HomeMy WebLinkAbout6.k. Receive Bids/Award Contract-County Road 73 Improvements, City Project #399ROSEMOUNTEXECUTIVE SUMMARY
CITY COUNCIL
City Council Meeting: January 5, 2010
AGENDA ITEM: Receive Bids /Award Contract - County
AGENDA SECTION:
Road 73 Improvements, City Project
Consent
#399
PREPARED BY: Dwight Johnson, City Administrator
AGENDA NO. bX
ATTACHMENTS: Resolution; Letter of Recommendation;
Bid Summary; Map, Funding Summary
Table; County Letter of Bid Concurrence;
APPROVED BY:
Mn /DOT Office of Civil Rights Letter
Contractor DBE Approval
p1
RECOMMENDED ACTION: Motion to Adopt a Resolution Receiving Bids and Awarding
the Contract for the County Road 73 Improvements, City Project #399.
ISSUE:
Receive bids and award contract for the County Road 73 Improvements, City Project # 399.
BACKGROUND:
On Thursday, December 3, 2009, eighteen (18) bids for this project were received and read aloud publicly.
The apparent low bidder is Ryan Contracting Company in the amount of $2,358,964.26. All bid proposals
were tabulated, and as indicated in the attached bid summary, discrepancies were corrected for
mathematical accuracy as typical per the contract documents.
This project involves the reconstruction of County Road 73 (between CSAH 42 and Bonaire Path) from a
2 -lane rural gravel road to a 2 -lane urban paved road with medians, turn lanes and trails. Originally
intended as a part of the Akron Avenue Trunk Utility and Railroad Improvements Project, City Project
# 417, a trunk watermain connection from CSAH 42 to future Connemara Trail will be included in the
contract, and installed prior to the roadway improvements. This segment of trunk watermain was
removed from City Project # 417 to better facilitate private utility relocation along Akron Avenue and
improve local access during the construction of that project in 2008 and 2009.
Through the American Recovery and Reinvestment Act (ARRA), the City was officially notified that the
Metropolitan Council had obligated $2.96 million in federal funds to the County Road 73 project for
construction costs. Because of the favorable bids received, the amount of federal funding available on the
project has been capped at the bid amount for eligible items, with remaining funds to be redistributed to
help fund other stimulus projects in the State of Minnesota. All remaining costs associated with the road
portion of this project will be shared with Dakota County at a rate of 45% City and 55% County by Joint
Powers Agreement, with a portion of the City cost assessed by agreement to adjacent benefitting
landowners. City watermain costs will be funded by the Water Core Fund. A table summarizing project
funding sources based on estimated total project costs (including indirect costs such as engineering, legal,
and land acquisition) is attached.
G: \ENGPROJ\ 399 \010510 CC RecBid- AwardGwtramdoc
SUMMARY:
Staff recommends that Council adopt the attached resolution receiving the bids and awarding the contract
for the County Road 73 Improvements, City Project # 399.
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2010 —
A RESOLUTION RECEIVING BIDS AND AWARDING CONTRACT
FOR COUNTY ROAD 73 IMPROVEMENTS
CITY PROJECT NO. 399
WHEREAS, City Council hereby ratifies action of City Engineer to advertise for bids.
BE IT FURTHER RESOLVED, by the City Council of the City of Rosemount, Minnesota, as follows:
1. All bids on construction of County Road 73 Improvements have been received and
tabulated.
2. The bid of Ryan Contracting Company from Elko, Minnesota, in the amount of
$2,358,964.26, for the construction of said improvements is in accordance with the plans and
specifications and advertisement for bids, and is the lowest responsible bid and shall be and
hereby is accepted.
3. The Mayor and Clerk are hereby authorized and directed to enter into a contract with said
bidder for the construction of said improvements for and on behalf of the City of
Rosemount.
4. The City Clerk is hereby authorized and directed to return forthwith to all bidders the
deposits made with their bids, except that the deposit of all successful bidder and the next
two lowest bidders shall be retained until a contract has been executed.
5. Award of the bid is contingent on the determination by the City Administrator that all
necessary rights -of -entry or easements by deed or dedication have been secured for
construction of the improvements.
ADOPTED this 5`h dayof January, 2010.
