7 200.00 1000 7200.00 2564.618 00052 ZEBRACROSSWALK-WHITE POLY PREFORM 1200 8.00 9 600.00 1200 9600.00 FLFI 2565.511 00011 FULL T ACT T CONTROL SIGNAL SYSTEM A 1 119 700.00 119 700.00 0.5 59850.00 05 59850.00 2565.511 00012 FULL T ACT T CONTROL SIGNAL SYSTEM B 1 138 000.00 138 000.00 1 138000.002565.616 00300 TEMPORARY SIGNAL SYSTEM 1 71 500.00 71 500.00 0.93 66495.00 0.07 5005.00 I.- nom mnnn anon n I100.00 35000.00 Hennepin County Agreement No. PW 07-17-06 r Exhibit "A"; Sheet 5 of 7 STATEMENT OF ESTIMATED QUANTITIES HENNEPIN COUNTY PROJECT NO.9516 CSAH 101 FROM 240'S. OF 13th AVE. N. TO 260' S. 30th PL. N. STATE PROJECT NO. 27-701-13 PLYMOUTH SUBTOTAL HENNEPIN COUNTY SUBTOTAL PROJECT TOTAL Heimepin County Agreement No. PW 07-17-06 Exhibit "A"; Sheet 6 of 7 UNIT QUANT (P; UNIT TOTAL HENNEPIN CO. PLYMOUTH PLYMOUTH STORM SEWER LANDSCAPING 1te ITEM NO CODE ITEM EST COST PARTICIPATING PARTICIPATING NON-PARTICIP. PARTICIPATING PARTICIPATING S.P. 27-701.13 S.P. 155-020-017 S.P. 27-701-13 S.P. 27-701-13 QUANT. COST QUANT. COST QUANT. COST QUANT. I COST QUANT. COST QUANT. COST 2572.501 00010 TEMPORARY FENCE ILF 11 100 3.001 300.00 1001 300.00 2573.502 00010 SILT FENCE TYPE HEAVY DUTY L F 200 2.25 450.00 200 450.00 2573.502 00040 SILT FENCE TYPE MACHINE SLICED L F 6000 1.80 10 800.00 6000 10800.00 2573.504 00010 SANDBAG BARRIER S F 700 10.00 7 000.00 700 7000.00 2573.505 00010 FLOTATION SILT CURTAIN TYPE STILL WATER L F 1000 8.50. B 500.00 1000 8500.00 2573.507 00010 TEMPORARY PIPE DOWNDRAIN L F 100 20.00 2 000.00 100 2000.00 2573.512 00013 TEMPORARY DITCH CHECK TYPE 3 LF 1 100 4.25 425.00 100 425.00 2573.520 00010 SEDIMENT REMOVAL. BACKHOE HOUR100 100.00 10 000.00 100 10000.00 2573.530 00011 INLET PROTECTION TYPE A EACH 2 100.00 200.00 2 200.00 2573.530 00013 INLET PROTECTION TYPE C EACH 200 50.00 10.000.00 200 10000.00 2573.601 00020 EROSION CONTROL SUPERVISOR LS 1 10 000.00 10 000.90 1 10000.00 2573.602 00015 ROCK DITCH CHECK EACH 1 500.00 500.00 1 500.00 2573.603 00050 610ROLL l F 5000 2.75 13 750.00 5000 13750:00 2573.605 00110 RAPID STABIL METHOD i USE TYPE 3 MULCH ACRE 8 550.00 4,400.00 8 4400.00 2573.607 00013 RAPID STABILIZATION METHOD 3 MGAL 12 350.00 4,200.00 12 4200.00 2575.501 00010 SEEDING ACRE 8 200.00 1600.00 8 1600.00 2575.505 00050 SODDING TYPE SALT RESISTANT S Y 45000 2.50 112 500.00 45000 112500.00 2575.513 00030 MULCH MATERIAL TYPE 3 C Y 20 200.00 4,000.00 20 4000.00 2575.519 00010 DISK ANCHORING ACRE B 45.00360.00 8 360.00 2575.523 00010 EROSION CONTROL BLANKETS CATAGORY 1 S Y 3000. 1.05 3. 150.00 3000 3150.00 2575 00 010 EROSION CONTROL BLANKETS CATAGORY 3 S Y 10000 1.05 10 500.00 10000 10500.00 523 2575.532 09014 FERTILIZER 18-1- 18 LB 1200 0.45 540.00 1200 540.00 2575.602 00115 15". TEMPORARY STANDPIPE EACH 6 500.00 3,000.00 6 3000.00 2575.602 00118 18" TEMPORARY STANDPIPE EACH 1 500.00. 500.00 1 500.00 2575.602 00124 24" TEMPORARY STANDPIPE EACH 1 500.00 500.00 1 500.00 2575.608 00030 SEED MIXTURE 150 LB 200 2.00 400.00 200 400.00 2575.608 00038 SEED MIXTURE 310 LB 6.00 600.00 100 600.00 1 1 2575.608 00042 SEED MIXTURE 350 LB 2.00. 200.00 1002581501A00010REMOVABLEPREFORMEDPLASTICMARKINGLF2.00 2 000.00 930 1860.00 70 140.00 PLYMOUTH SUBTOTAL HENNEPIN COUNTY SUBTOTAL PROJECT TOTAL Heimepin County Agreement No. PW 07-17-06 Exhibit "A"; Sheet 6 of 7 WALL 3 WALL 1 oyb a WALL 6 WALL 8 WALL 9 _ 4 C Q oO i] aC-DmQCD o WALL 4 Q N WALL 7 MERR/MAC LANE WALL 2 WALL 5 WALL LOCATIONS HENNEPIN COUNTY PROJECT NO. 9516 CSAH 101 FROM 240' S. OF 13th AVE. N. TO 260' S. 30th PL. N. STATE PROJECT NO. 27-701-13 Hennepin County Agreement No. PW 07-17-06 Exhibit "A"; Sheet 7 of 7 HENNEPIN COUNTY PUBLIC WORKS SECTOR TRANSPORTATION DEPARTMENT POLICIES FOR COST PARTICIPATION BE'T'WEEN HENNEPIN COUNTY AND OTHER AGENCIES FOR COOPERATIVE HIGHWAY PROJECTS NOVEMBER 30,1999 Hennepin County Agreement No. PW 07-17-06 1, 1\ Fsr1,41,it "R"• CI,P.Pt 1 of 15 INTRODUCTION The attached policies for cost participation will be used by Hennepin County to determine appropriate funding levels for cooperative highway projects with the Minnesota Department of Transportation, municipalities and other agencies. Cost participation policies were originally established by Hennepin County in 1978. These policies were revised in 1993 to limit County project participation, as much as possible, to those items that are eligible for State Aid funding; to incorporate changes in the area of traffic signal participation; and to address the use of Tax Increment Financing on County projects by municipalities. Another change has now been made in the cost participation policies to incorporate the objectives of the Roadside Enhancement Partnership Program approved by the County Board on November 30, 1999. Hennepin County Agreement No. PW 07-17-06 TABLE OF CONTENTS PURPOSE Pagel SCOPE Page 1 GENERAL POLICIES Page I DEFINITIONS Page 2 ROADWAYS Page 3 RIGHT OF WAY Page 4 GRADING Page 4 SURFACING Page 4 STORM SEWER Page 4 CONCRETE SIDEWALK CONCURRENT WITH COUNTY Page 7 CONSTRUCTION PROJECT Page 4 CONCRETE CURB AND GUTTER (NEW OR RECONSTRUCTED) Page 7 CONCURRENT WITH COUNTY CONSTRUCTION PROJECT Page 4 CONCRETE CURB AND GUTTER AND SIDEWALK FOR MEDIANS NEW OR RECONSTRUCTED) CONCURRENT WITH COUNTY CONSTRUCTION PROJECT Page 4 CONCRETE DRIVEWAY ENTRANCES (NEW OR RECONSTRUCTED) CONCURRENT WITH COUNTY CONSTRUCTION PROJECT Page 5 MUNICIPAL UTILITY RELOCATION OR RECONSTRUCTION Page 5 PRIVATE UTILITY RELOCATION OR RECONSTRUCTION Page 5 TRAFFIC SIGNAL SYSTEMS Page 5 PERMANENT TRAFFIC SIGNAL SYSTEM INSTALLATIONS Page 6 RECONSTRUCTION OF EXISTING TRAFFIC SIGNAL SYSTEMS Page 7 TEMPORARY TRAFFIC SIGNAL INSTALLATIONS Page 7 FURNISHING OF ELECTRICAL POWER Page 7 MAINTENANCE FOR TRAFFIC SIGNALS Page 7 EMERGENCY PREEMPTION EQUIPMENT Page 7 COUNTY FURNISHED EQUIPMENT Page 7 INTEGRAL STREET LIGHTING Page 7 BRIDGES Page 8 STREET LIGHTING Page 8 BIKEWAYS Page 8 LANDSCAPING Page 8 ENGINEERING Page 8 LUMP SUM, PRO -RATA ITEMS Page 9 INVOICE AMOUNT COMPUTATION Page 9 UTILIZATION OF TAX INCREMENT FINANCING Page 9 ROADSIDE ENHANCEMENT PARTNERSHIP PROGRAM Page 9 Hennepin County Agreement No. PW 07-17-06 HENNEPIN COUNTY PUBLIC WORKS SECTOR TRANSPORTATION DEPARTMENT POLICIES FOR COST PARTICIPATION BETWEEN HENNEPIN COUNTY AND OTHER AGENCIES FOR COOPERATIVE HIGHWAY PROJECTS 1'1m To establish policies for determining appropriate division