Loading...
HomeMy WebLinkAbout6.l. 2019 Street Improvement Project – Phase 2, City Project 2019-01, Receive Bids and Award ContractI:\City Clerk\Agenda Items\Approved Items\6.l. 2019 Street Improvement Project – Phase 2, City Project 2019-01, Receive Bids and Award Contract.docx EXECUTIVE SUMMARY City Council Meeting: April 21, 2020 AGENDA ITEM: 2019 Street Improvement Project – Phase 2, City Project 2019-01, Receive Bids and Award Contract AGENDA SECTION: Consent PREPARED BY: Brian Erickson, PE, Director of Public Works/City Engineer Stephanie Smith, PE, Assistant City Engineer AGENDA NO. 6.l. ATTACHMENTS: Resolution; Bid Abstract; Recommendation Letter; Engineering Services Amendment APPROVED BY: LJM RECOMMENDED ACTION: Motion to: 1. Adopt a Resolution Receiving Bids and Awarding the Contract for the 2019 Street Improvement Project – Phase 2, City Project 2019-01; and 2. Approve Engineering Services Amendment BACKGROUND This project was previously bid along with a section of Connemara Trail, in the summer of 2019. The lowest responsible bid received at that time was $798,261.35 over the engineer’s estimate. On July 16, 2019, City Council rejected those bids and separated Connemara Trail for rebid and construction in 2019. On February 5, 2020, City staff received five bids for the 2019 Street Improvement Project- Phase 2, City Project 2019-01. Phase 2 includes the streets shown on the adjacent map. Also included in the project is mill and overlay of the Fire Station #2 parking lot, the park and ride lot on TH 3 and Connemara Trail on either side of the bridge to address pavement heaving. Additional engineering work was required to split the project into two phases. The attached proposal for the engineering services amendment includes that work along with additional construction services for the inspection, testing and administration of Phase 2 as a separate project. 2 COSTS & FUNDING On February 5, 2020, City staff received five bids for the 2019 Street Improvement Project-Phase 2, City Project 2019-01. The lowest responsible bidder is McNamara Contracting with a base bid of $2,505,731.33. This contractor has previously performed acceptable work for the City. The results were verified by City-consultant, TKDA, and are tabulated below: The lowest, responsible bidder was more than $200,000 below the Engineer’s Estimate. Additive Alternate 1 for repaving the Chippendale Water Tower lot is not recommended for award based on the amount, as better pricing will likely be obtained by requesting quotes separately for this work. This project was scheduled in the 2019-2028 CIP. The project is proposed to be funded by a combination of MN State-Aid funds, general funds, utility funds, and special assessments of benefitting properties. Bid Amount 5% Contingency 25% Indirect Cost Final Cost Municipal State Aid $1,834,356.20 $91,717.81 $458,589.05 $2,384,663.06 Assessments $339,389.50 $16,969.48 $84,847.38 $441,206.35 Utility Fund Water $30,260.01 $1,513.00 $7,565.00 $39,338.01 Utility Fund Sanitary $29,250.00 $1,462.50 $7,312.50 $38,025.00 Utility Fund Storm $149,505.00 $7,475.25 $37,376.25 $194,356.50 General Fund $122,970.62 $6,148.53 $30,742.66 $159,861.81 Totals $2,505,731.33 $125,286.57 $626,432.83 $3,257,450.73 SCHEDULE Should the Council approve this resolution, the proposed project schedule is shown below. Items marked “CC” will require City Council approval in order to move forward with the project. Neighborhood Meeting* May 2020 CC Declare Costs and Call Assessment Hearing May 19, 2020 Public Hearing on Proposed Assessments June 16, 2020 CC Approve the Assessment Roll Construction Start June 2020 Substantial Completion Fall 2020 Engineer’s Estimate McNamara Contracting Minnesota Paving & Materials Bituminous Roadways Northwest Asphalt S.M. Hentges & Sons Base Bid $2,713,194.30 $2,505,731.33 $2,578,393.29 $2,649,704.95 $2,781,963.93 $2,797,730.47 Alternate 1 $ 9,280.00 $ 18,296.00 $ 11,512.78 $ 11,504.40 $ 15,513.00 $ 15,122.50 Total Bid $2,722,474.30 $2,524,027.33 $2,589,906.07 $2,661,209.35 $2,797,476.93 $2,812,852.97 Percentage of Low Bid +7.8% Low Bid +2.6% +5.4% +10.8% +11.4% 3 *Due to COVID 19 distancing recommendations, it is likely this meeting will be held via video- or teleconference. RECCOMENDATION Staff recommends that the City Council adopt the attached resolution to accept the bids and award the contract for 2019 Street Improvement Project-Phase 2, City Project 2019-01 and approve the amendment to engineering services. CITY OF ROSEMOUNT DAKOTA COUNTY, MINNESOTA RESOLUTION 2020 – 54 A RESOLUTION RECEIVING BIDS AND AWARDING CONTRACT FOR 2019 STREET IMPROVEMENT PROJECT – PHASE 2, CITY PROJECT 2019-01 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-Phase 2, City Project 2019-01, are hereby received and tabulated. 