Loading...
HomeMy WebLinkAboutAECOM / South Shore West JELD WEN Riverwalk Expansion�COM AECOM 920.235.0270 tel 558 North Main Street 920.235.0321 fax Oshkosh, Wisconsin 54901 September 29, 2015 Mr. Allen Davis City of Oshkosh Community Development 215 Church Avenue PO Box 1130 Oshkosh, WI 54903-1130 Subject: Proposal for Design, Construction, Environmental, and Grant Administration Services for the South Shore West JELD-WEN Property Segment Riverwalk Expansion in Oshkosh, Wisconsin — AECOM Proposal Number OPP-382294 Dear Mr. Davis, AECOM Technical Services, Inc. (AECOM) is pleased to present the City of Oshkosh (City) with this proposal for professional services involved with Design, Construction, Environmental, and Grant Administration services for the South Shore West Jeld Wen Property (station -0+50 to 18+93) of the Riverwalk Expansion in Oshkosh, Wisconsin. This proposal presents our understanding of the project, our proposed scope, and fee estimate. Proiect Understandinq The proposed Jeld-Wen property riverwalk segment will extend from the Boat Works Bridge East Approach to Oregon Street. This segment will potentially be subdivided into three bidding units. AECOM provided a similar scope of services for previous South Shore segments: Wm. Steiger Park (2012-2013), Boat Works (2013-2015), and East of Oregon segment which is currently under construction. The proposed Jeld-Wen riverwalk segment will include the following design elements, as referenced to the station locations shown in the permit-level drawings prepared in 2015: • Shallow water coir log shoreline stabilization (approximately 625 LF), along Station -0+50 to 0+50, and 3+25 to 8+50. • Deep water coir log shoreline stabilization (approximately 350 LF), along Station 8+50 to 12+00. • Riprap riverbank shoreline protection (approximately 300 LF), along Station 0+50 to 3+25 and 17+75 to 18+00. • Steel sheet pile wall shoreline protection (approximately 565 LF), along Station 12+00 to 17+65. • Five new 36" diameter storm sewer outFalls at various locations to provide drainage for future site development. 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. OPP-382294_South Shore West Jeld-Wen Rivenvalk Proposal.docx AECOM • Replacement of an existing box culvert with a 5' X10' box culvert at Station 5+90. • 12 foot wide concrete walkway with bench bump-outs (approximately 1543 LF), along Station 0+50 to 6+00 and 9+00 to 18+93. • Elevated boardwalk over existing wet lands (approximately 300 LF), along Station 6+00 to 9+00. • Communication conduits and lighting (overhead fixtures at 100 foot intervals and bollard lighting at 50 foot intervals). The above-noted Jeld Wen Property elements have been approved for construction by regulatory agencies. A Chapter 30 Individual Permit approval dated July 16, 2015 has been received from the Wisconsin Department of Natural Resources (WDNR), and a General Permit GP-004 dated July 22, 2015 has been received from the United States Army Corps of Engineers (USCOE). City of Oshkosh Site Plan review was completed on September 1, 2015 This proposal assumes: • 2013 Survey information and base mapping from the permit-level plan set will be used to prepare the proposed construction documents, no additional design survey is included in our scope. If existing field conditions are found to differ from this base mapping, AECOM will contact the City to prepare a proposal to gather needed supplemental information. • The steel sheet pile wall, cap beam and rock anchor tie back system along Station 12+00 to 17+65 was previously designed by AECOM under a separate contract for the East of Oregon Street Riverwalk segment, and will be inserted in its entirety in this design package. Further design on this element is not included in our proposed scope. • Landscaping is not included in our scope as the upland site development design is not completed yet. • A permanent fence will be included in the bidding documents to maintain site security for the adjacent Jeld-Wen property. This fence is anticipated to remain in-place until upland site development is completed. • The walkway connection to the existing Boat Works Bridge East Approach will be redesigned to eliminate railings, per the landowner request. • The design for shoreline protection (shallow and deep water coir logs, and riprap), and concrete walkway will follow previous designs used in other riverwalk segments. • A boardwalk design will be prepared in general accordance with WDNR and USCOE permit requirements. The design will utilize treated wood support structure and composite wood decking (Trex) • One set of plans and specifications will be prepared for the entire Jeld-Wen segment. The bid form wili request a Base Bid, and two Alternates, as foilows: o Base Bid — Riverwalk construction from Station -0+50 to 9+00. o Alternate 1— Riverwalk construction from Station 9+00 to 12+00 o Alternate 2— Riverwalk construction from 12+00 to 18+93. 