HomeMy WebLinkAboutItem 06.eJune 1, 2011
Item No.
JUNE 6, 2011 CITY COUNCIL AGENDA ITEM
APPROVE PLANS AND SPECIFICATIONS AND SET BID DATE
Safe Routes to School
City Improvement Project 08 -09
Proposed Action
Staff recommends adoption of the following motion: Motion to approve the final Plans and
Specifications and the Notice to Bidders with a bid date set for June 28 2011, at 2:00
p.m. for Safe Routes to School, City Project 08 -09.
Overview
Safe Routes to School is a program created through the federal transportation bill
designed to improve the condition and quality of bicycling and walking to school. The City
applied for and was granted a grant in the amount of $175,000. This included $143,000
for construction, $3,000 for education and enforcement, and $29,000 for engineering.
On August 16 2010, the Council approved the Agency Agreements allowing MnDOT to
act as the City's agent in accepting federal aid in connection with the Safe Routes to
School improvements. Per these agreements City Staff has completed plans and
specifications for trail /sidewalk improvements at Cherry View Elementary School, Century
Middle School, McGuire Middle School, J.F. Kennedy Elementary School & Oak Hills
Elementary School within ISD 194 as well as Parkview Elementary School within ISD 196
and North Trail Elementary School within ISD 192. A push button activated advanced
warning flashing pedestrian crossing system will also be installed at the intersection of
175 Street and Highview Avenue. On May 27 2011 the City received authorization of
the project from the FHWA and was authorized to proceed towards bidding.
Attached is a resolution approving the final Plans and Specifications and the Notice to
Bidders. Advertisement will occur in the Construction Bulletin on June 6th and 20th and in
the Dakota County Tribune on June 2nd.
Primary Issues to Consider
The approved grant allocated $143,000 towards construction costs based on cost
estimates completed in 2008, any bid amount over $143,000 will be required to be paid
with local funds.
Supporting Information
• Notice • :idders
• Engin- °r's Esti mi
A
eit H
te
Nelson, City Engineer
Financial Impact: Budgeted: Y/N Source:
Related Documents (CIP, ERP, etc.):
1 Notes:
WHEREAS, the Engineering Department prepared Plans and Specifications for Safe
Routes to School, City Improvement Project 08 -09;
WHEREAS, the City has received authorization of the project from the FHWA and
is authorized to proceed towards bidding;
NOW, THEREFORE, LET IT BE RESOLVED by the City Council of the City
Lakeville, Minnesota•
That the Plans and Specifications for Improvement Project No. 08 -09 are hereby approved
by the City Council of the City of Lakeville, Minnesota.
BE IT FURTHER RESOLVED, that bids will be advertised as required and opened
at 2:00 p.m. on Tuesday, June 28 2011, at City Hall, 20195 Holyoke Avenue, Lakeville,
Minnesota.
ATTEST:
RESOLUTION APPROVING PLANS AND SPECIFICATIONS
AND SET BID DATE
Safe Routes to School
City Improvement Project 08 -09
Charlene Friedges, City Clerk
CITY OF LAKEVILLE
RESOLUTION NO.
APPROVED AND ADOPTED this 6th day of June, 2011.
By:
CITY OF LAKEVILLE
Mark Bellows, Mayor
QUANTITY! UNIT
ITEM
720
CY
Common Excavation
105
CY
Select Granular Borrow
8,165
SF
4" Concrete Walk
15,815
SF
2.5" Bituminous Walk
1
SYS
Flashing Beacon System
700
SY
Sodding Type Lawn
NOTICE TO BIDDERS
SAFE ROUTES TO SCHOOL
CITY OF LAKEVILLE, MINNESOTA
CITY PROJECT NO. 08 -09
S.P. NO. 188 -591 -002
MINNESOTA PROJECT NO. SRTS1910 (164)
OWNER...The City of Lakeville, Minnesota, hereby gives notice that sealed bids will be received for the
construction of City Project No. 08 -09, S.P. No. 188 - 591 -002, and Minnesota Project No. SRTS1910
(164).
TIME...Sealed bids will be received until 2:00 p.m., Local Time, on Tuesday, June 28 2011, in the
office of the City Clerk, 20195 Holyoke Avenue, Lakeville, Minnesota 55044.
