08.a MNDNR Gateway Trail Project - Bid Results
14727 209 th St. N., Scandia, Minnesota 55073
Phone (651) 433 -2274 Fax (651) 433 -5112 http://www.ci tyofscandia.com
December 16, 2025
Honorable Mayor and City Council
City of Scandia
14727 209th Street N.
Scandia, MN 55073-8503
Re: MNDNR Gateway Trail Project
Bid Results
Dear Mayor and Council:
Bids for the MnDNR Gateway Trail Project were opened on Wednesday, November 19, 2025. A
Bid Abstract has been included. The following is a bid summary:
Contractor Schedule 1 Schedule 2 Schedule 1 + Schedule 2
Peterson Companies, Inc. $2,549,949.21 $1,074,865.76 $3,624,814.97
Ashwill Companies $2,657,565.26 $1,030,964.38 $3,688,529.63
Veit & Company, Inc. $2,621,031.72 $1,075,665.37 $3,696,697.09
D&D Contracting, LLC $2,621,551.47 $1,186,878.40 $3,808,429.87
Rachel Contracting, LLC $2,844,150.30 $1,228,439.70 $4,072,590.00
Dresel Contracting, Inc. $2,765,121.07 $1,323,271.86 $4,088,392.93
Valley Paving, Inc. $2,939,909.17 $1,231,483.05 $4,171,392.22
Northwest Asphalt, Inc. $2,975,208.15 $1,545,988.20 $4,521,196.35
Urban Companies, LLC $3,886,432.82 $1,667,841.44 $5,554,274.26
Based on the favorable bids received, we recommend the City award the project to the lowest
bidder, Peterson Companies, in the amount of $3,624,814.97.
Background
1. Funding
Funding pursuits for this project began in 2018 during the initial design of the northern trail portion
of this project. In 2023 design was picked up again to implement the northern trail portion into a
larger project including a realignment of County Road 52 and the installation of the box culvert
underpass. The following breakdown highlights important aspects of the project’s costs, funding,
public engagement, issues, and project timeline for the purposes of council discussion.
14727 209 th St. N., Scandia, Minnesota 55073
Phone (651) 433 -2274 Fax (651) 433 -5112 http://www.ci tyofscandia.com
Funding for this project has been received from multiple sources in an effort to cover the
entirety of the project costs. The City of Scandia has remaining the following commitments as it
pertains to funding:
• $800,000.00 from Washington County for the work related to the realignment of County Road 52.
• $2,415,800.00 from the LCCMR Grant designated for the construction of the trail in its
entirety (includes the mention of an underpass in the grant language).
• $650,000.00 in additional funding from the DNR for the project as a whole.
The total funding remaining for this project is $3,865,800.00.
The total cost remaining for this project is $3,624,814.97 (Construction) + $184,540.00
(Construction Administration/Inspection/Testing) = $3,809,354.97.
2. Public Engagement
An initial public engagement meeting was held back in 2018 prior to the addition of the County
Road 52 realignment portion of the project. Between 2018 and 2024 there were no additional
public meetings held. In the late winter and spring of 2025 Kyle and Isiah reached out to
property owners along the project corridor to discuss design aspects and impacts to individual
properties. Multiple on-site meetings were held which generated the idea to conduct another
public meeting which was held on Wednesday, June 11th.
While this was not a requirement of the project or other agency involved, the City felt that this
would be crucial to hearing input from property owners and answering outstanding questions.
The City of Scandia, Bolton and Menk, Washington County, and the MNDNR all had
representatives available to answer questions and provide information to those who attended.
3. Public Meeting (June 11th)
There were two main issues brought up by the public which were shared among the majority of
those in attendance:
• Why is the box culvert necessary?
• Why construct the box culvert now?
• Why build this now and have the trail dead end south of CR 52?
The answer to these questions was discussed with those in attendance and summarized below:
• The MNDNR avoids “at-grade” trail crossings whenever possible on new state trail
projects for the safety of the users. There are a few instances across the state where this
is not currently the case but will be further investigated in the future to see if these can
be re-designed to ultimately remove all “at-grade” crossings.
➢ The MNDNR has allowed this project to have the horse trail crossing “at-grade”
to help with cost savings and minimize overall project impact.
• The box culvert is being proposed to be installed as part of this project for the following
reasons:
➢ The County is currently committing funds to help with this project which is not
guaranteed in the future.
➢ The LCCMR grant money must be used by 2027 or will no longer be eligible for
to aid this project.
14727 209 th St. N., Scandia, Minnesota 55073
Phone (651) 433 -2274 Fax (651) 433 -5112 http://www.ci tyofscandia.com
➢ **Since the award of the LCCMR grant funding, the rules have changed. In the
future the City would be required to match up to 25% of the LCCMR grant
funding which is not currently required.
• All trails are built in segments, as it is too expensive to build extremely long trails all in
one project. The goal of this project is to get the trail across CR 52 so that the MNDNR
can connect to it in the future as they continue this project south to William O’Brien
State Park.
**This point was not explicitly made during the public meeting on June 11th.
4. Public Meeting (December 10th)
The public meeting held on December 10 included a presentation of the project and bid
information by City Administrator, Kyle Morell. After which, public comments on the
presentation and questions revolving around the project were received. 13 different speakers
took the time to sign up to share their thoughts on the project and were all very supportive.
Those who chose to speak included members of other nearby trail groups, Washington County
representatives, and residents from both Scandia and other nearby communities who were
excited by the opportunity to use the proposed trail project to explore Scandia further.
5. Project Timeline
Bid Opening November 18, 2025
Public Informational Meeting December 10, 2025
Consider Contract Award at City Council Meeting December 16, 2025
Construction May - September 2026*
*Tree clearing would take place from January to March to comply with State regulations.
6. Future Project Timeline
MNDNR has obtained funding for, and has begun designing, the southern extension to William
O’Brian State Park. At this time no funding has been obtained for construction costs of the
southern extension. That will be applied for by the MNDNR at a later date that has yet to be
determined (The MNDNR has verbally expressed that this could be 3-5 years away for
construction but is a high priority to complete even sooner if possible).
If you have any questions, please feel free to contact me at (651) 308-1491.
Sincerely,
Isiah C. Bubany, P.E.
Project Engineer
Enclosures: Bid Abstract, Location Map
ABSTRACT OF BIDS
MNDNR GATEWAY STATE TRAIL
CITY OF SCANDIA, MN
BID DATE: 11/19/2025
TIME: 9:00 AM 1 2 3 4
ITEM MNDOT APPROX.
NO. SPEC NO. ITEM QUANT. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
SCHEDULE 1: COUNTY ROAD 52 REALIGNMENT
1 2021.501 MOBILIZATION 1 LUMP SUM $150,000.00 $150,000.00 $508,880.00 $508,880.00 $45,592.00 $45,592.00 $174,159.94 $174,159.94 $149,670.24 $149,670.24
2 2101.501 CLEARING & GRUBBING 1 LUMP SUM $30,000.00 $30,000.00 $5,285.00 $5,285.00 $35,200.00 $35,200.00 $14,045.22 $14,045.22 $15,900.00 $15,900.00
3 2104.502 REMOVE SIGN 6 EACH $250.00 $1,500.00 $158.50 $951.00 $55.00 $330.00 $27.28 $163.68 $53.00 $318.00
4 2104.602 SALVAGE & REINSTALL MAILBOX 3 EACH $350.00 $1,050.00 $528.50 $1,585.50 $219.33 $657.99 $231.45 $694.35 $212.00 $636.00
5 2104.503 SAWING BITUMINOUS PAVEMENT (STREET) 64 LIN FT $5.00 $320.00 $11.60 $742.40 $5.00 $320.00 $2.34 $149.76 $8.28 $529.92
6 2104.503 REMOVE SEWER PIPE (STORM) 181 LIN FT $15.00 $2,715.00 $18.50 $3,348.50 $21.64 $3,916.84 $28.74 $5,201.94 $10.54 $1,907.74
7 2104.504 REMOVE BITUMINOUS PAVEMENT 7000 SQ YD $5.00 $35,000.00 $3.15 $22,050.00 $2.34 $16,380.00 $2.47 $17,290.00 $3.03 $21,210.00
8 2104.504 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 60 SQ YD $8.00 $480.00 $4.20 $252.00 $8.07 $484.20 $11.07 $664.20 $53.00 $3,180.00
9 2106.507 EXCAVATION - COMMON (EV) (P) 8250 CU YD $22.50 $185,625.00 $6.05 $49,912.50 $16.73 $138,022.50 $14.51 $119,707.50 $16.70 $137,775.00
10 2106.507 EXCAVATION - SUBGRADE (EV) 270 CU YD $30.00 $8,100.00 $23.40 $6,318.00 $27.68 $7,473.60 $30.36 $8,197.20 $39.26 $10,600.20
11 2106.507 SELECT GRANULAR EMBANKMENT (CV) - BOX CULVERT 2870 CU YD $40.00 $114,800.00 $21.00 $60,270.00 $25.49 $73,156.30 $22.24 $63,828.80 $22.86 $65,608.20
12 2106.603 DITCH GRADING 600 LIN FT $20.00 $12,000.00 $13.00 $7,800.00 $30.35 $18,210.00 $11.13 $6,678.00 $10.60 $6,360.00
13 2106.607 GRANULAR EMBANKMENT (CV) (P) 8730 CU YD $22.50 $196,425.00 $10.10 $88,173.00 $25.19 $219,908.70 $21.63 $188,829.90 $18.93 $165,258.90
14 2106.607 SELECT GRANULAR BORROW MOD (CV) (P) 5390 CU YD $22.50 $121,275.00 $18.80 $101,332.00 $25.11 $135,342.90 $21.63 $116,585.70 $19.16 $103,272.40
15 2108.504 GEOTEXTILE FABRIC TYPE 5, NON-WOVEN 8080 SQ YD $3.00 $24,240.00 $3.10 $25,048.00 $1.69 $13,655.20 $2.06 $16,644.80 $1.73 $13,978.40
16 2112.604 SUBGRADE PREPARATION (P) 10450 SQ YD $1.00 $10,450.00 $4.55 $47,547.50 $5.04 $52,668.00 $0.99 $10,345.50 $3.04 $31,768.00
17 2118.509 AGGREGATE SURFACING CLASS 2 LIMESTONE - HORSE TRAIL 270 TON $35.00 $9,450.00 $52.60 $14,202.00 $48.71 $13,151.70 $40.31 $10,883.70 $42.00 $11,340.00
18 2118.509 AGGREGATE SURFACING CLASS 2 LIMESTONE - SHOULDERING 220 TON $35.00 $7,700.00 $46.00 $10,120.00 $62.44 $13,736.80 $63.67 $14,007.40 $54.04 $11,888.80
19 2118.609 AGGREGATE SURFACING, 3/4" MINUS LIMESTONE - DRIVEWAY 90 TON $45.00 $4,050.00 $57.60 $5,184.00 $50.76 $4,568.40 $46.17 $4,155.30 $54.96 $4,946.40
20 2211.509 AGGREGATE BASE CLASS 5 (100% CRUSHED) 5130 TON $22.50 $115,425.00 $27.00 $138,510.00 $39.73 $203,814.90 $14.84 $76,129.20 $30.13 $154,566.90
21 2357.506 BITUMINOUS MATERIAL FOR TACK COAT 490 GAL $3.00 $1,470.00 $4.25 $2,082.50 $7.70 $3,773.00 $4.62 $2,263.80 $4.54 $2,224.60
22 2360.504 TYPE SP 9.5 WEARING COURSE MIX (2,C) - 3.0" THICK DRIVEWAY 120 SQ YD $45.00 $5,400.00 $65.30 $7,836.00 $32.09 $3,850.80 $55.38 $6,645.60 $54.34 $6,520.80
23 2360.509 TYPE SP 9.5 WEARING COURSE MIX (2,C) - TRAIL 260 TON $115.00 $29,900.00 $109.00 $28,340.00 $116.60 $30,316.00 $116.07 $30,178.20 $113.88 $29,608.80
24 2360.509 TYPE SP 12.5 WEARING COURSE MIX (3,C) - STREET 2210 TON $93.00 $205,530.00 $90.20 $199,342.00 $107.21 $236,934.10 $89.99 $198,877.90 $88.29 $195,120.90
25 2411.507 STRUCTURAL CONCRETE (1G52) - BOX CULVERT 120 CU YD $1,300.00 $156,000.00 $634.00 $76,080.00 $855.58 $102,669.60 $979.22 $117,506.40 $708.08 $84,969.60
26 2411.507 STRUCTURAL CONCRETE (3G52) - BOX CULVERT 200 CU YD $1,900.00 $380,000.00 $613.00 $122,600.00 $766.35 $153,270.00 $1,577.63 $315,526.00 $1,166.00 $233,200.00
27 2411.508 REINFORCEMENT BARS - BOX CULVERT 8170 POUND $2.00 $16,340.00 $2.60 $21,242.00 $2.82 $23,039.40 $1.85 $15,114.50 $2.12 $17,320.40
28 2411.508 REINFORCEMENT BARS (EPOXY COATED) - BOX CULVERT 21610 POUND $2.50 $54,025.00 $3.50 $75,635.00 $3.80 $82,118.00 $1.96 $42,355.60 $2.12 $45,813.20
29 2411.601 STRUCTURE EXCAVATION - BOX CULVERT 1 LUMP SUM $100,000.00 $100,000.00 $55,500.00 $55,500.00 $84,761.08 $84,761.08 $52,389.47 $52,389.47 $15,900.00 $15,900.00
30 2411.618 ANTI-GRAFFITI COATING - BOX CULVERT 1670 SQ FT $5.00 $8,350.00 $4.75 $7,932.50 $10.23 $17,084.10 $1.63 $2,722.10 $15.54 $25,951.80
31 2412.503 12X12 PRECAST CONCRETE BOX CULVERT 75 LIN FT $2,700.00 $202,500.00 $1,635.00 $122,625.00 $1,983.21 $148,740.75 $1,601.68 $120,126.00 $1,891.14 $141,835.50
32 2451.507 FINE AGGREGATE BEDDING (CV) - BOX CULVERT 330 CU YD $100.00 $33,000.00 $79.70 $26,301.00 $93.87 $30,977.10 $81.24 $26,809.20 $80.30 $26,499.00
33 2451.607 STRUCTURAL BACKFILL (CV) 640 CU YD $35.00 $22,400.00 $59.00 $37,760.00 $44.18 $28,275.20 $24.39 $15,609.60 $60.44 $38,681.60
34 2475.503 ORNAMENTAL METAL RAILING DESIGN T-5 PC - BOX CULVERT 242 LIN FT $300.00 $72,600.00 $230.50 $55,781.00 $266.53 $64,500.26 $304.65 $73,725.30 $259.48 $62,794.16
35 2481.601 MEMBRANE WATERPROOFING SYSTEM - BOX CULVERT 1 LUMP SUM $40,000.00 $40,000.00 $25,370.00 $25,370.00 $27,808.00 $27,808.00 $20,353.41 $20,353.41 $26,796.80 $26,796.80
Peterson Companies, Inc.
