Loading...
HomeMy WebLinkAboutAECOM/Cooper D Wells Bridge CITY OF OSHKOSH LEGAL DEPARTMENT 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920)236-5115 FAX(920)236-5106 LETTER OF TRANSMITTAL To: AECOM Date: August 21, 2012 558 N. Main Street Project: Cooper D. Wells Bridge Oshkosh, WI 54901 From: Carol Marchant, Admin. Ass istant Re: Amendment to Proposal Attn: Jeremy Thomas Please find: ® Attached El Under Separate Cover ❑ Copy of Letter ❑ Agreement ® Amendment ❑ Report ❑ Agenda El Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk El Other Quantity Description 1 Signed Amendment— Cooper D. Wells Bridge These are being transmitted as indicated below: ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Signed: (..(aJSGet cc: City Clerk (original) Parks Dept. (copy) City Attorney(copy) e= AECOM 920.235.0270 tel 558 North Main Street 920.235.0321 fax Oshkosh,Wisconsin 54901 August 15, 2012 Mr. Raymond Maurer Director of Parks City of Oshkosh 805 Witzel Ave. PO Box 1130 Oshkosh,WI 54903-1130 Subject: Amendment to Proposal Dated April 5,2012 for Preparation of Bidding Documents, Bidding Assistance,and Construction Management Services for the Cooper D.Wells Bridge on Pratt Trail, Oshkosh,Wisconsin—AECOM Project Number 60265904 Dear Mr. Maurer, AECOM Technical Services, Inc. (AECOM) presents this amendment for professional engineering services involved with preparation of bidding documents, bidding assistant, and construction management services for the Cooper D.Wells Bridge on Pratt Trail, Oshkosh, Wisconsin. This proposal presents our understanding of the project, our proposed scope, and fee estimate. Project Understanding The Cooper D.Wells Bridge is a three-span masonry arch structure that was built in 1921. The bridge is located in the south portion of Menominee Park, and spans over the connection between the pond in the zoo and the ponds which connect to Lake Winnebago. The span of the bridge over water measures approximately 50 feet. The bridge is 34 feet wide, with a 10 foot roadway lane and a 5 foot wide sidewalk on each side of the bridge. There are four curved wing walls, one at each of the four corners of the bridge. All four wing walls have similar dimensions and are constructed of unreinforced stone masonry. Each wing wall acts as a gravity retaining wall. Refer to Figures S1 and S3 contained in Attachment 4 for the typical as-constructed dimensions of the wing walls. The four wing walls show signs of deterioration, with the northeast wing wall being in, by far, the worst condition. The condition of the northeast wing wall has reportedly worsened substantially over the past few years. The main focus of initial scope of work was the northeast wing wall. The partial reconstruction option (option 2) was selected by the City. This option will be the basis of our proposed scope of work for this amendment. In addition, an alternate bid will be obtained to complete some routine maintenance on the balance of the bridge. This document includes proprietary data that shall not be duplicated,used or disclosed outside City of Oshkosh for any purpose other than to evaluate this document.This restriction does not limit City of Oshkosh's right to use information contained in this document if it is obtained from another source without restriction. Amendment 1 Pratt Trail Proposal.docx AECOM 2 Scope of Services The following briefly describes our proposed scope of services to prepare construction-level documents and obtain bids. Task A Site Survey and Base Map AECOM will compile available GIS information and surrounding site information to develop a site base map. A topographic survey of the bridge, abutment side slopes and street approach on both sides will be performed in order to identify all known surface or subsurface features on the site. The intent of this task is to develop a site map, and develop subsurface cross sections sufficient for final design and structure layout decisions. The survey will include the following: • Survey locations of existing structures, above-ground utilities, above-ground evidence of underground utilities, manholes, catch basins, power poles, light poles, edges of pavement, fences, and other pertinent features. • Measure ground elevations on a random grid pattern to provide accuracy necessary to generate 1-foot contours and with sufficient detail for engineering site design. • Establish two vertical benchmarks within or near the project area for future use. Deliverables: AECOM will prepare a drawing in AutoCAD and Civil 3 D format to an appropriate scale to include the following: • Legend • North Arrow • Date of survey and drawing. • Pertinent site features measured in the field. • 1-foot contours and representative spot grades. Assumptions • Drawings will be prepared in AutoCAD format. • AECOM takes no responsibility for any underground structures or buried materials such as foundations, wells, septic, holding tanks, utilities, hazardous materials, or any other items of which no evidence can be found on the surface by a reasonable inspection. AECOM will not enter any buildings on or off the site. Entry into manhole structures requires confined space entry certification and is not included in this proposal. • The drawings will be prepared in accordance with the drafting and design standards established by AECOM, which reflect common engineering practice. Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. K:\PROPOSAL\City of Oshkosh\Pratt Trail Bridge\Amendment 11Amendment 1 Pratt Trail Proposal.docx AECOM 3 Task B Construction Documents This proposal assumes one plan set and project manual will be prepared to represent all construction work. To prepare the construction documents, AECOM will: • Prepare a final plan set and project manual suitable for bidding. The project manual will contain the bidding and contract requirements, utilizing the City's standard documents. • Prepare opinions of probable cost for each review set and the final documents. • Notice of Intent(NOI) and Chapter 30 code reviews indicate the project will disturb less than 1 acre and and/or less than 30,000 SF. Therefore an NOI and Chapter 30 will not be prepared nor transmitted to WDNR. We will attempt to obtain concurrence from WDNR that no permits are required. Deliverables: PDF copies of the plan set and project manual for City Review. Opinions of probable cost. Task C Bid Administration • Attend a pre-bid conference, • Distribute plans and project manuals to interested bidders. We assume the City will advertise for bids. • Answer bidder's questions and issue addenda(if needed), • Attend the bid opening, and assist with recommending a contractor. Deliverables: A Plan Set and Project Manual will be provided to bidders in a PDF format on CD's. Hard copies of the final Plan Set and Project Manual will be furnished to the City. AECOM will prepare a memorandum of opinion on contractor selections based on the bidding results. Task D Construction Documentation Services AECOM will provide Resident Project Representative Services on a part time, day to day basis during the construction of the project through 2012. We anticipate 5 weeks of construction for this project AECOM will provide a part time Resident Project Representative(RPR) and on-site testing staff as need during the duration of the project to document reconstruction of the wing wall. Field and Laboratory testing will be provided as necessary to document compliance or noncompliance with project plans and specifications. In addition, we will work with the City and contractor on administration issues. A summary of tasks with estimated hours of effort are provided below. • Provide a part time Resident Project Representative on site during construction events • Work as interface between stake holders and contractor • Review contractor's progress schedule, schedule of submittals/submissions, schedule of values prepared by contractor, and consult with the City concerning their appropriateness. Project Management. Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. K:\PROPOSAL\City of Oshkosh\Pratt Trail Bridge\Amendment 1\Amendment 1 Pratt Trail Proposal.docx AECOM 4 • Serve as the liaison with City, and contractor, and assist them in understanding the intent of the contract documents. • Monitor receipt of submittals and samples from contractor, and notify the City of their availability for examination. • Conduct site observations of the work in progress, determine if the work is generally proceeding in accordance with the contract documents, and that completed work appears to conform to the contract documents. • Transmit to contractor the City's clarifications and interpretations of the contract documents. • Maintain correspondence files, reports of job conferences, shop drawings, and sample submissions, reproductions or original contract documents including all addenda, change orders, field orders, and additional drawings issued subsequent to the execution of the contract, • Maintain reports for the construction contract recording hours on the job site; weather conditions when on the job site; data relative to questions of extras or deductions; list of visiting officials, representatives of manufacturers, fabricators, suppliers and distributors; daily activities; decisions; observations in general; and specific observations in more detail as in the case of observing test procedures. • Record names, addresses, and telephone numbers of the general contractor, subcontractors, and major suppliers of materials and equipment. • Prepare necessary field modifications and change orders in accordance with instructions of the City. Field modifications are conditions that require no adjustment on the contract cost or time of completion. Change orders require modification of cost and/or time of completion. • Furnish the City with reports of progress of the work and the Contractor's compliance with the approved progress schedule. Keep the City informed of any expected delays in progress schedule. • Report to the City whenever RPR believes that any work is unsatisfactory, faulty or defective, or does not conform to the Contract Documents, and advise if work should be corrected or rejected. • Where applicable, witness field testing of the facilities furnished under the contract to assist in determining conformance with the contract documents. • Notwithstanding that it is the contractor's sole responsibility for job site safety, AECOM will report immediately to the City the occurrence of any