DEPARTMENT: Transportation
FILE TYPE: Consent Action
TITLE
title
Authorization To Award Bid And Execute Contract With OMG Midwest, Incorporated, dba Minnesota Paving & Materials, Amend Consultant Design Contract With Alliant Engineering, Incorporated, Authorize Direct Purchase Of Signal Steel From Millerbernd Manufacturing Company, LLC, And Amend 2025 Adopted Budget For County State Aid Highway 43 In Eagan, County Project 43-55
end
PURPOSE/ACTION REQUESTED
• Authorize to award and execute contract with OMG Midwest, Incorporated, dba Minnesota Paving & Materials, to provide general contractor services for County State Aid Highway (CSAH) 43 from CSAH 32 to Wescott Road, County Project (CP) 43-55 in Eagan.
• Authorize the execution of a second contract amendment with Alliant Engineering, Incorporated, for preliminary engineering services of CSAH 43 from CSAH 32 to Wescott Road, CP 43-55 in Eagan.
• Authorize the County Manager, or their designee, to execute a contract with Millerbernd Manufacturing Company, LLC, for traffic signal steel for the intersection of CSAH 43 and CSAH 30 within CP 43-55 in Eagan.
• Authorize an amendment to the 2025 Capital Improvement Program (CIP) Adopted Budget for the construction of CSAH 43 from CSAH 32 to Wescott Road, CP 43-55 in Eagan.
SUMMARY
To provide a safe and efficient transportation system for all users, Dakota County (County) is proceeding with CP 43-55, the CSAH 43 roadway lane reduction and bicycle and pedestrian crossing improvements project in Eagan. County Project 43-55 will make improvements to CSAH 43 by reducing the number of through lanes on the roadway, while still providing enhancements to multimodal travel. The lane reduction will be part of a larger rehabilitation and improvement project on CSAH 43, between CSAH 32 and Wescott Road. It includes milling and overlaying CSAH 43, conducting an Americans with Disabilities Act (ADA) review, resurfacing the majority of the multimodal trails on both sides of CSAH 43, and constructing an enhanced pedestrian crossing area near Northview Park Road and Patrick Eagan Park. The project also involves reconstructing the aging traffic signal at CSAH 30, which has reached the end of its service life. CSAH 43 is a significant corridor for Dakota County and the neighboring communities and serves as one of the main north-south roadways for the city of Eagan.
Construction Contract Award
Design documents were prepared by the Alliant Engineering, Incorporated, team in consultation with staff. Dakota County advertised a Request for Bids on May 2, 2025. On May 27, 2025, five qualified bids were received as follows:
Bidder Total Amount
OMG Midwest, Incorporated $2,856,760.28
Valley Paving, Incorporated $2,880,552.55
Bituminous Roadways, Incorporated $2,891,595.05
McNamara Contracting, Incorporated $2,965,754.75
Park Construction Company $3,154,070.75
Staff has reviewed the bids and determined that OMG Midwest, Incorporated, dba Minnesota Paving & Materials, has submitted the lowest responsive and responsible bid of $2,856,760.28. The lowest bid is approximately 19.8 percent lower than the engineer’s estimate of $3,560,726.20 for CP 28-76.
Consultant Contract Amendment Request
By Resolution No. 23-587 (December 19, 2023), the County Board authorized the execution of a contract for $264,520 with Alliant Engineering, Incorporated, for preliminary and final design services for CP 43-55. By Resolution No. 24-518 (October 29, 2024), the County Board authorized the execution of a contract amendment for $110,500 with Alliant Engineering, Incorporated, for preliminary analysis and engineering of design services for CP 43-55. The first amendment included additional scope to address preliminary feedback gathered during the initial round of public engagement. Feedback included concerns regarding operations and safety at the Northview Park Road intersection and concerns about multimodal crossing safety along the corridor.
