HomeMy WebLinkAboutItem 06.iDate: 4 June 2012 Item No.
estop
Public
RESOLUTION ACCEPTING BIDS AND AWARDING CONTRACT FOR
TRANSPORTAION SAFETY IMPROVEMENTS PROJECT 12 -11 TO
SAFETY SIGNS, INC.
Proposed Action
Staff recommends adoption of the following motion: Move to accept bids and award the
contract for City Improvement Project No. 12 -11 to Safety Signs, Inc. with a bid in the
amount of $42,400.00.
Overview
Project 12 -11 implements safety improvements at two locations in Lakeville, the first is
to install a push- button activated pedestrian flasher system at the crosswalk on Ipava
Avenue near Century Middle School. The second is the installation of two driver
feedback signs on Flagstaff Avenue between CSAH 46 and Dodd Boulevard.
The improvements at the pedestrian crosswalk on Ipava Avenue are intended to
increase the visibility of the crosswalk to motorists traveling north and south on Ipava
Avenue and provide notification to motorists when pedestrians are using the crosswalk.
The installation of driver feedback signs in both the north and south bound lanes of
Flagstaff Avenue are intended to notify drivers of their speed as they travel along
Flagstaff Avenue. This traffic calming technique is proven to reduce overall speeds.
Separate from this bid, traffic lanes are being narrowed along Flagstaff Avenue as
another method to reduce speeds in this area.
The City solicited and received bids between $42,400.00 and $49,900.00 from three
contractors for the installation of these traffic safety improvements. The lowest
responsible bidder was Safety Signs, Inc. in the amount of $42,200.00.
Primary Issues to Consider
• Is this project necessary? The installation of driver feedback signs is in direct
response to resident concerns about the speed of traffic along Flagstaff Avenue.
The installation of a push- button activated pedestrian flasher system on Ipava
Avenue is required to improve the safety of pedestrians using the crosswalk.
Supporting Information
• A revised Pavement Management budget, the bid tabulation, and a letter of
rec ndati m the consulting engineer, WSB & Associates, Inc. is attached.
J. Petree
orks Director
Financial Impact: $42,400.00
Related Documents (CIP, ERP, etc.):
Notes:
Budgeted: Yes Source: 5347.6280
Capital Improvement Plan — Pavement Management
DATED this 4 day of June 2012.
ATTEST:
Charlene Friedges, City Clerk
CITY OF LAKEVILLE
RESOLUTION NO.
RESOLUTION ACCEPTING BIDS AND AWARDING CONTRACT FOR
TRANSPORTAION SAFETY IMPROVEMENTS PROJECT 12 -11 TO
SAFETY SIGNS, INC.
WHEREAS, the City of Lakeville received sealed bids on Friday, May 25, 2012
for transportation safety improvements on Ipava Avenue at Century Middle School and
along Flagstaff Avenue between CSAH 46 and Dodd Boulevard, City Improvement
Project No. 12 -11, and
WHEREAS, the lowest responsible bid was from Safety Signs, Inc.
NOW, THEREFORE, LET IT BE RESOLVED by the City Council of the City of
Lakeville, Minnesota:
That the City Council hereby accepts the bids and awards the contract to the lowest
responsible bidder that meets all the bid requirements, Safety Signs, Inc., with a base
bid in the amount of $42,400.00. The construction is proposed to be completed as
specified in the contract documents.
CITY OF LAKEVILLE
Mark Bellows, Mayor
2012 CIP Pavement Management Budget
2012 PM Budget
Project- Maintenance & Overlays Amount
Crack Seal $104,000
Seal Coat $208,000
Patching & Minor Overlays $537,000
Park Parking Lots $41,146
Parking Lot Work Plan $23,858
Velocity Patching $50,000
Concrete Curb, Sidewalk & Draintile $25,000
Pavement Management Asset Support $20,000
Guardrail $12,000
Overlays $509,990
2012 Budgeted Amount $1,530,994
2012 PM Revised Budget -March 2012
Project- Maintenance & Overlays Amount
Crack Seal $15,000
Seal Coat $175,000
Patching & Minor Overlays $537,000
Park Parking Lots $41,146
Parking Lot Work Plan $23,858
Velocity Patching $88,000
Safety Improvements $86,500
Concrete Curb, Sidewalk & Draintile $25,000
Pavement Management Asset Support $17,500
Guardrail $12,000
Overlays $509,990
2012 Revised Budgeted Amount $1,530,994
2012 Safety Improvements
Flagstaff DFB's & Lane Narrowing $22,000
Ipava Crosswalk $36,700
Interlachen /CSAH 46 Intersection Improvements $12,150
CSAH 50/9 Intersection Improvements $11,250
Indirect Costs & Contigency $4,400
Total $86,500
WSB
:1.ccciuh•s. Engineering • Planning • Environmental ■ Construction 701 Xenia Avenue South
/nr.
Suite 300
Minneapolis, MN 55416
Tel: 763 541 -4800
Fax: 763 541 -1700
May 30, 2012
Honorable Mayor and City Council
City of Lakeville
20195 Holyoke Avenue
Lakeville, MN 55044
Re: 2012 Transportation Safety Improvements
City Project No. 12 -11
City of Lakeville, MN
WSB Project No. 1715 -950
Dear Mayor and Council Members:
Bids were received for the above - referenced project on Friday, May 25, 2012, and were opened
and read aloud. Three bids were received. The bids were checked for mathematical accuracy
and tabulated. Please find enclosed the bid tabulation indicating the low bidder as Safety Signs,
Inc., Lakeville, MN, with a bid in the amount of $42,400.00.