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\OPP382294_Jeld Wen West\OPP-382294_South Shore West Jeld-Wen Riverwaik Proposal.docx AECOM • We anticipate these alternate sections will likely be bid again in the future due to budget constraints for 2016. This proposal only provides budget for one bidding effort. If additionai bidding effort is required AECOM will provide a proposaf for those services. • Project specifications will require the contractor to finish the project in a 14-week construction timeframe to avoid additional Construction Management costs. • Site disturbance is anticipated to be greater than one acre; therefore Construction Site Storm Water permit coverage will be needed. • AECOM will provide a written bid invitation. The City will publish this as an advertisement for bids. • AECOM will provide bidding documents which will be uploaded by the City onto the Quest system for distribution to interested bidders. • AECOM will assist in preparation of grant submittals. The City will prepare the final required submittals for each grant. • To expedite the processing of the landfill profile acceptance applications and soil removal activities for this project, if required, the City will delegate authority to AECOM to sign the waste profile application and transportation manifests on behalf of (acting as an agent for) the City. It is understood the Ciry will remain the responsible party for all final decisions regarding management and disposal of contaminated materials encountered during this project. By authorizing the proposal, the City will also be authorizing Paul F. Timm and his designees of AECOM to act as the authorized agent for the City for completion of the waste profile and transportation manifests, as needed, for the disposal of the contaminated soil and/or sediment under this contract. • The City will purchase the overhead and bollard lighting and have these available for contractor installation. Scope of Services The following briefly describes our proposed scope of services. Task A: Prepare Construction Documents for Bidding Purposes Deliverables: Construction documents consisting of one plan set and project manual to represent all construction work previously noted. These will be provided in Electronic format for upload to Quest. The plan set will include qlans and details for: • Various elements of shore line stabilization including, coir logs for shallow and deep water environments, rip rap revetment, steel sheet pile wall, and storm sewer out falls. • Details for the 36" storm sewer outFalls and the 5' X 10' box culvert. • Overhead lighting, bollard lighting, power connection and controls, and communications conduit placement. • Concrete riverwalk. • Boardwalk riverwalk. Use or disclosure of data contained on this sheet is subject to the resViction on the first page of �is document. K:\PROPOSAL\City of Oshkosh\OPP-382294_Jeld Wen WesflOPP-382294_South Shore West Jeld-Wen Riverwalk Proposal.docx AECOM • Restoration plan. This will consist only of topsoiling and seeding the disturbed area adjacent to the new riverwalk. The proiect manual will include: • Bidding and Contract requirements. City standards will be utilized as in past manuals. • Technical Specifications. • Bid Form with one base bid scope of work and finro alternates To prepare these construction documents, AECOM will: • Hold an initial project review meeting with the project stakeholders, as defined by the Ciry. The purpose of this meeting is to confirm previous conceptual design work, available budget, and project expectations. • Coordinate with City Staff and Adjacent Landowners on pertinent design features. These features are anticipated to include the storm sewer design and layout, and electrical design. Hold a review meeting with the project stakeholders at the 75% complete design stage. • Hold a review meeting with the project stakeholders at the 95% complete design stage. • Using 95% review comments, provide an electronic copy of the final plan set and project manual suitable for bidding. The project manual will contain the bidding and contract requirements as required by the grants, and Ciry standards. • Assemble a Notice of Intent (NOI) for Construction Site Storm Water Discharge Permit Application for submission to WDNR. This NOI wili utilize the final design plans, and is required to be submitted at least 14 days prior to land disturbing activity. For Biddinq, AECOM will: • Attend a Pre-Bid conference • Answer questions during the bidding process, and provide addenda, as required. • Review bidding results. Task B: Construction-Related Services AECOM will provide daily Resident Project Representative (RPR) Services. Our budget assumes a construction time frame of 10 weeks for the base bid and 4 weeks for Alternate 1. If Alternate 2 is awarded, we will request an estimated additional 10 weeks of RPR services time. AECOM will provide a full time RPR, and on-site testing staff as-needed to document construction. 