HomeMy WebLinkAbout11. 19-410 JULY 23, 2019 19-410 RESOLUTION
(CARRIED 7-0 LOST LAID OVER WITHDRAWN )
PURPOSE: APPROVE PROFESSIONAL SERVICES AGREEMENT FOR
DESIGN CHANGES,BIDDING ASSISTANCE, ENVIRONMENTAL
& FIELD INSPECTION SERVICES FOR THE CONSTRUCTION OF
CITY CONTRACT NO. 19-02 JELD-WEN / STRINGHAM
WATERSHED OUTFALL RECONSTRUCTION / AECOM
TECHNICAL SERVICES, INC. ($121,805.00)
INITIATED BY: DEPARTMENT OF PUBLIC WORKS
BE IT RESOLVED by the Common Council of the City of Oshkosh that the proper
City officials are hereby authorized to enter into and take those steps necessary to
implement an appropriate professional services agreement with AECOM Technical
Services for design changes, bidding assistance, environmental and field inspection
services for the construction of City Contract No. 19-02 Jeld-Wen/Stringham Watershed
Outfall reconstruction in the amount of one hundred twenty-one thousand eight hundred
five dollars ($121,805.00)
Acct. No. 0321-0410-6804-04902 Contract Control Fund - Storm Sewer
City
of W
Oshkosh
MEMORANDUM
TO: Honorable Mayor and Members of the Common Council
FROM: Justin Gierach, Engineering Division Manager/City Engineer
DATE: July 18, 2019
RE: Approve Agreement for Professional Services for Design Changes, Bidding
Assistance, Environmental, and Field Inspection Services for the Construction
of City Contract 19-02 Jeld-Wen/Stringham Watershed Outfall Reconstruction/
AECOM Technical Services,Inc. (AECOM) ($121,805)
BACKGROUND
AECOM was previously contracted to complete the evaluation of flooding and development of
the storm water watershed model of the Jeld-Wen/Stringham Watershed, prepare permit
applications for the Wisconsin Department of Natural Resources and the United State Army
Corps of Engineers for construction and dredging permits, prepare draft construction drawings,
and provide bidding assistance. The results of the modeling showed that the existing box culvert
size and invert elevation do not provide sufficient capacity to meet the City's storm water
management goals. AECOM was asked to design the new box culvert and assist in the bidding
of this project. AECOM was also requested to provide a scope of services for providing
environmental and field inspection services during the construction of this project.
ANALYSIS
This agreement includes fees for the box culvert design changes and the bidding assistance
services, and the fees for the proposed scope of services for providing environmental and field
inspection services. Engineering Division staff reviewed the proposed cost, and found that it is
in line with the level of effort necessary to complete the project. AECOM was chosen to perform
these services because of their experience in providing similar services to the City.
I:\Engineering\2019 CONTRACTS\19-02 jeld-Wen Page 1 of 2
Outfall\Project_Information\Correspondence\Memo\19-02 AECOM Memo-Des Chgs,Bid Assist,
Env,&Field Insp Serv_7-18-19.docx
FISCAL IMPACT
The proposed fee is not to exceed $121,805. Funding for these services is included in the 2019
Capital Improvements Program. This fee was included in the bid award memo for Advance
Construction, Inc.'s services dated July 4, 2019.
RECOMMENDATIONS
Chapter 12 of the Municipal Code of the City of Oshkosh provides that professional services of a
specialized nature, including engineering services, may be procured without the use of formal,
sealed quotes. I have reviewed the proposal and in accordance with Section 12-16 of the Code,I
am hereby recommending the Common Council approve this agreement.
Approved,
Mark A. Rohloff
City Manager
JG/t1t
1:\Engineering\2019 CONTRACTS\19-02 Jeld-Wen Page 2 of 2
Outfall\Project_Infor nation\Correspondence\Memo\19-02 AECOM Memo-Des Chgs,Bid Assist,
Env,&Field Insp Serv_7-18-19.docx
AECOM
Imagine it. AECOM
/•��` Delivered. 558 North Main Street
Oshkosh,WI 54901
---_ _ --_ aecom.com
RECEIVED
June 24, 2019
JUN 2 5 2019 AECOM Proposal No.
