Loading...
ORD 43358 - Agreement for Public Infrastructure Installation with KJ Crossroads LLC for public improvements at Dodge and Cass Streets and 75th Street ORDINANCE NO. t---55F AN ORDINANCE approving an Agreement by and between the City of Omaha and KJ Crossroads Venture, LLC, and its successors or assigns, for the for the construction of the public infrastructure improvements within the Crossroads Redevelopment Area, pursuant to the Crossroads Redevelopment Plan, for public street and utility infrastructure improvements for Dodge Street, Cass Street and 75th Street; and providing for an effective date. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF OMAHA: Section 1. The Mayor is hereby authorized to execute and the City Clerk to attest the attached Agreement with KJ Crossroads Venture, LLC, its successors or assigns, implementing a portion of the Crossroads Redevelopment Plan for the construction of public infrastructure improvements, including paving, street, utility and sewer infrastructure improvements for Dodge Street, Cass Street, and 75th Street; with the City agreeing to reimburse Developer up to $5,000,000.00 during the 2023 fiscal year. Section 2. That this Ordinance, not being of legislative character, shall be in force and take effect immediately upon its date of passage. INTRODUCED BY COUNCILMEMBER APPROVED BY: --:-TJAN--- --_ ----1.A:)---tki.t . 3-a}-7o7,3 MAYOR OF THE CITY OF OMAHA DATE PASSED MAR 2 `' j'D ATTEST: CITY CLERK OF THE TY OF OMAHA DATE APPROVED AS TO FORM: ` 3///2 ? AS T NT CIT . RNEY DATE CROSSROADS REDEVELOPMENT AGREEMENT FOR INSTALLATION OF PUBLIC INFRASTRUCTURE THIS PUBLIC INFRASTRUCTURE AGREEMENT (this "Agreement") is made effective this Yjc ay of KA., , 2023 (the "Effective Date"), by and between the City of Omaha, a Nebraska municipal corporation in Douglas County,Nebraska(the"City"), and KJ Crossroads Venture, LLC, a Nebraska limited liability company ("Developer"). The City and Developer are sometimes referred to herein individual as a "Party" and collectively as the "Parties." WHEREAS, Developer, is the owner of certain real property located at northwest of 72nd and Dodge Streets, Omaha, Nebraska, generally known as the Crossroads, within the redevelopment area depicted on Exhibit A attached hereto (collectively, the "Redevelopment Area"); and WHEREAS, Developer desires to redevelop the Redevelopment Area as a mixed use development, including, but not limited to,the following uses: (a)office space, (b)retail space, (c) entertainment venues,(d)residential,and(e)structured parking(collectively,the"Redevelopment Project"); and WHEREAS, the City and Developer have expressed their desire to collaborate on the Redevelopment Project with the City providing certain incentives to make the Redevelopment Project feasible; and WHEREAS, in furtherance of the Parties intentions with regard to the Redevelopment Project, the City has identified certain public infrastructure improvement projects associated with Redevelopment Area as a part of the City's 2023-2028 Capital Improvement Program(the"Capital Improvement Program"), specifically including paving, street, utility and sewer infrastructure improvements for Dodge Street, Cass Street, and 75th Street, with associated estimated costs for such improvements, as further described on Exhibit B attached hereto (the "Public Infrastructure Improvements"); and WHEREAS, as part of the Capital Improvement Program, the City has allocated Twelve Million Five Hundred Thousand Dollars ($12,500,000) ("City's Capital Improvement Contribution")toward such Public Infrastructure Improvements; and WHEREAS, the Developer has commenced construction of the Public Infrastructure Improvements and the City has agreed to