PROJECT DESCRIPTION...The work of this project involves the reconditioning of Holyoke Avenue
and Highview Avenue. The following is a list of approximate quantities for principal construction items:
BIDDING DOCUMENTS...The Bidding Documents are on file for inspection at the office of the City
Engineer, 20195 Holyoke Avenue, Lakeville, Minnesota 55044. Copies of the Bidding Documents may
be obtained from the office of the City Engineer. A $50.00 payment for each set of Bidding Documents
is required. There will be no refund on the deposits.
BID SECURITY...Bid security in the amount of not less than 5% of the Bid shall accompany each Bid
in accordance with the Instruction to Bidders.
CONTRACT SECURITY...The Bidder to whom a Contract is awarded shall be required to furnish both
a Performance Bond and a Payment Bond acceptable to OWNER for 100% of the Contract Price for
each of the above Bonds, in accordance with the requirements of the Contract Documents.
BID REJECTION /ACCEPTANCE... The OWNER reserves the right to reject any and all Bids, waive
any informalities in bidding or to accept the Bid or Bids, which best serve the interests of the OWNER.
BID WITHDRAWAL...No bid shall be withdrawn for a period of 60 days after the scheduled opening
of the Bids without the consent of the OWNER.
Published by the authority of the City of Lakeville, Minnesota.
By:
Date:
Published in the Construction Bulletin on June 6 & June 20 2011
Published in the Dakota County Tribune on June 2n 2011
Charlene Friedges, City Clerk
NOTICE TO BIDDERS
Minimum wage rates to be paid by the Contractors have been predetermined and are subject to the
Work Hours Act of 1962, P.L. 87 -581 and implementing regulations.
READ CAREFULLY THE WAGE SCALES AND DIVISION A OF THE SPECIAL
PROVISIONS AS THEY AFFECT THIS /THESE PROJECT /PROJECTS
The Minnesota Department of Transportation hereby notifies all bidders:
in accordance with Tide VI of the Civil Rights Act of 1964 (Act), as amended and Title 49, Code of
Federal Regulations, Subtitle A Part 21, Non - discrimination in Federally- assisted programs of the
Department of Transportation, it will affirmatively assure that in any contract entered into pursuant to
this advertisement, disadvantaged business enterprises will be afforded maximum opportunity to
participate and /or to submit bids in response to this invitation, and will not be discriminated against on
the grounds of race, color, disability, age, religion, sex or national origin in consideration for an award;
in accordance with Title VI of the Civil Rights Act of 1964 as amended, and Title 23, Code of Federal
Regulations, Part 230 Subpart A -Equal Employment Opportunity on Federal and Federal -Aid
Construction Contracts (including supportive services), it will affirmatively assure increased participation
of minority groups and disadvantaged persons and women in all phases of the highway construction
industry, and that on any project constructed pursuant to this advertisement equal employment
opportunity will be provided to all persons without regard to their race, color, disability, age, religion,
sex or national origin;
in accordance with the Minnesota Human Rights Act, Minnesota Statute 363A.08 Unfair discriminatory
Practices, it will affirmatively assure that on any project constructed pursuant to this advertisement
equal employment opportunity will be offered to all persons without regard to race, color, creed,
religion, national origin, sex, marital status, status with regard to public assistance, membership or
activity in a local commission, disability, sexual orientation, or age; in accordance with the Minnesota
Human Rights Act, Minnesota Statute 363A.36 Certificates of Compliance for Public Contracts, and
363A.37 Rules for Certificates of Compliance, it will assure that appropriate parties to any contract
entered into pursuant to this advertisement possess valid Certificates of Compliance.
If you are not a current holder of a compliance certificate issued by the Minnesota Department of
Human Rights and intend to bid on any job in this advertisement you must contact the Department of
Human Rights immediately for assistance in obtaining a certificate.
The following notice from the Minnesota Department of Human Rights applies to all contractors:
"It is hereby agreed between the parties that Minnesota Statute, section 363A.36 and Minnesota Rules,
parts 5000.3400 to 5000.3600 are incorporated into any contract between these parties based on this
specification or any modification of it. A copy of Minnesota Statute 363A.36 and Minnesota Rules, parts
5000.3400 to 5000.3600 is available upon request from the contracting agency."
