File #: ID-98-17    Version: 1 Name:
Type: Resolution Status: Agenda Ready
File created: 2/10/2017 In control: City Council
On agenda: 3/7/2017 Final action:
Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BRIGHTON, COLORADO, FINDING GOOD CAUSE TO WAIVE THE FORMAL BID PROCESS FOR THE BRIDGE AND I-76 IMPROVEMENTS; FINDING THAT THERE IS SUFFICIENT JUSTIFICATION TO DESIGNATE ATKINS NORTH AMERICA, INC. AS A SINGLE SOURCE SUPPLIER FOR THE BROMLEY LANE ROUNDABOUT DESIGN SERVICES PROJECT #90750; ACCEPTING THE FAIR AND REASONABLE PROPOSAL OF ATKINS NORTH AMERICA, INC.; AND AWARDING THE CONTRACT FOR THE BRIDGE AND I-76 IMPROVEMENTS TO BROMLEY LANE ROUNDABOUT DESIGN SERVICES, IN AN AMOUNT NOT TO EXCEED ONE HUNDRED FORTY THOUSAND FORTY THREE DOLLARS AND SEVENTY FIVE CENTS ($140,043.75), TO ATKINS NORTH AMERICA, INC.; AND AUTHORIZING THE MAYOR TO SIGN THE CONTRACT ON BEHALF OF THE CITY AND THE CITY CLERK TO ATTEST THERETO
Attachments: 1. 17-017 Resolution, 2. 17-017 Single Source Justification for Project 90750, 3. Projet Cost Worksheet Attachment A, 4. Work Elements Attachment B, 5. 17-017 Sketch of Project - Bridge and 1-76 Improvements to Bromley Lane Roundabout

 

Body

Department of Finance - Division of Procurement & Contracts

Reference:    Award of Single Source for Bridge and 1-76 Improvements to Bromley Lane Roundabout Design Services Project #90750

 

 

To:                                                               Mayor Richard N. McLean and Members of City Council

 

Through:                                          Clint Blackhurst, Acting City Manager

 

Prepared By:                                          Pam Roeding, Procurement & Contracts                      Manager

 

Through:                     Chontel Trujillo, Assistant City Manager Operations, Kimberly Dall, Streets and Fleet Interim Director

 

Cc:                     Dan Frelund, Finance Director

                                                                                    

Date Prepared:                     February 13, 2017

 

PURPOSE

The Finance department is requesting City Council approval of Atkins America, Inc. as a Single Source supplier for the Bridge and 1-76 Improvements to Bromley Lane Roundabout Design Services. 

Municipal Code Section 3-8-120 - Waiver permitted for bidding procedures, “For good cause shown, the City Manager may waive the formal bid procedure provided for herein for contracts greater than twenty-five thousand dollars ($25,000.00) up to fifty thousand dollars ($50,000.00), and the City Council may waive the formal bid procedure for contracts greater than fifty thousand dollars ($50,000.00).

Municipal Code Section 3-8-10 defines a “Single Source Procurement” as “a contract for the procurement of material, supplies, equipment and /or services entered into after soliciting and negotiating only one source, necessitated usually because of the technology required or uniqueness of the material, supplies, equipment and/or service provided.”

BACKGROUND/HISTORY

The current configuration consists of a single lane roundabout at the Bromley Lane and I-76 West Frontage Road located about 500 feet west of the westbound I-76 ramp junction intersection. Current traffic demand during the peak hour’s results in long queues and delays for the eastbound Bromley Lane approach to the roundabout.

 

A solution to this bottleneck condition is to widen eastbound Bromley Lane starting at the roundabout and up to the westbound I-76 ramp junction intersection.  This would result in the development of two eastbound lanes through the roundabout up to the ramp junction intersection, and also allowing for a double right turn movement onto the ramp.

 

The design for improvements would include:

                     Widening approximately 20 ft. (12 ft lane, 4 ft shoulder, guardrail) on Bromley Lane just east of the roundabout.

o                     Add a lane, shoulder and guardrail from the roundabout to the entrance ramp to SB I-76 and extend the lane down the ramp (to create 2 lanes) and taper it to merge into the existing ramp.

o                     Widen southbound on-ramp with concrete and potentially replace the southbound ramp concrete, if it is determined to be in need of replacement.

                     The drainage culvert at the bottom of the slope will need to be extended and may result in impacts to existing wetlands. The culvert extension will likely need a headwall and wingwalls.

o                     To determine potential wetland impacts from the project, a wetland delineation will be performed within the construction footprint. The results of the delineation, including a discussion of impacts and mitigation will be documented in a CDOT Wetland Finding Report.

o                     Permitting and mitigation design are not included but may be requested if determined to be necessary.

o                     It is likely a Categorical Exclusion (CDOT Form 128) will need to be completed, but will only include resource analyses for wetlands, threatened/endangered species, and cultural resources.

o                     Coordination with the Corp. of Engineers will be possible if wetlands are determined to be jurisdictional.

                     A Minor Interchange Modification Request (MIMR) is anticipated requiring coordination and approval with FHWA and CDOT.

                     Modify or eliminate the eastbound approach splitter island to the frontage road to accommodate a second entry lane. This may result in minimal if any impact on the existing curb & gutter in the southwest quadrant, paying particular attention to the electric transformer and other utilities in that quadrant.

                     Remove 6 inch curb (lip) on the inside concrete apron of the roundabout and replace with a tapered apron to 1-2 inch curb at the edge of the circulating lane of the roundabout. Approximately 6-8 ft. of concrete apron replacement.

                     Add appropriate signing and striping, as one lane will be a right only onto the entrance ramp and the other lane will be an option lane, to go straight (over the bridge) or turn right (onto the ramp).

                     There is no permanent ROW anticipated to be acquired, only construction easements.

                     Construction support is requested to cover any design issues that may arise during construction.

                     See sketch on following page

 

The completed Justification for Sole Source or Single Source Acquisition form is attached to provide validation that the waiver of the formal bid process will be in the best interest of the City and to award the project to Atkins North America, Inc.as a Single Source provider.

FINANCIAL IMPACT

Sufficient funding was approved in the 2017 budget for the Bridge and 1-76 Improvements to Bromley Lane Roundabout Design Services Project.  The proposal from Atkins North America, Inc. is within the budgeted amount.

 

STAFF RECOMMENDATION

The Finance Department, in working with the Streets and Fleet Department and completing the review and evaluation of this proposal, the recommendation is to award to this firm having the requisite expertise and experience to perform the required services of Atkins North America, Inc. in the amount of a total not to exceed One Hundred Forty Thousand Forty Three Dollars and Seventy Five Cents ($140,043.75). 

 

Atkins North America, Inc. is in good standing with the State of Colorado.

OPTIONS FOR COUNCIL CONSIDERATION

Ø                     Approval as presented 

Ø                     Reject

Ø                     Require formal solicitations

 

Attachments:

Ø                     Resolution

Ø                     Justification for Sole Source or Single Source Acquisition

Ø                     Project Cost Worksheet (attachment A)

Ø                     Work Elements (attachment B)

Ø                     Sketch of Project