2. Based on the Base Bid, the bid of McNamara Contracting in the amount of $2,505,731.33 for the construction of said improvements is in accordance with the plans and specifications and advertisement for bids, and is the lowest responsible bid and shall be and hereby is accepted. 3. The Mayor and Clerk are hereby authorized and directed to enter into a contract with said bidder for the construction of said improvements for and on behalf of the City of Rosemount. 4. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposit of the successful bidder and the next two lowest bidders shall be retained until a contract has been executed. ADOPTED this 21st day of April, 2020. William H. Droste, Mayor ATTEST: Erin Fasbender, City Clerk TABULATION OF BIDS2019 STREET IMPROVEMENT - PHASE 2ROSEMOUNT, MINNESOTACITY PROJECT NO. 2019-01TKDA PROJECT NO. 17414.000ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 1 MOBILIZATION1 LS 150,000.00$ 150,000.00$ 125,110.00$ 125,110.00$ 177,562.75$ 177,562.75$ 2 SALVAGE CASTING156 EA 250.00$ 39,000.00$ 125.00$ 19,500.00$ 138.11$ 21,545.16$ 3 REMOVE CASTING75 EA 100.00$ 7,500.00$ 125.00$ 9,375.00$ 138.11$ 10,358.25$ 4 REMOVE SIGN TYPE C 205 EA 25.00$ 5,125.00$ 27.00$ 5,535.00$ 25.07$ 5,139.35$ 5 REMOVE SIGN TYPE SPECIAL 60 EA 25.00$ 1,500.00$ 37.00$ 2,220.00$ 35.10$ 2,106.00$ 6 REMOVE GATE VALVE1 EA 2,000.00$ 2,000.00$ 0.01$ 0.01$ 200.57$ 200.57$ 7 SAWING BIT PAVEMENT (FULL DEPTH) 2,008 LF 4.00$ 8,032.00$ 2.00$ 4,016.00$ 2.48$ 4,979.84$ 8 REMOVE CURB AND GUTTER 11,799 LF 9.00$ 106,191.00$ 8.00$ 94,392.00$ 6.07$ 71,619.93$ 9 REMOVE BITUMINOUS PAVEMENT 2,474 SY 5.00$ 12,370.00$ 13.00$ 32,162.00$ 3.56$ 8,807.44$ 10 REMOVE CONCRETE PAVEMENT 4,036 SY 15.00$ 60,540.00$ 19.00$ 76,684.00$ 8.13$ 32,812.68$ 11 COMMON EXCAVATION 2,059 CY 20.00$ 41,180.00$ 25.00$ 51,475.00$ 12.94$ 26,643.46$ 12 STREET SWEEPER (WITH PICKUP BROOM) 13 HR 100.00$ 1,300.00$ 140.00$ 1,820.00$ 158.45$ 2,059.85$ 13 AGGREGATE BASE (CV) CLASS 5 230 CY 30.00$ 6,900.00$ 45.00$ 10,350.00$ 34.80$ 8,004.00$ 14 FULL DEPTH RECLAMATION 14,593 SY 2.00$ 29,186.00$ 1.50$ 21,889.50$ 4.29$ 62,603.97$ 15 BITUMINOUS PATCHING MIXTURE 459 TON 100.00$ 45,900.00$ 100.00$ 45,900.00$ 154.30$ 70,823.70$ 16 MILL BITUMINOUS SURFACE (2.0") 60,856 SY 2.00$ 121,712.00$ 1.45$ 88,241.20$ 1.20$ 73,027.20$ 17 DRILL AND GROUT REINF BAR (EPOXY COATED) 827 EA 15.00$ 12,405.00$ 8.00$ 6,616.00$ 14.54$ 12,024.58$ 18 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) 6,922 TON 60.00$ 415,320.00$ 50.00$ 346,100.00$ 62.39$ 431,863.58$ 19 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) 2,258 TON 60.00$ 135,480.00$ 60.00$ 135,480.00$ 69.94$ 157,924.52$ 20TYPE SP 12.5 NON WEARING COURSE MIXTURE 2,310 TON60.00$ 138,600.00$ 55.00$ 127,050.00$ 68.46$ 158,142.60$ 21 TYPE SP 12.5 WEARING COURSE MIXTURE (3,E) 640 TON 60.00$ 38,400.00$ 72.00$ 46,080.00$ 70.05$ 44,832.00$ 22 VALVE BOX1 EA 1,000.00$ 1,000.00$ 1,500.00$ 1,500.00$ 536.52$ 536.52$ 23 ADJUST GATE VALVE AND BOX 51 EA 1,000.00$ 51,000.00$ 460.00$ 23,460.00$ 360.87$ 18,404.37$ 24 6" GATE VALVE AND BOX1 EA 3,000.00$ 3,000.00$ 5,300.00$ 5,300.00$ 2,005.70$ 2,005.70$ 25 CASTING ASSEMBLY (CB) (MH) 75 EA 1,000.00$ 75,000.00$ 1,000.00$ 75,000.00$ 569.48$ 42,711.00$ 26 INSTALL CASTING (CB) (MH) 156 EA 1,000.00$ 156,000.00$ 480.00$ 74,880.00$ 494.41$ 77,127.96$ 27 4" CONCRETE WALK9,770 SF 8.40$ 82,068.00$ 6.50$ 63,505.00$ 5.94$ 58,033.80$ 28 6" CONCRETE WALK (MNDOT 3F52) 13,413 SF 13.00$ 174,369.00$ 14.50$ 194,488.50$ 12.36$ 165,784.68$ 29 3" BITUMINOUS WALK 14,023 SF 3.00$ 42,069.00$ 4.00$ 56,092.00$ 2.85$ 39,965.55$ 30 CONCRETE CURB AND GUTTER DESIGN B618 11,679 LF 26.00$ 303,654.00$ 28.00$ 327,012.00$ 35.50$ 414,604.50$ 31 CONCRETE CURB DESIGN V 28 LF 48.00$ 1,344.00$ 45.00$ 1,260.00$ 29.08$ 814.24$ 32 6" CONCRETE DRIVEWAY PAVEMENT 84 SY 70.00$ 5,880.00$ 71.00$ 5,964.00$ 64.88$ 5,449.92$ 33 8" CONCRETE DRIVEWAY PAVEMENT 1,140 SY 80.00$ 91,200.00$ 81.00$ 92,340.00$ 78.42$ 89,398.80$ 34 7" CONCRETE VALLEY GUTTER 246 LF 90.00$ 22,140.00$ 85.00$ 20,910.00$ 35.90$ 8,831.40$ 35 TRUNCATED DOMES1,356 SF 50.00$ 67,800.00$ 45.00$ 61,020.00$ 65.19$ 88,397.64$ 36 TRAFFIC CONTROL1 LS 75,000.00$ 75,000.00$ 100,000.00$ 100,000.00$ 38,308.78$ 38,308.78$ 37 SIGN PANEL TYPE C918 SF 50.00$ 45,900.00$ 43.00$ 39,474.00$ 41.62$ 38,207.16$ 38 SIGN PANEL TYPE SPECIAL 172 SF 50.00$ 8,600.00$ 42.00$ 7,224.00$ 40.62$ 6,986.64$ 39 FURNISH AND INSTALL TRAFFIC WARNING SIGN 2 EA 5,000.00$ 10,000.00$ 3,150.00$ 6,300.00$ 5,014.24$ 10,028.48$ ENGINEER'S ESTIMATE MCNAMARA CONTRACTING, INC. MINNESOTA PAVING & MATERIALSPage 1 TABULATION