Chisago City, MN
Engineer's Estimate
Bolton & Menk, Inc.
D&D Contracting, LLC
Princeton, MN
Veit & Company, Inc.Ashwill Companies
Cokato, MN Rogers, MN
ABSTRACT OF BIDS
MNDNR GATEWAY STATE TRAIL
CITY OF SCANDIA, MN
BID DATE: 11/19/2025
TIME: 9:00 AM 1 2 3 4
ITEM MNDOT APPROX.
NO. SPEC NO. ITEM QUANT. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
Peterson Companies, Inc.
Chisago City, MN
Engineer's Estimate
Bolton & Menk, Inc.
D&D Contracting, LLC
Princeton, MN
Veit & Company, Inc.Ashwill Companies
Cokato, MN Rogers, MN
36 2452.618 STEEL SHEET PILING (PERMANENT) 4020 SQ FT $50.00 $201,000.00 $46.40 $186,528.00 $52.04 $209,200.80 $48.96 $196,819.20 $70.57 $283,691.40
37 2501.502 15" CS PIPE APRON 2 EACH $950.00 $1,900.00 $508.50 $1,017.00 $464.00 $928.00 $1,859.37 $3,718.74 $221.51 $443.02
38 2501.502 15" RC PIPE APRON 2 EACH $2,000.00 $4,000.00 $1,755.00 $3,510.00 $3,450.00 $6,900.00 $3,140.68 $6,281.36 $2,127.20 $4,254.40
39 2501.502 18" CS PIPE APRON 2 EACH $1,100.00 $2,200.00 $540.00 $1,080.00 $502.64 $1,005.28 $1,894.54 $3,789.08 $279.38 $558.76
40 2501.502 18" RC PIPE APRON 6 EACH $3,000.00 $18,000.00 $1,893.00 $11,358.00 $3,639.00 $21,834.00 $3,582.73 $21,496.38 $3,099.04 $18,594.24
41 2501.502 36" RC PIPE APRON 2 EACH $7,000.00 $14,000.00 $4,719.00 $9,438.00 $9,119.50 $18,239.00 $8,142.61 $16,285.22 $6,499.52 $12,999.04
42 2501.503 15" CS PIPE CULVERT 30 LIN FT $70.00 $2,100.00 $59.70 $1,791.00 $64.92 $1,947.60 $42.88 $1,286.40 $61.92 $1,857.60
43 2501.503 15" RC PIPE CULVERT, CLASS V 51 LIN FT $80.00 $4,080.00 $108.50 $5,533.50 $98.69 $5,033.19 $78.74 $4,015.74 $71.26 $3,634.26
44 2501.503 18" CS PIPE CULVERT 45 LIN FT $80.00 $3,600.00 $64.70 $2,911.50 $84.20 $3,789.00 $73.02 $3,285.90 $71.50 $3,217.50
45 2501.503 18" RC PIPE CULVERT, CLASS V 216 LIN FT $100.00 $21,600.00 $99.40 $21,470.40 $75.83 $16,379.28 $82.61 $17,843.76 $72.67 $15,696.72
46 2501.503 36" RC PIPE CULVERT, CLASS IV 96 LIN FT $200.00 $19,200.00 $213.00 $20,448.00 $244.68 $23,489.28 $193.72 $18,597.12 $222.21 $21,332.16
47 2502.601 DRAINAGE SYSTEM - BOX CULVERT 1 LUMP SUM $15,000.00 $15,000.00 $10,470.00 $10,470.00 $13,645.00 $13,645.00 $4,973.92 $4,973.92 $6,360.00 $6,360.00
48 2506.602 CONSTRUCT DRAINAGE STRUCTURE DESIGN SPECIAL (STO-9) - 2' X 3' CB 1 EACH $4,000.00 $4,000.00 $3,299.00 $3,299.00 $4,027.00 $4,027.00 $2,793.57 $2,793.57 $3,352.49 $3,352.49
49 2506.602 CONSTRUCT DRAINAGE STRUCTURE DESIGN SPECIAL (STO-5) - 4' DIA 1 EACH $5,000.00 $5,000.00 $5,228.00 $5,228.00 $5,318.00 $5,318.00 $4,020.93 $4,020.93 $4,166.81 $4,166.81
50 2511.507 RANDOM RIPRAP, CLASS III 90 CU YD $75.00 $6,750.00 $96.30 $8,667.00 $107.79 $9,701.10 $92.67 $8,340.30 $176.67 $15,900.30
51 2531.503 CONCRETE CURB & GUTTER DESIGN B424 510 LIN FT $25.00 $12,750.00 $32.30 $16,473.00 $38.61 $19,691.10 $31.26 $15,942.60 $40.22 $20,512.20
52 2531.504 7" CONCRETE DRIVEWAY PAVEMENT 60 SQ YD $90.00 $5,400.00 $133.00 $7,980.00 $111.98 $6,718.80 $121.75 $7,305.00 $132.85 $7,971.00
53 2531.602 CONCRETE DRAINAGE FLUME 1 EACH $1,000.00 $1,000.00 $1,882.00 $1,882.00 $2,035.00 $2,035.00 $1,464.30 $1,464.30 $2,491.00 $2,491.00
54 2545.501 CONDUIT SYSTEM - BOX CULVERT 1 LUMP SUM $15,000.00 $15,000.00 $15,220.00 $15,220.00 $15,840.00 $15,840.00 $3,781.41 $3,781.41 $15,900.00 $15,900.00
55 2554.502 END TREATMENT - TERMINAL 4 EACH $3,000.00 $12,000.00 $3,752.00 $15,008.00 $4,400.00 $17,600.00 $3,835.43 $15,341.72 $3,763.00 $15,052.00
56 2554.503 TRAFFIC BARRIER DESIGN TYPE 31 570 LIN FT $50.00 $28,500.00 $32.80 $18,696.00 $38.50 $21,945.00 $33.49 $19,089.30 $32.86 $18,730.20
57 2557.603 6' CHAIN LINK FENCE - BLACK VINYL COATED 1270 LIN FT $50.00 $63,500.00 $46.90 $59,563.00 $55.74 $70,789.80 $108.04 $137,210.80 $50.09 $63,614.30
58 2557.603 SMALL ANIMAL FENCE - BLACK VINYL COATED 1080 LIN FT $15.00 $16,200.00 $26.50 $28,620.00 $30.00 $32,400.00 $118.84 $128,347.20 $61.95 $66,906.00
59 2563.501 TRAFFIC CONTROL 1 LUMP SUM $75,000.00 $75,000.00 $5,602.00 $5,602.00 $6,600.00 $6,600.00 $5,783.97 $5,783.97 $5,618.00 $5,618.00
60 2563.602 TYPE III BARRICADES 2 EACH $1,000.00 $2,000.00 $502.00 $1,004.00 $1,238.00 $2,476.00 $518.38 $1,036.76 $503.50 $1,007.00
61 2564.518 SIGN PANELS TYPE C 65.69 SQ FT $55.00 $3,612.95 $124.50 $8,178.41 $123.78 $8,131.11 $128.78 $8,459.56 $125.08 $8,216.51
62 2573.501 STABILIZED CONSTRUCTION EXIT 1 LUMP SUM $1,500.00 $1,500.00 $6,641.00 $6,641.00 $2,606.00 $2,606.00 $3,920.38 $3,920.38 $3,180.00 $3,180.00
63 2573.502 STORM DRAIN INLET PROTECTION 2 EACH $250.00 $500.00 $166.00 $332.00 $550.00 $1,100.00 $303.84 $607.68 $530.00 $1,060.00
64 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER 400 LIN FT $5.00 $2,000.00 $3.85 $1,540.00 $3.85 $1,540.00 $3.58 $1,432.00 $3.71 $1,484.00
65 2573.503 SILT FENCE, TYPE MS 4360 LIN FT $3.00 $13,080.00 $3.30 $14,388.00 $2.06 $8,981.60 $2.32 $10,115.20 $1.98 $8,632.80
66 2573.604 TRM CATEGORY 72 1220 SQ YD $10.00 $12,200.00 $16.40 $20,008.00 $17.05 $20,801.00 $17.14 $20,910.80 $16.43 $20,044.60
67 2574.508 FERTILIZER 880 POUND $1.50 $1,320.00 $1.35 $1,188.00 $1.75 $1,540.00 $1.43 $1,258.40 $1.69 $1,487.20
68 2574.601 TOPSOIL RESPREAD 1 LUMP SUM $75,000.00 $75,000.00 $38,850.00 $38,850.00 $13,850.00 $13,850.00 $7,055.85 $7,055.85 $63,600.00 $63,600.00
69 2575.504 RAPID STABILIZATION METHOD 4 9680 SQ YD $3.00 $29,040.00 $1.85 $17,908.00 $1.65 $15,972.00 $1.93 $18,682.40 $1.59 $15,391.20
70 2575.508 SEED MIXTURE 25-141 160 POUND $6.00 $960.00 $6.45 $1,032.00 $4.62 $739.20 $6.73 $1,076.80 $4.45 $712.00
71 2575.508 SEED MIXTURE 35-241 30 POUND $30.00 $900.00 $13.70 $411.00 $15.94 $478.20 $14.28 $428.40 $15.36 $460.80
ABSTRACT OF BIDS
MNDNR GATEWAY STATE TRAIL
CITY OF SCANDIA, MN
BID DATE: 11/19/2025
TIME: 9:00 AM 1 2 3 4
ITEM MNDOT APPROX.
NO. SPEC NO. ITEM QUANT. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
Peterson Companies, Inc.
Chisago City, MN
Engineer's Estimate
Bolton & Menk, Inc.