reimburse Developer for an amount up to Five Million Dollars ($5,000,000)of the City's Capital Improvement Contribution during the 2023 fiscal year, with the balance being obligated pursuant to a separate agreement to be approved by the Omaha City Council at a later date; and WHEREAS, the Parties desire to enter into this Agreement to, among other things, memorialize their agreement to complete, and provide reimbursement for certain costs as more specifically set forth herein, certain Public Infrastructure Improvements to support the Redevelopment Project, as more particularly set forth in this Agreement. 1 NOW, THEREFORE, in consideration of the mutual promises and obligations contained herein and for other good and valuable considerations, the receipt and sufficiency of which are acknowledged,the Parties agree as follows: 1. Public Infrastructure Improvement Projects and Expense Reimbursement. The Developer has solicited bids and awarded contracts for the construction and installation of certain Public Infrastructure Improvements, which shall be completed no later than the end of calendar year 2024, subject to Force Majeure or any other delays outside of the control of the Developer. The Developer plans to complete any remaining Public Infrastructure Improvements and other public infrastructure improvements by the end of 2025, subject to Force Majeure or any other delays outside of the control of the Developer, and any associated reimbursement will be the subject of further agreement to be negotiated and presented for approval to the Omaha City Council. The City has allocated, as set forth in the Capital Improvement Program, the City's Capital Improvement Contribution and wishes to reimburse the Developer for up to Five Million Dollars ($5,000,000) of expenses associated with the Public Infrastructure Improvements. The balance of the City's Capital Improvement Contribution for any remaining Public Infrastructure Improvements and other public infrastructure improvements will be allocated and paid pursuant to the terms and conditions of a separate agreement negotiated and agreed to by the Parties, and as approved by the Omaha City Council. "Force Majeure" shall mean those events that are unforeseeable circumstances which are beyond the control of a Party, or any unavoidable event, even if foreseeable, as a result of which a party is unable to perform its obligations, in whole or in part,under this Agreement. Such circumstances include,but are not limited to,any strike,material shortages, delays by governmental bodies, factory closure, explosion, maritime peril, natural disaster, act by a public enemy, fire, flood, accident, war, riot, insurgence or any other similar event. 2. Developer's Right to Perform. Developer shall engage its own engineers, design teams, and contractors to design, construct, and manage the Public Infrastructure Improvements. Developer shall(i)obtain from the Public Works Department all necessary approvals in connection with the Public Infrastructure Improvements;and(ii)coordinate its construction activities with all utilities that may be located in the Redevelopment Area. The City shall reimburse Developer for all commercially reasonable out-of-pocket costs and expenses actually and necessarily incurred in connection with Developer's design, construction, and management of the Public Infrastructure Improvements, or portion thereof, including but not limited to, due diligence expenses (such as survey, geotechnical studies, environmental, soil compaction studies, etc.), civil engineering, design, hard and soft construction costs, and reasonable construction management and development fees associated with the Public Infrastructure Improvements (collectively, the "Project Expenses"). The City shall provide funds to the Developer for certain estimated costs associated with the Public Infrastructure Improvements, as identified in the submitted bid documents within thirty (30) days from approval of this Agreement or as soon as funds are available to the City, but in no event more than forty-five (45) days, up to a maximum amount of Five million Dollars($5,000,000),unless otherwise agreed and approved by the Parties. For funds provided in accordance with this Agreement, Developer will submit paid invoices to the City within thirty(30)days of full payment,as verification of funds expended. Developer will provide the City with reasonable documentation to evidence the Project Expenses, as part of future disbursements of the City's Capital Improvement Contribution. Developer acknowledges and 2 agrees that the Public Infrastructure Improvements shall be dedicated public streets and rights of way, where necessary and appropriate. 3. Indemnification. To the fullest extent permitted by law, the Developer shall indemnify, defend and hold harmless the City, its agents and employees, individually and collectively, from and against all claims, suits, damages, fines, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from Developer's work on the Public Infrastructure Improvements or other performance pursuant to this Agreement,provided that such claim, suit,damage,fine, loss or expense is attributable to bodily injury,sickness,disease or death, or to injury to or destruction of tangible property including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Developer, anyone directly or indirectly employed by it, or anyone for whose acts it may be liable,regardless of whether or not such claim, suit, damage, fine, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Section 3. In claims against any person or entity indemnified under this paragraph by an employee of the Developer, anyone directly or indirectly employed by it, or anyone for whose acts it may be liable, the indemnification obligation under this Section 3 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Developer under workers' or workmen's compensations acts, disability benefit acts or other employee benefit acts. 4. Right to Enforce. Provisions of this Agreement may be enforced at law or in equity by the Parties. All rights and remedies of the Parties, whether specified in this Agreement or otherwise provided, are cumulative. 5. Time is of the Essence. The Parties understand and agree that with respect to the various obligations of the Parties hereunder,time is of the essence, and in the event that any Party shall fail to carry out any of its obligations under this Agreement, the remaining Parties would have no adequate remedy at law. Therefore,the Parties shall be entitled to enforce the obligations of a defaulting Party under this Agreement pursuant to all available equitable remedies, including, but not limited to, specific performance, injunction, and mandamus. 6. Incorporation of Recitals. The recitals at the beginning of this Agreement, and all exhibits, documents, or instruments referenced in this Agreement, are incorporated into this Agreement by reference. 7. Entire Agreement. This Agreement constitutes the entire agreement of the Parties as to the transactions contemplated hereby and supersedes any other agreements, understandings, or conditions between them.There shall be no oral modification of this Agreement,whether or not executed and performed by a Party. Any modification or amendment of this Agreement shall constitute a modification or amendment only to the extent that it is in writing duly executed by the Parties. 