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.