Hudson logo
File #: 18-71    Version: 1 Name:
Type: Resolution Status: Passed
File created: 5/8/2018 In control: City Council
On agenda: 5/15/2018 Final action: 5/15/2018
Title: A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH BURGESS & NIPLE INC. FOR ENGINEERING DESIGN SERVICES FOR THE INGLESIDE DRIVE BRIDGE REPLACEMENT PROJECT (PID 107018); AND DECLARING AN EMERGENCY. Executive Summary: The existing bridge on Ingleside Drive is in poor condition and rated structurally deficient. The City applied for and was awarded federal funds through the Municipal Bridge Program for the replacement of the Ingleside Drive Bridge.
Sponsors: David A. Basil
Attachments: 1. Resolution No. 18-71
Related files: 21-55, 21-11, 21-10, 17-104, 21-56, 18-179
Title
A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH BURGESS & NIPLE INC. FOR ENGINEERING DESIGN SERVICES FOR THE INGLESIDE DRIVE BRIDGE REPLACEMENT PROJECT (PID 107018); AND DECLARING AN EMERGENCY.
Executive Summary: The existing bridge on Ingleside Drive is in poor condition and rated structurally deficient. The City applied for and was awarded federal funds through the Municipal Bridge Program for the replacement of the Ingleside Drive Bridge.
Body
Legislative History
17-104: Authorization to accept Federal Funding through the Municipal Bridge Program for the replacement of Ingleside Drive bridge.
Purpose & Explanation
The study and design of the Ingleside Drive Bridge Replacement Project will include both a study phase and detailed design phase. The study phase of the design will include evaluation of various bridge structure types including constructability, durability, maintenance requirements, hydraulic study, environmental and right-of-way impacts, utility impacts and estimated construction costs. The final design of the project will include field survey, geotechnical study, design road and bridge design, environmental permitting, geotechnical study and right-of-way plan development.

A request for design qualifications for this project was publicly advertised and the City had nine (9) engineering design firms submit proposals including:

MS Consultants Inc. Burgess & Niple Inc. Euthenics Inc.
Hull & Associates Trasher Group Inc. JMT Inc.
AECom Mott McDonald Arcadis
OHM Advisors Pennoni Rettew

After a thorough evaluation of the qualifications and proposals, Burgess & Niple Inc. was selected to submit a fee proposal. This process, or quality based selection (QBS), is the approved method of consultant selection by the Ohio Department of Transportation (ODOT). ODOT is the administrator of the federal funds being utilized for right of way and construction of this project. To be eligible for the federal funds the City m...

Click here for full text