DEPARTMENT: Transportation
FILE TYPE: Consent Action
TITLE
title
Authorization To Execute Contract With Bolton And Menk, Inc., And Execute Joint Powers Agreement With City Of Burnsville For Design Of Roundabout At County State Aid Highway 32 And Interstate 35W East Frontage Road In Burnsville, County Project 32-113
end
PURPOSE/ACTION REQUESTED
Authorize execution of a contract with Bolton and Menk, Inc., (BMI) for preliminary and final design consulting services for a roundabout at County State Aid Highway (CSAH) 32 and Interstate 35 West (I-35W) East Frontage Road in Burnsville, County Project (CP) 32-113. Execute a joint powers agreement (JPA) with the City of Burnsville to establish cost share and project responsibilities.
SUMMARY
To provide a safe and efficient transportation system, Dakota County and the City of Burnsville are proceeding with CP 32-113, consistent with the adopted Capital Improvement Program (CIP) and project development needs at the intersection of CSAH 32 and I-35W East Frontage Road in Burnsville.
County Project 32-113 will address roadway safety and mobility needs at the intersection of CSAH 32 and the I-35W East Frontage Road. The project will also address roadway design and pedestrian/bicyclist needs approximately 1,000 feet along CSAH 32 from I-35W to the Union Pacific Railroad (UPRR) crossing and approximately 800 feet along the I-35W East Frontage Road from CSAH 32 to the northern terminus just past 121st Street (Attachment: Project Location Map).
The project will replace the existing T-intersection with a roundabout at CSAH 32 (Cliff Road) and the I-35W East Frontage Road. It also includes pedestrian/bicyclist alternatives to improve connectivity with the Black Dog Trail. Planned improvements will address traffic safety and operations, close trail gaps, and improve connectivity between CSAH 32, the I-35W interchange, and adjacent land uses. Consultant services will include public engagement, environmental review/permits, traffic analysis, preliminary design, required technical reports, utility coordination, and final design (roadway, roundabout, and multi-use trails).
The project is currently planned for construction to bid in late 2027 and will require a contract for substantial planning and engineering work to meet current schedule goals.
A joint powers agreement (JPA) with the City of Burnsville is necessary to establish responsibilities and costs following the County’s current adopted policy. Dakota County is the lead agency.
Scope of Work and Issues to be Addressed. The scope of work for CP 32-113 includes public and agency coordination, traffic analysis, survey and data collection, pedestrian and bicyclist needs analysis, preliminary design alternatives for a roundabout and trail connection, stormwater systems design, utility coordination, right of way mapping, final engineering design, and environmental documentation approvals.
Consultant Selection. The Dakota County Transportation Department issued a Request for Proposal for comprehensive transportation project design services. Five proposals were received and evaluated by staff representing the County and the City of Burnsville. BMI 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. The proposal from BMI provided the most complete response to the services needed.
The review team selected BMI based on the detailed work plan provided in the firm’s proposal, which presented a strong understanding of the project’s key issues to be addressed and provided an integrated approach to delivering all tasks by a qualified team. The recommended proposal emphasized approaches to address the need for early coordination with stakeholders, combined with a thorough understanding of the constraints and required approval processes. The BMI proposal provided the best balancing of the tasks to be completed with the project-area issues and stakeholders to be addressed. The project issues will include coordination with the Minnesota Department of Transportation, Union Pacific Railroad, the City of Burnsville, and other agency representatives and stakeholders to confirm project support and approvals. The BMI proposal also most effectively addressed how project requirements can be anticipated and completed within the accelerated schedule.
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).
The consultants submitted cost proposals as follows:
Consultant Amount Hours Cost/Hour
BMI $418,518 2,630 $159.13
CBS Squared $554,403 3,321 $166.94
HDR $470,843 3,204 $146.95
SRF $498,330 3,279 $151.99
WSB $320,697 2,000 $160.35
RECOMMENDATION
recommendation
The County Engineer recommends executing a JPA with the City of Burnsville to establish cost participation and responsibilities and executing a contract with BMI for the professional design services for CP 32-113 for actual costs not to exceed $418,518.
end
EXPLANATION OF FISCAL/FTE IMPACTS
The 2025 Transportation CIP Adopted Budget includes an approved amount of $800,000 for design and right of way activities for CP 32-113. The County’s portion of the contract cost will be paid for with Transportation Advance Account (TAA) funds. The cost share for CP 32-113 consulting services is 70 percent County and 30 percent City of Burnsville.
☐ None ☒ Current budget ☐ Other
☐ Amendment Requested ☐ New FTE(s) requested
RESOLUTION
body
WHEREAS, to provide a safe and efficient transportation system, Dakota County, in partnership with the City of Burnsville, is proceeding with County Project (CP) 32-113; and
WHEREAS, CP 32-113 includes the preliminary and final engineering design of a roundabout at County State Aid Highway (CSAH) 32 and Interstate 35 West (I-35W) East Frontage Road in Burnsville; and
WHEREAS, the Transportation Department sent a Request for Proposal (RFP) to five qualified professional consultants; and
WHEREAS, the proposals received were evaluated by County and City staff; and
WHEREAS, the proposal from Bolton and Menk, Inc. (BMI) provided the best value costs with the most complete response to the RFP, including project details, and the most comprehensive cost for all the services needed; and
WHEREAS, the Adopted 2025-2029 Transportation Capital Improvement Program Budget includes sufficient funding for CP 32-113 engineering consulting services; and
WHEREAS, the County Engineer recommends execution of a contract with BMI for engineering consulting services for CP 32-113 for actual costs not to exceed $418,518; and
WHEREAS, the City’s staff concurs with this recommendation; and
WHEREAS, a joint powers agreement with the City of Burnsville is necessary to establish project responsibilities and cost share.
NOW, THEREFORE, BE IT RESOLVED, That the Dakota County Board of Commissioners hereby authorizes the Transportation Director to execute a contract with Bolton and Menk, Inc., to perform engineering consulting services for County Project 32-113 in an amount not to exceed $418,518, 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 joint powers agreement with the City of Burnsville, subject to approval by the County Attorney’s Office as to form.
end
PREVIOUS BOARD ACTION
23-424;9/26/23
ATTACHMENTS
Attachment: Project Location Map
Attachment: Consultant Evaluation Summary
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: Susan Wimberly