8. Assignment. This Agreement shall be binding upon and enforceable against, and shall inure to the benefit of the Parties and their respective legal representatives, successors, and 3 permitted assigns. This Agreement may not be assigned by either Party, in whole or in part, without the prior written consent of the other Party, which consent may not be unreasonably withheld; provided, however that notwithstanding the foregoing, Developer may assign this Agreement to one or more of its Affiliates (as hereafter defined) without the prior consent of the City. Upon any assignment to an assignee this Agreement shall continue to govern the rights of the Parties,including any such permitted assignees and shall not relieve any assigning Party of any obligation under this Agreement. For purposes of this Agreement, "Affiliate"means,with respect to any Person, any Person that directly or indirectly through one or more intermediaries controls, is controlled by, or is under common control with, such specified Person (and the term "control" of a specified Person, including, with correlative meanings, the terms "controlled by" and "under common control with,"means the possession,directly or indirectly,of the power to direct or cause the direction of the management and policies of a Person, whether through ownership of voting securities,by contract,or otherwise); and "Person"means any natural person,corporation, limited liability company, cooperative, partnership, trust, estate,joint venture, or any other legal entity, including a governmental authority or agency. 9. Severability. If any part of this Agreement is held by a court of competent jurisdiction, or by other governmental authority with jurisdiction thereof, to be illegal, invalid, or unenforceable, the illegality or unenforceability shall not affect the remainder of this Agreement, and this Agreement shall be construed as if such illegal or unenforceable provision had never been included herein. 10. No Waivers. Neither any failure nor any delay by any Party in exercising any right, power, or privilege under, pursuant to, or in accordance with this Agreement will operate as a waiver of such right,power,or privilege,and no single or partial exercise of any such right,power, or privilege will preclude any other or further exercise of such right, power, or privilege or the exercise of any other right, power, or privilege. All waivers must be in writing and be signed by the waiving Party. 11. Construction; Warranty of Authority. Captions used in this Agreement are for convenience and are not used in the construction of this Agreement.The use herein of the singular number shall be deemed to mean the plural, the masculine gender shall be deemed to mean the feminine or neuter,the neuter gender shall be deemed to mean the masculine or feminine whenever the sense of this Agreement so requires; and the word "including" shall mean "including without limitation,"whether or not sometimes stated.Each Party represents and warrants to the other Party that it has full right and lawful authority to execute this Agreement, that each of their respective counsel have reviewed and revised this Agreement, and that any rule of construction to the effect that ambiguities are to be resolved against the Party with primarily drafting responsibility shall not apply to this Agreement. 12. Governing Law. The Parties shall conform to all existing and applicable city ordinances, resolutions, state laws, federal laws, and all existing and applicable rules and regulations. This Agreement will be construed and interpreted in accordance with and governed and enforced in all respects by the laws of the State of Nebraska. 