D&D Contracting, LLC
Princeton, MN
Veit & Company, Inc.Ashwill Companies
Cokato, MN Rogers, MN
72 2582.503 4" SOLID LINE MULTI COMP GR IN - STREET (YELLOW) 1110 LIN FT $1.00 $1,110.00 $2.40 $2,664.00 $1.54 $1,709.40 $1.47 $1,631.70 $10.50 $11,655.00
73 2582.503 4" SOLID LINE MULTI COMP GR IN - STREET (WHITE) 3900 LIN FT $1.00 $3,900.00 $2.40 $9,360.00 $1.54 $6,006.00 $1.47 $5,733.00 $1.43 $5,577.00
74 2582.503 4" BROKEN LINE MULTI COMP GR IN - STREET (YELLOW) 490 LIN FT $1.00 $490.00 $2.40 $1,176.00 $1.54 $754.60 $1.47 $720.30 $1.43 $700.70
75 2582.503 4" BROKEN LINE MULTI COMP - TRAIL (YELLOW) 290 LIN FT $2.00 $580.00 $5.30 $1,537.00 $3.85 $1,116.50 $5.46 $1,583.40 $5.30 $1,537.00
$3,058,092.95 $2,549,949.21 $2,657,565.26 $2,621,031.72 $2,621,551.47
SCHEDULE 2: DNR GATEWAY TRAIL - NORTH PORTION
76 2021.501 MOBILIZATION 1 LUMP SUM $50,000.00 $50,000.00 $44,110.00 $44,110.00 $32,156.00 $32,156.00 $41,062.48 $41,062.48 $54,952.80 $54,952.80
77 2101.501 CLEARING & GRUBBING 1 LUMP SUM $75,000.00 $75,000.00 $28,530.00 $28,530.00 $8,668.00 $8,668.00 $29,711.05 $29,711.05 $26,500.00 $26,500.00
78 2104.503 REMOVE SEWER PIPE (STORM) 40 LIN FT $15.00 $600.00 $22.80 $912.00 $40.35 $1,614.00 $22.54 $901.60 $15.90 $636.00
79 2104.503 REMOVE FENCE 250 LIN FT $20.00 $5,000.00 $7.20 $1,800.00 $7.20 $1,800.00 $3.95 $987.50 $10.60 $2,650.00
80 2106.507 EXCAVATION - COMMON (EV) (P) 6490 CU YD $22.50 $146,025.00 $14.20 $92,158.00 $17.75 $115,197.50 $25.06 $162,639.40 $31.36 $203,526.40
81 2106.507 EXCAVATION - SUBGRADE (EV) 410 CU YD $30.00 $12,300.00 $19.90 $8,159.00 $27.17 $11,139.70 $36.47 $14,952.70 $38.78 $15,899.80
82 2106.603 DITCH GRADING 985 LIN FT $20.00 $19,700.00 $12.30 $12,115.50 $30.18 $29,727.30 $8.14 $8,017.90 $10.60 $10,441.00
83 2106.607 GRANULAR EMBANKMENT (CV) (P) 3960 CU YD $22.50 $89,100.00 $14.70 $58,212.00 $26.53 $105,058.80 $17.84 $70,646.40 $27.85 $110,286.00
84 2106.607 EXCAVATION - BMP (EV) (P) 350 CU YD $25.00 $8,750.00 $16.40 $5,740.00 $8.09 $2,831.50 $35.72 $12,502.00 $18.17 $6,359.50
85 2108.500 GEOTEXTILE FABRIC TYPE 5, NON-WOVEN 1300 SQ YD $3.00 $3,900.00 $6.55 $8,515.00 $1.46 $1,898.00 $2.06 $2,678.00 $3.18 $4,134.00
86 2112.604 SUBGRADE PREPARATION (P) 10930 SQ YD $1.00 $10,930.00 $5.75 $62,847.50 $5.05 $55,196.50 $0.99 $10,820.70 $1.75 $19,127.50
87 2118.509 AGGREGATE SURFACING CLASS 2 LIMESTONE - HORSE TRAIL 1120 TON $35.00 $39,200.00 $44.70 $50,064.00 $40.31 $45,147.20 $40.25 $45,080.00 $43.10 $48,272.00
88 2211.509 AGGREGATE BASE CLASS 5 (100% CRUSHED) 6110 TON $22.50 $137,475.00 $31.10 $190,021.00 $38.79 $237,006.90 $32.45 $198,269.50 $28.99 $177,128.90
89 2357.506 BITUMINOUS MATERIAL FOR TACK COAT 90 GAL $45.00 $4,050.00 $4.25 $382.50 $7.70 $693.00 $4.62 $415.80 $4.54 $408.60
90 2360.509 TYPE SP 9.5 WEARING COURSE MIX (2,C) - TRAIL 950 TON $140.00 $133,000.00 $104.00 $98,800.00 $116.50 $110,675.00 $112.13 $106,523.50 $110.02 $104,519.00
91 2360.509 TYPE SP 9.5 WEARING COURSE MIX (3,C) - TRAILHEAD 120 TON $115.00 $13,800.00 $146.00 $17,520.00 $116.60 $13,992.00 $135.77 $16,292.40 $133.21 $15,985.20
92 2360.509 TYPE SP 12.5 WEARING COURSE MIX (3,C) - TRAILHEAD 160 TON $115.00 $18,400.00 $123.00 $19,680.00 $114.40 $18,304.00 $118.49 $18,958.40 $116.25 $18,600.00
93 2451.507 FINE FILTER AGGREGATE (LV) 140 CU YD $50.00 $7,000.00 $69.40 $9,716.00 $93.04 $13,025.60 $84.66 $11,852.40 $89.95 $12,593.00
94 2501.502 15" CS PIPE APRON 18 EACH $950.00 $17,100.00 $508.50 $9,153.00 $464.00 $8,352.00 $1,859.36 $33,468.48 $221.51 $3,987.18
95 2501.502 18" CS PIPE APRON 2 EACH $1,100.00 $2,200.00 $540.00 $1,080.00 $502.64 $1,005.28 $1,894.54 $3,789.08 $252.88 $505.76
96 2501.502 18" RC PIPE APRON 2 EACH $2,700.00 $5,400.00 $1,893.00 $3,786.00 $3,243.50 $6,487.00 $4,342.38 $8,684.76 $1,996.98 $3,993.96
97 2501.502 24" CS PIPE APRON 4 EACH $1,250.00 $5,000.00 $815.00 $3,260.00 $600.40 $2,401.60 $1,098.53 $4,394.12 $330.78 $1,323.12
98 2501.503 15" CS PIPE CULVERT 382 LIN FT $70.00 $26,740.00 $57.60 $22,003.20 $66.50 $25,403.00 $64.66 $24,700.12 $41.72 $15,937.04
99 2501.503 18" CS PIPE CULVERT 40 LIN FT $80.00 $3,200.00 $69.60 $2,784.00 $75.15 $3,006.00 $72.97 $2,918.80 $50.88 $2,035.20
100 2501.503 18" RC PIPE CULVERT, CLASS V 40 LIN FT $300.00 $12,000.00 $105.50 $4,220.00 $118.78 $4,751.20 $98.53 $3,941.20 $86.41 $3,456.40
101 2501.503 24" CS PIPE CULVERT 80 LIN FT $90.00 $7,200.00 $69.80 $5,584.00 $74.76 $5,980.80 $76.38 $6,110.40 $65.54 $5,243.20
102 2502.503 6" PVC PIPE DRAIN - PERFORATED 85 LIN FT $15.00 $1,275.00 $23.00 $1,955.00 $32.42 $2,755.70 $15.58 $1,324.30 $27.63 $2,348.55
103 2502.503 6" PVC PIPE DRAIN - NON PERFORATED 80 LIN FT $15.00 $1,200.00 $23.30 $1,864.00 $35.89 $2,871.20 $11.57 $925.60 $28.12 $2,249.60
SCHEDULE 1 TOTAL:
ABSTRACT OF BIDS
MNDNR GATEWAY STATE TRAIL
CITY OF SCANDIA, MN
BID DATE: 11/19/2025
TIME: 9:00 AM 1 2 3 4
ITEM MNDOT APPROX.
NO. SPEC NO. ITEM QUANT. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
Peterson Companies, Inc.
Chisago City, MN
Engineer's Estimate
Bolton & Menk, Inc.
D&D Contracting, LLC
Princeton, MN
Veit & Company, Inc.Ashwill Companies
Cokato, MN Rogers, MN
104 2502.602 6" PVC PIPE DRAIN CLEANOUT 2 EACH $500.00 $1,000.00 $829.00 $1,658.00 $643.00 $1,286.00 $468.06 $936.12 $357.14 $714.28
105 2511.507 RANDOM RIPRAP, CLASS III 120 CU YD $75.00 $9,000.00 $118.00 $14,160.00 $102.66 $12,319.20 $92.67 $11,120.40 $176.67 $21,200.40
106 2521.618 6" CONCRETE CURB RAMP WALK 130 SQ FT $15.00 $1,950.00 $20.40 $2,652.00 $17.05 $2,216.50 $19.30 $2,509.00 $33.02 $4,292.60
107 2531.618 TRUNCATED DOMES 20 SQ FT $65.00 $1,300.00 $58.10 $1,162.00 $99.00 $1,980.00 $60.33 $1,206.60 $68.90 $1,378.00
108 2554.503 WIRE FENCE 4560 LIN FT $5.00 $22,800.00 $33.60 $153,216.00 $6.68 $30,460.80 $23.77 $108,391.20 $34.24 $156,134.40
109 2563.501 TRAFFIC CONTROL 1 LUMP SUM $5,000.00 $5,000.00 $317.00 $317.00 $1,980.00 $1,980.00 $327.39 $327.39 $318.00 $318.00
110 2564.518 SIGN PANELS, TYPE C 11 SQ FT $55.00 $577.50 $124.50 $1,307.25 $129.07 $1,355.24 $128.77 $1,352.09 $131.04 $1,375.92
111 2564.602 INSTALL STRUCTURE MARKER 22 EACH $250.00 $5,500.00 $100.50 $2,211.00 $148.50 $3,267.00 $106.95 $2,352.90 $100.70 $2,215.40
112 2564.602 KIOSK 2 EACH $1,500.00 $3,000.00 $8,105.00 $16,210.00 $15,966.50 $31,933.00 $16,476.13 $32,952.26 $15,900.00 $31,800.00
113 2573.501 STABILIZED CONSTRUCTION EXIT 1 LUMP SUM $4,000.00 $4,000.00 $3,321.00 $3,321.00 $2,606.00 $2,606.00 $3,920.38 $3,920.38 $3,180.00 $3,180.00
114 2573.502 STORM DRAIN INLET PROTECTION 2 EACH $250.00 $500.00 $166.00 $332.00 $550.00 $1,100.00 $303.84 $607.68 $530.00 $1,060.00
115 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER 560 LIN FT $5.00 $2,800.00 $3.85 $2,156.00 $3.85 $2,156.00 $3.58 $2,004.80 $3.71 $2,077.60
116 2573.503 SILT FENCE, TYPE MS 9930 LIN FT $3.00 $29,790.00 $2.75 $27,307.50 $2.26 $22,441.80 $2.32 $23,037.60 $2.17 $21,548.10
117 2574.508 FERTILIZER 1150 POUND $1.50 $1,725.00 $1.35 $1,552.50 $1.75 $2,012.50 $1.43 $1,644.50 $1.69 $1,943.50
118 2574.601 TOPSOIL RESPREAD 1 LUMP SUM $75,000.00 $75,000.00 $52,710.00 $52,710.00 $8,310.00 $8,310.00 $14,513.97 $14,513.97 $31,800.00 $31,800.00
119 2575.504 RAPID STABILIZATION METHOD 3 14310 SQ YD $3.00 $42,930.00 $0.76 $10,875.60 $1.38 $19,747.80 $0.79 $11,304.90 $1.33 $19,032.30
120 2575.504 RAPID STABILIZATION METHOD 4 250 SQ YD $3.00 $750.00 $1.85 $462.50 $1.65 $412.50 $1.93 $482.50 $1.59 $397.50
121 2575.508 SEED MIXTURE 25-141 290 POUND $6.00 $1,740.00 $6.45 $1,870.50 $4.62 $1,339.80 $6.73 $1,951.70 $4.45 $1,290.50
122 2575.508 SEED MIXTURE 35-241 10 POUND $30.00 $300.00 $25.00 $250.00 $15.94 $159.40 $26.07 $260.70 $15.36 $153.60
123 2582.503 4" SOLID LINE MULTI COMP GR IN - TRAILHEAD (WHITE) 1040 LIN FT $2.00 $2,080.00 $6.85 $7,124.00 $8.25 $8,580.00 $4.91 $5,106.40 $4.77 $4,960.80
124 2582.503 4" BROKEN LINE MULTI COMP - TRAIL (YELLOW) 1130 LIN FT $2.00 $2,260.00 $5.30 $5,989.00 $3.85 $4,350.50 $5.46 $6,169.80 $5.30 $5,989.00
125 2582.618 PAVEMENT MESSAGE MULT COMP GR IN - ARROW 58 SQ FT $25.00 $1,441.50 $52.90 $3,050.21 $66.00 $3,805.56 $16.37 $943.89 $15.90 $916.79
SCHEDULE 2 TOTAL: $1,070,989.00 $1,074,865.76 $1,030,964.38 $1,075,665.37 $1,186,878.40
SCHEDULE 1 + SCHEDULE 2 TOTAL: $4,129,081.95 $3,624,814.97 $3,688,529.63 $3,696,697.09 $3,808,429.87
ABSTRACT OF BIDS
MNDNR GATEWAY STATE TRAIL
CITY OF SCANDIA, MN
BID DATE: 11/19/2025
TIME: 9:00 AM
ITEM MNDOT APPROX.
