Laserfiche WebLink
Page 2 of 3 <br /> <br />compliant with the Americans with Disabilities Act (ADA), in addition to an Emergency <br />Vehicle Preemption (EVP) system, four overhead streetlights, four marked crosswalks, <br />and all necessary overhead and ground-mounted signing. <br />b. Vehicle detection is already installed on CSAH 8, therefore the cost of vehicle detection <br />for sidestreet approaches will be listed as a separate bid item and will be at the City’s <br />sole cost and expense. <br />c. City road work to provide dedicated left turn, through, and right turn lanes on Oneka <br />Parkway will be constructed at the City’s sole cost and expense, with the through lane <br />aligned with the northbound thru lane adjacent to the inplace center median on the <br />north leg of Oneka Parkway. <br />d. County-furnished materials will include controller cabinet and equipment, audible <br />pedestrian buttons, and EVP equipment. Structural steel or other components of the <br />signal system may be supplied by the city or county, as determined during the design <br />process. The cost of agency-furnished materials will be considered an in-kind <br />contribution towards the project cost by the furnishing agency. <br /> <br />4. ADVERTISEMENT AND AWARD OF CONTRACT <br />After plans and specifications have been approved by the County, all permits and approvals <br />obtained, and acquisition of necessary rights-of-way and easements, the City will advertise for <br />construction bids. Following bid concurrence by the County, the City will award the contract to <br />the lowest responsible bidder. Concurrent with the contract award, the City and the County will <br />enter into a cooperative agreement for cost share of the construction project and for long-term <br />maintenance of the traffic signal and its components. <br /> <br />5. CONSTRUCTION ADMINISTRATION, OBSERVATION, AND TESTING <br />The City will be responsible for the construction administration, inspection, and for the <br />observation and testing for all construction items. The City will allow county staff to inspect <br />construction items within the county right-of-way and to make recommendations to the City <br />regarding acceptance of such items, and will provide to the County for review and approval any <br />Shop Drawings related to traffic signal components. <br />Any County requests or contractor direction will be communicated to the City, and the City will <br />be the sole agency responsible for direct communication with the Contractor. Any change <br />orders pertaining to construction items within County right-of-way will be subject to the <br />approval of the County. <br /> <br />6. COST PARTICIPATION ITEMS AND ESTIMATED COSTS <br />The City’s cost participation for this project will be in accordance with the provisions of the <br />“Washington County Cost Participation Policy #8001 for Cooperative Highway Improvement <br />Projects” which is incorporated into this agreement by reference. <br /> <br />a. Construction <br />Construction costs will be the cost to construct the Project. <br /> <br />b. Design Engineering <br />Design engineering costs will be professional design engineering services, project <br />coordination, preparation of plans and specification, stakeholder engagement, <br />geotechnical studies, and other administrative functions necessary to add the traffic <br />signal and associated pedestrian ramps to the Project, which the City has estimated to