Title
A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A PROFESSIONAL SERVICES CONTRACT WITH DLZ OHIO, INC. FOR THE DESIGN OF THE DILLMAN DRIVE BRIDGE REPLACEMENT PROJECT (PID 119823).
Brief Description: Staff requested proposals and has selected a consultant for the design of the Project. The purpose of this request for proposal (RFP) was to solicit proposals from ODOT, pre-qualified professional design, engineering and surveying consultants (Consultant) for the analysis, engineering, and design of the Dillman Drive Bridge Replacement Project (PID 119823) and other miscellaneous design items as described in the RFP.
Body
Legislative History
22-157 Accept Federal Funds through ODOT’s Municipal Bridge Program for the Replacement of The Dillman Drive Bridge
Purpose & Explanation
The Dillman Drive bridge was most recently evaluated in 2021 with the bridge deck receiving a rating of 4 out of 10 (considered poor, due to spalling at underside of bridge) while the foundation was rated a 7 out of 10 (considered good, only minor issues).
In late, 2022, the City applied for and was awarded $529,029 in federal funds through the Ohio Department of Transportation’s (ODOT’s) Municipal Bridge Program for the replacement of the Dillman Drive Bridge. The project’s construction costs are split 5% City/95% state and the grant is eligible for construction costs only. The project will include the removal and replacement of the bridge deck only, as the foundations are rated in good condition. Any project costs over the grant amount of the responsibility of the City.
In September 2023, the City sent out a Request for Proposal to nine (9) ODOT pre-qualified civil engineering consulting firms for the design of the bridge improvements. The proposals were due on October 12, 2023. The City received four (4) formal proposals for the Project. The base fees for the Consultants are listed below:
DLZ Ohio Inc. $130,955
Burgess & Niple Inc. $133,231
GPD Group $162,706
Structurepoint $187,823
Following the review of the proposals and an interview with the top ranked consultants as to their ability to do the required work, along with their ODOT experience and understanding of the RFP, the City staff is recommending DLZ Inc. to perform the design of the Dillman Drive Bridge Replacement Project.
The negotiated base fee consulting services in the amount of $130,955 includes any needed survey, environmental review, preparation of preliminary engineering plans, public meetings with exhibits, utility and outside agency coordination, project specifications and cost estimating. Additional services in the amount of $14,588, above the base fee services noted above, include bid assistance services, shop drawing review and on-going services during construction.
As with other consulting proposals, staff is requesting a 10% contingency to handle any unforeseen issues that may arise during the design and investigation work on this project. The total design fee, with 10% Contingency is $160,097 (Base Fee ($130,955) + Additional Services ($14,588) + 10% Contingency ($14,554)). For any considerations above this requested amount the City staff would return to City Council for approval.
Design is anticipated to begin in December, and continue through August, 2024. The project would bid in the Fall, 2024. Due to long lead times for the new bridge’s beams, on-site construction would then take place in Spring/Summer, 2025.
Legal Authority for Proposed Legislation
Pursuant to Charter Section 6.04:
Competitively bid and advertised for three consecutive weeks; bid tab attached: [Yes/No/NA])
Joint or Cooperative Purchase Program
X Professional Services
Other [provide explanation]
Fiscal Impact
X Currently Budgeted (430 fund)
Supplemental Appropriation Required
Appropriation Not Required
Does this legislation require use of an emergency clause?
Yes
X No
Recommendation
Suggested Action
Staff recommends that City Council approve this Resolution authorizing the City Manager to award and enter into a contract with DLZ Ohio, Inc. for the design of the Dillman Drive Bridge Replacement in the amount not to exceed $160,097.30.
Submitted by,
Thomas J. Sheridan, City Manager
Bradley S. Kosco, PE, PS, City Engineer