of cost participation to be used by Hennepin County in funding cooperative roadway, traffic signal and bridge construction projects with the Minnesota Department of Transportation, municipalities and other agencies. II. SCOPE The establishment of cost policy is consistent with Minnesota Statutes, Sections 162.17, 373.01, 471.59 and Amendments. III. GENERAL POLICIES A. The basic premise is that the County pays for costs peculiar to County needs and municipalities pay for costs peculiar to municipal or local needs. B. The County may limit its participation to items eligible for reimbursement with County State Aid Highway (CSAH) funds, notwithstanding the specific policies contained in this document. However, the County will not request CSAH funds for project costs assigned to the municipality as a result of the approved cooperative construction agreement, in order not to preclude the municipality from using its Municipal State Aid funds for those project costs. C. A greater degree of County participation is afforded municipalities having a population of less than 5,000 because of the function of the County roadways in these areas. It is generally true that these roadways are of greater benefit to County -wide users and of less benefit to local users than is the case for roadways in more urbanized areas. In addition, this would be a form of compensation for the absence of direct State Aid allocations to these municipalities; notwithstanding the present County program of Aid to Municipalities under 5,000 population. D. It is recognized that there may be occasional differences between these policies and written participation policies of the Minnesota Department of Transportation. In those cases, participation will be negotiated by the County Engineer. Hennepin County Agreement No. PW 07-17-06 III. GENERAL POLICIES - continued E. When federal aid highway funds are utilized on a County highway project, these cost participation policies will be applied to the non-federal share of any specific item of work. In the event federal or state grant funds are made available to a project on a lump sum basis, the County will determine the items for which those funds will be utilized. IV. DEFINITIONS Accident Severity Factor: One element of the County's Traffic Signal Ranking System. This factor is used to measure the relative severity of accidents by differentiating between property damage and personal injury accidents in terms of cost. Bikeway: A bicycle route, bicycle path, or bicycle lane. 1. Bicycle Route. A roadway or shoulder signed to encourage bicycle use. 2. Bicycle Path. A bicycle facility designed for exclusive or preferential use by persons using bicycles and constructed or developed separately from the roadway or shoulder. 3. Bicycle Lane. A portion of a roadway or shoulder designed for exclusive or preferential use by persons using bicycles. Bicycle lanes are to be distinguished from the portion of the roadway or shoulder used for motor vehicle traffic by physical barrier, striping, marking, or other similar device. Contributing Flow: A storm sewer procedure that considers that each agency participates in proportion to its share of the design discharge for each section of sewer between inflow points. This method is used by the Minnesota Office of State Aid on all projects except where federal participation is anticipated. County Hennepin County. Coun Engineer: The County Engineer of Hennepin County or his designated representative. Municipality: Any municipality or township within Hennepin County. Over 5,000: A municipality of 5,000 population or more. Peak Discharge: A storm sewer method that considers that each agency's share is the ratio of its peak discharge through each section of sewer between inflow points to the summation of peak discharge for all agencies participating in the section of sewer between inflow points. 2 Hennepin County Agreement No. PW 07-17-06 A/ l;l;t "R"• e1,AAf S of 1 ; IV. DEFINI'T'IONS - continued Permanent Traffic Signal: A traffic control signal system normally consisting of metal signal poles with mast arms and underground electrical systems with conduit, cable and handhole installations. Priority Factor: A number which reflects the sum of the traffic volume factor, the accident susceptibility factor, and the accident severity factor in the County's Traffic Signal Ranking System. Stone Sewer: A drainage system usually consisting of one or more pipes connecting two or more drop inlets. The purpose is to convey surface runoff water from the inlets to an acceptable outlet. Street Lighting: All components normally installed by a municipality for the purpose of street illumination. Standard Specifications: Minnesota Department of Transportation Standard Specifications for Highway Construction, latest edition and/or supplement thereto. State Aid Manual: Manual published by the Minnesota Department of Transportation outlining State Aid policies and procedures. State Highway: A highway under jurisdiction of the State of Minnesota. Temporary Traffic Signal: A traffic control signal system normally consisting of wood poles with signal indications suspended on span wires and overhead electrical systems. Trunk Line: Main conveyor of storm sewer system. Under 5,000: A municipality or township under 5,000 population. Utilities: Water, heating, electric, storm sewer, gas, sanitary, telephone, cable TV, telegraph, street lighting, fiber optics, etc. V. ROADWAYS The County's participation in roadway projects will be as follows: A. RIGHT OF WAY Under 5,000 100% Over 5,000 50% The County will not participate in right of way for parking lanes requested by a municipality. The County's percentage of participation in retaining walls constructed in lieu of right of way will be the same as for right of way. 3 Hennepin County Agreement No. PW 07-17-06 V. ROADWAYS A. RIGHT OF WAY - continued Right of way required for wetland mitigation and for surface water retention basins will be at the same participation ratio as the remainder of the project even if the locations of these facilities are not contiguous to the project. B. GRADING Under/Over 5,000 100% C. SURFACING Under/Over 5,000 100% The County will not participate in surfacing of parking lanes requested by a municipality. D. STORM SEWER The County's participation is based on the State Aid formula as defined in State Aid Manual No. 5-892.600-605 which uses the ratio of contributing flows except on federally funded projects where the peak discharge formula is used to arrive at the percentage of allowable State Aid funds.. The construction of retention basins for surface water and storm sewer runoff will be considered part of the trunk storm sewer system and will be at the same participation ratio as the trunk storm sewer lines. 