13. Consents. Except as otherwise provided in this Agreement, any consent required in this Agreement shall mean the prior written consent of the Party. The Mayor of the City or her 4 designee shall be authorized to provide any consent on behalf of the City, unless the Mayor determines that approval of the governing body shall be obtained. Chip James and Robert F. Krejci shall be authorized to provide any approval on behalf of Developer. 14. No Partnership or Joint Venture. It is mutually understood and agreed that nothing contained in this Agreement is intended or shall be construed in any manner or under any circumstances whatsoever as creating or establishing the relationship of co-partners or creating or establishing the relationship of a joint venture between or among any of the Parties or as constituting any Party hereto as the agent or representative of any other Party for any purpose or in any manner under this Agreement, it being understood that each Party is an independent contractor hereunder. 15. Compliance with Laws. All actions or approvals of the City under this Agreement shall be subject to the procedures and other requirements of applicable laws, rules, regulations, policies, and procedures. No elected official or any officer or employee of the City shall have any interest in any contract or property that is prohibited by applicable federal, state, or local laws, rules, regulations, or policies. 16. Covenants Running with Land. This Agreement and the agreements and understandings herein constitute covenants running with the land and shall be binding upon the Parties and their respective successors, heirs, and assigns, lenders, mortgagees, tenants, transferees, or any other Person or entity gaining or claiming any interest or lien within the Redevelopment Area. 17. Counterparts. This Agreement may be executed in any number of counterparts, each of which when executed and delivered shall be deemed an original and all of which counterparts taken together shall constitute one and the same instrument. Signatures of the Parties transmitted by email or facsimile shall be deemed to be the original signatures for all purposes. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK; SIGNATURE PAGE FOLLOWS] 5 IN WITNESS WHEREOF, the Parties have executed this Agreement effective as of the Effective Date. KJ CROSSROADS VENTURE,LLC,a Nebraska limited liability company L By: G... . atLawrence R. James, II, Ma ager By: /1,._//lir /......, �.� Robert F. Krejci, Manager STATE OF NEBRASKA ) ss. COUNTY OF DOUGLAS ) The foregoing instrument was acknowledged before me this 23 day of , 2023, by Lawrence R. James, II, Manager of KJ CROSSROADS VEN ,LLC, Nebraska limited liability company, on behalf of the company. di/6 lA I 0(6)4 r1l Notary Public STATE OF NEBRASKA GF1JEMlNOTARr-Sfffie of Nebraska ) E]�IILY O'CONNOR SS. 1 t Mm.E�yComp.August 4,2026 COUNTY OF DOUGLAS ) ` T,h^e, foregoing instrument was acknowledged before me this 7t) day of v va , 2023, by Robert F. Krejci, Manager of KJ CROSSROADS VENTURE, LLC,a Nebraska li ited liability company, on behalf of the company. Chki j 0(Oil II- Notary Public GENERA. COtate of NebraskaOR EMILY O'CONNOR My Comm.Exp.August 4,2026 6 ATTEST: APVED B /'— 3--Z( 3 City Clerk Date Mayor Date of the City of Omaha of the City of Omaha APPROVED AS TO FORM: V /23z3 Assistant City Attorney Date 7 EXHIBIT A REDEVELOPMENT AREA The Crossroads, Lots 1 through 15, inclusive and Outlots A through E, Inclusive 8 EXHIBIT B PUBLIC INFRASTRUCTURE IMPROVEMENTS 9 Summary of Initial 2023 CIP Cost Reimbursement $ 75 Street Improvements $ 3,803,864 Dodge Street Improvements $ 4,945,947 Cass Street Improvements $ 514,002 Total: $ 9,263,814 75 Street Improvements QUANTITY UN IT COSTS TOTAL DEMOLITION DEMO%BASED ON LF OF STREET 23% $4,696,160.00 $1,080,116.80 GRADING GRADING%BASED ON LF