Mr. Justin Gierach, P.E. OPP 805452
Engineering Division Manager/City DEPT OF PUBLIC WORKS
Engineer OSHKOSH, WISCONSIN
City of Oshkosh
215 Church Avenue
Oshkosh,Wisconsin 54903-1130
Proposal for Design Changes, Bidding Assistance, Environmental, and Field Inspection Services Related to the
Construction of City Contract 19-02-JELD-WEN/Stringham Watershed Outfall Reconstruction, Oshkosh,Wisconsin
Dear Mr. Gierach,
AECOM Technical Services, Inc. (AECOM) is pleased to present this proposal to the City of Oshkosh (City)related to
the design change, bidding assistance, environmental, and field inspection services for City Contract 19-02-
JELD/WEN Stringham Watershed Outfall Reconstruction in Oshkosh,Wisconsin.
Project Understanding
AECOM has completed the evaluation of flooding and development of the storm water watershed model, prepared
permit applications and received approval from Wisconsin Department of Natural Resources(WDNR)and United
States Army Corps of Engineers(USACE)for construction and dredging permits, and prepared draft construction
drawings for JELD-WEN/Stringham Watershed Outfall reconstruction project. Based on the results of the storm water
watershed modeling,the existing box culvert size and invert elevation do not provide sufficient capacity to meet City
storm water management goals. As upstream storm water improvements are made, such as the South Park Lagoon
Reconstruction Project,this box culvert conveyance system needs to be upgraded to realize the full potential
reduction in flooding during precipitation events.
Project Documents for Contract 17-14, South Shore West(JELD-WEN Property) Section Riverwalk included the draft
design of the box culvert, outfall, and associated dredging of the Fox River for this project. The box cul ert, outfall,
and dredging were not included in the bidding of that project. Contract 17-14 South Shore West Segment of the
Riverwalk crosses the box culvert and will be constructed along both the east and west sides of the outfall. This
project has been completed and will require coordination with the box culvert, outfall, and dredging project. AECOM
was retained to update the bidding documents in August 2018, proposal number OPP-718190. The bidding
documents for Contract 19-02 JELD-WEN/Stringham Watershed Outfall Reconstruction have been completed.
This proposal presents our understanding of the project, request for compensation for additional design services,
bidding assistance, and our proposed scope of work for environmental and inspection services.
Project Challenges
• The project includes dredging, dewatering, and disposing of approximately 3,000 cubic yards of impacted
sediment from the Fox River.
• The project subsurface soil and groundwater are impacted solid waste that contains solvents and/or petroleum.
The impacted soil and groundwater will be managed in accordance with WDNR requirements.
• Constant storm water base flow through the box culvert is, on average, 5 to 8 cubic feet per second. In addition,
the storm sewer system will be active during all precipitation events.
• The dredging means and methods and associated schedule to complete the project are to be provided by the
Contractor. Therefore,the attached estimate of services is subject to change based on the actual Contract
construction schedule.
• Sediment dewatering and disposal is subject to dredging means and methods and associated sediment
dewatering, landfill acceptance, and rain events. The sediment disposal may extend into the winter of 2020.
Therefore, restoration of the sediment dewatering area may not occur until spring of 2020.
K:\PROPOSAL\City of Oshkosh\OPP-805452_JELD-WEN-Stringham Outfall\OPP-805452_19-02
Stringham Outfall CM Proposal.docx 1/5
AECOMImagine it.
Delivered.
Task 1 - Sanitary Design Addition
AECOM was retained to update the design and bidding documents previously prepared under City Contract
17-14-South Shore West(JELD-WEN Property) Section Riverwalk. The scope of work as outlined in AECOM's
proposal OPP-718190 has been completed. During the design review, City staff requested AECOM to evaluate if a
sanitary pipe could be installed under the box culvert extending from Iowa Street into the former JELD-WEN site.