NO. SPEC NO. ITEM QUANT. UNIT
SCHEDULE 1: COUNTY ROAD 52 REALIGNMENT
1 2021.501 MOBILIZATION 1 LUMP SUM
2 2101.501 CLEARING & GRUBBING 1 LUMP SUM
3 2104.502 REMOVE SIGN 6 EACH
4 2104.602 SALVAGE & REINSTALL MAILBOX 3 EACH
5 2104.503 SAWING BITUMINOUS PAVEMENT (STREET) 64 LIN FT
6 2104.503 REMOVE SEWER PIPE (STORM) 181 LIN FT
7 2104.504 REMOVE BITUMINOUS PAVEMENT 7000 SQ YD
8 2104.504 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 60 SQ YD
9 2106.507 EXCAVATION - COMMON (EV) (P) 8250 CU YD
10 2106.507 EXCAVATION - SUBGRADE (EV) 270 CU YD
11 2106.507 SELECT GRANULAR EMBANKMENT (CV) - BOX CULVERT 2870 CU YD
12 2106.603 DITCH GRADING 600 LIN FT
13 2106.607 GRANULAR EMBANKMENT (CV) (P) 8730 CU YD
14 2106.607 SELECT GRANULAR BORROW MOD (CV) (P) 5390 CU YD
15 2108.504 GEOTEXTILE FABRIC TYPE 5, NON-WOVEN 8080 SQ YD
16 2112.604 SUBGRADE PREPARATION (P) 10450 SQ YD
17 2118.509 AGGREGATE SURFACING CLASS 2 LIMESTONE - HORSE TRAIL 270 TON
18 2118.509 AGGREGATE SURFACING CLASS 2 LIMESTONE - SHOULDERING 220 TON
19 2118.609 AGGREGATE SURFACING, 3/4" MINUS LIMESTONE - DRIVEWAY 90 TON
20 2211.509 AGGREGATE BASE CLASS 5 (100% CRUSHED) 5130 TON
21 2357.506 BITUMINOUS MATERIAL FOR TACK COAT 490 GAL
22 2360.504 TYPE SP 9.5 WEARING COURSE MIX (2,C) - 3.0" THICK DRIVEWAY 120 SQ YD
23 2360.509 TYPE SP 9.5 WEARING COURSE MIX (2,C) - TRAIL 260 TON
24 2360.509 TYPE SP 12.5 WEARING COURSE MIX (3,C) - STREET 2210 TON
25 2411.507 STRUCTURAL CONCRETE (1G52) - BOX CULVERT 120 CU YD
26 2411.507 STRUCTURAL CONCRETE (3G52) - BOX CULVERT 200 CU YD
27 2411.508 REINFORCEMENT BARS - BOX CULVERT 8170 POUND
28 2411.508 REINFORCEMENT BARS (EPOXY COATED) - BOX CULVERT 21610 POUND
29 2411.601 STRUCTURE EXCAVATION - BOX CULVERT 1 LUMP SUM
30 2411.618 ANTI-GRAFFITI COATING - BOX CULVERT 1670 SQ FT
31 2412.503 12X12 PRECAST CONCRETE BOX CULVERT 75 LIN FT
32 2451.507 FINE AGGREGATE BEDDING (CV) - BOX CULVERT 330 CU YD
33 2451.607 STRUCTURAL BACKFILL (CV) 640 CU YD
34 2475.503 ORNAMENTAL METAL RAILING DESIGN T-5 PC - BOX CULVERT 242 LIN FT
35 2481.601 MEMBRANE WATERPROOFING SYSTEM - BOX CULVERT 1 LUMP SUM
5 6 7 8 9
UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
$250,000.00 $250,000.00 $199,875.00 $199,875.00 $179,868.00 $179,868.00 $207,216.00 $207,216.00 $500,000.00 $500,000.00
$9,357.00 $9,357.00 $11,200.00 $11,200.00 $9,900.00 $9,900.00 $16,450.00 $16,450.00 $22,000.00 $22,000.00
$28.40 $170.40 $28.00 $168.00 $53.00 $318.00 $35.00 $210.00 $63.30 $379.80
$1,702.50 $5,107.50 $240.00 $720.00 $238.50 $715.50 $565.00 $1,695.00 $500.00 $1,500.00
$13.10 $838.40 $3.75 $240.00 $2.28 $145.92 $6.00 $384.00 $10.00 $640.00
$34.80 $6,298.80 $29.01 $5,250.81 $25.50 $4,615.50 $25.00 $4,525.00 $50.00 $9,050.00
$1.00 $7,000.00 $4.24 $29,680.00 $2.14 $14,980.00 $5.13 $35,910.00 $15.00 $105,000.00
$4.50 $270.00 $15.93 $955.80 $39.50 $2,370.00 $18.50 $1,110.00 $15.00 $900.00
$8.35 $68,887.50 $16.51 $136,207.50 $23.89 $197,092.50 $30.00 $247,500.00 $30.00 $247,500.00
$3.55 $958.50 $42.56 $11,491.20 $110.60 $29,862.00 $32.00 $8,640.00 $50.00 $13,500.00
$22.05 $63,283.50 $33.55 $96,288.50 $44.00 $126,280.00 $28.36 $81,393.20 $34.00 $97,580.00
$3.05 $1,830.00 $10.50 $6,300.00 $13.80 $8,280.00 $28.10 $16,860.00 $20.00 $12,000.00
$18.80 $164,124.00 $20.57 $179,576.10 $31.05 $271,066.50 $26.41 $230,559.30 $28.00 $244,440.00
$21.50 $115,885.00 $32.78 $176,684.20 $29.15 $157,118.50 $28.90 $155,771.00 $28.00 $150,920.00
$2.50 $20,200.00 $2.27 $18,341.60 $1.65 $13,332.00 $2.90 $23,432.00 $5.00 $40,400.00
$0.50 $5,225.00 $1.38 $14,421.00 $1.70 $17,765.00 $3.06 $31,977.00 $4.00 $41,800.00
$41.85 $11,299.50 $37.76 $10,195.20 $63.55 $17,158.50 $50.68 $13,683.60 $50.00 $13,500.00
$42.30 $9,306.00 $38.07 $8,375.40 $48.85 $10,747.00 $58.41 $12,850.20 $50.00 $11,000.00
$71.30 $6,417.00 $37.23 $3,350.70 $116.84 $10,515.60 $56.30 $5,067.00 $50.00 $4,500.00
$34.40 $176,472.00 $25.88 $132,764.40 $28.95 $148,513.50 $33.68 $172,778.40 $40.00 $205,200.00
$4.85 $2,376.50 $4.08 $1,999.20 $2.44 $1,195.60 $5.00 $2,450.00 $4.90 $2,401.00
$58.20 $6,984.00 $33.66 $4,039.20 $50.50 $6,060.00 $52.85 $6,342.00 $38.00 $4,560.00
$121.95 $31,707.00 $107.10 $27,846.00 $131.79 $34,265.40 $114.34 $29,728.40 $120.80 $31,408.00
$94.55 $208,955.50 $90.78 $200,623.80 $90.10 $199,121.00 $93.20 $205,972.00 $102.40 $226,304.00
$1,021.60 $122,592.00 $927.00 $111,240.00 $960.73 $115,287.60 $954.00 $114,480.00 $1,052.30 $126,276.00
$1,532.40 $306,480.00 $1,493.50 $298,700.00 $1,547.83 $309,566.00 $1,540.00 $308,000.00 $1,907.90 $381,580.00
$2.00 $16,340.00 $1.75 $14,297.50 $1.81 $14,787.70 $1.81 $14,787.70 $2.90 $23,693.00
$2.00 $43,220.00 $1.85 $39,978.50 $1.92 $41,491.20 $1.91 $41,275.10 $4.10 $88,601.00
$65,095.00 $65,095.00 $26,250.00 $26,250.00 $83,618.00 $83,618.00 $44,000.00 $44,000.00 $65,615.60 $65,615.60
$1.35 $2,254.50 $1.53 $2,555.10 $1.60 $2,672.00 $1.62 $2,705.40 $5.90 $9,853.00
$2,431.00 $182,325.00 $2,064.70 $154,852.50 $1,757.75 $131,831.25 $2,428.37 $182,127.75 $2,253.00 $168,975.00
$67.10 $22,143.00 $45.33 $14,958.90 $77.25 $25,492.50 $26.38 $8,705.40 $79.40 $26,202.00
$29.80 $19,072.00 $43.54 $27,865.60 $57.25 $36,640.00 $56.40 $36,096.00 $35.00 $22,400.00
$291.75 $70,603.50 $262.50 $63,525.00 $298.89 $72,331.38 $302.00 $73,084.00 $250.70 $60,669.40
$28,945.00 $28,945.00 $30,744.00 $30,744.00 $9,540.00 $9,540.00 $26,809.00 $26,809.00 $32,698.00 $32,698.00
Northwest Asphalt, Inc.
Shakopee, MN
Urban Companies, LLC
Saint Paul, MN
Rachel Contracting, LLC
St. Michael, MN
Dresel Contracting, Inc.
Chisago City, MN
Valley Paving, Inc.
Shakopee, MN
ABSTRACT OF BIDS
MNDNR GATEWAY STATE TRAIL
CITY OF SCANDIA, MN
BID DATE: 11/19/2025
TIME: 9:00 AM
ITEM MNDOT APPROX.
NO. SPEC NO. ITEM QUANT. UNIT
36 2452.618 STEEL SHEET PILING (PERMANENT) 4020 SQ FT
37 2501.502 15" CS PIPE APRON 2 EACH
38 2501.502 15" RC PIPE APRON 2 EACH
39 2501.502 18" CS PIPE APRON 2 EACH
40 2501.502 18" RC PIPE APRON 6 EACH
41 2501.502 36" RC PIPE APRON 2 EACH
42 2501.503 15" CS PIPE CULVERT 30 LIN FT
43 2501.503 15" RC PIPE CULVERT, CLASS V 51 LIN FT
44 2501.503 18" CS PIPE CULVERT 45 LIN FT
45 2501.503 18" RC PIPE CULVERT, CLASS V 216 LIN FT
46 2501.503 36" RC PIPE CULVERT, CLASS IV 96 LIN FT
47 2502.601 DRAINAGE SYSTEM - BOX CULVERT 1 LUMP SUM
48 2506.602 CONSTRUCT DRAINAGE STRUCTURE DESIGN SPECIAL (STO-9) - 2' X 3' CB 1 EACH
49 2506.602 CONSTRUCT DRAINAGE STRUCTURE DESIGN SPECIAL (STO-5) - 4' DIA 1 EACH
50 2511.507 RANDOM RIPRAP, CLASS III 90 CU YD
51 2531.503 CONCRETE CURB & GUTTER DESIGN B424 510 LIN FT
52 2531.504 7" CONCRETE DRIVEWAY PAVEMENT 60 SQ YD
53 2531.602 CONCRETE DRAINAGE FLUME 1 EACH
54 2545.501 CONDUIT SYSTEM - BOX CULVERT 1 LUMP SUM
55 2554.502 END TREATMENT - TERMINAL 4 EACH
56 2554.503 TRAFFIC BARRIER DESIGN TYPE 31 570 LIN FT
57 2557.603 6' CHAIN LINK FENCE - BLACK VINYL COATED 1270 LIN FT
58 2557.603 SMALL ANIMAL FENCE - BLACK VINYL COATED 1080 LIN FT
59 2563.501 TRAFFIC CONTROL 1 LUMP SUM
60 2563.602 TYPE III BARRICADES 2 EACH
61 2564.518 SIGN PANELS TYPE C 65.69 SQ FT
62 2573.501 STABILIZED CONSTRUCTION EXIT 1 LUMP SUM
63 2573.502 STORM DRAIN INLET PROTECTION 2 EACH
64 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER 400 LIN FT
65 2573.503 SILT FENCE, TYPE MS 4360 LIN FT
66 2573.604 TRM CATEGORY 72 1220 SQ YD
67 2574.508 FERTILIZER 880 POUND
68 2574.601 TOPSOIL RESPREAD 1 LUMP SUM
69 2575.504 RAPID STABILIZATION METHOD 4 9680 SQ YD
70 2575.508 SEED MIXTURE 25-141 160 POUND
71 2575.508 SEED MIXTURE 35-241 30 POUND
5 6 7 8 9
UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
Northwest Asphalt, Inc.
Shakopee, MN
Urban Companies, LLC
Saint Paul, MN
Rachel Contracting, LLC
St. Michael, MN
Dresel Contracting, Inc.
Chisago City, MN
Valley Paving, Inc.