"It is hereby agreed between the parties that this agency will require affirmative action requirements
be met by contractors in relation to Minnesota Statute 363A.36 and Minnesota Rules 5000.3600. Failure
by a contractor to implement an affirmative action plan or make a good faith effort shall result in
revocation of its certificate or revocation of the contract (Minnesota Statute 363A.36, Subd. 2 and 3)."
2104.501/
REMOVE SEWER PIPE (STORM)
L
F
10
$ 10.00
$ 100.00
2104.501/
REMOVE CURB AND GUTTER
L
F
117
$ 10.00
$ 1,170.00
2104.503/
REMOVE CONCRETE WALK
S
F
245
$ 5.00
$ 1225.00
2104.505/
REMOVE BITUMINOUS PAVEMENT
S Y
78
$ 5.00
$ 390.00
2104.509/
REMOVE PIPE APRON
EACH
1
$ 250.00
$ 250.00
2104.509/
REMOVE DRAINAGE STRUCTURE
EACH
1
$ 750.00
$ 750.00
2104.523/
SALVAGE SIGN TYPE C
EACH
2
$ 55.00
$ 110.00
2105.501/
COMMON EXCAVATION
C Y
720
$ 6.00
$ 4,320.00
2105.522/
SELECT GRANULAR BORROW (CV)
C Y
105
$ 43.00 I
$ 4,515.00
2211.501/
AGGREGATE BASE CLASS 5
TON
745
$ 25.00
$ 18.625.00
2502.521/
12" RC PIPE DRAIN CLASS V
L F
25
$ 50.00
$ 1.250.00
2503.602/
CONNECT TO EXISTING STORM SEWER
EACH
1
5 1,200.00
$ 1,200.00
2506.502/
CONST DRAINAGE STRUCTURE DESIGN SPECIAL
EACH
1
$ 2,300.00
$ 2,300.00
2506.522/
ADJUST FRAME & RING CASTING
EACH
1
$ 500.00
$ 500.00
2521.501/
4" CONCRETE WALK
S F
8165
$ 3.15
$ 25,719.75
2521.511/
2.5" BITUMINOUS WALK
S F
15815
$ 2.00
$ 31,630.00
2531.501/
CONCRETE CURB & GUTTER DESIGN B618
L F
117
$ 22.00
$ 2.574.00
2531.602/
PEDESTRIAN CURB RAMP
EACH
8
I $ 800.00
I $ 6.400.00
2540.602/
BICYCLE RACK
EACH
3
$ 1,200.00
I $ 3,600.00
2545.523!
2" NON - METALLIC CONDUIT
L F
225
$ 3.50
$ 787.50
2545.523!
2" NON - METALLIC COND (DIRECTIONAL BORE)
L F
200
$ 10.50
$ 2.100.00
2545.553/
HANDHOLE
EACH
7
$ 635.00
$ 4.445.00
2563.601/
TRAFFIC CONTROL
LS
1
$ 5,000.00
$ 5,000.00
2564.537/
INSTALL SIGN TYPE C
1 EACH
9
$ 120.00
$ 1,080.00
2565.616!
FLASHING BEACON SYSTEM
SYS
1
$ 19,000.00
I $ 19,000.00
2573.502/
SILT FENCE, TYPE PREASSEMBLED
L F
1570
$ 2.00
$ 3,140.00
2573.530/
STORM DRAIN INLET PROTECTION
EACH
2
$ 400.00
5 800.00
2575.505/
SODDING TYPE LAWN
S Y
700
$ 6.50
5 4,550.00
2575.555!
TURF ESTABLISHMENT
LS
1
$ 1,500.00
$ 1,500.00
2582.502/
24" SOLID LINE WHITE -PAINT
L F
58
$ 2.00
$ 116.00
2582.503/
CROSSWALK MARKING -PAINT
S F
378
$ 2.00
$ 756.00
ITEM NO.
ITEM DESCRIPTION
ENGINEER'S ESTIMATE
CITY OF LAKEVILLE SRTS SAP 188 -591 -002 MINN PROJ NO. SRTS 1910 (164)
CITY OF LAKEVILLE 3-11-11
UNIT
QTY.
PRICE
EXTENSION
TOTAL $ 149,903.25