OF STREET 23% $2,959,488.00 $680,682.24 RETAINING WALL 75TH AVENUE WALL 1 LS $180,000.00 $180,000.00 SANITARY 8"PIPE 800 LF $39.99 $31,992.00 8"BEDDING 800 LF $12.45 $9,960.00 MANHOLES 48 VF $540.92 $25,964.16 STORM 54"PIPE 435 LF $195.23 $84,925.05 48"PIPE 258 LF $165.88 $42,797.04 24"PIPE 72 LF $58.68 $4,224.96 18"PIPE 64 LF $41.58 $2,661.12 54"BEDDING 435 LF $44.71 $19,448.85 48"BEDDING 258 LF $43.14 $11,130.12 24"BEDDING 72 LF $16.77 $1,207.44 18"BEDDING 64 LF $11.18 $715.52 MANHOLES 21 VF $890.29 $18,696.09 PAVING 9"PCC 3600 SY $89.65 $322,740.00 7"PCC 1654 SY $83.66 $138,373.64 COMMON EARTH EXCAVATION 1751 CY $9.10 $15,937.13 CURB INLETS 9 EA $7,087.20 $63,784.80 WATER MUD COSTS BASED ON LF 1220 LF $437.32 $533,532.84 GAS MUD COSTS BASED ON LF 1220 LF $24.91 $30,390.20 Hard Cost Subtotal: $3,299,280.00 Engineering/Professional @ 25% $339,620.24 (**excludes demo/grading) Taxes/Ins/G&A:@ 5% $164,964.00 TOTAL: $3,803,864.24 Dodge Street Improvements ITEM APPROXIMATE NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 MOBILIZATION 1 LS 380,000.00 $380,000.00 GENERAL CLEARING AND 2 GRUBBING 1 LS 13,306.00 $13,306.00 EARTHWORK MEASURED 3 IN EMBANKMENT 2,130 CY 28.70 $61,131.00 EXPLORATORY 4 EXCAVATION 50 HR 450.00 $22,500.00 5 REMOVE PAVEMENT 11,232 SY 9.65 $108,388.80 6 REMOVE WALK 927 SY 6.20 $5,747.40 REMOVE CONCRETE 7 MEDIAN SURFACING 1,095 SY 7.15 $7,829.25 8 REMOVE CULVERT PIPE 310 LF 25.25 $7,827.50 9 REMOVE INLET 5 EA 650.00 $3,250.00 10 REMOVE PIPE PLUG 1 EA 450.00 $450.00 11 SAWING PAVEMENT 2,385 LF 4.70 $11,209.50 12 REMOVE MANHOLE 1 EA 925.00 $925.00 ADJUST MANHOLE TO 13 GRADE 7 EA 504.00 $3,528.00 ADJUST PULL BOX TO 14 GRADE 2 EA 505.00 $1,010.00 15 REMOVE LIGHT POLE 5 EA 965.00 $4,825.00 16 REMOVE PULL BOX 5 EA 663.00 $3,315.00 17 SPRINKLER RELOCATIONS 1 LS 36,490.00 $36,490.00 I 18 REMOVE SIGN 5 EA 75.00 $375.00 10"DOWELED CONCRETE PAVEMENT,CLASS 47B- 19 3500 8,840 SY 112.25 $992,290.00 CONSTRUCT 9" CONCRETE PAVEMENT 20 (TYPE L65) 2,350 SY 83.70 $196,695.00 5"CONCRETE CLASS 47B- 21 3000 SIDEWALK 1,370 SY 67.70 $92,749.00 CONSTRUCT 5"PCC 22 SIDEWALK 200 SF 14.30 $2,860.00 CONSTRUCT PCC 23 MEDIAN SURFACING 1,735 SY 79.40 $137,759.00 CONSTRUCT PCC CURB 24 RAMP 40 SF 23.00 $920.00 25 4"FOUNDATION COURSE 8,840 SY 21.00 $185,640.00 CONSTRUCT 15"RCP, 26 CLASS III 7 LF 120.00 $840.00 CONSTRUCT 18"RCP, 27 CLASS III 402 LF 79.00 $31,758.00 CONSTRUCT 24"RCP, 28 CLASS III 135 LF 86.00 $11,610.00 CONSTRUCT 54"RCP, 29 D(0.01)=1350 68 LF 280.00 $19,040.00 CONSTRUCT 54" EQUIVALENT HERCP, 30 CLASS III 45 LF 700.00 $31,500.00 CONSTRUCT AGGREGATE BEDDING FOR TYPE R1, 31 15"STORM SEWER PIPE 7 LF 9.00 $63.00 CONSTRUCT AGGREGATE BEDDING FOR TYPE R1, 32 18"STORM SEWER PIPE 402 LF 11.90 $4,783.80 CONSTRUCT AGGREGATE BEDDING FOR TYPE R1, 33 24"STORM SEWER PIPE 135 LF 13.50 $1,822.50 CONSTRUCT AGGREGATE BEDDING FOR TYPE R1, 34 54"STORM SEWER PIPE 113 LF 35.70 $4,034.10 CONSTRUCT AGGREGATE BEDDING FOR TRENCH 35 STABILIZATION 100 CY 50.00 $5,000.00 CONSTRUCT CURB INLET, 36 TYPE I 4 EA 4,500.00 $18,000.00 CONSTRUCT CURB INLET, 37 TYPE III 3 EA 6,600.00 $19,800.00 CONSTRUCT 54"I.D. 38 STORM MANHOLE 16 VF 1,207.00 $19,312.00 CONSTRUCT 72"I.D. 39 STORM MANHOLE 5 VF 1,315.00 $6,575.00 CONSTRUCT 120"I.D. 40 STORM MANHOLE 9 VF 1,540.00 $13,860.00 CONSTRUCT 18"STORM SEWER CONCRETE 41 COLLAR 1 EA 650.00 $650.00 CONSTRUCT 54"STORM SEWER CONCRETE 42 COLLAR 1 EA 1,650.00 $1,650.00 PERFORM CCTV PIPELINE INSPECTION- 43 STORM SEWER 657 LF 2.00 $1,314.00 CONSTRUCT SEGMENTAL 44 RETAINING WALL 780 SF 40.00 $31,200.00 CONSTRUCT 48" 45 ORNAMENTAL FENCE 230 LF 140.00 $32,200.00 CONSTRUCT 4" PERFORATED 46 UNDERDRAIN PIPE 1,250 LF 16.60 $20,750.00 47 TEMPORARY SURFACING 1,800 SY 93.85 $168,930.00 REMOVE TEMPORARY 