1. Trunk lines Under 5,000 Over 5,000 100% of County's Contributing Flow 50% of County's Contributing Flow 2. Catch basins and leads within the County highways and at the curb returns of side roadway entrances that drain onto the County highways. Under 5,000 100% Over 5,000 50% E. CONCRETE SIDEWALK CONCURRENT WITH COUNTY CONSTRUCTION PROJECT New - Under/Over 5,000 0% Replacement - Under/Over 5,000 State Aid Eligibility or 100% Whichever is Less F. CONCRETE CURB AND GUTTER (NEW OR RECONSTRUCTED) CONCURRENT WITH COUNTY CONSTRUCTION PROJECT Under 5,000 75% Over 5,000 50% G. CONCRETE CURB AND GUTTER AND SIDEWALK FOR MEDIANS (NEW OR RECONSTRUCTED) CONCURRENT WITH COUNTY CONSTRUCTION PROJECT 100% 11 Hennepin County Agreement No. PW 07-17-06 a A r. _.L.L.s ttn7l. 01-- 7 „F 1 C V. ROADWAYS - continued H. CONCRETE DRIVEWAY ENTRANCES (NEW OR RECONSTRUCTED) CONCURRENT WITH COUNTY CONSTRUCTION PROJECT Under 5,000 75% Over 5,000 50% I. MUNICIPAL UTILITY RELOCATION OR RECONSTRUCTION Initial installation performed without a permit or not in compliance with a County pen -nit. Under/Over 5,000 0% 2. Relocation, reconstruction, improvement, or replacement of unserviceable existing facilities (County Engineer shall determine if existing facility is serviceable or unserviceable). Under/Over 5,000 0% 3. Relocation necessitated because of addition of parking lane requested by the municipality. Under/Over 5,000 0% 4. In-kind relocation required solely because of County construction procedures. Under/Over 5,000 100% Adjustment of existing utility structures to accommodate elevation changes at the street surface. This includes items such as adjusting manhole castings and valve boxes. Lateral extension of utility appurtenances such as hydrants, water service valves, etc. required by the road construction are not included in this category unless they are required solely due to the addition of a parking lane requested by a municipality. Under/Over 5,000 0% J. PRIVATE UTILITY RELOCATION OR RECONSTRUCTION 1. Initial installation was within County right of way. Under/Over 5,000 VI. TRAFFIC SIGNAL SYSTEMS 0% Rationale: As traffic volumes increase, the County is being faced with an expanding number of intersections where traffic signals are warranted in accordance with the Manual on Uniform Traffic Control Devices. Installation of marginally warranted traffic signals reduces the efficiency of moving traffic on the County highway system and consumes construction and maintenance funds more appropriately used on higher priority needs. The County must, therefore, be more selective in terms of which traffic signals are 5 Hennepin County Agreement No. PW 07-17-06 VI. TRAFFIC SIGNAL SYSTEMS -continued installed and the extent of County participation. The County has developed a Traffic Signal Ranking System which reflects traffic volumes and accident susceptibility and severity. This system will be utilized to determine priorities for new traffic signals (both temporary and permanent). As a general policy, the County will not normally install, or allow to be installed, traffic signals at intersections with a priority factor of less than 30. In addition, some elements of County participation may vary depending upon the factors in the Traffic Signal Ranking System. Municipalities under 5,000 normally will not be required to participate in costs for traffic signal systems. The County's participation in traffic signal projects with the Minnesota Department of Transportation, municipalities over 5,000 and other agencies will be as follows: A. Permanent Traffic Signal System Installations The County will not normally install, or allow to be installed, traffic signals at intersections with a priority factor of less than 30. At locations where traffic signals are warranted and have a priority factor of 30 or more in the County's Traffic Signal Ranking System, the construction costs shall be pro -rated as follows. The construction costs include all of the control equipment and standards, signal heads and related items, but does not include the costs of interconnect cable, conduit, and handholes necessary to coordinate traffic signals between intersections. These interconnect costs will be 100% County cost. 1. No Trunk Highways involved if: Two legs of the intersection or less are County roadways. Three legs or more of the intersection are County roadways 2. Trunk Highways involved if: One leg is a County roadway Two legs are County roadways State Aid Eligibility or 25% Whichever is Less State Aid Eligibility or 50% Whichever is Less State Aid Eligibility o 12 1/2% Whichever is Less State Aid Eligibility or 25% Whichever is Less Hennepin County Agreement No. PW 07-17.06 VI. TRAFFIC SIGNAL SYSTEMS - continued B. Reconstruction of Existing Traffic Signal Systems Where existing traffic signals are upgraded by installation of a new system, the County's share shall be twice that shown in Paragraph A of Section No. VI. C. Temporary Traffic Signal Installations The County prefers that permanent traffic signals be installed initially wherever feasible. In the event that permanent traffic signals are not feasible, the following cost participation policies apply for temporary traffic signal installations: The municipality will pay the full cost of a temporary traffic signal and will not receive any credit for those costs when a permanent traffic signal is installed if, at the time the temporary traffic signal is installed, the accident severity factor is less than 10 or if the priority factor is less than 40. For those temporary traffic signal projects with an accident severity factor of 10 - 19 or a priority factor of 40 - 49, the municipality will receive credit for 50% of the cost of the temporary traffic signal when the permanent traffic signal is installed. For those temporary traffic signal projects with an accident severity factor of 20 or more or a priority factor of 50 or more, the