OF BIDS2019 STREET IMPROVEMENT - PHASE 2ROSEMOUNT, MINNESOTACITY PROJECT NO. 2019-01TKDA PROJECT NO. 17414.000ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT ENGINEER'S ESTIMATE MCNAMARA CONTRACTING, INC. MINNESOTA PAVING & MATERIALS40 SPLICE LOOP DETECTOR6 EA 300.00$ 1,800.00$ 260.00$ 1,560.00$ 250.71$ 1,504.26$ 41 RIGID PVC LOOP DETECTOR 6'X6' (16) 13 EA 1,300.00$ 16,900.00$ 1,625.00$ 21,125.00$ 1,554.41$ 20,207.33$ 42 STORM DRAIN INLET PROTECTION 149 EA 150.00$ 22,350.00$ 125.00$ 18,625.00$ 175.50$ 26,149.50$ 43 COMMON TOPSOIL BORROW 464 CY 40.00$ 18,560.00$ 58.00$ 26,912.00$ 28.08$ 13,029.12$ 44 FERTILIZER TYPE 1139 LB 1.00$ 139.00$ 2.00$ 278.00$ 1.00$ 139.00$ 45 SEEDING1 AC 5,000.00$ 5,000.00$ 800.00$ 800.00$ 5,014.24$ 5,014.24$ 46 SEED MIXTURE 25-131152 LB 5.00$ 760.00$ 12.00$ 1,824.00$ 3.76$ 571.52$ 47 HYDRAULIC STABILIZED FIBER MATRIX 2,078 LB 4.00$ 8,312.00$ 4.50$ 9,351.00$ 2.01$ 4,176.78$ 48 4" SOLID LINE PAINT31,886 LF 0.45$ 14,348.70$ 0.12$ 3,826.32$ 0.12$ 3,826.32$ 49 4" DOUBLE SOLID LINE PAINT 10,150 LF 0.90$ 9,135.00$ 0.25$ 2,537.50$ 0.24$ 2,436.00$ 50 4" BROKEN LINE PAINT 2,148 LF 0.45$ 966.60$ 0.20$ 429.60$ 0.17$ 365.16$ 51 12" SOLID LINE PAINT127 LF 6.00$ 762.00$ 4.00$ 508.00$ 3.01$ 382.27$ 52 PAVEMENT MESSAGE PAINT 601 SF 8.00$ 4,808.00$ 6.50$ 3,906.50$ 6.34$ 3,810.34$ 53 CROSSWALK PAINT 2,448 SF 6.00$ 14,688.00$ 3.40$ 8,323.20$ 3.31$ 8,102.88$ TOTAL BID2,713,194.30$ 2,505,731.33$ 2,578,393.29$ 1 REMOVE BITUMINOUS PAVEMENT 368 SY 5.00$ 1,840.00$ 7.00$ 2,576.00$ 3.66$ 1,346.88$ 2 AGGREGATE BASE (CV) CLASS 5 82 CY 30.00$ 2,460.00$ 50.00$ 4,100.00$ 34.80$ 2,853.60$ 3 TYPE SP 9.5 WEARING COURSE MIX (2;B) 83 TON 60.00$ 4,980.00$ 140.00$ 11,620.00$ 88.10$ 7,312.30$ TOTAL BID ALTERNATE 19,280.00$ 18,296.00$ 11,512.78$ 2,722,474.30$ 2,524,027.33$ 2,589,906.07$ BID ALTERNATE 1TOTAL (BASE BID + BID ALTERNATE 1)Page 2 TABULATION OF BIDS2019 STREET IMPROVEMENT - PHASE 2ROSEMOUNT, MINNESOTACITY PROJECT NO. 2019-01TKDA PROJECT NO. 17414.000ITEM NO.DESCRIPTION QUANTITY UNIT1 MOBILIZATION1 LS2 SALVAGE CASTING156 EA 3 REMOVE CASTING75 EA 4 REMOVE SIGN TYPE C 205 EA 5 REMOVE SIGN TYPE SPECIAL 60 EA 6 REMOVE GATE VALVE1 EA 7 SAWING BIT PAVEMENT (FULL DEPTH) 2,008 LF8 REMOVE CURB AND GUTTER 11,799 LF9 REMOVE BITUMINOUS PAVEMENT 2,474 SY10 REMOVE CONCRETE PAVEMENT 4,036 SY11 COMMON EXCAVATION 2,059 CY12 STREET SWEEPER (WITH PICKUP BROOM) 13 HR13 AGGREGATE BASE (CV) CLASS 5 230 CY14 FULL DEPTH RECLAMATION 14,593 SY15 BITUMINOUS PATCHING MIXTURE 459 TON16 MILL BITUMINOUS SURFACE (2.0") 60,856 SY17 DRILL AND GROUT REINF BAR (EPOXY COATED) 827 EA18 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) 6,922 TON19 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) 2,258 TON20TYPE SP 12.5 NON WEARING COURSE MIXTURE 2,310 TON21 TYPE SP 12.5 WEARING COURSE MIXTURE (3,E) 640 TON22 VALVE BOX1 EA23 ADJUST GATE VALVE AND BOX 51 EA24 6" GATE VALVE AND BOX1 EA25 CASTING ASSEMBLY (CB) (MH) 75 EA26 INSTALL CASTING (CB) (MH) 156 EA27 4" CONCRETE WALK9,770 SF28 6" CONCRETE WALK (MNDOT 3F52) 13,413 SF29 3" BITUMINOUS WALK 14,023 SF30 CONCRETE CURB AND GUTTER DESIGN B618 11,679 LF31 CONCRETE CURB DESIGN V 28 LF32 6" CONCRETE DRIVEWAY PAVEMENT 84 SY33 8" CONCRETE DRIVEWAY PAVEMENT 1,140 SY34 7" CONCRETE VALLEY GUTTER 246 LF35 TRUNCATED DOMES1,356 SF36 TRAFFIC CONTROL1 LS37 SIGN PANEL TYPE C918 SF38 SIGN PANEL TYPE SPECIAL 172 SF39 FURNISH AND INSTALL TRAFFIC WARNING SIGN 2 EA UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 82,000.00$ 82,000.00$ 165,000.00$ 165,000.00$ 115,000.00$ 115,000.00$ 235.00$ 36,660.00$ 110.00$ 17,160.00$ 125.00$ 19,500.00$ 105.00$ 7,875.00$ 110.00$ 8,250.00$ 125.00$ 9,375.00$ 27.50$ 5,637.50$ 35.00$ 7,175.00$ 41.00$ 8,405.00$ 38.50$ 2,310.00$ 35.00$ 2,100.00$ 35.70$ 2,142.00$ 2,150.00$ 2,150.00$ 250.00$ 250.00$ 795.00$ 795.00$ 3.90$ 7,831.20$ 3.50$ 7,028.00$ 3.50$ 7,028.00$ 4.40$ 51,915.60$ 12.75$ 150,437.25$ 9.00$ 106,191.00$ 11.00$ 27,214.00$ 8.00$ 19,792.00$ 12.50$ 30,925.00$ 14.00$ 56,504.00$ 15.80$ 63,768.80$ 12.50$ 50,450.00$ 22.00$ 45,298.00$ 16.50$ 33,973.50$ 19.50$ 40,150.50$ 165.00$ 2,145.00$ 150.00$ 1,950.00$ 165.00$ 2,145.00$ 44.00$ 10,120.00$ 29.00$ 6,670.00$ 60.00$ 13,800.00$ 2.10$ 30,645.30$ 1.50$ 21,889.50$ 1.50$ 21,889.50$ 130.00$ 59,670.00$ 375.00$ 172,125.00$ 119.00$ 54,621.00$ 1.30$ 79,112.80$ 1.15$ 69,984.40$ 1.50$ 91,284.00$ 16.00$ 13,232.00$ 15.00$ 12,405.00$ 10.00$ 8,270.00$ 57.00$ 394,554.00$ 60.35$ 417,742.70$ 67.50$ 467,235.00$ 67.50$ 152,415.00$ 71.30$ 160,995.40$ 73.00$ 164,834.00$ 74.40$ 171,864.00$ 67.10$ 155,001.00$ 69.25$ 159,967.50$ 72.00$ 46,080.00$ 81.35$ 52,064.00$ 82.50$ 52,800.00$ 2,300.00$ 2,300.00$ 2,500.00$ 2,500.00$ 1,100.00$ 1,100.00$ 320.00$ 16,320.00$ 