48 SURFACING 1,800 SY 9.50 $17,100.00 DETECTABLE WARNING 49 PANEL 94 SF 53.50 $5,029.00 CONSTRUCT DETECTABLE WARNING 50 PANEL 10 SF 53.50 $535.00 51 SIGN 8 EA 172.00 $1,376.00 52 SIGN POST 7 EA 115.00 $805.00 PERMANENT PREFORED TAPE MARKING-TYPE 4, 53 24"WHITE 120 LF 30.00 $3,600.00 5"WHITE PREFORMED PAVEMENT MARKING, 54 TYPE 4 GROOVED 2,800 LF 6.00 $16,800.00 12"WHITE PREFORMED PAVEMENT MARKING, 55 TYPE 4 GROOVED 180 LF 15.00 $2,700.00 ARROW,PREFORMED PAVEMENT MARKING, 56 GROOVED 13 EA 625.00 $8,125.00 ONLY,PREFORMED PAVEMENT MARKING, 57 GROOVED 1 EA 630.00 $630.00 TEMPORARY PAVEMENT 58 MARKING,TYPE PAINT 2,378 LF 0.75 $1,783.50 TEMPORARY PAVEMENT 59 MARKING REMOVAL 2,378 LF 1.10 $2,615.80 REMOVE&SALVAGE TRAFFIC SIGNAL SYSTEM 60 (DODGE STREET) 1 LS 19,715.00 $19,715.00 REMOVE&SALVAGE TRAFFIC SIGNAL SYSTEM 61 (CASS STREET) 1 LS 9,600.00 $9,600.00 62 INSTALL 40'WOOD POLE 2 EA 3,500.00 $7,000.00 INSTALL 40'WOOD POLE WITH 12'LUMINAIRE 63 EXTENSION 2 EA 4,375.00 $8,750.00 64 TETHER CABLE 465 LF 2.25 $1,046.25 65 SUPPORT CABLE 465 LF 4.25 $1,976.25 TRAFFIC SIGNAL,TYPE 66 15-1 22 EA 1,175.00 $25,850.00 TRAFFIC SIGNAL,TYPE 67 TS-1 A 10 EA 900.00 $9,000.00 TRAFFIC SIGNAL,TYPE 68 TS-1L 3 EA 1,235.00 $3,705.00 TRAFFIC SIGNAL,TYPE 69 TS-1LF 4 EA 1,260.00 $5,040.00 TRAFFIC SIGNAL,TYPE 70 TS-1LFF 5 EA 1,300.00 $6,500.00 TRAFFIC SIGNAL,TYPE 71 TS-1RR 2 EA 1,730.00 $3,460.00 PEDESTRIAN SIGNAL, 72 TYPE PS-1 16 EA 770.00 $12,320.00 AUDIBLE PEDESTRIAN 73 PUSH BUTTON 16 EA 1,470.00 $23,520.00 TRAFFIC SIGNAL CONTROLLER,TYPE TC- 2070 WITH TRAFFIC SIGNAL CONTROLLER CABINET,TYPE 336L 74 (POLE MOUNTED) 1 EA 28,900.00 $28,900.00 TRAFFIC SIGNAL CONTROLLER,TYPE TC- 2070 WITH TRAFFIC SIGNAL CONTROLLER CABINET,TYPE 332L 75 (PAD MOUNTED) 2 EA 31,200.00 $62,400.00 16/C#14 AWG TRAF. 76 SIGNAL CABLE 1505 LF 5.00 $7,525.00 77 SERVICE CABLE(SC) 450 LF 2.60 $1,170.00 SERVICE ENTRANCE 78 CABLE(SEC) 450 LF 4.45 $2,002.50 3/C#6 STREET LIGHTING 79 CABLE 1195 LF 8.00 $9,560.00 2/C#14 AWG DETECTOR 80 LEAD-IN CABLE 1946 LF 1.45 $2,821.70 7/C#14 AWG TRAFFIC 81 SIGNAL CABLE 755 LF 2.40 $1,812.00 82 GROUNDING CONDUCTOR 1195 LF 2.20 $2,629.00 INSTALL LED STREET 83 LIGHTING LUMINAIRE 6 EA 645.00 $3,870.00 TYPE A,30"X36",R3-5L 84 "LT ONLY SIGN 2 EA 795.00 $1,590.00 TYPE A,30"X36",R3-5R 85 "RT ONLY"SIGN 3 EA 795.00 $2,385.00 TYPE A,30"X36""DO NOT 86 CROSS"SIGN 6 EA 795.00 $4,770.00 TYPE 1,18"STREET 87 NAME SIGN"DODGE ST" 4 EA 980.00 $3,920.00 TYPE 1,18"STREET NAME SIGN"74TH 88 STREET" 4 EA 980.00 $3,920.00 TYPE 1,18"STREET 89 NAME SIGN"CASS ST" 2 EA 980.00 $1,960.00 TYPE 1,18"STREET 90 NAME SIGN"74TH AVE" 2 EA 980.00 $1,960.00 RADAR VEHICLE DETECTION SYSTEM,4 91 APPROACHES 3 LS 45,650.00 $136,950.00 MAST ARM SIGNAL POLE, 92 TYPE MP 40' 1 EA 26,950.00 $26,950.00 MAST ARM SIGNAL POLE, 93 TYPE MP 50' 2 EA 42,260.00 $84,520.00 MAST ARM SIGNAL POLE, 94 TYPE MP 55' 1 EA 42,560.00 $42,560.00 COMBINATION MAST ARM SIGNAL AND LIGHTING POLE,TYPE 95 CMP 65-12-40 2 EA 53,686.00 $107,372.00 COMBINATION MAST ARM SIGNAL AND LIGHTING POLE,TYPE 96 CMP 50-12-40 2 EA 39,295.00 $78,590.00 PEDESTAL POLE,TYPE 97 PP-10 5 EA 1,875.00 $9,375.00 PEDESTAL POLE,TYPE 98 PP-4 2 EA 1,500.00 $3,000.00 99 PULL BOX,TYPE PB-6 8 EA 1,330.00 $10,640.00 100 PULL BOX,TYPE PB-7 3 EA 2,150.00 $6,450.00 101 PULL BOX,TYPE PB-8 1 EA 2,580.00 $2,580.00 3"CONDUIT(PVC OR 102 HDPE) 1310 LF 39.00 $51,090.00 103 3"CONDUIT(HDPE) 1430 LF 39.00 $55,770.00 VIBRATION MITIGATION 104 DEVICE 7 EA 4,310.00 $30,170.00 SERVICE DISCONNECT 105 PEDESTAL 1 EA 6,970.00 $6,970.00 12 STRAND SINGLE MODE OPTIC FIBER 106 CABLE 25 LF 11.60 $290.00 PROVIDE AND INSTALL OPTICOM SYSTEM(74TH AND DODGE TEMPORARY 107 SIGNAL) 1 LS 17,000.00 $17,000.00 PROVIDE AND INSTALL OPTICOM SYSTEM(74TH AND DODGE PERMANENT 