Loading...
HomeMy WebLinkAboutAECOM Amendment South Shore West Riverwalk Expansion 60548924Mr. Allen Davis Director of Community Development City of Oshkosh 215 Chruch Avenue PO Box 1130 Oshkosh, WI 54903-1130 AECOM 558 North Main Street Oshkosh, WI 54901 aecom.com Date October 13, 2017 AECOM Project No. 60548924 Amendment Request Number 1 for Design, Bidding, Construction, Environmental and Grant Administration Services for the South Shore West Upland Property Segment Riverwalk Expansion in Oshkosh, Wisconsin Dear Mr. Davis, AECOM Technical Services, Inc. (AECOM) is pleased to present the City of Oshkosh (City) with this Amendment Request Number 1 to AECOM Project Number 60548924 (City Purchase Order 129790) for professional services involved with Design, Bidding, Construction, Environmental and Grant Administration services for the South Shore West Jeld-Wen Upland Property base bid (Station 12+00 to 18+97) and Alternate Bid 1 (Station 9+00 to 12+00). This amendment is adding Construction, Environmental and Grant Administration services for the Alternate Bid Item 2 (Station 0+55 to 9+00) and Alternate Bid Item 3 (Station -0+50 to 0+55) of the Riverwalk Expansion in Oshkosh, Wisconsin. The original proposal included Construction, Environmental and Grant Administration services for the Base Bid and Alternate 1 only. This proposal adds similar services for Alternate Bid Items 2 and 3. This amendment presents our understanding of the project, our proposed scope and estimated project fees for the additional services. Project Understanding The added extent of the proposed Jeld-Wen property Riverwalk segment will extend from the current end of the Boat Works Bridge to Station 9+00 which is an extension of the west end of the work covered under the original proposal. AECOM provided a similar scope of services for previous south shore Riverwalk segments: Wm. Steiger Park (2012- 2013), Boat Works (2013-2015), East of Oregon (2015) and South Shore West Jeld-Wen Property Segment Station 12+00 to 17+50 sheet pile wall (2016). The proposed South Shore West Upland Jeld-Wen Property Segment Riverwalk Alternate 2 will include the following elements as referenced to the station locations shown in the Bid Document drawings dated August 22, 2017: • Erosion Control and Site Restoration. • Riprap riverbank shoreline protection. • 12 foot wide concrete walkway with bench bump -outs (approximately 550 LF). • Elevated board walk over a mapped wetland (approximately 300 LF). • Communication and electrical conduits, wiring, connectors, fuses, vaults, hand holes and lighting (overhead fixtures assembly and installation at approximate 100 foot intervals and bollard lighting at approximate 50 foot intervals). • Three (3) new 36 -inch diameter storm sewer outfalls. The proposed South Shore West Upland Jeld-Wen Property Segment Riverwalk Alternate 3 will include the following elements as referenced to the station locations shown in Bid Document drawings dated August 22, 2017: Site Grubbing and tree removal. 12 foot wide concrete walkway with bench bump -outs (approximately 30 LF). Boat Works approach ramp and associated wing wall (approximately 20 LF). K:\Projects\60548924_South Shore West Upland\100-Contract\110 Client Contract\60548924_Altemate 2 And 3 Change Order.Docx 1/8 AECOM Natural bank protection including coir logs and vegetation (approximately 50 LF). Disassemble and Relocation of the CN Bridge Portal. The above -noted South Shore West Upland Jeld-Wen Property Segment Riverwalk 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. AECOM is in the process of requesting extension for both permits. 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 City 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 nautical light fixtures, poles and bollard lighting and have these available for contractor installation. • The City will purchase and install the benches. • The City will pay all permit fees. • The City will pay all Landfill Tipping Fees Scope of Services The following briefly describes our proposed scope of services. Task A: Construction -Related Services AECOM will provide Resident Project Representative (RPR) services. Our budget assumes a construction time frame of thirteen (13) weeks for Alternate 2, and two (2) weeks for Alternate 3. AECOM will provide a 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. A summary of tasks is provided below. • Provide a RPR on site during construction events as project requirements dictate. • Provide part time on-site testing staff as needed during the project. • 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 City 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 availability 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. K:\Projects\60548924_South Shore West Upland\100-Contract\110 Client Contract\60548924_Altemate 2 and 3 Change Order.docx 2/8 A COM • 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 contractor activities; 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 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 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 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. • 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. • Provide vehicles, necessary equipment, and material for inspection. • Provide up to four site visits by engineering designers during construction to verify design criteria. Two visits for each alternate. AECOM proposes a construction team comprised of Paul Timm, Account Manager; Cliff Shierk, P.E., Project Manager; Mark Van Der Wegen, P.E., Civil Engineer; Travis Brand, Field Staff; Jeremy Thomas, P.E. Geotechnical Engineer; and David Atkins, P.E. Structural