municipality will receive credit for 75% of the cost of the temporary traffic signal when the permanent traffic signal is installed. The costs for temporary traffic signals installed only for traffic control during construction of a County project shall be paid 100% by the County. D. Electrical power shall be furnished by the municipality. Source of power, including transformer, shall be provided by the municipality. E. Maintenance for all traffic signals on County roadways shall be furnished by the County when the County is the road authority. F. The entire cost of necessary equipment, installation and maintenance of any traffic signal emergency preemption equipment will be borne by the municipality. G. Costs for County furnished equipment such as, but not limited to, controller cabinets, mast arms, poles, etc. will be apportioned the same as the traffic signal installation/reconstruction costs. H. When street lighting is integral to the traffic signal pole, the cost will.be included with installation. 7 Hennepin County Agreement No. PW 07-17-06 VII. BRIDGES The County's participation in bridge projects will be as follows: Under/Over 5,000 VIII. STREET LIGHTING Negotiation by County Engineer The County will not participate in the installation of new street lighting. Participation in the relocation or reconstruction of existing street lighting will be on the same basis as for municipal utility relocation or reconstruction (see Paragraph I of Section No. V). IX. BIKEWAYS Hennepin County encourages the increased use of bicycles as a means of transportation. To that purpose, it will incorporate bicycle lanes or routes within the roadway design at 100% County cost whenever feasible. Bicycle paths separate from the roadway itself would normally not be constructed unless it were part of an overall community plan for a bicycle trail system. This policy provides that the cost of bicycle paths would be a shared responsibility between the County and the municipality. X. LANDSCAPING The County will participate in landscaping for replacement only to the extent of State Aid participation and limited to one percent (I%) of the total cost of the construction project. Participation is limited to a two to one replacement on trees. The County will not participate in the landscaping of median areas or in irrigation system costs. XI. ENGINEERING The County's participation in engineering includes design costs which are cost incurred prior to the award of the contract and contract administration costs which are costs incurred subsequent to the award of contract. A. Design and/or Contract Administration performed by the County and based on the municipality's share of contract construction. Under/Over 5,000 *Negotiation by County Engineer B. Design and/or Contract Administration performed by the municipality and based on the County's share of contract construction. Under/Over 5,000 Negotiation by County Engineer Based on current Hennepin County costs. Hennepin County Agreement No. PW 07-17-06 XII. LUMP SUM, PRO -RATA ITEMS Proposal forms carry lump sum bidding requirements for the items of Mobilization 2021), Maintenance and Restoration of Haul Roads (205 1) and Traffic Control (0563). Field Office and Field Laboratory (203 1) are not, strictly speaking, lump sum pay items. However, their general characteristics are such as to require that they be handled the same as Mobilization. A municipality shall be charged a pro -rata share of the above items. Proration shall be based on a percentage factor applied to the cost amounts chargeable to the County and the municipality for other construction items. Mobilization, Maintenance and Restoration of Haul Roads, Field Office and Field Laboratory, and Traffic Control are construction items and shall be subject to the negotiated percentage charge for engineering. XIII. INVOICE AMOUNT COMPUTATION After bids have been received and a contract awarded, and also upon completion of construction, the unit prices shall be substituted for the estimated unit prices/quantities and the percentage ratio established originally shall be recomputed. XIV. UTILIZATION OF TAX INCREMENT FINANCING Rationale: This policy has been included to address the use of Tax Increment Financing on County projects by municipalities. Tax Increment Financing limits expansion of the tax base for new development and, thereby, limits the availability of additional County Property Tax funding which might be used on the County highway system. The County's participation in a project where Tax Increment Financing is utilized by a municipality will be as follows: At the time a municipality is requested to approve the preliminary plans for a project, the municipality must identify, by resolution, whether it intends to use Tax Increment Financing for any portion of the project cost. If the municipality elects to use Tax Increment Financing from any Economic Development District for any portion of the project cost, municipal participation will be 50% of the total engineering and construction cost and 100% of the right of way cost for any portion of the project within that municipality. XV. ROADSIDE ENHANCEMENT PARTNERSHIP PROGRAM The Roadside Ei-Aiancement Partnership Program has been incorporated into these policies and governs only those projects which are along County road corridors within municipalities located entirely within the Metropolitan Urban Services Area and have been fuuided from the "Highway Enhancement" element of the 1999 Capital Budget which was established by the County Board of Commissioners on December 8, 1998 Resolution No. 98-12-701R1). 