We recommend that the City Council consider these bids and award a contract for the Base Bid
in the amount of $42,400 to Safety Signs, Inc., based on the results of the bids received.
Sincerely,
WSB & Associates, Inc.
iwecim cA 44(1/4_,
Monica Heil, PE
Project Manager
Enclosure
cc: Chris Petree, City of Lakeville
Sean Delmore, WSB & Associates, Inc.
Mary Schwartz, WSB & Associates, Inc.
ti: 10/ H5U'.4dininlfmraru Admiral R RF.C'.11,1111T\= lrmra.rlor.
BID TABULATION SUMMARY
PROJECT:
2012 Transportation Safety Improvements
City Project No. 12 -11
LOCATION:
City of Lakeville, MN
WSB PROJECT NO.
1715 -95
BIDS OPENED:
Friday, May 25, 2012, 10:00 a.m.
1 Safety Signs, Inc.
2 Killmer Electric Company, Inc.
3 Electrical Installation & Maintenance
Contractor
Denotes corrected figure
Bid Security Addendums
(5%) Received
Engineer's Opinion of Cost $45,652.01
I hereby certify that this is a true and correct tabulation of the bids as received on May 25, 2012.
X
X
X
Monica Heil, PE, Project Manager
Grand Total Bid
N/A $42,400.00
N/A $48,260.80
N/A $49,900.00
C: 1 U$ erslmheillAppDafalLocallMicroso ft1WindowslTemporary Internet Fil es1Confent .OutlooktBILFJZY911715 -95 Bid Tab Summary
WITNESSETH:
CONTRACT FOR CONSTRUCTION
THIS AGREEMENT, made and entered into as of the Fourth day of June, 2012, by and between the City
of Lakeville, a municipal corporation under the laws of the State of Minnesota, hereinafter called the
"Owner ", and Safety Signs, Inc., hereinafter called the "Contractor ".
That in consideration of their mutual covenants and agreements as hereinafter set forth, the Owner for
itself and the Contractor for itself, its successors, and assigns, covenants and agrees as follows, to wit:
1. The Contractor agrees to furnish all the necessary materials, Tabor, use of tools, equipment, plant
and every other thing necessary to perform the work designated and referred to in this Contract,
including all Contractor's superintendence, and to furnish everything necessary for the completion
of the improvement which is the subject of this Contract (except such things as the Owner has
specifically agreed to provide, according to the Contract Documents); and agrees under penalty
of a public contractor's corporate surety bond in the amount of Forty -Two Thousand Four
Hundred and 00/100 Dollars ($42,400.00) to perform and complete the work shown in the plans
and drawings, entitled "2012 Transportation Safety Improvements," prepared by WSB &
Associates, Inc. and dated April 25, 2012, and to conform in all respects with the provisions and
requirements of the General Conditions, Supplementary General Conditions and Specifications
for said improvement, which is entitled "2012 Transportation Safety Improvements," for the Owner
prepared by WSB & Associates, Inc., dated April 25, 2012.
2. The Contractor agrees that performance shall be in accordance with the terms, requirements and
conditions of this instrument, and laws of the State of Minnesota, and the following documents.
ADVERTISEMENT FOR BIDS for said 2012 Transportation Safety Improvements for the Owner.
PROPOSAL by the Contractor, presented to the Council of the Owner on May 25, 2012, and
accepted by the Owner on June 4, 2012.
CONTRACT DOCUMENTS for said 2012 Transportation Safety Improvements dated April 25,
2012, referred to in the preceding paragraph of this Agreement and made a part of the
aforementioned proposal.
PLANS AND DRAWINGS for said 2012 Transportation Safety Improvements as identified in a
preceding paragraph of this Contract and which are dated April 25, 2012.
ANY ADDENDA to the plans, drawings, general conditions and specifications for said 2012
Transportation Safety Improvements which addenda were prepared by WSB & Associates, Inc.
PUBLIC CONTRACTOR'S SURETY BOND in the principal sum of the amount bid.
Each and all of the aforementioned Contract Documents are hereby incorporated into this
Contract by specific reference and the terms and provisions thereof are and constitute a part of
this Contract as though attached hereto or fully set forth herein.
3. The Owner agrees to pay the Contractor for the performance of this Contract and the Contractor
agrees to accept in full compensation therefor, the sums set forth within the aforementioned
proposal of the Contractor for each unit and each type of unit of work to be performed. It is
understood and agreed that the said proposal is for the construction of said 2012 Transportation
Safety Improvements on a unit price basis in accordance with the said proposal, and that sum of
$42,400.00 as set out in said proposal, is the sum of the unit prices, multiplied by the estimated
quantities of the respective units of work listed therein.
2012 TRANSPORTATION SAFETY IMPROVEMENTS
CITY OF LAKEVILLE PROJECT NO. 12 -11
WSB PROJECT NO. 1715 -950
CFC
IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals as of the day and
year first above written.
CONTRACTOR CITY OF LAKEVILLE, MN
By
By
(Corporate Seal)
2012 TRANSPORTATION SAFETY IMPROVEMENTS
CITY OF LAKEVILLE PROJECT NO. 12 -11
WSB PROJECT NO. 1715 -950
Mayor
Clerk
(City Seal)
By
Authorized Official
CFC