AECOM provided a draft plan and profile of the maximum sanitary pipe size and casing with pipe inverts. AECOM
included the new sanitary piping, casing, and associated manhole in the bidding documents. This sanitary sewer was
added in an effort to reduce future cost and difficulty of installing the sanitary pipe under the new box culvert. The
sanitary sewer is intended to support the future development of the former JELD-WEN site.
Task 2 - Bidding Assistance
City staff requested AECOM provide bidding assistance for this project. These services were not included in the
design proposal, as the bidding schedule was not established at the time the proposal was prepared.
The City will provide a contact for bidding questions. All questions will be forwarded to AECOM for review and
comment. The questions and recommended answers will be summarized in a Microsoft Word document format and
supplied to the City. In addition,AECOM will prepare one draft addendum for City review, if required.
AECOM staff will attend a pre-bid meeting. A draft agenda will be provided to City staff for review. In addition,
AECOM will prepare meeting minutes to be included in the project addendum.
Deliverable: AECOM will provide a draft electronic copy of all bidding questions and recommended answers and one
project document bidding addendum. In addition,AECOM will prepare an electronic copy of the pre-bid meeting
minutes.
Assumptions
• The City will prepare all front-end bidding documents including the proposal, submit the Notice to Contractors as
required for municipal bidding requirements, and compile into a single PDF and upload the document on to the
Quest bidding services site. This will include any necessary addendum.
Task 3 - Environmental and Field Inspection Services
The City will provide the overall project management for this project. AECOM will provide environmental and field
inspection staff that report to the City project manager. This proposal is based on the following assumptions:
• The City will provide the Project Management for this project and AECOM will provide environmental and field
inspection staff.
• AECOM will review the dredging/dewatering and box culvert structure submittals including the reinforced
concrete transition chamber. The City will review all other project submittals.
• The City will be responsible for construction staking and as-built survey of the project.
• The City will be responsible for Erosion Control weekly inspections.
• The City will be responsible for documentation of any water utility and electrical work.
• Measurement of bid item quantities will be a team effort between the City and AECOM. AECOM will provide
daily measurements of field quantities to the City and the City will provide any surveying which is required.
• AECOM will prepare an Environmental Summary Report for WDNR submittal in compliance with Post-Closure
Modification requirements. In addition,AECOM will provide a material testing and sediment management report.
K:\PROPOSAL\City of Oshkosh\OPP-805452_JELD-WEN-Stringham Outfall\OPP-805452_19-02
Stringham Outfall CM Proposal.docx 2/5
AECOM
Imagine it.
Delivered.
AECOM will provide on-site environmental documentation and inspection staff as needed for the duration of the
project. Field and laboratory testing will be provided as identified in this scope of work to document compliance with
project plans and specifications. A summary of tasks is provided below.
• Provide full-time senior environmental and field inspection staff(based on project need)on site during
construction events,we anticipate one full time inspector will be required to meet the project schedule needs.
• Conduct site observations of the work in progress, determine if the work is generally proceeding in accordance
with the Contract Documents, and determine that completed work appears to conform to the Contract
Documents and the current edition of the Standard Specifications for City of Oshkosh, Wisconsin.
• Document dredging practices, review sediment dewatering site conditions for permit compliance, and provide
transportation manifests for disposal of approved dredged material.
• Provide the City with weekly bid item quantities.The quantities will be provided on a spreadsheet prepared by
the City. Survey quantities for appropriate bid items will be provided to AECOM by City survey crews.
• AECOM will provide one PDA tablet with Laserfiche and Survey 1,2,3 for the field staff. This PDA is to be
connected to the City server for downloading information.
• Report to the City whenever AECOM field staff 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.
• 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.
• Provide laboratory material testing to document conformance with plans and specifications.At this time,we
anticipate soil testing to include determination of dry density on the back-fill materials, we also anticipate testing
will include extraction gradations for bituminous pavement and compressive strength for concrete materials
placed. A laboratory testing budget is established in attached Fee Estimate.
• Provide field testing to document conformance with plans and specifications. Record horizontal and vertical
coordinates of each individual test location so as to allow later identification and inclusion in the project
construction documents. Testing to include: nuclefr density compaction testing for soils and bituminous
pavement, and cast-in-place concrete placement monitoring.