The second amendment is being requested for additional out-of-scope services based on a change in intersection design after 60 percent plans were submitted. County staff gave direction to update the lane configuration at the CSAH 43 and CSAH 30 signal to maintain the lane reduction with two through lanes through the intersection and include additional multimodal crossing enhancements. Up to that point, the County was directing the consultant to design a lane configuration with four through lanes through the intersection. The change in direction was initiated by County staff after deeper coordination with County traffic staff, City staff, and additional engineering support from Alliant Engineering, Incorporated. Additionally, the original scope included final design of one enhanced multimodal crossing. Through additional analysis, the County increased the scope of the project to include design of two additional enhanced crossing locations.
The additional work includes:
Task 1: Project Management
This task includes additional coordination to accomplish out-of-scope work.
Associated Fees/Expenses: $1,880.00
Task 2: Public Engagement
This task includes additional work to update public engagement documents for changes.
Associated Fees/Expenses: $600.00
Task 4: Traffic Analysis
The County requested additional traffic analysis to support the decision to change the lane configuration. This request required additional effort for updates to various technical reports and analysis findings.
Associated Fees/Expenses: $3,655.00
Task 8: Preliminary and Final Design
The County requested updated designs to change the lane configuration at the CSAH 43 and CSAH 30 intersection. The County also increased the scope of the project to include design of two additional enhanced crossing locations. Both of these design changes occurred after 60 percent plans were submitted. This request required additional effort for updates to the plans.
Associated Fees/Expenses: $32,060.00
The total amendment for preliminary engineering totals $38,195.00, bringing the amended contract total to $413,215.00, which represents an increase of 10.2 percent of the total engineering costs. The County and City will be responsible for the amendment request amount based on the cost participation policy laid out in the Joint Power Agreement (JPA) for the project. A more detailed description of all tasks associated with the negotiated scope increase is provided by Alliant Engineering, Incorporated (Attachment: Amendment 2 Memorandum).
Direct Purchase of Signal Steel
Due to the delay of the bid advertisement caused by project changes and extended lead time for ordering steel, Dakota County staff recommends the direct procurement of the steel materials for the signal replacement at CSAH 43 and CSAH 30. Current steel lead times are quoted at 14 to 16 weeks from final ordering. With traditional procurement through the low-bid contractor, this puts the project at risk for non-completion in the summer of 2025, based on appropriate temperatures for concrete pours at the end of the construction season in September and October. With the County’s direct procurement of steel, there is a two-to-four-week savings on schedule and more control over the ordering timeline. This would greatly reduce the risk of late steel delivery, which would delay the completion of the construction till the 2026 construction season.
Quotes were solicited from three companies on May 27th. Arocosa Traffic Structures was non-responsive to the solicitation and does not have a local office. Mlazgar Associates declined the offer to give a quote. They gave the reason that they are not currently manufacturing the type of pole specified for the project. Millerbernd Manufacturing Company submitted a quote on May 30th for $108,596.00. The quote is approximately 29.7 percent lower than the engineer’s estimate of $154,425.81 for CP 43-55.
Budget Amendment Request
An amendment is requested to the 2025 CIP Adopted Budget to increase construction budgets for CP 43-55 that reflect increased enhancements for the corridor. These additional project elements include additional consulting services to respond to public engagement concerns, more robust ADA compliance for the multi-use trail maintenance, additional multimodal enhancements, drainage repairs, and higher quantities than anticipated for the project.
RECOMMENDATION
recommendation
Staff recommends the following actions:
• Awarding the construction bid to OMG Midwest, Incorporated, dba Minnesota Paving & Materials, in an amount not to exceed $2,856,760.28.
• Executing a contract amendment with Alliant Engineering, Incorporated, in the amount of $38,195.00, increasing the total amount to $413,215.00 for CP 43-55.
• Authorization to execute a contract with Millerbrend Manufacturing Company for signal steel procurement for the amount of $108,596.00.