accident. • Review applications for payment with the contractor for compliance with the established procedure for their submission, and forward with recommendations to the City noting particularly relation to the schedule of values,work completed, materials and equipment delivered at the site, but not incorporated in the work. • Before AECOM issues the"Certificate of Substantial Completion,"submit to the contractor a list of observed items requiring completion or correction. • Conduct a final inspection in the company of the City, and contractor, and prepare a final list of items to be completed or corrected. • Provide Field and Laboratory material testing to document conformance with plans and specifications. At this time we anticipate gradation testing of gravel/rip rap fill, compaction control testing, cast-in-place concrete placement monitoring • Provide photo documentation throughout the construction period Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. K:\PROPOSAL\City of Oshkosh\Pratt Trail Bridge\Amendment 1\Amendment 1 Pratt Trail Proposal.docx AECOM 5 • Provide vehicles, necessary equipment, and material for inspection • Provide 2 site visits by Engineering design team during construction to verify design criteria. AECOM proposes the following estimated effort based on a 5 week construction schedule and a team comprised of Paul Timm, Project Manager(30 Hrs), Paul Pamperin, RPR (60 hrs), Jeremy Thomas, P.E. Geotechnical Engineer(24 hrs) , Chuck Dean, P.E. Structural Engineer(16 hrs). Katie Critser Administration Assistant, (12 hrs). Project Schedule We anticipate completing the design bidding phase in August with bidding in September and completing the construction in October and November, 2012. Project Fees See attached Amendment 1. Terms and Conditions Services described in this proposal will be performed on a time-and-expense/unit-cost basis as outlined in our proposal dated April 5, 2012. Please indicate your acceptance of this Amendment by having an authorized individual of your firm execute the attached Authorization Form and return it to our Oshkosh office. If you have any questions regarding the oposed scope of services and corresponding costs, please contact us at your convenience. I -rely, L-m Ar •mas, P.E. P II T "r+je• ngineer Vice President achments: Authorization Form Amendment 1 Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. K:IPROPOSAL\City of Oshkosh\Pratt Trail Bridge\Amendment 1\Amendment 1 Pratt Trail Proposal.docx AECOM 920.235.0270 tel 558 North Main Street 920.235.0321 fax Oshkosh,Wisconsin 54901 Amendment Amendment No. 1 Attn: Raymond Maurer Cooper D. Wells Bridge, Pratt Trail AECOM Project No.: 60265904 City PO No.: RETURN TO: AECOM Date: August 15, 2012 558 North Main Street Oshkosh, WI 54901 Attn: Jeremy Thomas SUMMARY Original Contract Amount $15,000 Total Previous Amendments $0 Amount This Amendment $39,000 Revised Contract Amount $54,000 AMENDMENT NO. DESCRIPTION AMOUNT Task A-Surveying Services $ 5,000 1 Task B-Construction Documents $15,000 Task C-Bid Administration $ 3,000 Task D-Construction Documentation $16,000 AECO City of Oshkosh / By: J A By: Seri q Ctciled .s13 haI1ire., ct e. Je. y M. Thomas d Titl-: Protect Engineer Title: Date: c/' Z -/Z Date: AE ECO ;II A. Tarivn Title: Vice President Date: X- I - t D K:\PROPOSAL\City of Oshkosh\Pratt Trail Bridge\Amendment 1\Amendment 1 Pratt Trail.docx AECOM AECOM 920.235.0270 tel 558 North Main Street 920.235.0321 fax Oshkosh,Wisconsin 54901 Authorization August 15, 2012 I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. I hereby authorize AECOM to proceed with the scope of work for the Additional Services related to the Cooper D. Well Bridge Project in Oshkosh,Wisconsin as described in AECOM's Amendment 1 to proposal dated April 5, 2012, with a revised budget authorization $54,000 of under the general terms and conditions specified in the proposal. _../1:- ....---117R-ii--ei-e6, Y/2-I /t2— Sign ure Date Mark A Rohloff Print Name City Manager Title/Or anization — r (143)' ' 10 V.21 I 12_ Signature Date Pamela R. Ubrig; Print Name City Clerk Title/0 t anization 44. ��1 i ' 11. _ J itat Wat a Date Lynn A. Lorenson; Print Name City Attorney Title/Organization 44 9 Yea-,-ILD 54///e - Signature Date Peggy A. Steeno Print Name Director of Finance Title/Organization To enhance and sustain the world's built,natural and social environments This fax is a confidential communication intended for the individual or entity named above. If the reader of this message is not the intended recipient,please delete and note that dissemination,distribution,or copying of this communication is prohibited. Thank You. AECOM 2 I agree to accept invoices from AECOM via e-mail and not postal mail: El Yes Signature: E-mail address: Recipient Mr./Ms: Return to: Name: Jermey Thomas 558 North Main Street Address: Oshkosh,WI 54901 Fax: 920.235.0321 Phone: 920.236.6718 To enhance and sustain the world's built,natural and social environments This fax is a confidential communication intended for the individual or entity named above. If the reader of this message is not the intended recipient,please delete and note that dissemination,distribution,or copying of this communication is prohibited. Thank You.