0 Hennepin County Agreement No. PW 07-17-06 XV. ROADSIDE ENHANCEMENT PARTNERSHIP PROGRAM - continued Rationale: County road corridors in municipalities located wholly within the Metropolitan Urban Services Area (MUSA) were developed during an era when community interest and focus was on the accommodation of the automobile. As a result, those corridors tended to lack aesthetic roadside features and produced somewhat stark conditions with little visual appeal or consideration for mixed use, i.e. intermodal. The goal of the Roadside Enhancement Partnership Program is to enhance the roadside environment of such County road corridors and bolster community support, in terms of both acceptance and financial assistance, for projects intended for such enhancement. In addition, the program is intended to increase traveler awareness that such corridors are under the jurisdiction of the County, but are also intended to support the economic viability and sustainability of the communities and neighborhoods through which they traverse. Program Objectives: The Roadside Enhancement Partnership Program objectives are to: remove unsightly roadside features establish the roadway as a good neighbor make a positive impression on roadway users increase motorist awareness that the road is a County road improve safety for all types of travelers promote multi -modal use of the corridor Program Prioritization for County Funding: Enhancements Which Improve Corridor User Safety — It is important to improve corridor user safety for motorists, bicyclists, pedestrians and transit patrons as an element of a streetscape enhancement. When municipalities and community organizations develop corridor enhancement programs, the financial incentive offered by the partnership program will focus first on improvements which promote safety. Examples of safety improvements which may also be defined as enhancements to the streetscape include: undergrounding of utilities when poles lie within vehicle recovery zones construction of off-road bicycle paths which will remove bicyclists from the roadway construction of sidewalk where safety of pedestrian traffic, existing or projected, necessitates such action installation of transit stops to define locations for patrons and provide shelter from the elements installation of street lights Enhancements Which Promote Multi-Modalism — In order to improve modal options available to citizens, the partnership program will provide financial incentive for improvements which offer an alternative to single occupancy vehicles as streetscape enhancements are developed. Examples of multi -anodal improvements include: installation of transit shelters and benches construction of bikeways installation of bicycle racks 10 Henriepin County Agreement No. PW 07-17-06 XV. ROADSIDE ENHANCEMENT PARTNERSHIP PROGRAM Program Prioritization for County Funding - continued Roadway Beautification — Although projects which promote corridor user safety and multi-modalism are of higher priority within the context of corridor enhancement, improvement of a corridor's visual aesthetic remains a strong priority of the partnership program. The partnership program is intended to restore an aesthetic appeal to the roadside and restore the County road corridor as a "good neighbor" within the community. Examples of roadway beautification elements include: planting materials and appurtenances which support their viability installation of vertical elements (bollards, banner poles, etc.) installation of streetscape materials to establish a theme consistent with area architecture Screening/Se-paration of Adjacent Properties — Occasionally, it is necessary to screen abutting properties from a roadway corridor as a means of enhancing the visual aesthetics of the area. Separation of properties from the corridor may also serve to improve corridor user safety (fences separating parking lots from pedestrian ways). Increase Awareness of County Road Jurisdiction — In order to improve public awareness of the existence of a road as a County road, the partnership program will provide a financial incentive for improvements which recognize the County's presence. Examples of elements which increase public awareness include: monuments at municipal entries which recognize the County roadway/roadside signage which identifies the road as a County route Maintenance of Improvements The partnership program anticipates that municipalities will be responsible for the maintenance of enhancements financed by the County. Partnership Program Funding bevels Street Light Installation 50% The partnership program will participate with municipalities to provide adequate, uniform street lighting for the safety of motorists, bicyclists and pedestrians. Pedestrians Level Light Installation 0% The partnership program will not participate in the cost of pedestrian level lighting, because street level lighting can be designed/installed to serve both the street and pedestrian way. Undergrounding of Overhead Utilities 50% or 33% The parhiership program will participate with municipalities based upon conditions that exist along the corridor. If the undergrounding is for safety purposes, the partnership program will contribute at a 50% level. If the undergrounding is to enhance the visual aesthetics of the corridor, the partnership program will contribute at a 33% level. Note: The maximum partnership program contribution will be $300,000 per centerline mile under the 50% level and $200,000 per centerline mile under the 33% level. 11 Hennepin County Agreement No. PW 07-17-06 XV. ROADSIDE ENHANCEMENT PARTNERSHIP PROGRAM Partnership Program Funding Levels - continued Security Improvements 50% The partnership program will participate equally with municipalities to provide security for corridor users. Examples of security improvements include fencing which separates parking lots from adjacent public bicycle and pedestrian ways and lighting at transit stops. Transit Stops, Including Benches/Shelters 50% The partnership program will participate at an equal level to promote the use of transit by the public. Roadway Beautification 33% The maximum partnership program contribution will be $200,000 per centerline mile. Note: Since surface treatments (color, scoring patterns, etc.) have limited visual impact on the motorist, the partnership program will not contribute toward the cost of the improvements. 12 Hennepin County Agreement No. PW 07-17-06 HENNEPIN COUNTY DEPARTMENT CE PUBLIC WORKS RECOMMENDED URBAN LANDSCAPE/ STREETSCAPE GUIDELINES ansportation Division Engineer Revision No. 0 Date 04/03/95 APRIL, 1995 Hennepin County Agreement No. PW 07-17-06 X! t _ Exhibit "C"; Sheet 1 of 8 April 3, 1995 TABLE OF CONTENTS Hennepin County Agreement No. PW 07-17-06 n A Rxhihit "(" Rh -.Pt 9. of R Page INTRODUCTION . . . . . . . . . . . . . . . . . . . . . . . . 1 RECOMMENDED GUIDELINE CRITERIA . . . . . . . . . . . . . . . . . 1 a Boulevard . . . . . . . . . . . . . . . . . . . . . . 1 Crosswalks . . . . . . . . . . . . . . . . . . . . . . . . 2 o Curb ................................. 