HomeMy WebLinkAbout9.a. 2019 Street Improvement Project (Connemara Trail), City Project 2019-01 Accept Bids Award Contract
EXECUTIVE SUMMARY
City Council Meeting: August 20, 2019
AGENDA ITEM: 2019 Street Improvement Project
(Connemara Trail), City Project 2019-01
Accept Bids / Award Contract
AGENDA SECTION:
New Business
PREPARED BY: Brian Erickson, PE, Director of Public
Works / City Engineer AGENDA NO. 9.a.
ATTACHMENTS: Resolution to Accept Bids and Award
Contract; Letter of Recommendation and
Bid Tabulation
APPROVED BY: LJM
RECOMMENDED ACTIONS: Motion to Adopt a Resolution Accepting Bids and Awarding a
Contract for 2019 Street Improvement Project (Connemara Trail), City Project 2019-01
BACKGROUND
On June 4, 2019, the City Council received plans and specifications for the 2019 Street Improvement
Project, City Project 2019-01 and authorized advertisement for bids. On July 11, 2019, City staff received
bids for the 2019 Street Improvement Project, City Project 2019-01. However, on July 16, 2019, staff
recommended that Council reject all bids and authorize a reduced scope project, due to high costs of bids
received. This reduced scope project was for the western portion of Connemara Trail between Diamond
Path and Shannon Parkway. An additive alternate item for some minor paving at the Connemara railroad
bridge was also part of this reduced scope project.
On August 14, 2019, City staff received bids for the reduced scope project and the bids tabulated below
show the base bid, additive alternate and the percentage of the low bid. Staff is not recommending award of
the additive alternate item at this time.
Base Bid Percentage
of Base Bid
Add
Alternate
Percentage
of Add Alt.
OMG Paving (Minnesota Paving &
Materials)* $618,021.07 100.0% $24,628.06 100.0%
McNamara Contracting, Inc. $629,718.00 101.9% $31,816.00 129.2%
Engineer’s Estimate $476,935.90 77.2% $15,366.00 62.4%
* Lowest Bidder
i:\city clerk\agenda items\approved items\9.a. 2019 street improvement project (connemara trail), city project 2019-01 accept bids award contract.docx
The lowest, responsible bidder was approximately $140,000 above the Engineer’s Estimate for the base bid
item. As this work is primarily funded by Municipal State Aid funding with some additional funding
required from the utilities, staff is recommending that the base bid (Connemara Trail between Diamond
Path and Shannon Parkway) be awarded. This section of Connemara is in generally poor condition with
pavement showing signs of stripping and has required a higher level of maintenance than is expected. It
should also be noted that staff is recommending the restriping of this section to match Connemara to the
east. This would create a continuous center left turn lane and a single lane for the eastbound and
westbound traffic. This would also create a shoulder area where none currently exists.
The Additive Alternate for paving near the railroad bridge is not recommended for award as the pavement
in this area is not in poor condition and repairs can be delayed to a future date. It should be noted that this
area was initially included due to the rough condition at the bridge/road connection, and is primarily
designed to improve the ride quality in this area. By including this with a larger project (likely in 2020) staff
anticipates receiving better pricing for this work.
BIDDING CLIMATE
The 2019 construction season has seen inconsistent bid openings in Dakota County and the greater metro
area likely due to the following factors:
1. A large amount of development of open land is occurring in this part of the metropolitan area.
Contractors generally prefer development projects in an open field to rehabilitation projects in
existing neighborhoods due to conflicts with existing small utilities and existing residential property.
This was evident in the case of the recently awarded Adalyn Ave, City Project 2019-10 where the
low bid 70% of the Engineer’s Estimate and the Dunmore Lift Station, City Project 2019-12 where
the low bid was 79% of the Engineer’s Estimate.
2. Concrete and bituminous asphalt supply limitations have increased pricing.
3. Weather delays last fall and this spring are keeping contractors busy with last year’s projects.
Next year’s bidding season may be more stable for residential rehabilitation projects such as this one;
however, that will likely depend upon the weather for the rest of this season. Staff has also discussed the
importance of bidding these projects early in the year, and that will be the expectation for projects going
forward.
COSTS & FUNDING
The Feasibility Report estimated the project cost for Connemara Trail at $324,000, including indirect costs
and 10% Contingency. The updated Engineer’s Estimate for the construction is $476.935.90. This work is
proposed to be funded by MN State-Aid funds and utility funds. No assessments are planned for this
portion of the project.
2
SCHEDULE
Should the Council approve these resolutions, the proposed project schedule is shown below. Items marked
“CC” will require City Council approval in order to move forward.
Bid Opening August 14, 2019
CC Award Contract August 20, 2019
Construction Start Late August 2019
Substantial Completion October 15, 2019
RECOMMENDATION
Staff recommends that the City Council adopt the attached resolution to accept the bids and award the
contract for the base bid for the modified 2019 Street Improvement Project (Connemara Trail), City Project
2019-01.
3
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2019 – 69
A RESOLUTION RECEIVING BIDS AND AWARDING CONTRACT
FOR 2019 STREET IMPROVEMENT PROJECT
(CONNEMARA TRAIL), CITY PROJECT 2019-10.
BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota, as follows:
1. All bids on construction of 2019 Street Improvement Project (Connemara Trail), City Project
2019-01, are hereby received and tabulated.
2. Based on the Base Bid, the bid of OMG Paving (Minnesota Paving & Materials) in the amount
of $618,021.07 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 the successful bidder and the next two lowest
bidders shall be retained until a contract has been executed.
ADOPTED this 20th day of August, 2019.
William H. Droste, Mayor
ATTEST:
Erin Fasbender, City Clerk