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, 18-179, 21-56

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 must follow the approved process for consultant selection. The City Engineering Department negotiated the fee with the consultant over the last several months and established a base fee of $276,948 for this design.

The major fee elements for the study and design are as follows:

Element                     Fee

Study Phase                     $53,329.00

Topo Surveying & Base Mapping                      $18,073.00

Detailed Road & Bridge Design                     $14,923.00

Environmental Study & Permits                     $23,435.00

Geotechnical Study                     $19,343.00

Right-of-Way Plans                     $22,959.00

Proj. Manage, Util. Coordination & Submittals                     $24,453.00

Sub Total                     $276,948.00

10% Contingency                     $27,694.80

Total                     $304,642.80

As with other professional services contracts we are requesting a 10% contingency to handle any minor changes in the scope of services that may occur during the course of the plan development.  For this contract, the 10% amount would be $27,964.80.  For considerations in excess to this amount, we will return to the City Council for any additional funds necessary to correct or adjust the situation.

As the City is responsible for 100% of the design and environmental fees, the City spoke with ODOT regarding typical fee percentages as it relates to construction.  Based on the information provided, they have awarded recent fees for this type of work at approximately 20%-25% of the total construction cost.  The 20% design fee is within the estimated construction cost.

The construction and right-of-way cost funding are split 80%/20% (Federal/City).  The current maximum Federal funding is $977,400 which is based upon a total construction cost estimate of $1,221,750. This City is responsible for 20% of the ODOT approved construction items within the project limits.  Sidewalks, resurfacing, or other improvements outside the project limits, and any construction overruns, may be 100% City funded.

Timing Considerations

The design will begin once the contract is approved by City Council.  The anticipated schedule for the completion of the construction of the improvements is 2020.

Fiscal Impact

                     X                      Currently Budgeted ($350,000-430 fund)

                           Supplemental Appropriation Required

                       Appropriation Not Required.

 

Recommendation

 

Suggested Action

Staff recommends that City Council approve the recommended resolution authorizing the City Manager to enter into a contract with Burgess & Niple, Inc. for the design of the Ingleside Drive Bridge Replacement Project.  The total amount including the contingency would be $304,642.80.  City staff is also requesting that an emergency clause be added to the legislation in order to protect the welfare and safety of the public.

Submitted by,

Jane Howington, City Manager
Thomas J. Sheridan, PE, PS, Assistant City Manager - Professional Services
Bradley S. Kosco, PE, PS, City Engineer