Shakopee, MN
$77.65 $312,153.00 $58.65 $235,773.00 $48.04 $193,120.80 $48.65 $195,573.00 $60.30 $242,406.00
$606.55 $1,213.10 $476.00 $952.00 $572.25 $1,144.50 $121.00 $242.00 $535.90 $1,071.80
$1,852.00 $3,704.00 $3,024.00 $6,048.00 $2,403.50 $4,807.00 $1,871.00 $3,742.00 $2,978.50 $5,957.00
$690.00 $1,380.00 $504.00 $1,008.00 $605.75 $1,211.50 $154.00 $308.00 $583.90 $1,167.80
$2,006.00 $12,036.00 $3,136.00 $18,816.00 $2,531.85 $15,191.10 $2,574.00 $15,444.00 $3,949.10 $23,694.60
$5,117.00 $10,234.00 $7,112.00 $14,224.00 $6,491.00 $12,982.00 $5,684.00 $11,368.00 $8,076.50 $16,153.00
$77.00 $2,310.00 $200.48 $6,014.40 $141.50 $4,245.00 $20.40 $612.00 $82.50 $2,475.00
$135.00 $6,885.00 $113.78 $5,802.78 $147.00 $7,497.00 $31.00 $1,581.00 $131.00 $6,681.00
$85.00 $3,825.00 $87.73 $3,947.85 $105.75 $4,758.75 $25.50 $1,147.50 $87.90 $3,955.50
$120.00 $25,920.00 $95.20 $20,563.20 $109.00 $23,544.00 $34.91 $7,540.56 $200.10 $43,221.60
$231.75 $22,248.00 $203.84 $19,568.64 $301.00 $28,896.00 $134.13 $12,876.48 $391.00 $37,536.00
$10,461.00 $10,461.00 $26,880.00 $26,880.00 $7,714.00 $7,714.00 $14,255.00 $14,255.00 $3,272.90 $3,272.90
$3,391.00 $3,391.00 $5,280.00 $5,280.00 $2,709.00 $2,709.00 $2,000.00 $2,000.00 $4,749.50 $4,749.50
$5,303.00 $5,303.00 $10,395.00 $10,395.00 $4,315.00 $4,315.00 $3,000.00 $3,000.00 $6,490.60 $6,490.60
$93.70 $8,433.00 $137.20 $12,348.00 $260.00 $23,400.00 $55.00 $4,950.00 $197.80 $17,802.00
$32.35 $16,498.50 $40.19 $20,496.90 $32.86 $16,758.60 $37.31 $19,028.10 $40.40 $20,604.00
$126.00 $7,560.00 $124.25 $7,455.00 $110.74 $6,644.40 $118.00 $7,080.00 $117.10 $7,026.00
$1,515.00 $1,515.00 $945.00 $945.00 $530.00 $530.00 $900.00 $900.00 $2,127.50 $2,127.50
$19,751.00 $19,751.00 $15,120.00 $15,120.00 $15,449.39 $15,449.39 $18,270.00 $18,270.00 $25,000.00 $25,000.00
$4,540.00 $18,160.00 $4,480.00 $17,920.00 $3,763.00 $15,052.00 $2,650.00 $10,600.00 $4,082.50 $16,330.00
$40.00 $22,800.00 $39.20 $22,344.00 $32.86 $18,730.20 $32.10 $18,297.00 $35.70 $20,349.00
$88.00 $111,760.00 $48.67 $61,810.90 $54.81 $69,608.70 $54.00 $68,580.00 $89.20 $113,284.00
$60.00 $64,800.00 $51.19 $55,285.20 $28.22 $30,477.60 $56.00 $60,480.00 $60.90 $65,772.00
$6,016.00 $6,016.00 $7,056.00 $7,056.00 $6,360.00 $6,360.00 $16,500.00 $16,500.00 $10,000.00 $10,000.00
$738.00 $1,476.00 $532.00 $1,064.00 $1,192.50 $2,385.00 $500.00 $1,000.00 $747.50 $1,495.00
$134.20 $8,815.60 $132.16 $8,681.59 $118.72 $7,798.72 $124.00 $8,145.56 $143.80 $9,446.22
$6,188.00 $6,188.00 $7,623.00 $7,623.00 $3,853.56 $3,853.56 $6,850.00 $6,850.00 $3,000.00 $3,000.00
$567.50 $1,135.00 $270.00 $540.00 $130.36 $260.72 $200.00 $400.00 $350.00 $700.00
$4.25 $1,700.00 $3.41 $1,364.00 $3.45 $1,380.00 $6.20 $2,480.00 $7.00 $2,800.00
$2.95 $12,862.00 $2.21 $9,635.60 $2.23 $9,722.80 $2.42 $10,551.20 $5.00 $21,800.00
$17.65 $21,533.00 $16.33 $19,922.60 $16.48 $20,105.60 $18.44 $22,496.80 $10.00 $12,200.00
$1.50 $1,320.00 $1.37 $1,205.60 $1.38 $1,214.40 $1.50 $1,320.00 $3.00 $2,640.00
$7,925.00 $7,925.00 $29,325.00 $29,325.00 $39,364.28 $39,364.28 $26,420.00 $26,420.00 $100,000.00 $100,000.00
$2.00 $19,360.00 $1.84 $17,811.20 $1.86 $18,004.80 $2.65 $25,652.00 $3.00 $29,040.00
$6.95 $1,112.00 $6.41 $1,025.60 $6.47 $1,035.20 $7.00 $1,120.00 $8.00 $1,280.00
$14.70 $441.00 $13.60 $408.00 $13.73 $411.90 $18.20 $546.00 $44.00 $1,320.00
ABSTRACT OF BIDS
MNDNR GATEWAY STATE TRAIL
CITY OF SCANDIA, MN
BID DATE: 11/19/2025
TIME: 9:00 AM
ITEM MNDOT APPROX.
NO. SPEC NO. ITEM QUANT. UNIT
72 2582.503 4" SOLID LINE MULTI COMP GR IN - STREET (YELLOW) 1110 LIN FT
73 2582.503 4" SOLID LINE MULTI COMP GR IN - STREET (WHITE) 3900 LIN FT
74 2582.503 4" BROKEN LINE MULTI COMP GR IN - STREET (YELLOW) 490 LIN FT
75 2582.503 4" BROKEN LINE MULTI COMP - TRAIL (YELLOW) 290 LIN FT
SCHEDULE 2: DNR GATEWAY TRAIL - NORTH PORTION
76 2021.501 MOBILIZATION 1 LUMP SUM
77 2101.501 CLEARING & GRUBBING 1 LUMP SUM
78 2104.503 REMOVE SEWER PIPE (STORM) 40 LIN FT
79 2104.503 REMOVE FENCE 250 LIN FT
80 2106.507 EXCAVATION - COMMON (EV) (P) 6490 CU YD
81 2106.507 EXCAVATION - SUBGRADE (EV) 410 CU YD
82 2106.603 DITCH GRADING 985 LIN FT
83 2106.607 GRANULAR EMBANKMENT (CV) (P) 3960 CU YD
84 2106.607 EXCAVATION - BMP (EV) (P) 350 CU YD
85 2108.500 GEOTEXTILE FABRIC TYPE 5, NON-WOVEN 1300 SQ YD
86 2112.604 SUBGRADE PREPARATION (P) 10930 SQ YD
87 2118.509 AGGREGATE SURFACING CLASS 2 LIMESTONE - HORSE TRAIL 1120 TON
88 2211.509 AGGREGATE BASE CLASS 5 (100% CRUSHED) 6110 TON
89 2357.506 BITUMINOUS MATERIAL FOR TACK COAT 90 GAL
90 2360.509 TYPE SP 9.5 WEARING COURSE MIX (2,C) - TRAIL 950 TON
91 2360.509 TYPE SP 9.5 WEARING COURSE MIX (3,C) - TRAILHEAD 120 TON
92 2360.509 TYPE SP 12.5 WEARING COURSE MIX (3,C) - TRAILHEAD 160 TON
93 2451.507 FINE FILTER AGGREGATE (LV) 140 CU YD
94 2501.502 15" CS PIPE APRON 18 EACH
95 2501.502 18" CS PIPE APRON 2 EACH
96 2501.502 18" RC PIPE APRON 2 EACH
97 2501.502 24" CS PIPE APRON 4 EACH
98 2501.503 15" CS PIPE CULVERT 382 LIN FT
99 2501.503 18" CS PIPE CULVERT 40 LIN FT
100 2501.503 18" RC PIPE CULVERT, CLASS V 40 LIN FT
101 2501.503 24" CS PIPE CULVERT 80 LIN FT
102 2502.503 6" PVC PIPE DRAIN - PERFORATED 85 LIN FT
103 2502.503 6" PVC PIPE DRAIN - NON PERFORATED 80 LIN FT
SCHEDULE 1 TOTAL:
5 6 7 8 9
UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
Northwest Asphalt, Inc.
Shakopee, MN
Urban Companies, LLC
Saint Paul, MN
Rachel Contracting, LLC
St. Michael, MN
Dresel Contracting, Inc.
Chisago City, MN
Valley Paving, Inc.
Shakopee, MN
$1.50 $1,665.00 $1.43 $1,587.30 $2.39 $2,652.90 $1.41 $1,565.10 $1.70 $1,887.00
$1.50 $5,850.00 $1.43 $5,577.00 $2.39 $9,321.00 $1.41 $5,499.00 $1.70 $6,630.00
$1.50 $735.00 $1.43 $700.70 $2.39 $1,171.10 $1.41 $690.90 $1.70 $833.00
$5.70 $1,653.00 $3.57 $1,035.30 $5.30 $1,537.00 $5.25 $1,522.50 $4.10 $1,189.00
$2,844,150.30 $2,765,121.07 $2,939,909.17 $2,975,208.15 $3,886,432.82
$170,000.00 $170,000.00 $125,375.00 $125,375.00 $23,576.00 $23,576.00 $104,000.00 $104,000.00 $187,436.00 $187,436.00
$28,240.00 $28,240.00 $28,620.00 $28,620.00 $9,900.00 $9,900.00 $57,500.00 $57,500.00 $17,250.00 $17,250.00
$16.10 $644.00 $72.39 $2,895.60 $31.00 $1,240.00 $25.00 $1,000.00 $50.00 $2,000.00
$11.35 $2,837.50 $8.96 $2,240.00 $10.25 $2,562.50 $12.00 $3,000.00 $10.00 $2,500.00
$14.00 $90,860.00 $29.80 $193,402.00 $34.75 $225,527.50 $43.20 $280,368.00 $30.00 $194,700.00
$3.65 $1,496.50 $33.59 $13,771.90 $116.50 $47,765.00 $45.00 $18,450.00 $50.00 $20,500.00
$1.85 $1,822.25 $11.37 $11,199.45 $13.80 $13,593.00 $16.30 $16,055.50 $20.00 $19,700.00
$28.80 $114,048.00 $34.82 $137,887.20 $39.00 $154,440.00 $28.42 $112,543.20 $30.00 $118,800.00
$3.55 $1,242.50 $38.80 $13,580.00 $39.00 $13,650.00 $44.75 $15,662.50 $35.00 $12,250.00
$3.75 $4,875.00 $3.67 $4,771.00 $2.19 $2,847.00 $3.10 $4,030.00 $5.00 $6,500.00
$0.45 $4,918.50 $2.46 $26,887.80 $1.25 $13,662.50 $3.62 $39,566.60 $4.00 $43,720.00
$42.10 $47,152.00 $42.29 $47,364.80 $68.75 $77,000.00 $64.30 $72,016.00 $50.00 $56,000.00
$34.70 $212,017.00 $29.77 $181,894.70 $34.50 $210,795.00 $48.29 $295,051.90 $42.00 $256,620.00
$4.85 $436.50 $4.08 $367.20 $2.50 $225.00 $5.00 $450.00 $4.60 $414.00
$117.80 $111,910.00 $107.10 $101,745.00 $117.00 $111,150.00 $116.35 $110,532.50 $120.80 $114,760.00
$142.65 $17,118.00 $99.96 $11,995.20 $119.75 $14,370.00 $108.60 $13,032.00 $112.70 $13,524.00
$124.50 $19,920.00 $96.90 $15,504.00 $111.85 $17,896.00 $105.28 $16,844.80 $109.30 $17,488.00
$29.20 $4,088.00 $71.42 $9,998.80 $75.00 $10,500.00 $54.23 $7,592.20 $35.00 $4,900.00
$606.55 $10,917.90 $718.75 $12,937.50 $605.85 $10,905.30 $121.00 $2,178.00 $535.90 $9,646.20
$690.05 $1,380.10 $747.50 $1,495.00 $572.35 $1,144.70 $154.00 $308.00 $583.10 $1,166.20
$2,006.00 $4,012.00 $2,760.00 $5,520.00 $2,561.85 $5,123.70 $1,921.00 $3,842.00 $2,639.30 $5,278.60
$934.00 $3,736.00 $862.50 $3,450.00 $689.00 $2,756.00 $235.00 $940.00 $703.80 $2,815.20
$77.00 $29,414.00 $71.17 $27,186.94 $109.00 $41,638.00 $20.40 $7,792.80 $86.00 $32,852.00
$85.10 $3,404.00 $70.73 $2,829.20 $116.00 $4,640.00 $25.50 $1,020.00 $91.80 $3,672.00
$116.20 $4,648.00 $112.13 $4,485.20 $83.85 $3,354.00 $34.91 $1,396.40 $142.00 $5,680.00
$99.50 $7,960.00 $103.50 $8,280.00 $120.24 $9,619.20 $40.80 $3,264.00 $115.00 $9,200.00
$29.15 $2,477.75 $27.06 $2,300.10 $40.50 $3,442.50 $9.06 $770.10 $38.00 $3,230.00
$29.15 $2,332.00 $28.75 $2,300.00 $48.75 $3,900.00 $8.45 $676.00 $36.80 $2,944.00
ABSTRACT OF BIDS
MNDNR GATEWAY STATE TRAIL
CITY OF SCANDIA, MN
BID DATE: 11/19/2025
TIME: 9:00 AM
ITEM MNDOT APPROX.
NO. SPEC NO. ITEM QUANT. UNIT
104 2502.602 6" PVC PIPE DRAIN CLEANOUT 2 EACH
105 2511.507 RANDOM RIPRAP, CLASS III 120 CU YD
106 2521.618 6" CONCRETE CURB RAMP WALK 130 SQ FT
107 2531.618 TRUNCATED DOMES 20 SQ FT
108 2554.503 WIRE FENCE 4560 LIN FT
109 2563.501 TRAFFIC CONTROL 1 LUMP SUM
110 2564.518 SIGN PANELS, TYPE C 11 SQ FT
111 2564.602 INSTALL STRUCTURE MARKER 22 EACH
112 2564.602 KIOSK 2 EACH
113 2573.501 STABILIZED CONSTRUCTION EXIT 1 LUMP SUM
114 2573.502 STORM DRAIN INLET PROTECTION 2 EACH
115 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER 560 LIN FT
116 2573.503 SILT FENCE, TYPE MS 9930 LIN FT
117 2574.508 FERTILIZER 1150 POUND
118 2574.601 TOPSOIL RESPREAD 1 LUMP SUM
119 2575.504 RAPID STABILIZATION METHOD 3 14310 SQ YD
120 2575.504 RAPID STABILIZATION METHOD 4 250 SQ YD
121 2575.508 SEED MIXTURE 25-141 290 POUND
122 2575.508 SEED MIXTURE 35-241 10 POUND
123 2582.503 4" SOLID LINE MULTI COMP GR IN - TRAILHEAD (WHITE) 1040 LIN FT
124 2582.503 4" BROKEN LINE MULTI COMP - TRAIL (YELLOW) 1130 LIN FT
125 2582.618 PAVEMENT MESSAGE MULT COMP GR IN - ARROW 58 SQ FT
SCHEDULE 2 TOTAL:
SCHEDULE 1 + SCHEDULE 2 TOTAL:
5 6 7 8 9
UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
Northwest Asphalt, Inc.
