DEPARTMENT: Transportation
FILE TYPE: Consent Action
TITLE
title
Authorization To Award Bid And Execute Construction Contract With McNamara Contracting, Inc., And Execute Contract With SRF Consulting Group, Inc. For Construction Administration Services For Pedestrian Crossing Safety Improvements In Eagan And West St. Paul, County Project 97-217
end
PURPOSE/ACTION REQUESTED
The purpose of this action is to award bid and authorize execution of a construction contract with McNamara Contracting, Inc., and also authorize execution of a contract with SRF Consulting Group, Inc. (SRF) to administer construction-related activities, including administration, inspection, and survey services for pedestrian crossing improvements in Eagan and West St. Paul, County Project (CP) 97-217 (Attachment: Project Location Map).
SUMMARY
To promote a safe and efficient transportation system, Dakota County is proceeding with County Project (CP) 97-217. The project includes pedestrian improvements at three locations: two locations in Eagan and one location in West St. Paul. The purpose of the project is to improve safety at these crossing locations by shortening pedestrian crossings and adding signage to improve drivers’ attention to crossing and pedestrian activity. Construction is planned to start in summer of 2024 and be substantially complete by December 2024.
County Project 97-217 construction bids were received and tabulated on July 2, 2024.
Five bidders submitted bids as follows:
Bid Name Total Amount
McNamara Contracting Inc. $386,905.00
New Look Contracting Inc. $418,510.50
Park Construction Company $443,126.25
JL Theis Inc. $505,506.50
Urban Companies LLC $571,174.40
Engineer’s Estimate $246,431.08
The lowest responsive and responsible bid for CP 97-217 is $386,905.00 from McNamara Contracting Inc., which is 57 percent over the engineer’s estimate of $246,431.08. Staff has reviewed the bids and determined that the bid was competitive at the time of bidding.
By Resolution No. 23-207 (May 23, 2023), the County Board authorized a contract with SRF Consulting Group, Inc. for construction administration services not to exceed the amount of $49,040.50 for CP 97-217. This contract (Contract #C0035928.1) expired on October 1, 2023, due to challenges in finalizing the plans for construction.
County staff is preparing for the project to be constructed in 2024. County construction staff is unavailable to administer the construction contract due to 2024 construction season project workload; therefore, staff requested SRF Consulting Group, Inc. to provide a revised proposal for the required construction administration services for the project. SRF Consulting Group, Inc. was the project consultant for preliminary and final design, therefore, staff has determined that their proposal is reasonable and provides the best transition from design to construction. SRF Consulting Group, Inc. would also be able to address any design revisions needed for final plan approvals.
SRF Consulting Group Inc. prepared an updated construction administration proposal based on the scope of work provided by the County in the amount of $51,714.00 (Attachment: SRF Construction Admin Proposal). There were also some additional design services needed to revise the final plans to prepare for construction included in the SRF final proposal in the amount of $18,712. The total proposal amount is $70,426.00. A construction administration contract is necessary to complete CP 97-217 construction in 2024 due to County staff construction season workloads. Sufficient funding is available for the contract.
RECOMMENDATION
recommendation
Staff recommends awarding the bid and authorizing execution of a construction contract with McNamara Contracting, Inc. in the amount of $386,905.00.
Staff also recommends authorizing a contract with SRF Consulting Group, Inc. for construction administration and design services in the amount of $70,426.00.
end
EXPLANATION OF FISCAL/FTE IMPACTS
The adopted 2024 Transportation Capital Improvement Program Budget includes $625,000 for construction in 2024 including carryover from previous years for design, right of way acquisition, construction, and construction administration. There is currently $505,050.79 of funding remaining, which is sufficient funding for the contracts.
☐ 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 Dakota County Project (CP) 97-217; and
WHEREAS, CP 97-217 will construct pedestrian improvements at three locations, two in Eagan and one in West St. Paul; and
WHEREAS, the purpose and need for the project is to improve pedestrian safety at various intersections; and
WHEREAS, to address the purpose and need for the project, safety will be improved by shortening pedestrian crossings and adding signing to improve driver attention to crossing and pedestrian activity; and
WHEREAS, the County is the lead agency for the project; and
WHEREAS, construction is scheduled to begin in summer of 2024; and
WHEREAS, the 2024 Transportation Capital Improvement Program (CIP) Adopted Budget includes a total budget of $625,000 for CP 97-217, including carryover from previous years for design, right of way acquisition, construction, and construction administration; and
WHEREAS, pursuant to advertisement, five bids were received for CP 97-217 on July 2, 2024; and
WHEREAS, McNamara Contracting, Inc.’s bid in the amount of $386,905.00 was the lowest responsive and responsible bid received; and
WHEREAS, the 2024 CIP Adopted Budget includes sufficient funds for the Project; and
WHEREAS, staff recommends awarding the bid to McNamara Contracting, Inc.; and
WHEREAS, construction administration services are needed to complete construction in 2024; and
WHEREAS, By Resolution No. 23-207 (May 23, 2023), the County Board authorized a contract with SRF Consulting Group, Inc. for construction administration services not to exceed the amount of $49,040.50 for CP 97-217; and
WHEREAS, the previous contract with SRF Consulting Group, Inc. for construction administration services (Contract #C0035928.1) expired on October 1, 2023, due to challenges in finalizing the plans for construction; and
WHEREAS, SRF Consulting Group, Inc. was the project consultant for preliminary and final design, therefore, staff has determined that their proposal is reasonable and provides the best transition from design to construction; and
WHEREAS, staff requested SRF Consulting Group, Inc. provide a revised construction administration services proposal because County construction staff is unavailable due to the 2024 construction workload; and
WHEREAS, the cost of SRF Consulting Group, Inc. revised proposal to provide construction administration and final design services for CP 97-217 is $70,426.00; and
WHEREAS, the adopted 2024 CIP Adopted Budget includes sufficient funds for the construction administration services contract; and
WHEREAS, County staff recommends execution of a contract with SRF Consulting Group, Inc. for construction administration and design services for CP 97-217 in the amount of $70,426.00.
NOW, THEREFORE, BE IT RESOLVED, That the Dakota County Board of Commissioners hereby awards the bid to and authorizes the Physical Development Director to execute the contract with McNamara Contracting, Inc. for County Project 97-217 in the amount of $386,905.00 based on their low bid, 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 the contract with SRF Consulting Group, Inc. to perform construction administration and design services for County Project 97-217 in an amount not to exceed $70,426.00, subject to approval by the County Attorney’s office as to form.
end
PREVIOUS BOARD ACTION
23-207; 3/28/23
ATTACHMENTS
Attachment: Project Location Map
Attachment: SRF Construction Admin Proposal
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: Hassan Hussein