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