Shakopee, MN
Urban Companies, LLC
Saint Paul, MN
Rachel Contracting, LLC
St. Michael, MN
Dresel Contracting, Inc.
Chisago City, MN
Valley Paving, Inc.
Shakopee, MN
$522.55 $1,045.10 $1,150.00 $2,300.00 $813.00 $1,626.00 $232.00 $464.00 $951.10 $1,902.20
$93.70 $11,244.00 $131.83 $15,819.60 $255.25 $30,630.00 $55.00 $6,600.00 $197.80 $23,736.00
$20.00 $2,600.00 $37.88 $4,924.40 $8.48 $1,102.40 $34.00 $4,420.00 $17.90 $2,327.00
$62.45 $1,249.00 $84.00 $1,680.00 $53.00 $1,060.00 $65.00 $1,300.00 $103.50 $2,070.00
$38.85 $177,156.00 $33.92 $154,675.20 $6.28 $28,636.80 $36.50 $166,440.00 $39.40 $179,664.00
$340.00 $340.00 $336.00 $336.00 $1,908.00 $1,908.00 $3,600.00 $3,600.00 $10,000.00 $10,000.00
$134.00 $1,407.00 $132.16 $1,387.68 $118.72 $1,246.56 $125.10 $1,313.55 $143.80 $1,509.90
$108.00 $2,376.00 $106.40 $2,340.80 $143.10 $3,148.20 $101.00 $2,222.00 $25.30 $556.60
$17,300.00 $34,600.00 $10,640.00 $21,280.00 $4,293.92 $8,587.84 $19,850.00 $39,700.00 $20,000.00 $40,000.00
$5,390.00 $5,390.00 $5,802.50 $5,802.50 $3,853.56 $3,853.56 $4,800.00 $4,800.00 $3,000.00 $3,000.00
$568.00 $1,136.00 $165.00 $330.00 $130.36 $260.72 $200.00 $400.00 $350.00 $700.00
$4.25 $2,380.00 $3.41 $1,909.60 $3.45 $1,932.00 $4.65 $2,604.00 $7.00 $3,920.00
$2.95 $29,293.50 $2.21 $21,945.30 $2.23 $22,143.90 $2.30 $22,839.00 $5.00 $49,650.00
$1.50 $1,725.00 $1.37 $1,575.50 $1.38 $1,587.00 $1.50 $1,725.00 $4.00 $4,600.00
$24,176.00 $24,176.00 $57,720.00 $57,720.00 $56,858.99 $56,858.99 $56,825.00 $56,825.00 $100,000.00 $100,000.00
$0.90 $12,879.00 $0.76 $10,875.60 $0.76 $10,875.60 $1.80 $25,758.00 $4.00 $57,240.00
$2.00 $500.00 $1.84 $460.00 $1.86 $465.00 $2.65 $662.50 $4.00 $1,000.00
$7.00 $2,030.00 $6.41 $1,858.90 $6.47 $1,876.30 $8.00 $2,320.00 $8.00 $2,320.00
$27.00 $270.00 $24.83 $248.30 $25.07 $250.70 $28.00 $280.00 $44.00 $440.00
$5.10 $5,304.00 $7.65 $7,956.00 $6.89 $7,165.60 $4.80 $4,992.00 $8.70 $9,048.00
$5.70 $6,441.00 $3.57 $4,034.10 $5.30 $5,989.00 $5.25 $5,932.50 $4.10 $4,633.00
$17.18 $990.60 $61.20 $3,528.79 $53.00 $3,055.98 $15.75 $908.15 $69.00 $3,978.54
$1,228,439.70 $1,323,271.86 $1,231,483.05 $1,545,988.20 $1,667,841.44
$4,072,590.00 $4,088,392.93 $4,171,392.22 $4,521,196.35 $5,554,274.26
BIG
LAKE
MARINE
M
A
Y
B
E
R
R
Y
T
R
A
I
L
N
MA
X
W
I
L
L
A
V
E
N
OLI
N
D
A
T
R
A
I
L
STATE HWY 97
O
A
K
H
I
L
L
R
D
N
L
O
F
T
O
N
A
V
E
.
N
.
C
O
R
D
5
2
CS
A
H
3
220th ST NLAKE
GOOSE
LAKE
FISH
B
A
Y
M
A
R
I
N
E
LAKE
LONG
LAKE
HAY
LAKE
SAND
SCANDIA TR NSCANDIA TR N
STATE HWY 97
CO
R
D
9
1
228th ST N
ME
A
D
O
W
B
R
O
O
K
A
V
E
N
OAKHILL R
D
N
NO
L
A
N
A
V
E
N
OR
E
N
R
D
N
OL
D
F
I
E
L
D
A
V
E
N
ST
.
C
R
O
I
X
T
R
N
OAK
H
I
L
L
R
D
N
OX
B
O
R
O
A
V
E
N
202nd ST N
OR
W
E
L
L
A
V
E
N
197th ST
ORW
E
L
L
CT
O
L
D
M
A
R
I
N
E
OL
I
N
D
A
T
R
N
CS
A
H
3
188t
h
S
T
N
NE
W
G
A
T
E
A
V
E
N
OA
K
G
R
E
E
N
AV
E
N
CSA
H
3
OL
D
M
A
R
I
N
E
T
R
N
LAK
A
M
A
G
A
196th ST N
TRA
I
L
205
t
h
S
T
N
ME
A
D
O
W
B
R
O
O
K
A
V
E
.
N
.
ST N
195th ST N
209TH
CITY HALL
PO
M
R
O
Y
A
V
E
N
PE
A
B
O
D
Y
TR
N
RD N
OZ
A
R
K
A
V
E
199th ST N
NO
V
A
K
A
V
E
.
N
.
PE
N
R
O
S
E
AV
E
N
U
E
N
215th ST N
PE
N
N
F
I
E
L
D
AV
E
N
P
A
R
R
I
S
H
R
O
A
D
N
.
OLI
N
D
A
L
N
N
209th ST N
O
D
E
L
L
MEADOWBROOK CIR
ODE
L
L
C
T
N
E
W
B
E
R
R
Y
A
V
E
OZARK
CT
209TH
S
T
N
OR
E
N
213th
214thOLAN
D
AVE
223rd ST N
209th ST NQU
A
D
R
A
N
T
AV
E
N
Q
U
A
L
I
T
Y
T
R
N
20
5
t
h
C
T
N
197th ST N
OX
B
O
R
O
L
N
OST
R
U
M
PAR
K
V
I
E
W
A
V
E
1
9
7
t
h
AV
E
N
OXBORO CIR
213TH
QU
A
R
R
Y
A
V
E
N
ST N
OAK
H
I
L
L
CT.
N
.
NEWBERRY CT
L
O
F
T
O
N
A
V
E
N
TR
N
205t
h
ST N
LAK
A
M
A
G
A
TRAIL N
MEADOWRIDGE
CIR N
MEADOWRIDGE
LANE CIR N
MEADOWRIDGE
LANE N
MEADOWRIDGE
TRAIL N
NOTE: EXISTING UTILITY INFORMATION SHOWN ON THIS
PLAN HAS BEEN PROVIDED BY THE UTILITY OWNER. THE
CONTRACTOR SHALL FIELD VERIFY EXACT LOCATIONS PRIOR
TO COMMENCING CONSTRUCTION AS REQUIRED BY STATE
LAW. NOTIFY GOPHER STATE ONE CALL, 1-800-252-1166 OR
651-454-0002.
THE SUBSURFACE UTILITY INFORMATION IN THIS PLAN IS
UTILITY QUALITY LEVEL D UNLESS OTHERWISE NOTED. THIS
UTILITY LEVEL WAS DETERMINED ACCORDING TO THE
GUIDELINES OF CI/ASCE 38-22, ENTITLED "STANDARD
GUIDELINE FOR INVESTIGATING AND DOCUMENTING
EXISTING UTILITIES".
PROJECT DATUM:
HORIZONTAL: WASHINGTON COUNTY COORDINATE
SYSTEM (NAD83 1986 ADJ)
VERTICAL: NAVD88
PROJECT LIMITS
CITY HALL
MAP LEGEND
CONTRACTOR:
OBSERVER:
DATE:
MNDOT BENCHMARK
8212E
RESOURCE LIST
CITY OF SCANDIA, MN
City Hall
14727 209th Street N
Scandia, MN 55073
City Administrator:
Kyle Morell
Mayor: Steve Kronmiller
City Council Members:
Michael Lubke
Jerry Cusick
Jim Gribble
Kirsten Libby
City Engineer:
(Consultant)
Ryan Goodman P.E.
Bolton & Menk, Inc.
Public Works Director:
Charles Fischer
SHEET NUMBER SHEET TITLE
GENERAL
G0.01 - G0.02 TITLE SHEET, LEGEND
G1.01 STATEMENT OF ESTIMATED QUANTITIES
G2.01 LOCATION PLAN
CIVIL
C0.01 - C0.04 EXISTING CONDITIONS & REMOVALS PLAN
C1.01 - C1.10 TYPICAL SECTIONS & DETAILS
C1.11 - C1.30 MNDOT STANDARD PLANS
C2.01 - C2.07 SWPPP, EROSION CONTROL PLAN
C5.01 - C5.02 STORM SEWER PLAN & PROFILE
C6.01 - C6.07 STREET PLAN & PROFILE
C6.08 - C6.10 SHEET PILE WALL PLAN
C6.11 PARKING LOT DETAIL
C7.01 - C7.04 TRAFFIC CONTROL PLAN, SIGNING & STRIPING PLAN
C8.01 - C8.26 CROSS SECTIONS
BRIDGE PLANS
B1 - B27 BRIDGE PLAN
THIS PLAN SET CONTAINS 115 SHEETS.
FEETSCALE
0 40002000
RECORD DRAWING
INFORMATION
STREET RECONSTRUCTION AND RELOCATION, TRAIL PAVING,
STORM SEWER IMPROVEMENTS, BOX CULVERT UNDERPASS CONSTRUCTION
BM=1035.90
MAP OF THE
CITY OF SCANDIA
WASHINGTON COUNTY, MN
CITY OF SCANDIA
CONSTRUCTION PLANS FOR
MNDNR GATEWAY STATE TRAIL
OCTOBER 2025
R
SHEET
B
o
l
t
o
n
&
M
e
n
k
,
I
n
c
.
20
2
5
,
A
l
l
R
i
g
h
t
s
R
e
s
e
r
v
e
d
c H:
\
S
C
N
D
\
N
1
3
1
1
7
5
5
4
\
C
A
D
\
C
3
D
\
1
1
7
5
5
4
G
0
0
1
.
d
w
g
10
/
3
0
/
2
0
2
5
3
:
2
3
:
0
4
P
M
DESIGNED
DRAWN
CHECKED
CLIENT PROJ. NO.
ISSUED FOR DATENO.SCANDIA, MINNESOTA
DNR GATEWAY TRAIL
0N1.117554
0 BID 10/21/2025
DATELIC. NO.
I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION, OR REPORT WAS PREPARED
BY ME OR UNDER MY DIRECT SUPERVISION AND THAT I AM A DULY LICENSED
PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF MINNESOTA.
ISIAH BUBANY
61842 10/21/2025
ICB
ICB
CAQ
3507 HIGH POINT DRIVE NORTH
BLDG. 1 SUITE E130
OAKDALE, MINNESOTA 55128
Phone: (651) 704-9970
Email: Oakdale@bolton-menk.com
www.bolton-menk.com
R
PROJECT LOCATION
G0.01GENERAL
TITLE SHEET
C
C C
CC
C
H
C
CLVT
C
F
C
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
G-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C
-
B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
C-B
E-D
E-D
E
-
D
E-
D
G-D
G-D
G
-
D
G
-
D
G-
D
U
P
P P
PP
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
OE
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
OE
20285
20290
20703
15765
14832
15490
20671
15520
21020
21055
21060
21070
20990
15148
14781
14774
14865
14872
15243
15010
20230
15145
15240
15080
14862
15407
14823
14791
14803
14784
14855
14842
20800
15470
15199
14826
14790
15526
21080
20260
21090
20289
20351
20491
20433
14841
20877
15240
15210
15040
1545715433
14727
14811
14808
15261
15481
14816
14925
O
l
i
n
d
a
T
r
a
i
l
N
(
C
S
A
H
3
)
Oa
k
h
i
l
l
R
d
N
(
C
R
5
2
)
O
x
b
o
r
o
A
v
e
N
209t
h
S
t
N
City Ha
l
l
O
z
a
r
k
A
v
e
P
e
n
r
o
s
e
A
v
e
n
u
e
N
Ozark
209th St N
Oxboro Ln
N
Os
t
r
u
m
A
v
e
N
Ct
.
