Skip to main content
Dakota County Logo
File #: DC-3239    Version:
Type: Consent Action Status: Passed
File created: 3/12/2024 In control: Board of Commissioners
On agenda: 4/23/2024 Final action: 4/23/2024
Enactment date: 4/23/2024 Resolution #: 24-204
Title: Authorization To Execute Contract With SRF Consulting Group, Inc. For Professional Services To Design Interchange Improvements At County State Aid Highway 50 And Interstate 35 In City Of Lakeville And To Accept Local Road Improvement Program Grant Agreement Funds From Minnesota Department Of Transportation, County Project 50-33
Sponsors: Transportation
Attachments: 1. Project Location Map, 2. Consultant Evaluation Summary, 3. Financial Summary

DEPARTMENT: Physical Development Administration

FILE TYPE: Consent Action

 

TITLE

title

Authorization To Execute Contract With SRF Consulting Group, Inc. For Professional Services To Design Interchange Improvements At County State Aid Highway 50 And Interstate 35 In City Of Lakeville And To Accept Local Road Improvement Program Grant Agreement Funds From Minnesota Department Of Transportation, County Project 50-33

end

 

PURPOSE/ACTION REQUESTED

                     Authorize execution of a contract with SRF Consulting Group, Inc. (SRF), for preliminary design consulting services for interchange improvements at the junction of County State Aid Highway (CSAH) 50 and Interstate 35 (I-35), County Project (CP) 50-33 in the City of Lakeville.

                     Authorize acceptance of Local Road Improvement Program (LRIP) Grant Agreement Funds from the Minnesota Department of Transportation (MnDOT) to support the preliminary design contract.

 

SUMMARY

To provide a safe and efficient transportation system, Dakota County is proceeding with CP 50-33, consistent with the adopted Capital Improvement Program and project development needs at the major junction of I-35 and CSAH 50/CSAH 5 in City of Lakeville (CSAH 50). County Project 50-33 will address roadway safety and mobility needs on CSAH 50 and on I-35. The project is expected to require replacement of County and City roadway infrastructure and bridges in the interchange project area and will impact I-35 to a limited extent. The project is currently planned for 2027 construction and will require a contract for substantial planning and engineering work to meet current schedule goals.

 

In order to use State of Minnesota funding as previously authorized for Dakota County trunk highway projects, MnDOT requires a Dakota County Board Resolution to authorize execution of a project-specific LRIP Grant Agreement.

 

Scope of Work and Issues to be Addressed. The recommended contract will address preliminary engineering design for the project. The consultant services will include traffic engineering, preliminary engineering design, public involvement, utility coordination, environmental documentation, right-of-way mapping, and other tasks needed to support project approvals. Final engineering design is not included in the work scope. A primary objective is to deliver a process and schedule that addresses the requirements of the greenhouse gas emission limitations and mitigation, if necessary. This requires a geometric layout be submitted for review and approvals before February 1, 2025, as stated in Minn. Stat § 161.178 Transportation Greenhouse Gas Emissions Impact Assessment.

 

Consultant Selection. The Dakota County Transportation Department issued a Request for Proposal (RFP) for transportation project preliminary engineering design services. Five proposals were received and evaluated by staff representing the County, the City of Lakeville, and MnDOT. SRF Consulting Group, Inc., was selected as the preferred professional engineering consultant.

 

The proposals were evaluated to determine whether the project understanding, work plan, and staff qualifications were sufficient to complete all project requirements. The proposal from SRF was selected as the preferred professional engineering consultant based on the following criteria: project understanding, project approach, public involvement, project team expertise, quality control, performance on similar projects, and best-value cost. A Consultant Evaluation Summary detailing the proposal process, review team, evaluation criteria and results, and best-value cost evaluation is included (Attachment: Consultant Evaluation Summary).

 

Before the RFP process, County and City staff discussed anticipated project issues and contract funding with representatives of the five teams and with the City of Lakeville and MnDOT. Based on coordination with MnDOT and the planned LRIP Grant Agreement funding, the entirety of the Dakota County contract cost will be reimbursed by the State of Minnesota (Attachment: Financial Summary). The consultants submitted cost proposals as follows:

 

Consultant                                             Amount                                           Hours                                          Cost/Hour

WSB                                                               $1,735,361                                          11,101                     $156.32

Bolton & Menk                     $1,663,690                                          11,352                     $146.56

SRF                                                               $1,466,232                                            9,123                      $160.72

HDR                                                               $1,388,701                                            9,130                     $152.10

TKDA                                                                  $886,642                                            5,736                     $154.57

 

The proposals were evaluated to determine whether the work plan, hours, and rate structure were sufficient and reasonable to address the unique requirements of the project. The SRF proposal was considered the best value based on the firm’s project understanding and approach to the completing all requirements of the work plan. County, City, and MnDOT staff concluded that the SRF proposal was the most responsive and comprehensive in addressing project design objectives, stakeholder issues, critical deadlines, project approvals, and needed task efforts.