2 a Irrigation . . . . . . ... . . . . . . . . . . . . ... . . 2 a Landscaping/Streetscaping . . . . . . . . . . . . . . . 2 Medians . . . . . . . . . . . . . . . . . . . . . . 3 0 Operational Clear Zone . . . . . . . . . . . . . . . .. . . 3 Right of Way . . . . .. . . . . . . . . . . . . . . . . . . 3 0 Sidewalks . . . . . . . . . . . . . . . . . . . . . . . . 4 m Signals, Signing and Other Traffic Control Devices 4 Snow Etcnano' 4 Street Lighting . . . . . . . . . . . . . . . . . . . . . 4 o Trees . . . . . . . . . . . . . . . . . . . . . : . . . 5 a Utilities . . . . . . . . . . . . . . . . . ... . . . . . 5 PERMITS . . . . . . . . . . . . . . . . . . . . . . . . 5 FIGURE 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 Hennepin County Agreement No. PW 07-17-06 n A Rxhihit "(" Rh -.Pt 9. of R April 3, 1995 HENNEPIN COUNTY DEPARTMENT OF PUBLIC WORKS TRANSPORTATION DIVISION RECOMMENDED URBAN LANDS CAPEISTREETSCAPE GUIDELINES APRIL, 1995 INTRODUCTION Hehnepin County Department of Public Works' Transportation Division (Division) has as a delegated function and responsibility to maintain a system of roadways that provide transportation for residents of the County in a safe, efficient manner. Year around safety requires adequate sight distances and a minimum operational clear zone that can also accommodate snow storage. The Division has prepared this Recommended Urban Landscape/Streets.cape Guidelines Guidelines) to more consistently and thoroughly respond to questions about urban lands cape/ streets cape design practices. All landscape/streetscape plans must be prepared and signed in accordance with the Board of Architecture, Engineering, Land Surveying, Landscape Architecture and Interior Design. The City Engineer shall also approve and sign the title or cover sheet for those lands cape/ streets cape plans. The City Engineer must, also evaluate sight distances along the project and assure the Division,. in a report, that sight distances are adequate. The placement of obstacles or fixed objects, such as structures, trees, etc. within Hennepin County's right of way shall be cause for the Municipality to assume legal liability and additional maintenance responsibility through a Cooperative Agreement. R Lv t nD[u GUIDELINE CRITERIA The following is an alphabetical listing of the Division's recommended guidelines for landscape/streetscape design. The criteria listed is not all! inclusive or necessarily complete. Requests for more clarification should be addressed to the Division Engineer or his/her designee. Figure 1 at the end of this document contains a summarization of the recommended operational clear zone guidelines. G Boulevard The Division prefers a low maintenance boulevard. Snow and ice control methods may prevent the survival of some desired vegetation. The Municipality has the responsibility for mowing and the maintenance of facilities behind the curb. I- Hennepin County Agreement No. PW 07-17-06 KM Q-'kihir "r-- 3 of 9 April 3, 1995 Crosswalks Crosswalks shall conform to the Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). The County's standard crosswalk is a block type pattern, painted white, on top of bituminous or concrete pavement. Municipalities have the responsi- bility to maintain pavement crosswalk markings. after the initial painting. Non-standard crosswalk surfaces (such as decorative brick, colored aggregate, etc.) shall require prior approval by the Division. Municipalities shall have the responsibility to install and maintain any crosswalk surface, as well as the abutting material, if the crosswalk surface is not consistent with the road surface. The municipality shall also indemnify the County for the use of a non-standard crosswalk surface. Curb Curb design most conform to Hennepin County's Standard Design and the State Aid manual. Curb and pedestrian ramps must comply with the Americans With Disabilities Act (ADA). Irrigation Water from irrigation systems shall not flow or spray onto the traveled roadway or onto any County owned structures such as traffic signal components and signage. Concrete gutters shall collect excess water from irrigation systems and not allow water to flow across roadways (gutter in). Effects of subgrade saturation shall be addressed when irrigation systems are proposed. Provisions, such as perforated pipe, shall be included for the pickup and disposal of irrigation water. The Division will not allow an open cut for installation or maintenance of irrigation piping within three years of construction, so consideration should be given to installing irrigation piping within a sleeve for•roadwa)r crossings. Maintenance and repair of the irrigation system is the responsiu,iity or the owner. Lands caping/Streetscaping Roadway gebmetrics and driver sight distances shall be considered when installing landscape items. A report 'indicating adequate sight distances have been maintained is required for all access points along the project. The report should consider all elements obstructing a driver's vision such as trees, shrubs, plantings/planters, structures, etc. Any loose landscaping material, such as bark, must have an adequate means of containment that will prevent the material from spilling onto the roadway or sidewalk. The Municipality shall be responsible for maintaining such material, if installed, and for removing the material from the roadway or sidewalk if the material spills onto those surfaces. Loose landscape rock is not permitted within Hennepin. County's right of way because of problems caused during mowing, etc. 2- Hennepin County Agreement No. PW 07-17-06 1 4 of R April 3, 1995 The Municipality or owner has the responsibility to trim all plantings andtomaintainvisibility. Hennepin County's responsibility for landscape /streets cape restoration', after any County activity, shall be limited to top soil, sod or seed. Restoration of specialty landscape / streets cape items, sidewalks and plantings shall be the responsibility of others. The Division prefers traffic control signage to be located behind the sidewalk. Landscape/streetscape should not obstruct the view of signage. Landscape/streetscape should make allowances for placement or future expansion of uti1ities.within the right of way. Traffic control during maintenance of landscaping shall comply with MMUTCI) for traffic control. 