450.00$ 22,950.00$ 350.00$ 17,850.00$ 5,900.00$ 5,900.00$ 3,750.00$ 3,750.00$ 3,400.00$ 3,400.00$ 470.00$ 35,250.00$ 850.00$ 63,750.00$ 800.00$ 60,000.00$ 520.00$ 81,120.00$ 350.00$ 54,600.00$ 750.00$ 117,000.00$ 6.20$ 60,574.00$ 6.75$ 65,947.50$ 8.15$ 79,625.50$ 13.00$ 174,369.00$ 16.55$ 221,985.15$ 14.00$ 187,782.00$ 1.20$ 16,827.60$ 4.25$ 59,597.75$ 2.50$ 35,057.50$ 39.00$ 455,481.00$ 28.50$ 332,851.50$ 35.25$ 411,684.75$ 33.50$ 938.00$ 49.50$ 1,386.00$ 42.00$ 1,176.00$ 74.00$ 6,216.00$ 86.85$ 7,295.40$ 68.00$ 5,712.00$ 90.00$ 102,600.00$ 92.10$ 104,994.00$ 100.00$ 114,000.00$ 43.00$ 10,578.00$ 43.00$ 10,578.00$ 80.00$ 19,680.00$ 72.00$ 97,632.00$ 60.00$ 81,360.00$ 50.00$ 67,800.00$ 95,000.00$ 95,000.00$ 46,500.00$ 46,500.00$ 40,000.00$ 40,000.00$ 46.00$ 42,228.00$ 45.50$ 41,769.00$ 56.00$ 51,408.00$ 45.00$ 7,740.00$ 42.50$ 7,310.00$ 76.00$ 13,072.00$ 5,500.00$ 11,000.00$ 5,000.00$ 10,000.00$ 15,300.00$ 30,600.00$ S.M. HENTGES & SONS, INC.NORTHWEST ASPHALT BITUMINOUS ROADWAYS, INC. Page 3 TABULATION OF BIDS2019 STREET IMPROVEMENT - PHASE 2ROSEMOUNT, MINNESOTACITY PROJECT NO. 2019-01TKDA PROJECT NO. 17414.000ITEM NO.DESCRIPTION QUANTITY UNIT40 SPLICE LOOP DETECTOR6 EA41 RIGID PVC LOOP DETECTOR 6'X6' (16) 13 EA42 STORM DRAIN INLET PROTECTION 149 EA43 COMMON TOPSOIL BORROW 464 CY44 FERTILIZER TYPE 1139 LB45 SEEDING1 AC46 SEED MIXTURE 25-131152 LB47 HYDRAULIC STABILIZED FIBER MATRIX 2,078 LB48 4" SOLID LINE PAINT31,886 LF49 4" DOUBLE SOLID LINE PAINT 10,150 LF50 4" BROKEN LINE PAINT 2,148 LF51 12" SOLID LINE PAINT127 LF52 PAVEMENT MESSAGE PAINT 601 SF53 CROSSWALK PAINT 2,448 SFTOTAL BID1 REMOVE BITUMINOUS PAVEMENT 368 SY2 AGGREGATE BASE (CV) CLASS 5 82 CY3 TYPE SP 9.5 WEARING COURSE MIX (2;B) 83 TONTOTAL BID ALTERNATE 1BID ALTERNATE 1TOTAL (BASE BID + BID ALTERNATE 1) UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT S.M. HENTGES & SONS, INC.NORTHWEST ASPHALT BITUMINOUS ROADWAYS, INC. 950.00$ 5,700.00$ 1,000.00$ 6,000.00$ 306.00$ 1,836.00$ 1,825.00$ 23,725.00$ 1,500.00$ 19,500.00$ 1,530.00$ 19,890.00$ 160.00$ 23,840.00$ 150.00$ 22,350.00$ 150.00$ 22,350.00$ 53.00$ 24,592.00$ 45.00$ 20,880.00$ 60.00$ 27,840.00$ 0.85$ 118.15$ 2.00$ 278.00$ 1.02$ 141.78$ 5,550.00$ 5,550.00$ 7,500.00$ 7,500.00$ 765.00$ 765.00$ 5.50$ 836.00$ 5.00$ 760.00$ 3.25$ 494.00$ 11.00$ 22,858.00$ 2.00$ 4,156.00$ 4.10$ 8,519.80$ 0.45$ 14,348.70$ 0.18$ 5,739.48$ 0.41$ 13,073.26$ 0.90$ 9,135.00$ 0.30$ 3,045.00$ 0.82$ 8,323.00$ 0.45$ 966.60$ 0.20$ 429.60$ 0.41$ 880.68$ 3.90$ 495.30$ 0.50$ 63.50$ 3.55$ 450.85$ 4.40$ 2,644.40$ 4.50$ 2,704.50$ 4.05$ 2,434.05$ 3.10$ 7,588.80$ 1.50$ 3,672.00$ 2.85$ 6,976.80$ 2,649,704.95$ 2,781,963.93$ 2,797,730.47$ 6.80$ 2,502.40$ 8.00$ 2,944.00$ 12.50$ 4,600.00$ 45.00$ 3,690.00$ 47.00$ 3,854.00$ 60.00$ 4,920.00$ 64.00$ 5,312.00$ 105.00$ 8,715.00$ 67.50$ 5,602.50$ 11,504.40$ 15,513.00$ 15,122.50$ 2,661,209.35$ 2,797,476.93$ 2,812,852.97$ Page 4 April 17, 2020 Honorable Mayor and City Council City of Rosemount, Minnesota 2875 145th Street West Rosemount, MN 55068 Re: 2019 Street Improvement Project – Phase 2 City of Rosemount, Minnesota City Project No. 2019-01 TKDA Project No. 17414.000 Dear Mayor and City Council: On February 5, 2020, five bids for the referenced project were received. The lowest bid was submitted by McNamara Contracting, Inc. Listed below is a summary of the base bids received, and a complete Tabulation of Bids is enclosed for your information. Contractor Base Bid McNamara Contracting, Inc. $2,505,731.33 Minnesota Paving & Materials $2.578,393.29 Bituminous Roadways, Inc. $2,649,704.95 Northwest Asphalt $2,781,963.93 S.M. Hentges & Sons, Inc. $2,797,730.47 Engineer’s Estimate $2,713,194.30 Action Requested 1. Receive all bids submitted 2. Award the contract for the 2019 Street Improvement Project – Phase 2 to the lowest responsible bidder, McNamara Contracting, Inc., for the Total Bid of $2,505,731.33. Last summer this project was bid during a period where prices were rising. By waiting and re- bidding the work in 2020, bidding prices were reduced by approximately $300,000. Please do not hesitate to call me with any questions or comments you may have. Sincerely, Larry Poppler, PE Project Manager LPP:ksb April 16, 2020 Via Email Only: brian.erickson@ci.rosemount.mn.us stephanie.smith@ci.rosemount.mn.us Mr. Brian Erickson, PE Director of Public Works/City Engineer City of Rosemount 2875 145th Street West Rosemount, Minnesota 55068-4997 Re: Additional Engineering Services – Amendment No. 1 2019 Street Improvement Project, City Project 2019-01 TKDA Project No. 17414.000 Dear Mr. Erickson: Pursuant to our communications with you, we propose to provide Additional Engineering Services related to the