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 contract administration issues. We assume the Ciry will perform construction management/documentation of storm sewer south of the project limits. A summary of tasks is provided below. • Provide a full time (or as project requirements dictate) RPR on site during construction events. • Provide part time on-site testing staff as needed during the project. Use or disclosure of data contained on this sheet is subject to the resViction on the first page of fhis document. K:\PROPOSAL\City of Oshkosh\OPP-382294_Jeld Wen WesflOPP382294_South Shore West Jeld-Wen Riverwalk Proposal.docx AECOM • Work as interface between stake holders and contractor. • Review contractor's progress schedule, schedule of submittals/submissions, and schedule of values prepared by contractor, and consult with the City concerning their appropriateness. • Serve as the liaison with the Ciry and contractor, and assist them in understanding the intent of the contract documents. • Review contractor submittals and material samples for conformance with contract documents, and notify the City of their availabiliry for examination and non-conformance. • 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 conforms to the contract documents. • Transmit to contractor the City's clarifications and interpretations of the contract documents. • Maintain correspondence files, reports ofjob 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 Ciry with monthly reports of progress of the work and the Contractor's compliance with the approved progress schedule. Attend weekly or monthly progress meetings at the jobsite with the City to discuss progress of work. Keep the Ciry informed of any expected delays in progress schedule. • Report to the Ciry 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 safery, AECOM will report immediately to the City the occurrence of any accident. • Review applications for payment from 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. 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\OPP-382294_Jeld Wen West10PP-382294_South Shore West Jeld-Wen Riverwalk Proposal.docx AECOM • Conduct a final inspection in the company of the Ciry and contractor, and prepare a finai 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 fili, compaction control testing, cast-in-place concrete placement monitoring. • Provide photo documentation throughout the construction period. • Provide vehicles, necessary equipment, and material for inspection. • Provide four site visits by Engineering designers during construction to verify design criteria. AECOM proposes a construction team comprised of Paul Timm, Construction Project Manager; Mark Van Der Wegen or Chris Rogers, Field Staff; Terrance Peterson, P.E., Design Lead and Civil Engineer; Jeremy Thomas, P.E. Geotechnical Engineer; David Atkins, P.E. Structural Engineer. Electrical engineering will be called upon, as project needs dictate. Construction Lavout Base Bid A budgetary aliowance is included for layout work associated with shoreline improvements, storm sewer, and walkway alignments, and grading. We have included four (4) 10-hour trips to the site in the budget, along with associated truck and equipment rental for the base bid Please note if the construction schedule changes AECOM reserves the right to submit an amendment request for consideration to increase or decrease the budget based on the actual Construction Schedule. As always, AECOM will only bill for actual time incurred. Deliverables: As-Built? Record Plan Set prepared from site observations, and contractor's red-lined set. No other site features will be surveyed, unless specifically requested by the City. Task C: Grant Administration Support (West of Oregon Street) AECOM will prepare graphics, construction cost estimates, and reviews as required to assist the City in administering the grant. The bid cost summary will be broken into grant eligible components. Project cost recording will be maintained to follow grant reimbursement submittal requirements. We will work with City staff and the contractor to obtain the required documentation of construction costs to be submitted to the grant regulatory agency. Deliverables: AECOM will prepare draft Grant Amendment requests for City submittal to the various grant organizations to include the Jeld Wen station -0+50 to 12+00 Task D: Construction Related Services — Alternate 1 AECOM will provide daily Resident Project Representative (RPR) Services. Our budget assumes a construction time frame of 4 weeks. AECOM will provide a full time RPR, and on-site