Engineer. Electrical engineering will be called upon, as project needs dictate. Construction Layout Alternate 2 A budgetary allowance is included for layout work associated with storm sewer and walkway alignments, grading and electrical features. We have included eight (8) 8 -hour trips to the site in the budget, along with survey data set up, associated truck and equipment rental for the base bid. KAProjects\60548924_ South Shore West Upland\100-Contract\110 Client Contract\60548924_Altemate 2 and 3 Change Order.docx 3/8 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 B: Grant Administration Support —Alternate 2 and 3 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 assist the City in preparing Grant amendment or reimbursement requests submittal to the various grant organizations to include the South Shore West Upland Jeld-Wen Property Segment Riverwalk from Station -0+55 to 9+00. Task C: Construction Related Services — Alternate 3 AECOM will provide a Resident Project Representative (RPR) Services as needed. Our budget assumes a construction time frame of 2 weeks. AECOM will provide a 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. A summary of tasks is provided in Task A. Construction Layout Alternate 3 An alternate budgetary allowance is included for layout work associated with bridge ramp and wing wall, shoreline protection, walkway, electrical alignments and grading. We have included one (1) 8 hour trip to the site in the budget, along with survey data set up, 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. Project Fees The following table summarizes our estimate of fees to complete the scope of services described above. Estimated costs for services outlined in Task A— C are in general compliance with the State Stewardship and Federal Land & Water Conservation and Recreational Trails Grant Award dated November 16, 2016. We anticipate these costs will be eligible for reimbursement under the grant. In addition, if the City is awarded any additional grant funds, we anticipate Task A -C services may be eligible for reimbursement. K:\Projects\60548924_ South Shore West Upland\100-Contract\110 Client Contract\60548924_Altemate 2 and 3 Change Order.docx 4/8 ACVM Task Estimated Fees Task A: Alternate 2 Construction Related Services Construction Monitoring /Administration $134,000 (Includes subcontractor services, supplies and expenses -13 weeks) Construction Layout (8 visits) $14,000 Subtotal Task A $148,000 Task B Alternates 2 and 3 Grant Administration $2,000 Subtotal Task B $2,000 Task C: Alternate 3 Construction Related Services Construction Monitoring /Administration $12,500 (Including subcontractor services, supplies and expnses-2 weeks) Construction Layout (1 visit) $1,750 Subtotal Task C $14,250 Total Estimated Costs $164,250 Services described in this proposal will be performed on a time-and-expense/unit-cost basis. The 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 Yours sincerely, AECOM Technical Services, Inc. 6'e'. it S4—� Cliff Shierk, P.E. Project Manager Kevin Brehm, P.E. Associate Vice President encl: Amendment to Agreement Authorization Fulimm Account Manager K:\Projects\60548924_South Shore West Upland\100-Contract\110 Client Contract\60548924_ Alternate 2 and 3 Change Order.docx 5/8 Amendment to Agreement Amendment No. 1 AECOM Project No. 60548924 City of Oshkosh Purchase Order No. 0000129790 RETURN TO: AECOM 558 North Main Street Oshkosh, WI 54901 Attention: Paul Timm SUMMARY: Original Contract Amount: Total Previous Amendments: Amount this Amendment: Revised Contract Amount Amendment # 1 Descriotion Task A: Alternate 2 Construction Related Services Construction Monitoring /Administration (Includes subcontractor services, supplies and expenses —13 weeks) Construction Layout (8 visits) Task B: Alternates 2 and 3 Grant Administration Task C: Alternate 3 Construction Related Services Construction Monitoring /Administration (Includes subcontractor services, supplies and expenses —2 weeks) Construction Layout (1 visit) Total Amendment 1 Date: October 13, 2017 $236,150 $0 $164,250 $400,400 Amount $134,000 $14,000 $2,000 $12,500 $1,750 164,250 KAProjects\60548924_South Shore West Upland\100-Contract\110 Client Contract\60548924_ Alternate 2 And 3 Change Order.Docx 6/8 Authorization October 13, 2017 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 outlined in Amendment 1, to amend AECOM project number 60548924 for professional services involved with Construction, Environmental and Grant Administration services for the South Shore West Jeld-Wen Upland Property Segment Riverwalk base bid (Station 12+00 to 18+97) and Alternate Bid 1 (Station 9+00 to 12+00) to add Construction, Environmental and Grant Administration services for the Alternate Bid item 2 (Station 0+55 to 9+00) and Alternate Bid item 3 (Station -0+50 to 0+55) with a revised budget authorization of $400,400 under the general terms and conditions specified in the proposal. Signalure Mark A Rohloff Print Name Date City Manager Title/Organization Signature - 1 Date Pamela R. Ubrig Print Name City Clerk Title/Organization ,n -,*Igy"atIJI �/ J Lynn A. Lorenson Print Name City Attorney Title/Organization .� A -C -u Ignature Trena Larson Print Name Director of Finance Title/Organization KAProjects\60548924_ South Shore West Upland\100-Contract\110 Client Contract\60548924_Altennate 2 and 3 Change Order.docx Date Date T 7/8 s------ • _l.J_. 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 North Main Street Address: Oshkosh. WI 54901 Email Paul.Timmiai �aecom.com Phone: 920.236.6718 K:\Projects\60548924_South Shore West Upland\100-Contract\110 Client Contract\60548924_Altemate 2 and 3 Change Order.docx 8/8