division of this Project into two separate projects. This request will amend our original proposal dated December 20, 2018. Based on high bid pricing in 2019, the Project was divided into two separate projects with separate bidding, MNDOT approvals, and construction inspection. Work in 2019 was completed on Connemara and the balance of the project will be bid and constructed in 2020. Additional effort is needed for 2020 bidding process, MNDOT approvals, material testing, and 2020 construction inspection. The additional fees will not exceed $101,395 which results in a total Project not to exceed amount of $226,895. A supplemental Project Fee Estimate is attached. If you have any questions, please contact Larry Poppler at 651.292.4457 or larry.poppler@tkda.com. Sincerely, Lawrence P. Poppler, PE Douglas W. Fischer, PE Project Manager Vice President, Municipal Services LPP:DMP:ksb:jks ATTACHMENT: AMENDMENT FEE ESTIMATE ACCEPTED FOR THE CITY OF ROSEMOUNT, MINNESOTA By: ________________________________________________________________________________ (signature) Printed Name/Title Date Rosemount Street Improvement Details Original MSA anticipated mill and overlay project for Chippendale, Dodd, Connemara, 151st Street, Crestone, Cimarron, and Claret. Original TKDA Contract: $125,500 Based on high bids, project was rebid for work on Connemara, which added the following work tasks: 1. Re-bid activity and MNDOT repackage for approvals (DONE) 2. Connemara construction inspection activity in 2019 separate from rest of project. A total of 200 hours were used for construction on Connemara. (DONE) 3. Repackage plans / MNDOT review process / Rebid project (DONE) In February the project was rebid the remaining work for a 2020 construction project which includes reclamation of Dodd and part of Chippendale instead of a mill and overlay. This will add the following activities: 4. 2020 Construction Inspection separate from Connemara Inspection in 2019 including inspection for reclamation for Dodd and part of Chippendale instead of mill and overlay. The original contract included a set amount of 320 hours for inspection. Since Connemara was constructed separately and a portion of the project will be reclamation instead of mill and overlay, budgeting for 450 hours for 2020 work is appropriate. 5. AET has examined the plans and based on the proposed reclamation areas and concrete work anticipates a higher volume of trips for testing of the materials to meet MNDOT State Aid Standards. Current TKDA Expenditures: $122,495 Remaining Budget: $3,005 ($125,500-$122,495) Work Plan for 2020 work: $104,400 (see attached) Total Amendment #1: $101,395 ($104,400 - $3,005) • Includes revised 2020 AET work • Assumes inspection in 2020 assuming 450 hours Overall Construction costs estimated at $3.4 Million. Total engineering with amendments $226,895 ($125,500 + $101,395) or roughly 7% for both design and inspection. Project Fee Estimate City of Rosemount Date: 4/16/2020 2019 Street Reconstruction Project By:LPP Sr Reg Eng Reg Eng Reg Eng ES I Survey Tech II 188$ 124$ 105$ 83$ 119$ 73$ Sub 6 MnDOT State Aid Review Repackage and Submit State Aid Coordination 2 2 376$ SUBTOTAL HOURS 2 - - - - - 2 SUBTOTAL COST 376$ -$ -$ -$ -$ -$ 376$ Expenses: Travel & Subsistence (TS)22$ Subtotal 398$ Sub 7 Bidding Submit Advertisement for Bids 1 2 3 270$ Distribute Plans and Specifications to Bidders 2 2 146$ Maintain Plan Holder List 2 2 146$ Respond to Bidder's Questions; Issue Addenda 1 2 2 5 582$ Bid Opening and Tabulate Bids (@ Rosemount CH)2 1 2 5 605$ Prepare Contract Award Recommendation Letter 1 1 1 3 385$ SUBTOTAL HOURS 4 4 - 1 - 11 20 SUBTOTAL COST 752$ 496$ -$ 83$ -$ 803$ 2,134$ Expenses: Travel & Subsistence (TS)23$ Subtotal 2,157$ Sub 8 Assessment Roll Update Ownership of Property 4 4 292$ Update Assessment Roll 1 1 2 4 458$ SUBTOTAL HOURS 1 1 - - - 6 8 SUBTOTAL COST 188$ 124$ -$ -$ -$ 438$ 750$ Subtotal 750$ 3 Construction Construction Observation/Administration Sub 1 Construction Observation (450 Hours)40 450 490 54,770$ Sub 3 Staking of Pedestrian Ramp Areas (100 Hours)50 50 100 11,200$ Sub 4 Private Utility Coordination 2 2 4 586$ Sub 5 Contract Closeout 4 16 2 22 2,670$ SUBTOTAL HOURS 46 - 518 - 52 - 616 SUBTOTAL COST 8,648$ -$ 54,390$ -$ 6,188$ -$ 69,226$ Expenses: Travel & Subsistence (TS)1,117$ Survey Equipment Rental 320$ Sub 2 - Subconsultant (AET)27,612$ Subconsultant Mark-up 10%2,761$ Subtotal 101,036$ TOTAL HOURS 53 5 518 1 52 17 646 TOTAL LABOR COST 9,588$ 620$ 54,390$ 83$ 6,188$ 1,241$ 72,486$ TOTAL EXPENSES 31,855$ TOTAL PROJECT 104,341$ TOTAL (ROUNDED)104,400$ Total Dollars Estimated Person Hours Required Total Hours Project: Client: Task