testing staff as-needed to document construction. Field and Laboratory testing will be provided as necessary to document compliance or noncompliance with 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\OPP-382294_Jeld Wen WesflOPP-382294_South Shore West Jeld-Wen Riverwalk Proposal.docx AECOM project plans and specifications. In addition, we will work with the City and contractor on contract administration issues. A summary of tasks is provided in Task B. Construction Lavout Alternate 1 An alternate budgetary allowance is included for layout work associated with walkway and electrical alignments, and grading. We have included two (2) 10 hour trips to the site in the budget, along with associated mileage and equipment rental. Please note if the construction schedule changes AECOM reserves the right to submit an amendment request for consideration to increase or decrease the budget based on the actual Construction Schedule. As always AECOM will only bill for actual time incurred. Proiect Schedule Kick off meeting 75% Meeting 95% Meeting Bidding Award Construction Proiect Fees Mid October 2015 Late November 2015 Late December 2015 Mid. January 2016 February 2016 May — July 2016 The following table summarizes our estimate of fees to complete the scope of services described above. Task A: Prepare Construction Documents Suitable for Bidding (Entire Segment from -0+50 to 18+93) Construction Documents $74,000 Design Review, Meetings, and Project Management $35,500 Bidding Assistance $10,500 Task B: Construction Related Services (Base Bid) Construction Monitoring/Administration (10 weeks) $104,500 Construction Layout (4 visits) $10,500 Task C: Grant Administration (West of Oregon Street) 14 500 Subtotal Tasks A-C $249,500 Task D: Construction Related Services — Alternate 1 Construction Monitoring/Administration (4 weeks) Construction Layout (2 visits) Total Alternate Task D TOTAL ESTIMATED COSTS Note: Submittal or review fees and reproduction costs are considered to be a direct reimbursable expense. Use or disclosure of data contained on this sheet is subject to the resViction on the first page of this document. K:\PROPOSAL\City of Oshkosh\OPP-382294_Jeld Wen WesflOPP-382294_South Shore West Jeld-Wen Riverwalk Proposal.docx $41,800 5 250 � $296,550 AECOM Terms and Conditions Services described in this proposal will be performed on a time-and-expense/unit-cost basis. The 2015 Negotiated Fee Schedule and 2009 Negotiated Terms and Conditions of Service and the unit prices and terms for various elements of service we expect will be utilized providing the services outlined in this proposal. Please indicate your acceptance of this proposal 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 proposed scope of services and corresponding costs, please contact us at your convenience. Of course, if you wish to discuss the terms, conditions, and provisions of our proposal, we would be pleased to do so. Sincerely, AECOM Technical Services, Inc. �. ` Terra ce A. Petersor P�in pal Engin r G �, evi L. Brehm, E. Associate Vice Presu Attachments: Authorization Form / /'� �, ` ~ Y � �� Paul F. Timm Account Manager Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. K:\PROPOSAUCity of OshkosMOPP-382294_Jeld Wen WesflOPP-382294_South Shore West Jek1-Wen Riverwalk Proposal.docx �COM AECOM 920.235.0270 tel 558 North Main Street 920.235.0321 fax Oshkosh, WI 54901 Authorization September 29, 2015 I hereby certify that the necessary provisions have been made to pay the liabiliry which will accrue under this contract. I hereby authorize AECOM to proceed with the scope of work Proposal for Design, Construction, Environmental, and Grant Administration Services for the South Shore West JELD-WEN Property Segment Riverwalk Expansion in Oshkosh, Wisconsin as described in AECOM's proposal OPP-382294 dated September 29, 2015, with a budget authorization of $296,550, under the general terms and conditions specified in the proposal. ��.��-����. Signat re Mark A Rohloff Print Name City Manager Title/Organizati�n � � � , - �; � Signature � Pamela R. Ubrig Print Name City Clerk Date �1 c'�-1 � -�l � Date Title �rganization ,., , \ � i.' �"�" � � '�i ` � - ti' �l �r� �a.--�a 1 s� Sig atu Date Lynn A. Lorenson Print Name City Attorney Title/Organization ������� Signature Trena Larson Print Name Director of Finance Title/Organization �� a� f�' Date K:\PROPOSAL\City of Oshkosh\OPP-382294_Jeld Wen West\OPP-382294_Soufh Shore West Jeld-Wen Riverwalk Proposal.docx AECOM I agree to accept invoices from AECOM via e-mail and not postal mail: � Yes Signature: E-mail address: Recipient Mr/Ms: Return to: Name: Paul Timm 558 N. Main Street Address: Oshkosh. WI 54901 Phone: 920.236.6715 E-mail: Paul.Timm(a�aecom.com K:\PROPOSAUCity of Oshkosh\OPP-382294_Jeld Wen West\OPP-382294_South Shore West Jeld-Wen Riverwalk Proposal.docx 10