 

RECOMMENDATION

recommendation

The County Engineer recommends execution of a contract with SRF Consulting Group, Inc., for the professional design services for CP 50-33 for actual costs not to exceed $1,466,232 and further recommends acceptance of LRIP Grant Agreement Funds from MnDOT to support the contract.  

end

 

EXPLANATION OF FISCAL/FTE IMPACTS

The 2024 Transportation Capital Improvement Program (CIP) Adopted Budget includes an approved budget in the amount of $6,240,000, in part to cover the preliminary engineering contract for CP 50-33 (Attachment: Financial Summary). The planned LRIP Grant Agreement funds were awarded to Dakota County in a 2021 state appropriation will be applied under a reimbursable program and were included in the 2024 Adopted CIP. The LRIP Grant funds will thus be used to reimburse Dakota County for contract costs up to $1,466,232, preserving currently budgeted funds for future stages of project development.

 

  None              Current budget              Other        

  Amendment Requested                           New FTE(s) requested

 

RESOLUTION

body

WHEREAS, to provide a safe and efficient transportation system, Dakota County is proceeding with County Project (CP) 50-33; and

 

WHEREAS, CP 50-33 includes the preliminary engineering design of improvements at the interchange of County State Aid Highway 50 (CSAH 50) and Interstate 35 (I-35) in Lakeville; and

 

WHEREAS, the Transportation Department sent a Request for Proposal (RFP) to qualified professional consultants; and

 

WHEREAS, the five proposals received were evaluated by County, City, and Minnesota Department of Transportation (MnDOT) staff; and

 

WHEREAS, the proposal from SRF Consulting Group, Inc. provided the best value costs for the proposed preliminary design contract and accounted for all the services needed; and

 

WHEREAS, the Adopted 2024 Transportation Capital Improvement Program Budget includes sufficient funding for CP 50-33 preliminary engineering consulting services; and

 

WHEREAS, the County Engineer recommends execution of a contract with SRF Consulting Group, Inc. for engineering consulting services for CP 50-33 for actual costs not to exceed $1,466,232; and

 

WHEREAS, City and MnDOT staff concur with this recommendation; and

 

WHEREAS, MnDOT has authorized Dakota County to advance the Project using Local Road Improvement Program (LRIP) Grant funds, which will reimburse Dakota County for the contract costs; and

 

WHEREAS, MnDOT has established a Grant Agreement number and a State Aid Project number for the project; and

 

WHEREAS, the amount of the LRIP grant funding available has been determined to be sufficient to cover the entire preliminary engineering design contract, and

 

WHEREAS, MnDOT requires a Dakota County Board Resolution to fully authorize execution of the LRIP Grant Agreement.

 

NOW, THEREFORE, BE IT RESOLVED, That the Dakota County Board of Commissioners hereby authorizes the Physical Development Director to execute a contract with SRF Consulting Group, Inc. to perform engineering consulting services for County Project 50-33 in an amount not to exceed $1,466,232, subject to approval by the County Attorney’s Office as to form; and

 

BE IT FURTHER RESOLVED, That the Dakota County Board of Commissioners hereby authorizes the County Engineer/Transportation Division Director to execute the grant agreement and any amendments thereto with the Commissioner of Transportation concerning the above-referenced grant up to the amount of the contract, $1,466,232; and

 

BE IT FURTHER RESOLVED, That the Dakota County Board of Commissioners hereby

Agrees to the terms and conditions of the grant consistent with Minnesota Statutes, section 174.52, and will pay additional amount by which the cost exceeds the estimate and will return to the Local Road Improvement Program Fund any amount appropriated for the project but not required.

end

 

PREVIOUS BOARD ACTION

None.

 

ATTACHMENTS

Attachment: Project Location Map

Attachment: Consultant Evaluation Summary

Attachment: Financial Summary

 

BOARD GOALS

   A Great Place to Live                                          A Healthy Environment     

   A Successful Place for Business and Jobs         Excellence in Public Service

 

CONTACT

Department Head: Erin Laberee

Author: Doug Abere