Task Description Billing Rate/Hr x Multiplier 550 Cleveland Avenue North | Saint Paul, MN 55114 Phone (651) 659-9001 | (800) 972-6364 | Fax (651) 659-1379 | www.amengtest.com | AA/EEO This document shall not be reproduced, except in full, without written approval from American Engineering Testing, Inc. CONSULTANTS · ENVIRONMENTAL · GEOTECHNICAL · MATERIALS · FORENSICS November 25, 2019 TKDA 444 Cedar Street, Suite 1500 Saint Paul, MN 55101 Attn: Mr. Larry Poppler, PE Larry.Poppler@tkda.com RE: Quality Assurance Testing Proposal 2020 Street Improvements S.A.P. 208-104-008, 208-107-006, 208-112-002, 208-139-001, 208-143-001, 208-144-001, & 208-145-001 TKDA Project Number 17414.000 Rosemount, Minnesota AET Proposal No. 20-22107 Rev. 1 Dear Mr. Poppler: Thank you for the opportunity to provide a proposal to perform testing services on the referenced project. This proposal has been prepared in response to your request by email on November 13, 2019. The proposal describes our understanding of the project, our anticipated scope of services, our unit rates, and an estimated total fee to perform these services. PROJECT INFORMATION The City of Rosemount (the City) will be performing a street improvements project during the 2020 construction season. The project area will include the following: • Chippendale Avenue from 160th Street West to 50 feet south of 145th Street W • Connemara Trail 800 feet north of Auburn Avenue to 745 feet south of Autumn Path • Dodd Boulevard from Shannon Parkway to Chippendale Avenue • 151st Street West from Shannon Parkway to Chippendale Avenue • Crestone Avenue from CR-42 to 151st Street West • Claret Avenue from CR-42 to 151st Street West • Cimarron Avenue from CR-42 to 151st Street West The project will be by state aid funds. Plans and Specifications were prepared by TKDA. For this project, we assume the 2019 State Aid for Local Transportation Schedule of Materials Control (2019 SALT SMC) will be used. We understand Construction Inspection and Contract Management of the project will be performed by TKDA. TKDA – 2020 Street Improvements; Rosemount, Minnesota AET Proposal No. 20-22107 Rev. 1 November 25, 2019 Page 2 of 5 The project includes aggregate base, full depth reclamation, mill and overlay, curb and gutter, valley gutter, concrete sidewalk and pedestrian ramps, and bituminous walk. GEOTECHNICAL INFORMATION A geotechnical exploration and analysis was performed for this project by AET. The results were presented in our Report of Geotechnical Exploration and Review, dated March 7, 2019 (AET Project No. 28-20132). In the report, the site soil profile is generalized as crushed limestone base overlying loamy sand. Reference should be made to that report for more details regarding site conditions and recommendations. PROJECT APPROACH During the construction improvements, AET will provide experienced MnDOT certified Engineering Technicians to perform sampling and material testing services in accordance to the 2019 SALT SMC and project specific testing requirements referenced in the project documents. For this project, Justin Staker will be AET’s contact. He can be reached at (651) 523-1265. We understand that the City or their authorized representative will contract with MnDOT Metro Inspections for bituminous and concrete plant monitoring. SCOPE OF SERVICES Based on our review of the available plans, our anticipated scope of services is outlined below. These services will be provided on a part-time, will-call basis coordinated through authorized TKDA field personnel. Soils Sampling and Testing The MnDOT Dynamic Cone Penetrometer will be used to verify compaction on the Class 5 Aggregate Base sections of the project following the MnDOT Penetration Index procedures in accordance with the 2019 SALT SMC. AET will perform the sampling of the Class 5 Aggregate Base materials and transport the samples to our St. Paul, Minnesota laboratory, if requested. TKDA personnel will update AET on the schedule of material placement, material sources (including changes in source), and changes in quantities. Full Depth Reclamation (FDR) Sampling and Testing AET will perform dynamic cone penetrometer (DCP) testing of the full depth reclamation materials generated on Chippendale Avenue and Dodd Boulevard with up to 2 gradations in the field. The frequency of these gradations for an FDR project are at the discretion of the Engineer. Moisture content testing and depth checks of the FDR material will be performed per the 2019 SALT SMC. TKDA – 2020 Street Improvements; Rosemount, Minnesota AET Proposal No. 20-22107 Rev. 1 November 25, 2019 Page 3 of 5 Bituminous Pavement Sampling and Testing As bituminous paving is being