ATTEST:
Amy Domeier, City Clerk
Motion
Voted in favor:
Voted against:
William H Droste, Mayor
Seconded by:
WSB
&_-lssoc� Infrastructure ■ Engineering ■ Planning ■ Construction
December 18, 2009
Honorable Mayor and City Council
City of Rosemount
2875 145th Street West
Rosemount, MN 55068 -4941
Re: Letter of Recommendation
S.P. 208 - 080 -01
Minn Proj . No. ES I OES (027)
County Road 73 (Akron Avenue) Improvements
City of Rosemount, MN
WSB Project No. 1556 -59
Dear Mayor and Council Members:
701 Xenia Avenue South
Suite 300
Minneapolis, MN 55416
Tel: 763 541 -4800
Fax: 763 541 -1700
Bids were received for the above - referenced project on December 3, 2009, and were opened and
read aloud. A total of 18 bids were received. The bids were checked for mathematical accuracy
and tabulated. Please find enclosed the bid tabulation indicating the low bidder as Ryan
Contracting Co. in the amount of $2,358,964.26.
The Mn/DOT office of Civil Rights has reviewed the Contractor's "Good Faith Efforts" in
soliciting Disadvantaged Business Enterprises and indicated that Ryan Contracting has met the
requirements.
We recommend that the City Council consider these bids and award a contract to Ryan
Contracting Co. based on the results of the bids received. Dakota County has also viewed the
bids and concurs with the recommendation to award the Contract.
Sincerely,
WSB &nA/Associates, Inc.
/4 4;;�—
Jeff Stewart, PE
Project Manager
Enclosures
cc: Ryan Contracting Co.
Andy Brotzler, City of Rosemount
Minneapolis ■ St. Cloud
Equal Opportunity Employer
C:\ Us eMc ad\ AppD .toU..nal\Microwfl \Winda�cs \T=po an Inl met File \Content.OutlmkNIQDUX.IiA1356.59 re mmdtn 1tr (2).da;
WSB
& Associafc,v, Inc.
BID TABULATION SUMMARY
Project: CR 73 Improvements
Location: Rosemount, Minnesota
City Project No. 399 /County Project No. 73 -08
S.P. 208 -080 -01 / MN Project No. ES10ES(027)
WSB Project No. 1556 -59
Date: December 3, 2009, 10:00 a.m.
I hereby certify that this is a true and correct tabulation of the bids as received on December 3, 2009.
PE, Project
_ Denotes corrected figure
ager
Contractor
Bid Security
Addendums 1-4
Total Bid
1
Ryan Contracting Co.
X
Yes
$2,358,964.26
2
Eureka Construction
X
Yes
3
Max Steininger, Inc.
X
Yes
$2,532,249.10
4
Northwest Asphalt, Inc.
X
Yes
$2,553,872.48
5
McNamara Contracting, Inc.
X
Yes
$2,567,387.24
6
Nodland Construction Co., Inc.
X
Yes
$2,605,079.94
7
Valley Paving - Shakopee
X
Yes
8
Mathiowetz Construction Company
X
Yes
$2,633,159.10
9
Shafer Contracting, Inc.
X
Yes
$2,637,386.03
10
Danner, Inc.
X
Yes
11
Bituminous Roadways
X
Yes
$2,656,847.56
12
Kuechle Underground
X
Yes
-
13
Friedges Excavation
X
Yes
$2,769,819.45
14
Frattalone Companies, Inc.
X
Yes
$2,811,484.75
15
Carl Bolander & Sons
X
Yes
16
Park Construction Company
X
Yes
$2,871,746.76
17
Geislinger and Sons, inc.
X
Yes
$2,884,147.73
18
Veit & Company, Inc.
X
Yes
$2,913,209.96
Engineer's Estimate
$3,520,525.70
I hereby certify that this is a true and correct tabulation of the bids as received on December 3, 2009.
PE, Project
_ Denotes corrected figure
ager
c
a>
m
0
L
E
a>
c
m
a
0
L
Y
Q
M
ti
O
>+
�...