N
.
Oakhill Rd N
(
C
R
5
2
)
EXISTING EASEMENT LINE
EXISTING EASEMENT LINE
EXISTING PROPERTY LINE
TRAIL HEAD (PARKING LOT)
BOX CULVERT CROSSING LOCATION
COUNTY ROAD 52 RE-ALIGNMENT
EXISTING EASEMENT LINE
FUTURE TRAIL ALIGNMENT
R
SHEET
B
o
l
t
o
n
&
M
e
n
k
,
I
n
c
.
20
2
5
,
A
l
l
R
i
g
h
t
s
R
e
s
e
r
v
e
d
c H:
\
S
C
N
D
\
N
1
3
1
1
7
5
5
4
\
C
A
D
\
C
3
D
\
1
1
7
5
5
4
G
2
0
1
T
R
A
I
L
.
d
w
g
10
/
3
0
/
2
0
2
5
3
:
2
3
:
4
0
P
M
DESIGNED
DRAWN
CHECKED
CLIENT PROJ. NO.
ISSUED FOR DATENO.SCANDIA, MINNESOTA
DNR GATEWAY TRAIL
0N1.117554
0 BID 10/21/2025
DATELIC. NO.
I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION, OR REPORT WAS PREPARED
BY ME OR UNDER MY DIRECT SUPERVISION AND THAT I AM A DULY LICENSED
PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF MINNESOTA.
ISIAH BUBANY
61842 10/21/2025
ICB
ICB
CAQ
3507 HIGH POINT DRIVE NORTH
BLDG. 1 SUITE E130
OAKDALE, MINNESOTA 55128
Phone: (651) 704-9970
Email: Oakdale@bolton-menk.com
www.bolton-menk.com
R
G2.01GENERAL
LOCATION PLAN
FEETSCALE
0 200 400
Page 1 of 7
State of Minnesota
Cooperative Agreement
GATEWAY STATE TRAIL
SCANDIA TRAIL SEGMENT
COOPERATIVE AGREEMENT
BETWEEN
THE STATE OF MINNESOTA AND CITY OF SCANDIA
This Agreement is between the State of Minnesota, acting through its Commissioner of the Department of
Natural Resources (“State”) and the City of Scandia, (“City”).
Recitals
The Commissioner of Natural Resources has the authority, duty, and responsibility under Minnesota Statutes
Section 85.015, subd. 14 to establish, develop, operate and maintain the Gateway State Trail; and
Under Minnesota Statutes § 471.59, subd. 10, the State is empowered to engage such assistance as deemed
necessary.
The State and City have determined that expansion and development of the Gateway State Trail within the
community of Scandia in Sections 23 and 24, Township 32N, Range 20W in Washington County, hereinafter
referred to as the “State Trail” is of high priority for Minnesotans.
The State and the City have previously cooperated on the required engineering and design for the State Trail and
a copy of the Final Plans as developed by the City and approved by the State are included as Exhibit A.
The State Trail is to be confined largely to State owned and administered State Trail Easements located within
Section 23 and 24, Township 32N, Range 20W, Washington County and represented in Exhibit B.
The State Trail Project is also to include the development of a Trailhead within the City that is to be confined to
City owned or administered property, located in Section 23, Township 32N, Range 20W and represented in
Exhibit C.
The State and the City desire to cooperate in the construction of the State Trail, including the trail, trailhead and
the crossing of Washington County CSAH 52.
The City is prepared to be the lead agency in the construction engineering, construction inspection and
construction contract bidding and contract administration necessary for the development of the State Trail, that
shall include the Trailhead and the County Hwy Crossing.
The State is willing to permit the City to be the lead agency in the final construction engineering, construction
inspection and construction contract bidding and contract administration necessary for the development of the
State Trail, that shall include the Trailhead and the County highway crossing.
Page 2 of 7
The State Trail as constructed by the City shall meet all applicable requirements of the Americans with
Disabilities Act (ADA) and upon the completion, the State Trail shall be subject to review and approval by the
State.
The State and the City shall secure separate authorization from Washington County for the construction and
future operations and administration of the Washington County CSAH 52 trail segment.
Upon the completion of construction by the City, the administration, operations, and maintenance of the State
Trail shall be the sole responsibility of the State.
The City Council has authorized the City to enter into this agreement.
Agreement
Term of Agreement
Effective Date: December 31, 2025, or the date the State obtains all required signatures under Minn.
Stat. § 16C.05, subd. 2, whichever is later.
Expiration Date: December 31, 2060, or until all obligations have been satisfactorily fulfilled,
whichever occurs first.
Agreement between the Parties
State’s Duties and Responsibilities. The State shall:
Provide technical assistance with the required construction engineering and inspection
during the City’s construction of the State Trail. The State Trail as constructed shall meet
the applicable requirements of the ADA.
Provide funding assistance with the construction engineering, construction inspection and
construction contract letting, and construction contract administration required for the
construction of the State Trail and to be completed by the City. The State Trail shall meet
the applicable requirements of the ADA.
Be permitted to review and approve all contracts and subcontracts for construction
engineering, construction inspection and construction of the State Trail proposed by the
City. Written approval and concurrence to award any contract will be provided to the
County by the State’s designated Project Contact
Be permitted to review and approve all revisions to the final plans and specifications for the
State Trail as proposed by the City during construction. State comment and approval of
proposed revisions shall be provided to the City by the State’s designated Project Contact
and/or Project Engineer.
Be Permitted to request modifications/revisions to the State Trail during construction.
Upon construction completion, be solely responsible for the operations, administration,
and maintenance of the Project as a portion of the Gateway State Trail as established
including the trailhead located on City owned property.
Permit the City to review and approve any modifications/revisions to the State Trail and
associated improvements located within City administered lands proposed by the State
during the term of this Agreement.
Reserve the right to inspect the State Trail corridor at all times to ensure that the City
complies with the terms of this Agreement.
Page 3 of 7
City’s Duties and Responsibilities. The City shall:
Complete all construction engineering, construction inspection, construction contract
bidding and contract administration necessary for the construction of the State Trail
consistent with the Final Plans and Specifications developed by the City in Cooperation with
the State.
The construction engineering and construction inspection of the State Trail shall be
completed under the supervision of a professional engineer registered in the State of
Minnesotaand EIT, Construction Manager, or PE who is certified accordingly .
Have the option to subcontract for the services and expertise as necessary or required to
complete the development of the State Trail, subject to the written approval by the State’s
designated Project Contact and/or Project Engineer. All contracts for the State Trail issued
by the City shall meet the appropriate MN Prevailing Wages Rates.
Construct the State Trail and associated improvements in compliance with Minnesota
DNR’s Operational Order 113, which requires preventing or limiting the introduction,
establishment and spread of invasive species during activities on public waters and DNR-
administered lands. Operational Order 113 is incorporated into this agreement by
reference and can be found at
http://files.dnr.state.mn.us/assistance/grants/habitat/heritage/oporder_113.pdf.
Assure that the State Trail as constructed meets all applicable requirements of the ADA.
Permit the State to review and approve the revision to or alteration to the final plans and
specifications for the State Trail and associated improvements as proposed by the City
during construction.
Approve and implement all changes or revisions to the final plans and specifications for the
State Trail as proposed by the State’s Project Engineer during construction.
Permit, at the conclusion of the construction of the State Trail, the State to operate,
administer and maintain the Trailhead and the State Trail, located on City owned property
as identified in Exhibit C.
Permit the State to review and approve any revision or alteration to the State Trail and
associated improvements located within City owned lands as proposed by the City during
the term of this Agreement.
Comply with the Americans with Disabilities Act (ADA) of 1990 (42 U.S.C. 12101 et seq.) and
all applicable regulations and guidelines. Provide free and adequate parking to include at
least one (1) designated accessible space for persons with disabilities for every 25 parking
spaces included.
Follow pollinator best management practices and habitat restoration guidelines
pursuant to Minn. Stat. 84.973 for all habitat restorations and enhancements conducted on
DNR lands and prairie restorations on state lands or on any lands using state funds.
Practices and guidelines ensure an appropriate diversity of native species to provide habitat
for pollinators through the growing season.
Page 4 of 7
Funding
The State shall provide funding for its responsibilities under Article 2.1 above through the standard internal
purchasing process including, but not limited to, a separate requisition as needed.
State shall provide funding for the project in Section 2.1.1; however, the total obligation of the State shall not
exceed $XXXXXXX.00650,000.00. The obligation of the State is also limited to the amount of funds legislatively
appropriated and administratively allocated to this project.
Funding Effective Date: December 31, 2025, or when the State obtains all required signatures under
Minnesota Statutes Section 16C.05, Subdivision 2, whichever is later.
Funding Expiration Date: December 31, 2028, or when all obligations under Section 2 have been
satisfactorily fulfilled, whichever occurs first. No additional funding will be provided, unless agreed
upon by all parties and an amendment to this Agreement is completed and executed.
Reimbursement of eligible costs will be due within thirty (30) days of the City’s presentation of invoices for services
performed and acceptance of such services by the State’s Designated Contact. The City will not receive payment
for work found by the State to be unsatisfactory or performed in violation of federal, state, or local law.
Authorized Representatives
The State’s Authorized Representative is Rachel Henzen, 1200 Warner Road, St. Paul, MN 55106, 651-259-5875,
rachel.henzen@state.mn.us, or their successor.
The City’s Authorized Representative is Kyle Morell, k.morell@ci.scandia.mn.us, 14727 209 th Street North,
Scandia, 55073, or their successor.
Assignment, Amendments, Waiver, and Contract Complete.
Assignment. The City may neither assign nor transfer any rights or obligations under this Agreement
without the prior consent of the State and a fully executed assignment agreement, executed and
approved by the authorized parties or their successors.
Amendments. Any amendment to this Agreement must be in writing and will not be effective until it
has been executed and approved by the authorized parties or their successors.
Waiver. If the State fails to enforce any provision of this Agreement, that failure does not waive the
provision or its right to enforce it.
Contract Complete. This Agreement contains all negotiations and agreements between the State and
the City. No other understanding regarding this Agreement, whether written or oral, may be used to
bind either party.
Liability
Each party agrees that it will be responsible for its own acts and the results thereof to the extent authorized by
law and shall not be responsible for the acts of the other party and the results thereof. The State’s liability shall
be governed by the provisions of the Minnesota Tort Claims Act, Minnesota Statutes Section 3.736, and other
applicable laws. The City’s liability shall be governed by Minnesota Statutes Sections 466.01 - 466.15, and other
applicable laws.
Page 5 of 7
State Audits.
Under Minn. Stat. § 16C.05, subd. 5, the City’s books, records, documents, and accounting procedures and
practices relevant to this Agreement are subject to examination by the State, the State Auditor, or Legislative
Auditor, as appropriate, for a minimum of six years from the expiration or termination of this Agreement.
Government Data Practices.
The City and State must comply with the Minnesota Government Data Practices Act, Minn. Stat. Ch. 13, (or, if
the State contracting party is part of the Judicial Branch, with the Rules of Public Access to Records of the
Judicial Branch promulgated by the Minnesota Supreme Court as the same may be amended from time to time)
as it applies to all data provided by the State under this Agreement, and as it applies to all data created,
collected, received, stored, used, maintained, or disseminated by the City under this Contract. The civil remedies
of Minn. Stat. § 13.08 apply to the release of the data governed by the Minnesota Government Practices Act,
Minn. Stat. Ch. 13, by either the City or the State.
If the City receives a request to release the data referred to in this clause, the City must immediately notify and
consult with the State’s Authorized Representative as to how the City should respond to the request. The City’s
response to the request shall comply with applicable law.
Publicity and Endorsement.
Publicity. Any publicity regarding the subject matter of this Contract must identify the State as the
sponsoring agency and must not be released without prior written approval from the State’s
Authorized Representative. For purposes of this provision, publicity includes notices, informational
pamphlets, press releases, information posted on corporate or other websites, research, reports,
signs, and similar public notices prepared by or for the City individually or jointly with others, or any
subcontractors, with respect to the program, publications, or services provided resulting from this
Contract.
All publicity shall be provided in an accessible format per Minnesota Statute 16E.03, sub. 9. State of
Minnesota guidelines for creating accessible electronic documents can be found at the following URL:
https://mn.gov/mnit/programs/accessibility/.
Endorsement. The City must not claim that the State endorses its products or services.
Venue
Venue for all legal proceedings out of this Agreement, or its breach, must be in the appropriate state or federal
court with competent jurisdiction in Hennepin County, Minnesota.
Termination
Termination. The State or the City may terminate this agreement at any time, with or without
cause, upon 30 days’ written notice to the other party.
Termination for Insufficient Funding. The State may immediately terminate this Agreement if it
does not obtain funding from the Minnesota Legislature, or other funding source; or if funding
cannot be continued at a level sufficient to allow for the payment of the services covered here.