completed, AET personnel will pick-up companion samples provided by the contractor, during each day of paving, and transport the samples to our Saint Paul, Minnesota laboratory. Samples will be tested in our laboratory for MnDOT Gyratory Mix Properties as follows: • Gyratory Density (AASHTO T312) MnDOT Modified • Rice Specific Gravity (ASTM D2041) • Asphalt Extraction and Aggregate Gradation (ASTM D2172 Method E-11) MnDOT Modified C137 and C117 • Fine Aggregate Angularity (AASHTO T 304, Method A, MnDOT 1206.5) • Percent Crushed Particles (MnDOT 1214.8) AET has included time to use the MnDOT program to determine random core locations of bituminous based on information provided by TKDA personnel regarding tonnage (lot sizes) and pavement placement patterns. We assume TKDA personnel will mark the core locations in the field. This proposal does not incorporate the time and cost to mark the core locations. These services will be provided at your request. TKDA will coordinate the removal of both the contractor and companion cores with the contractor. After the completion of the coring, AET will retrieve companion core samples from the project contractor for laboratory testing. This testing will include the following: • The thickness of each layer of the core sample • The density of each layer of the core sample Concrete Testing During the placement of concrete, AET will perform field testing consisting of slump, air content, temperature of the plastic concrete, and casting of cylinders for compression testing. The 2019 SALT Schedule of Materials Control requires field testing for slump, air content, and temperature per every 100 cubic yards of each type of concrete placed each day. Compressive strength cylinders (1 set of 3 cylinders) are required once per every 300 cubic yards of each type of concrete placed each day; the cylinders will be retrieved the following day for curing and testing in our laboratory. The 3 cylinders are to be tested at 28-days. We are proposing to cast sets of 5 cylinders, with compressive strength testing as follows: 1 at 7 days, 3 at 28 days, and the 5th cylinder will be held in reserve for future testing if the 28-day strength requirement is not met. We have assumed TKDA personnel will be compiling the concrete batch tickets, certificates of compliance, and AET’s field test results of the plastic concrete, which we will provide each day we are on-site performing testing services. TKDA – 2020 Street Improvements; Rosemount, Minnesota AET Proposal No. 20-22107 Rev. 1 November 25, 2019 Page 4 of 5 Concrete and Bituminous Plant Inspection This proposal does not incorporate the time and cost to perform concrete or bituminous plant inspections. These services will be provided at your request. REPORTING AET staff will prepare reports for TKDA to review. These reports will include the results of our field and laboratory testing as performed per the 2019 SALT SMC and testing frequencies referenced in the project documents. Daily field reports will also be prepared. AET will also provide a roster of certified personnel performing testing on the project, as well as the completed IA report (if required). INDEPENDENT ASSURANCE AET staff will coordinate with the MnDOT office of Independent Assurance (IA) to schedule audits of AET field and laboratory staff performing sampling and testing for this project, if required. Through the MnDOT Tester Inventory form, we will ensure all AET staff providing services to this project meet the requirements set forth by IA. ESTIMATED FEES Our services will be provided on a unit cost basis according to the unit rates provided in the attached Fee Schedule Tabulations. Our invoices will be determined by multiplying the number of personnel hours or tests by their respective unit rates. The rates are from the annual fee schedule for 2020 projects. We have estimated a “minimum required estimate” for the project which estimates the tests needed to satisfy the requirements as defined in the SALT Schedule of Materials Control and the project documents. The “likely needed estimate” is the cost that we anticipate will be required to complete the previously described testing services, based on our experience and assumed scheduling of the project. Therefore, we propose a budget cost estimate using the “likely needed” estimate for the scope of services for the project as outlined in this proposal. Our “likely needed” estimated fee is $27,612.00. We refer you to the attached Materials Testing Estimate as reference to how we arrived at this estimated cost. We caution that this is only an estimated cost. Often, variations in the overall cost of the services occur due to reasons beyond our