C
O
U
� a i'
County Road 73 Street and Utility Improvements
City Project No. 399
Project Funding Estimates*
ARRA Construction Funds $ 2,257,896.00
Dakota County $ 462,000.00
City CIP Fund $ 148,000.00
City Storm Core Fund $ 148,000.00
City Water Core Fund $ 132,000.00
Special Assessments ** $ 150,000.00
Project Total $ 3,297,896.00
* - based on estimated total project cost of $3,297,896.00, including
engineering, legal, administrative, and land acquisition costs.
** - special assessment amounts are deferred and collected when benefitting
property subdivides or is improved.
Physical Development Division
Lynn Thompson, Director
Dakota County
western Service center
14955 Galatde Avenue
Apple Valley, MN 55124.8579
952.891.7000
Fax 952.8911091
www.dakotacounty.us
Environmental Mpmt. Department
Office of GIS
Parks and Open Space
Surveyor's Office
Transit Office
Transportation Department
Water Resources Department
comma w—, rte: rnrs,
w:N IM Ul�l «nLiAi'tl'MlsFe
C M
c rr
December 8, 2009
Mr. Andrew J. Brotzler, P.E.
City Engineer
City of Rosemount
2875145th Street West
Rosemount, MN 55068
Re: S. P. 208 - 080.01
County Road 73 (Akron Avenue)
Dear Mr. Brotzler:
The County has reviewed the bid results and concurs with the City's
recommendation to award the construction contract to Ryan
Contracting. We are pleased with the bid results and the strong interest
In this project,
The County looks forward to working with the City of Rosemount in
2010 on this needed improvement to Akron Avenue.
Sincerely,
Mark J. Kr sbach, P.E.
Transportation Director /County Engineer
4\NNESO;,
PO Minnesota Department of Transportation
a F
F y�� Transportation Building
�OFTRpa 395 John Ireland Boulevard
Saint Paul, MN 55155 -1899 December 14, 2009
Mr. Jeff Stewart, PE
City of Rosemount
2875 1450' St W.
Rosemount, MN 55068
SUBJECT: S.P. 208 -08 -01 Minn Proj. NO ES10ES(027) CR 73 from CSAH 42 to Bonaire Path, City of Rosemount, MN
Metro District.
Dear Mr. Stewart:
Please be advised that Ryan Contracting Co. has met the requirements for "Good Faith Efforts" (GFEs)
solicitations of Disadvantaged Business Enterprises (DBE) on the above - referenced project. Therefore, the
Minnesota Department of Transportation's (Mn/DOT) Office of Civil Rights (OCR) cleared their GFEs on
this project today, December 14, 2009.
Enclosed are copies of the completed DBE Description of Work (Exhibit A) Form and the Contractor
Payment form. Please distribute the enclosed forms to the Project Engineer assigned to this project. The
Exhibit A Form should be used by the Project Engineer to monitor DBE participation on the contract. The
Project Engineer should complete the bottom half of the page two of Exhibit A when the DBE's portion of
the work is 1/3 to 1/z completed and return the form to the Mn/DOT Office of Civil Rights. The contractor is
responsible for completing the Contractor Payment Form. This form tracks payments to all contractors and
vendors on federal projects. The Contractor Payment Form must be prepared in duplicate with copies being
submitted to both the Project Engineer and the Mn/DOT Office of Civil Rights.
Additionally, please note that Standard Specifications for Construction, Section 1908 state the following:
"Unless the Contractor has presented an affidavit showing the total dollar amounts of
work performed by Disadvantaged Business Enterprises (DBE), final payment may be
withheld."
Please inform the Project Engineer that the contractor must submit a DBE Total Payment Affidavit (copy
enclosed), and that our office must approve the completed Affidavit and send you a final clearance memo
concerning DBE participation prior to the authorization of any final payment on this project. Furthermore,
the contractor must prepare and submit duplicate originals to both our office and the project engineer.
Kelly Arneson has been assigned to this project. If you have any questions concerning this project, please
feel free to contact her at (651) 366 -3323.
Sincerely,
rescott, cting Director
Office of Civil Rights
cc: Scott McBride, Mn/DOT Metro District Engineer
Mark Channer, Mn/DOT SALT
Kelly Arneson, Mn/ OCR
File
An equal opportunity employer
Enc.: Letter to Ryan Contracting Co.
DBE Total Payment Affidavit
Contractor Payment Form
Exhibit A