0 Medians The Division can supply typical design standards for raised and depressed medians. Median drainage is a concern of the Division and should be discussed with the Division's Design Section. The Division's guideline does not allow planting trees within the median unless there is the minimum operational clear zone for the posted speed limit (see Operational ClearZone). Plantings, including raised planting beds, in medians shall not be higher than 3 feet from the bottom of the curb gutter•line, however, sight lines must still be checked. Plantings should be kept as far back from the face! of curb- as possible to minimize disturbance due to snow plowing (see alsoIrrigation). If the Municipality proceeds with placing plantings withinHennepinCountyrightofway, then the Municipality has the responsibilitytotrimplantingstomaintainsightlines. Operational Clear Zone To facilitate the safe operation and maintenance of a roadway facility, an operational clear zone is required. Encroachment into the npm`n+ '^ , clear zone causes safety and maintenance concerns. The Division standard provides an operational clear zone of 6 feet from the face of curb where posted speeds are 35 miles per hour (MPH) or less. Foy, speeds greater than 35 MPH to 45 MPH, the Division standard provides a 10 foot operational clear zone. The required operational clear zone for speeds over 45 MPH shall be analyzed on an individual basis by the DivisionseeFigure1). 0 Right of Way Streetscape/land scape items within the County's right of way are reserved. for the public and owned by the Municipality. Hennepin County does not allow private enhancements within the County's right of way. 3 — Hennepin County AgreeinentNo. PW 07-17-06 A R.xl,ihit "C;": Slieet 5 of 8 April 3, 1995 0 Sidewalks. The Division recommends a sidewalk with a minimum 5 foot width and prefers. the sidewalk be placed 6 feet from the face of curb to accommodate snow storage. 0 Signals, Signing and Other Traffic Control Devices All traffic control devices must comply with MMUTCD. For urban cross sections, the Division recommends traffic signs be placed at least 6 feet from the face of curb to the edge of sign. Sign placement: is preferred behind the sidewalk. The location of utilities should be considered with regard to future sign placement. In areas where there is no sidewalk, clearance to the signage should be at least 6 feet from the curb or edge of shoulder to allow for snow storage and/or future. sidewalk(see Snow Storage). Lands cape/ streetscape should not obstruct the view of signage.. Traffic signals shall have the Division's standard type and color. Any other color scheme requires prior review and approval by the Division and require the Municipality to maintain the paint system at no cost to the Division. Lead based paint shall not be used. Paint must comply with current Mn/DOT specifications. Snow Storage The Division requires minimum operational clear zones for snow -storage along the side of the road based on the posted speed limit. The requirement of an operational clear zone for snow storage, allows the Division to.efficiently clear roads of snow and help maintain the road's traffic carrying capacity. Inadequate snow storage will reduce lane widths., adversely affect traffic handling capacity of the roars and.prevent trucks from using the partially blocked traffic lane: Roads that are not cleared of snow along the curb to the storm drain can also cause drainage problems when the snow melts. The Division may require that the Municipality obtain an easement if there is inadequate snow storage available within the right of way as a: result of landscape/streetscape structure placement. In areas where landscape/ streetscape structures cause inadequate'r.00m to store snow off the road, the Municipality will be required to either move or haul away the snow (see Introduction for legal liability and maintenance requirements). 9 Street Lighting Street lighting must be functional and meet appropriate standards for illumination. Special consideration should h given to eliminating glare and shadows. Questions on lighting should b. re•arred to the Division's Design Section. 4- Hennepin County Agreement No. PW 07-17-06 A —C-1.;1 4 ,r,,, - Qin t o of R April 3, 1995 Trees Trees, in general, can obstruct the view of signs and signals. Prior to the placement of any tree, sight lines should be evaluated that includes consideration for fully mature trees and their canopies. The Division standard does not sanction the planting of trees on County right of way within the operational clear zone (see Operational Clear Zone). Planting coniferous trees is discouraged within Hennepin County's right of way. Tree grates in sidewalks or paved areas, unless properly installed and maintained, can be a hazard to pedestrians, people with disabilities, and snow removal operations, etc. -The Municipality assumes all liability for the placement of any tree grates or other obstacles within the County's right of way. Irrigation, if deemed necessary, should be limited to a trickle type system see Irrigation). The Division does not contribute to the replacement of any streets cape/land scape alteration as a result of any highway maintenance, modification or utility work.. Utilities Underground utilities that do not extend above the surface may be placed within the County's operational clear zone. Above ground utilities, however, should be placed outside the County's operational clear zone. PERMITS The Division's Permit Office shall be informed of all construction or maintenance work within the County's road right of way. Traffic Control and times of workmust be apprnyad by the niyicinn.nri.nr to haninning any work. Example: Parking in a traffic lane during rush hour is not allowed.) 