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