108 SIGNAL) 1 LS 17,000.00 $17,000.00 PROVIDE AND INSTALL OPTICOM SYSTEM(74TH 109 AVE AND CASS SIGNAL) 1 LS 9,700.00 $9,700.00 110 SEEDING,TYPE URBAN 1,090 SY 0.90 $981.00 EROSION CONTROL, 111 CLASS 1D 1,090 SY 1.20 $1,308.00 112 INSTALL SODDING 335 SY 6.40 $2,144.00 113 BARRICADING-PHASE 1 1 LS 4,500.00 $4,500.00 114 BARRICADING-PHASE 2 1 LS 8,000.00 $8,000.00 115 BARRICADING-PHASE 3 1 LS 9,000.00 $9,000.00 116 BARRICADING-PHASE 4 1 LS 6,500.00 $6,500.00 INSTALL CURB INLET 117 PROTECTION 7 EA 240.00 $1,680.00 MAINTAIN CURB INLET 118 PROTECTION 7 EA 110.00 $770.00 REMOVE CURB INLET 119 PROTECTION 7 EA 55.00 $385.00 120 INSTALL SILT FENCE 1,200 LF 3.20 $3,840.00 CONSTRUCT 15"STORM 121 SEWER TAP 1 EA 1,000.00 $1,000.00 TOTAL BID AMOUNT $3,804,574.85 Hard Cost Subtotal: $3,804,574.85 Engineering/Professional @ 25% $951,143.71 Taxes/Ins/G&A:@ 5% $190,228.74 TOTAL: $4,945,947.31 Cass Street Improvements ITEM APPROXIMATE NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 MOBILIZATION 1 LS 3,745.00 $3,745.00 2 SAW CUT-FULL DEPTH 3,465 LF 6.76 $23,423.40 3 REMOVE PAVEMENT 2,070 SY 10.88 $22,521.60 REMOVE MARKING 4 LINES 2,100 LF 1.36 $2,856.00 REMOVE MARKING 5 SYMBOLS 5 EA 190.75 $953.75 REMOVE AND DISPOSE TRAFFIC SIGNAL 6 SYSTEM 1 LS 13,500.00 $13,500.00 ADJUST MANHOLE TO 7 GRADE 2 EA 152.00 $304.00 CONSTRUCT 9" CONCRETE PAVEMENT 8 (TYPE L65) 30 SY 165.00 $4,950.00 CONSTRUCT 9" COMBINATION CURB 9 AND GUTTER 3,445 LF 18.75 $64,593.75 CONSTRUCT PCC 10 MEDIAN SURFACING 11,620 SF 9.10 $105,742.00 EMBANKMENT- 11 BORROW 125 CY 32.00 $4,000.00 PERMANENT PREFORMED TAPE MARKING-TYPE 4,5" 12 WHITE 1,700 LF 6.27 $10,659.00 PERMANENT PREFORMED TAPE SYMBOL-TYPE DIRECTIONAL ARROW, 13 WHITE 10 EA 626.75 $6,267.50 INSTALL ROLLED EROSION CONTROL, TYPE II WITH SEEDING, 14 TYPE B 580 SY 4.13 $2,395.40 15 TEMPORARY SIGN DAYS 1,458 DAY 1.36 $1,982.88 16 TYPE II BARRICADE 7,452 BARR-DAY 0.38 $2,831.76 17 TYPE III BARRICADE 2,052 BARR-DAY 0.82 $1,682.64 FLASHING ARROW 18 PANEL 108 DAY 29.98 $3,237.84 FURNISH AND INSTALL 40'WOOD POLE WITH 12'LUMINAIRE ARM, 19 DOUBLE GUYED 4 EA 5,454.00 $21,816.00 FURNISH AND INSTALL 20 SUPPORT CABLE 325 LF 8.04 $2,613.00 FURNISH AND INSTALL 21 TETHER CABLE 325 LF 6.18 $2,008.50 FURNISH AND INSTALL TRAFFIC SIGNAL,TYPE 22 TS-1 6 EA 1,128.60 $6,771.60 FURNISH AND INSTALL TRAFFIC SIGNAL,TYPE 23 TS-1A 4 EA 975.24 $3,900.96 FURNISH AND INSTALL TRAFFIC SIGNAL,TYPE 24 TS-1LF 1 EA 1,138.32 $1,138.32 FURNISH AND INSTALL TRAFFIC SIGNAL,TYPE 25 TS-1LFF 3 EA 1,343.52 $4,030.56 FURNISH AND INSTALL PEDESTRIAN SIGNAL, 26 TYPE PS-1 8 EA 902.88 $7,223.04 FURNISH AND INSTALL PEDESTRIAN PUSH 27 BUTTON 8 EA 347.76 $2,782.08 REMOVE AND RELOCATE EXISTING TRAFFIC SIGNAL 28 CONTROLLER 1 EA 8,424.00 $8,424.00 FURNISH AND INSTALL 16/C NO.14 AWG TRAF. 29 SIGNAL CABLE 418 LF 5.40 $2,257.20 FURNISH AND INSTALL 2/C NO. 16 AWG PEDESTRIAN PUSH BUTTON LEAD-IN CABLE 30 (PC) 836 LF 2.16 $1,805.76 FURNISH AND INSTALL NO.6 BARE COPPER GROUNDING 31 CONDUCTOR(GC) 272 LF 3.02 $821.44 FURNISH AND INSTALL 32 SERVICE CABLE(SC) 150 LF 4.95 $742.50 FURNISH AND INSTALL SERVICE ENTRANCE 33 CABLE(SEC) 150 LF 6.35 $952.50 INSTALL SERVICE 34 DISCONNECT PEDESTAL 1 EA 7,435.80 $7,435.80 R3-5L"LT TURN YIELD ON FLASHING YELLOW" 35 SIGN 4 EA 716.04 $2,864.16 TYPE A,18"STREET 36 NAME SIGN"CASS ST" 2 EA 857.52 $1,715.04 TYPE A,18"STREET 37 NAME SIGN"74TH AVE" 2 EA 857.52 $1,715.04 PROVIDE AND INSTALL RADAR VEHICLE DETECTION SYSTEM,4 38 APPROACHES 1 LS 35,041.68 $35,041.68 INSTALL 200W STREET 39 LIGHTING LUMINAIRE 2 EA 1,000.08 $2,000.16 40 PULL BOX,TYPE PB-6 1 EA 1,680.48 $1,680.48 TOTAL BID AMOUNT $395,386.34 Hard Cost Subtotal: $395,386.34 Engineering/Professional @ 25% $98,846.59 Taxes/Ins/G&A:@ 5% $19,769.32 TOTAL: $514,002.24