• Amending the 2025 Transportation CIP Adopted Budget for CP 43-55.
end
EXPLANATION OF FISCAL/FTE IMPACTS
The 2025 CIP budget includes $1,800,000.00 for CP 43-55 construction. A budget amendment of $1,721,100 is requested to construct CP 43-55.
☐ 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) 43-55; and
WHEREAS, CP 43-55 is for preliminary and final engineering of improvements to County State Aid Highway (CSAH) 43 in Eagan from CSAH 32 to Wescott Road; and
WHEREAS, Dakota County is the lead agency for CP 43-55, with construction scheduled to begin in summer 2025 following authorization of a budget amendment and execution of a construction contract; and
WHEREAS, five competitive bids were received for CP 43-55 on May 27, 2025; and
WHEREAS, OMG Midwest, Incorporated, dba Minnesota Paving & Materials submitted the low bid of $2,856,760.28 for CP 43-55; and
WHEREAS, staff has reviewed the qualifications of the bidder and recommends award to OMG Midwest, Incorporated, dba Minnesota Paving & Materials, as the lowest responsive and responsible bidder in an amount not to exceed $2,856,760.28; and
WHEREAS, by Resolution No. 23-587 (December 19, 2023), the County executed a contract with Alliant Engineering, Incorporated, for preliminary and final design engineering consulting services for an amount not to exceed $264,520; and
WHEREAS, by Resolution No. 24-518 (October 29, 2024), the County executed a contract amendment with Alliant Engineering, Incorporated, for preliminary and final design engineering consulting services for an amount not to exceed $110,500; and
WHEREAS, County staff recognizes that the proposed additional tasks are necessary for the success of the project and recommends their completion; and
WHEREAS, staff negotiated a second amendment amount of $38,195.00 with Alliant Engineering, Incorporated, bringing the total contract not to exceed amount to $413,215.00 to complete the work; and
WHEREAS, direct purchase of the traffic signal steel greatly increases the likelihood of completing construction for CP 43-55 in the fall of 2025; and
WHEREAS, Dakota County solicited quotes from three vendors on May 27, 2025; and
WHEREAS, one vendor was non-responsive, one vendor declined to quote, and Millerbernd Manufacturing Company submitted a quote that fulfilled the project requirements on May 30, 2025; and
WHEREAS, staff has reviewed the proposed costs and determined that they reflect the fair market value of the traffic signal steel; and
WHEREAS, the total cost of the proposed contract with Millerbernd Manufacturing Company is quoted to be $108,596.00; and
WHEREAS, a budget amendment is needed for the execution of a construction contract.
NOW, THEREFORE, BE IT RESOLVED, That the Dakota County Board of Commissioners hereby authorizes its Transportation Director to execute a contract with OMG Midwest, Incorporated, dba Minnesota Paving & Materials in an amount not to exceed $2,856,760.28 for County Project 43-55, 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 Physical Development Director to execute a second amendment to the contract with Alliant Engineering, Incorporated, for additional services necessary for County Project 43-55 in an amount not to exceed $38,195.00, resulting in a total amended contract not to exceed $413,215.00, 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 Manager, or their designee, to execute a contract with Millerbernd Manufacturing Company for the procurement of signal steel in the amount not to exceed $108,596.00 for County Project 43-55, subject to approval by the County Attorney’s Office as to form; and
BE IT FURTHER RESOLVED, That the 2025 Capital Improvement Program budget is hereby amended as follows:
Expense
CP 43-55 $1,721,100
Total Expense $1,721,100
Revenue
CP 43-55 (CSAH) $1,721,100
Total Revenue $1,721,100
end
PREVIOUS BOARD ACTION
23-587; 12/19/23
24-518; 10/29/24
ATTACHMENTS
Attachment: Project Location Map
Attachment: Amendment 2 Memorandum
BOARD GOALS
☐ Thriving People ☐ A Healthy Environment with Quality Natural Resources
☒ A Successful Place for Business and Jobs ☐ Excellence in Public Service
CONTACT
Department Head: Erin Laberee
Author: Keelee Roggenbuck