5 - Hennepin County Agreement No. PW 07-17-06 i Rxhihir °°C ' R1,PPt 7 of R FIGURE 1 HENNEPIN COUNTY DEPARTMENT OF PUBLIC WORKS TRANSPORTATION DIVISION RECOMMENDED LANDSCAPE / STREETSCAPE GUIDELINES URBAN TYPICAL ROADWAY CROSS SECTION TRAFFIC LANE 2' GUTTER 0 MINIMUM OPERATIONAL CLEAR ZONE AND SNOW STORAGE BOULEVARD FACE OF CURB POSTED SPEED LIMIT PLACEMENT OF TREES, UTILITIES, FIXED OBJECTS, ETC. RECOMMENDED PLACEMENT OF SIGNS MINIMUM OPERATIONAL CLEAR ZONE a5 M.P.H. OR LESS 6 FOOT (FROM THE FACE OF CURB) GREATER THAN 35 M.P.H. TO 45 M. P. H. 10 FOOT ( FROM THE FACE OF CURB) GREATER THAN 45 M.P.H. ANALYZED ON AN INDIVIDUAL BASIS BY THE DIVISION. APRIL 1995 6 Hennepin County Agreement No. PW 07-17-06 MEMO CITY OF PLYMOUTH 3400 Plymouth Boulevard Plymouth, MN 55447 DATE: May 6, 2005 TO: Laurie Ahrens, City Manager FROM: Doran Cote, P.E., Director of Public Works SUBJECT: COUNTY ROAD 47 TURNBACK COPY As you may know, on Friday, April 29, 2005, Anne and I met with Jim Grube from the Hennepin County Transportation Department to discuss the tumback of County Road 47. Also discussed, was the possible exchange of Peony Lane for County State Aid (CSAH) 101. Mr. Grube identified several options the County would be willing to consider including: Providing the City with reimbursement equivalent to the value of an overlay on County Road 47 at the time of turnback. The County Road 47 tumback could be "phased" by considering the segment east of Vicksburg Lane separately from the segment west of Vicksburg Lane the City has designated the easterly segment as an MSA route). The exchange of CSAH 101 and Peony Lane could be considered with the County Road 47 turnback and may be addressed in one agreement provided Peony Lane is a continuous alignment to Lawndale Lane and that Maple Grove agrees to the exchange of Lawndale Lane south of Bass Lake Road. The turnback of County Road 47 and CSAH 101 are not contingent upon other community approval of the CSAH 101 turnback. The maximum term of any tumback agreement is seven years. The City could address the jurisdiction and alignment issues on these roadways in our Comprehensive Plan update. Mr. Grube also reiterated the County's safety concerns regarding the proposed temporary traffic signal at County Road 47 and Vicksburg Lane. Mr. Grube will also be providing the City with crash. statistics for County Road 47 to consider during our discussions and evaluation of the Taryn Hills development. O:\Enbineetinb\GENERAL\MEMOS\DORAN\2005\Laurie_CR 47_ Tumback_5_6.doc 17 January 3, 2003 COUNTY HIGHWAY TURNRACK P® De, finitions: County Highway — Either a County State Aid Highway or a County Road County Highway Turnback- A CSAH or a County Road which has been released by the county and designated as an MSAS roadway. A designation request must be approved and a Commissioner's Order written. A County Highway Tumback may be either County Road (CR) Tumback or a County State Aid (CSAR) Tumback. (See Minnesota Statute 162.09 Subdivision 1). A County Highway Tumback designation has to stay with the County Highway tamed back and is not transferable to any other roadways. Basic Mileage- Total improved mileage of local streets, county roads and county Sam road tumbacks. Frontage roads which are not designated trunk highway, trunk highway tumback or on the County State Aid Highway System shall be considered in the computation of the basic street mileage. A city is allowed to designate 20% of this mileage as MSAS. (See Screening Board Resolutions in the back of the most current booklet). MILEAGE CONSIDERATIONS County State Aid highway Turnbacks A CSAH Tumback is not included in a city's basic mileage, which means it is not included in the computation for a city's 20% allowable mileage. However, a city may draw Construction Needs and generate allocation on 100% of the length of the CSAR. Tumback County Road Turnbacks A County Road Turnback is included in a city's basic mileage, so it is included in the computation for a city's 20% allowable mileage. A city may also draw Construction Needs and generate allocation on 100% of the length of the County Road Tumback. Jurisdictional Exchanges County Road for MSAS Only the extra mileage a city receives in an exchange between a County Road and an WAS route will be considered as a County Road Tumback. If the mileage of a jurisdictional exchange is even, the County Road will not be considered as a County Road Turnback. If a city receives less mileage in a jurisdictional exchange, the County Road will not be considered as a County Road Tumback. 106 CSAR or MEAS Only the extra mileage a city receives in an exchange between a CSAR and an MSAS route will be considered as a CSAR Turnback. If the mileage of a jurisdictional exchange is even, the CSAH will not be considered as a CSAH Turnback. If a city receives less mileage in a jurisdictional exchange, the CSAH will not be considered as a CSAH Turnback NOTE: When a city receives less mileage in a CSAH exchange it will have less mileage to designate within its 20% mileage limitation and may have to revoke mileage the following year when it computes its allowable mileage. Explanation: After this exchange is completed, a city will have more CSAR mileage and less MSAS mileage than before the exchange. The new CSAH mileage was included in the city's basic mileage when it was MSAS (before the exchange) but is not included when it is CSAH (after the exchange). So, after the jurisdictional exchange the city will have less basic mileage and 20% of that mileage will be a smaller number. If a city has more mileage designated than the new, lower 20% allowable mileage, the city will be over designated and be required to revoke some mileage. If a revocation is necessary, it will not have to be done until the following year after a city computes its new allowable mileage. WAS designation on a County Road County Roads can be designated as MSAS. If a County Road which is designated as MSAS is turned back to the city, it will not be considered as County Road Turnback. MISCELLANEOUS A CSAH which was previously designated as Trunk Highway turnback on the CSAH system and is turned back to the city will lose all status as a TH tumback and only be considered as CSAH Turnback. A city that had previously been over 5,000 population, lost its eligibility for an MSAS system and regained it shall revoke all streets designated as CSAH at the time of eligibility loss and consider them for MSAS designation. These roads will not be eligible for consideration as CSAR turnback designation. In a city that becomes eligible for MSAS designation for the first time all CSAH routes which serve only a municipal function and have both termini within or at the municipal boundary, should be revoked as CSAH and considered for MSAS designation. These roads will not be eligible for consideration as CSAH turnbacks. N:\MSAgW.rd DO®e-t$Uu iracLODs\COUNTY HIGHWAY TURNBACK POLICY.d.. . 107