Termination must be by written or fax notice to the City. The State is not obligated to pay for any
services that are provided after notice and effective date of termination. However, the City will be
entitled to payment, determined on a pro rata basis, for services satisfactorily performed to the
extent that funds are available. The State will not be assessed any penalty if the agreement is
terminated because of the decision of the Minnesota Legislature, or other funding source, not to
Page 6 of 7
appropriate funds. The State must provide the City with notice of the lack of funding within a
reasonable time of the State’s receiving that notice.
Force Majeure
Neither party shall be responsible to the other or considered in default of its obligations within this Agreement
to the extent that performance of any such obligations is prevented or delayed by acts of God, war, riot,
disruption of government, or other catastrophes beyond the reasonable control of the party unless the act or
occurrence could have been reasonably foreseen and reasonable action could have been taken to prevent the
delay or failure to perform. A party relying on this provision to excuse performance must provide the other party
prompt written notice of inability to perform and take all necessary steps to bring about performance as soon as
practicable.
E-Verify Certification (in accordance with Minn. Stat. § 16C.075).
For services valued in excess of $50,000, the City certifies that as of the date of services performed on behalf of
the State, City and all its subcontractors will have implemented or be in the process of implementing the federal
E-Verify Program for all newly hired employees in the United States who will perform work on behalf of the
State. The City is responsible for collecting all subcontractor certifications and may do so utilizing the E-Verify
Subcontractor Certification Form available at
http://www.mmd.admin.state.mn.us/doc/EverifySubCertForm.doc. All subcontractor certifications must be kept
on file with Contractor and made available to the State upon request.
Exhibits. The following Exhibits are attached and incorporated into this Contract. In the event of a conflict
between the terms of this Contract and its Exhibits, or between Exhibits, the order of precedence is first the
Contract, and then in the following order:
Exhibit A: Project Designs and Specifications
Exhibit B: State Ownership
Exhibit C: City Ownership
Exhibit D: City Council Resolution
(The remainder of this page intentionally left blank.)
Page 7 of 7
1. State Encumbrance Verification
Individual certifies that funds have been encumbered as
required by Minn. Stat. §§ 16A.15 and 16C.05
Print Name: ___________________________________
Signature: _____________________________________
Title: _________________________________________
Date: _________________________________________
SWIFT Contract No. _____________________________
2. City of Scandia
Print Name: ___________________________________
Signature: _____________________________________
Title: _________________________________________
Date: _________________________________________
City of Scandia
Print Name: ___________________________________
Signature: _____________________________________
Title: _________________________________________
Date: _________________________________________
3. State Agency
With delegated authority
Print Name: ___________________________________
Signature: _____________________________________
Title: _________________________________________
Date: ________________________________________
4. Commissioner of Administration
As delegated to The Office of State Procurement
Print Name: ___________________________________
Signature: _____________________________________
Title: _________________________________________
Date: ________________________________________
Admin ID: _____________________________________
Page 1 of 5
wa
COOPERATIVE AGREEMENT BETWEEN THE CITY OF
XXX AND WASHINGTON COUNTY FOR CONSTRUCTION COST OF COUNTY
STATE AID HIGHWAY (CSAH) x
THIS AGREEMENT, by and between the City of Scandia, a municipal corporation, herein after referred to as the
"City", and Washington County, a political subdivision of the State of Minnesota, hereinafter referred to as the
"County.”
WITNESSETH:
WHEREAS, items included in the Project require City cost participation in accordance with “Washington County
Cost Participation Policy #8001 for Cooperative Highway Improvement Projects”; and
WHEREAS, the City desires to use local funds and State Aid for these improvements; and
WHEREAS, the County desires to use local funds and State Aid for these improvements; and
WHEREAS, a cooperative effort between the City and County is the appropriate method to facilitate the
construction of these transportation improvements; and
WHEREAS, this Agreement is made pursuant to statutory authority contained in Minnesota Statute 162.17 sub.1
and Minnesota Statute 471.59.
NOW THEREFORE, IT IS HEREBY MUTUALLY AGREED AS FOLLOWS:
A. PURPOSE
The purpose of this Agreement is set forth in the above whereas clauses which are all incorporated by
reference as if fully set forth herein and shall consist of this Agreement, Exhibit A (Location Map) and Exhibit
B (Estimated Cost Splits).
B. PLANS AND SPECIFICATION PREPARATION
1. The City shall be responsible for the preparation of all the plans and specifications for the Project,
including but not limited to, compliance with all applicable standards and policies and obtaining all
approvals required in formulating the bid specifications for all County and City components of this
Project.
2. The following County project number has been assigned to the Project: SAP 082-6XX-XXX (CSAH X).
3. The following City project numbers have been assigned to the Project: N13.117554
C. RIGHT OF WAY AND EASEMENTS
1. The County shall acquire all permanent rights of way, permanent easements, and temporary slope
easements, which will be acquired in the name of the County.
2. Any rights of way, permanent easements, and temporary slope easements that cannot be obtained
through negotiation will be acquired by the County through eminent domain proceedings.
WASHINGTON COUNTY
CONTRACT NO. XXXX
DEPT. PUBLIC WORKS
DIVISION TRANSPORTATION
TERM SIGNATURE – END OF PROJECT
Page 2 of 5
D. ADVERTISEMENT AND AWARD OF CONTRACT
After plans and specifications have been approved by the County, all permits and approvals obtained, and
acquisition of necessary rights-of-way and easements, the City shall advertise for construction bids and at
the sole discretion of the City award the contract to the lowest responsible bidder.
After plans and specifications have been approved by the County, all permits and approvals obtained, and
acquisition of necessary rights-of-way and easements, the County shall advertise for construction bids and
at the sole discretion of the County award the contract to the lowest responsible bidder subject only to the
final consent of the City for costs relating to any elements for which the City is requested to pay only for the
purposes of ensuring costs are within reasonable market parameters. City consent shall be received within
seven (7) days after bid opening and may not be unreasonably conditioned, withheld, or delayed.
E. CONSTRUCTION ADMINISTRATION, OBSERVATION, AND TESTING
The City shall be responsible for the construction administration, inspection, and for the observation and
testing for all construction items.
F. COST PARTICIPATION ITEMS AND ESTIMATED COSTS
The City hereby agrees to be bound to the cost participation provisions in the “Washington County Cost
Participation Policy #8001 for Cooperative Highway Improvement Projects”, which is incorporated into this
Agreement by reference. The City’s cost participation is set forth in Table 1 and is broken down into five
categories which are: 1) Construction; 2) Design Engineering; 3) Construction Engineering/Contract
Administration; 4) Right of Way; and 5) County-Furnished Material.
1. Construction
Construction costs shall be the cost to construct the Project. The City has prepared a statement of
estimated quantities and cost splits hereto attached as Exhibit B. The County shall pay to the City its
share of the total cost as shown in Exhibit B and set forth in Table 1. After the County has awarded the
construction contract, Exhibit B will be updated to reflect the actual contractor’s unit prices.
2. Design Engineering
Design engineering costs shall be professional design engineering services, project coordination,
preparation of plans and specification, stakeholder engagement, geotechnical studies, and other
administrative functions necessary for the Project. Based on the City’s share of the construction cost,
the City shall pay the prorated cost of design engineering for the entire Project as set forth in Table 1.
After the County has awarded the construction contract, Exhibit B will be updated to reflect the actual
design engineering cost.
3. Construction Engineering/Contract Administration
Construction engineering/contract administration costs shall be construction observation, construction
testing, construction administration, staking, conducting and recording the pre-bid, pre-construction
and weekly construction meetings, reviewing monthly pay estimates, labor compliance, and other
administrative functions necessary for the Project. Construction engineering/contract administration is
$184.540.00. The City shall pay this cost through LCCMR and DNR funding.
4. Right of Way
Right of Way costs shall be permanent right-of-way, permanent utility and/or drainage easements,
temporary easements, title work costs, appraisal costs, relocation specialist costs, relocation costs, and
condemnation commissioner costs. If applicable, the City shall pay their share of the final right of way
cost. The estimated amount is set forth in Table 1.
Page 3 of 5
5. County-Furnished Material
County-furnished material costs shall be items such as light poles, traffic signal control equipment, and
street name signs which are separately procured outside of the construction contract and installed
within the Project limits. The City shall pay their share of the final County-furnished material cost. The
estimated amount is set forth in Table 1.
The costs and shares attributable to the County and payable to the City as shown in Table 1 are predetermined
and final. Payment will be completed at the beginning of the project upon award and completion of this
agreement.
G. PAYMENT
1. Construction and Construction Engineering/Contract Administration
a. After the City has awarded the construction contract, the County shall pay the City the entire
$800,000 upon the execution of this agreement and award of the project.
H. CONTRACT CHANGES
Any modifications or additions to the final approved plans and/or specifications of the Project shall be made
part of the construction contract through a written amendment to the construction contract and the cost
for such changes shall be appropriated as set forth in Section F. of this Agreement.
I. LIQUIDATED DAMAGES
Any liquidated damages assessed to the contractor in connection with the work performed on the Project
shall be used to adjust the project completion costs thus adjusting the City’s construction
engineering/contract administration costs as stated in F.6.c. No adjustment to construction costs will be
made to the City’s portion of the Project in the event of liquidated damages.
J. CONDITIONS
The City shall not assess or otherwise recover any portion of its cost for this Project through special
assessment of County-owned property.
K. CIVIL RIGHTS AND NON-DISCRIMINATION
The provisions of Minn. Stat. 181.59 and of any applicable ordinance relating to civil rights and
discrimination shall be considered part of this Agreement as if fully set further herein, and shall be part of
any Agreement entered into by the parties with any contractor subcontractor, or material suppliers.
L. WORKERS COMPENSATION
It is hereby understood and agreed that any and all employees of the City and all other persons employed by
the City in the performance of construction and/or construction engineering work or services required or
provided for under this Agreement shall not be considered employees of the County and that any and all
claims that may or might arise under the Worker’s Compensation Act of the State of Minnesota on behalf of
said employees while so engaged and any and all claims made by any third parties as a consequence of any
TABLE 1 – ESTIMATED COSTS
City of Scandia Cost Summary
ITEM TOTAL COST County Cost CITY COST
Construction $3,624,814.97 $800,000 $0.00
Design Engineering $373,200 $0.00 $0.00
Construction Engineering/Contract Administration $184,540.00 $0.00 $0.00
Right of Way $0 0% $0
County Furnished Material $0 0% $0
TOTAL ESTIMATED COST $4,182,554.97 $800,000 $0.00
Page 4 of 5
act or omission on the part of said City employees while so engaged on any of the construction and/or
construction engineering work or services to be rendered herein shall in no way be the obligation or
responsibility of the County.
It is hereby understood and agreed that any and all employees of the County and all other persons
employed by the County in the performance of construction and/or construction engineering work or
services required or provided for under this Agreement shall not be considered employees of the City and
that any and all claims that may or might arise under the Worker’s Compensation Act of the State of
Minnesota 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 County employees while so engaged on any of the
construction and/or construction engineering work or services to be rendered herein shall in no way be the
obligation or responsibility of the City.
M. INDEMNIFICATION
1. The City agrees that it will defend, indemnify and hold harmless the County against any and all liability,
loss, damages, costs and expenses which the County may hereafter sustain, incur or be required to pay
by reason of any negligent act by the City, its agents, officers or employees during the performance of
this Agreement.
2. The County agrees that it will defend, indemnify and hold harmless the City against any and all liability,
loss, damages, costs and expenses which the City may hereafter sustain, incur or be required to pay by
reason of any negligent act by the County, its agents, officers or employees during the performance of
this Agreement.
3. To the fullest extent permitted by law, actions by the parties to this Agreement are intended to be and
shall be construed as a “cooperative activity” and it is the intent of the parties that they shall be deemed
a “single governmental unit” for the purposes of liability, as set forth in Minnesota Statutes, Section
471.59, subd. 1a.(b). The parties to this Agreement are not liable for the acts or omissions of another
party to this Agreement except to the extent they have agreed in writing to be responsible for the acts
or omissions of the other parties as provided for in Section 471.59, subd. 1a.
4. Each party’s liability shall be governed by the provisions of Minnesota Statutes, Chapter 466 and other
applicable law. The parties agree that liability under this Agreement is controlled by Minnesota Statute
471.59, subdivision 1a. and that the total liability for the parties shall not exceed the limits on governmental
liability for a single unit of government as specified in 466.04, subdivision 1(a).
N. DATA PRACTICES
All data collected, created, received, maintained, disseminated, or used for any purposes in the course of
this Agreement is governed by the Minnesota Government Data Practices Act, Minnesota Statutes 1984,
Section 13.01, et seq. or any other applicable state statutes and state rules adopted to implement the Act,
as well as state statutes and federal regulations on data privacy.
O. TERM
This Agreement shall remain in full force and effect until terminated by mutual Agreement of the parties.
P. COUNTERPARTS
This Agreement may be executed in counterparts.
Q. SEVERABILITY
If any provision or provisions of this Agreement are held to be invalid, illegal, or unenforceable, the validity,
legality, and enforceability of the remaining provisions shall not be affected.
IN TESTIMONY WHEREOF the parties have duly executed this Agreement by their duly authorized officers.
Page 5 of 5
WASHINGTON COUNTY CITY OF Scandia
Chair Date Mayor Date
Board of Commissioners
Kevin Corbid Date City AdministratorDate
County Administrator
Approved as to form: Approved as to form:
Assistant County Attorney Date City Attorney Date