control, such as weather delays, changes in the contractor’s schedule, unforeseen conditions, or retesting. These variations will affect the actual invoice totals, either increasing or decreasing our total costs for the project from those estimated in this proposal. If more time or tests are required, additional fees may be needed to complete the project testing services. If less time or tests are needed, a cost savings will be realized. TERMS AND CONDITIONS Our services will be performed per the terms and conditions of the General Subcontract Agreement for Geotechnical Services dated March 27, 2006 between AET and TKDA. TKDA – 2020 Street Improvements; Rosemount, Minnesota AET Proposal No. 20-22107 Rev. 1 November 25, 2019 Page 5 of 5 ACCEPTANCE AET requests written acceptance of this proposal in the Proposal Acceptance box below, but the following actions shall constitute your acceptance of this proposal together with the Terms and Conditions: 1) issuing an authorizing purchase order for any of the Services described in this proposal, 2) authorizing AET’s presence on site, or 3) written or electronic notification for AET to proceed with any of the Services described in this proposal. Please indicate your acceptance of this proposal by signing below and returning a copy to us. When you accept this proposal, you represent that you are authorized to accept on behalf of the Client. GENERAL REMARKS AET appreciates the opportunity to provide this service for you and looks forward to working with you on this project. If you have any questions or need addition information, please contact me. Sincerely, American Engineering Testing, Inc. Prepared By: Justin L. Staker, P.E. Brian F. Arman Staff Engineer Senior Project Manager Phone: (651) 523-1265 Phone: (651) 647-2757 Email: jstaker@amengtest.com Email: barman@amengtest.com Attachments: Materials Testing Estimate AET PROPOSAL No. 20-22107 ACCEPTANCE AND AUTHORIZATION Signature: ________________________________ Date: ______________________ Typed/Printed Name: ___________________________________________________________ Company: ____________________________________________________________________ Rev. 1 Minimum Likely Minimum Likely 0 2 105.00 0.00 210.00 DCP (1/500 yd3)1 5 55.00 55.00 275.00 1 1 13.00 13.00 13.00 Bitumen Content (Engineer's discretion)225.00 0.00 0.00 Gradation (Engineer's discretion)0 2 105.00 0.00 210.00 Penetration Index DCP (1/3,000 yd2)5 10 55.00 275.00 550.00 2 2 13.00 26.00 26.00 Depth Check (1/day)1 2 50.00 50.00 100.00 Topsoil Borrow yd3 298.00 0.00 0.00 7 11 500.00 3500.00 5500.00 42 66 46.00 1932.00 3036.00 50 100 3.00 150.00 300.00 (note 4)50 100 22.00 1100.00 2200.00 10 15 75.00 750.00 1125.00 39 100 Subtotal =7,851.00 13,545.00 Notes: 1. Material quantity estimated from Statement of Estimated Quantities, standard conversions, and plans. 2. Number of "Likely" bituminous samples, cores, and trips assumes 11 days of paving (~1,000 tons of bituminous per day). Assumes testing of all companion cores and no longitudinal density cores. 3. 2019 SALT Schedule of Materials Control - Less than 500 tons (250 CY) may be accepted by the Engineer without testing. 4. Number of concrete testing trips is based on an average of 50 CY placed per day per our discussions with TKDA staff. More or less trips may be required depending on actual quantities placed per day. Unit Rate ($)Minimum Quantity Likely Quantity Minimum Cost Mile 0.75 1,560 1,680 1,170.00 Hour 90.00 100 106 9,000.00 Project Management Hour 135.00 22 24 2,970.00 Subtotal =13,140.00 Minimum Likely Estimate prepared by: Justin Staker 20,991.00 27,612.00 Topsoil Borrow Testing (Engineer's discretion) Full Depth Reclamation (FDR)yd2 14,593 6 13 208-144-001, & 208-145-001; Rosemount, Minnesota Aggregate Base Class 5 (recycled assumed)yd3 163 (note 3)2 5 Gradation (2 per lot, 1 lot ≤ 2,000 yd3) Moisture Content (1/1,000 yd3, 10 max) Materials Testing Estimate for 2020 Street Improvments ‒ 2019 SALT SMC Likely Cost Agency Testing & Frequency Plastic Concrete Testing (1 set of tests/100 yd3) -Included in hourly rate Cylinder Molds (5 cylinders/300 yd3) SAP 208-104-008, 208-107-006, 208-112-002, 208-139-001, 208-143-001, Cost ($)Cost per Test ($) MnDOT Gyratory Mix Properties (1/day/mix type) Concrete sample pick up from job site # of Tests Concrete Compressive Strength, Curing, & Handling 4x8 Cylinders Companion Core Density11 Concrete - Walk, Pedestrian Ramps, Curb & Gutter, Valley Gutter yd3 9,540.00 1,260.00 QuantityUnits 14,067.00 Technician Time Mileage Time and Mileage Material HoursTrips 3,267.00 22ton2,535 Moisture Content (1/10,000 yd3) 978 (note 1)60 Bituminous - SP WE/NW Total Cost Estimate = 20