• Provide photo documentation throughout the construction period.
• Provide vehicles, necessary equipment, and material for inspection.
• Before issuance of the"Certificate of Substantial Completion,"AECOM will prepare and submit to the contractor
a list of observed items requiring completion or correction.
• AECOM will review the Contractor submittals for the box culvert structures and dredging and dewatering plan.
AECOM will provide the City Project Manager with suggested review comments for incorporation with City
review comments.
Agency Agreement Authority to Act as Agent for Company
Pursuant to the terms and conditions of the Master Service Agreement for Services provided by AECOM Technical
Services, Inc. (hereinafter"CONTRACTOR")for the City of Oshkosh(hereinafter"COMPANY"), dated April 2009,
(hereinafter referred to as the"Agreement"or the"MSA"), which Agreement is incorporated herein by this reference
between CONTRACTOR and COMPANY.
COMPANY hereby authorizes CONTRACTOR to act as its agent for the purpose of arranging for the transport and/or
disposal of waste("Services")encountered while providing the services described in CONTRACTOR'S proposal
number OPP-805452, dated June 25, 2019, when the DESCRIPTION OF WORK of a specific Request for Services
("RFS")or Agreement so states.
COMPANY shall defend, indemnify, and hold CONTRACTOR, its employees,agents, and subcontractors harmless
against any claim, actions, causes of action, liability,judgments, fines, penalties, and costs reasonably incurred which
K:IPROPOSAL\City of Oshkosh\OPP-805452_JELD-WEN-Stringham Outfaii\OPP-805452_19-02
Stringham Outfall CM Proposal.docx 3/5
AECOM
Imagine it.
a` 'r, Delivered.
arise out of CONTRACTOR's actions within the scope of its authorization as agent for COMPANY for Services in
accordance with the MSA, except to the extent such claims, actions, causes of action, liability,judgments, fines,
penalties, and costs arise out of CONTRACTOR's negligence, breach of contract, or willful misconduct which in whole
or in part caused the damage, injury, or loss. CONTRACTOR shall defend, indemnify, and hold COMPANY, its
officers,directors, and employees harmless against any claims, actions, causes of action, liability,judgments, fines,
penalties, and costs reasonably incurred which arise out of CONTRACTOR's negligence, breach of contract,or willful
misconduct.
For transport and disposal activities undertaken by CONTRACTOR in accordance with this Agreement, it is agreed
that CONTRACTOR shall under no circumstances be considered the generator of any Waste from the project site
pursuant to any environmental or other law or regulation. It is further agreed that nothing in this authorization is
intended to transfer or convey ownership of such Waste to CONTRACTOR
AECOM proposes a team comprised of Paul Timm,Account Manager; Tim Wolf, Project/Submittal Manager;Thomas
Bishop, Senior Field Staff; Mike Pawlak, Field Staff;Jeremy Thomas, P.E., Geotechnical Engineer; David Adkins, P.E.
Structural Engineer; and Travis Brand, CAD designer. This proposed team has been selected to provide AECOM staff
that understand client expectations, have previous project involvement, have been involved with similar projects,
understand respective project responsibilities, are located locally, and provide a reasonable cost approach with
sensitivity to overall project cost.
Estimated Fees
The services described in this proposal will be provided on a time and materials basis for an estimated fee of
$121,805, as summarized in the attached detailed breakdown including level of effort per assigned staff. AECOM will
only charge for actual incurred costs. If the project is completed outside of the assumptions,AECOM may request to
reduce or increase the budget accordingly. The services provided will be performed in accordance with the negotiated
2019 Fee Schedule and the conditions of the April 2009 City of Oshkosh Negotiated General Conditions of Service,
which are expressly incorporated into, and are an integral part of, our contract for professional services.AECOM can
begin providing these services immediately upon receipt of the signed Authorization Form (attached).
If services to be provided under this proposal require the agents, employees, or contractors of AECOM to enter onto
the Project site, Client shall provide right-of-access to the site to AECOM, its employees, agents, and contractors, to
conduct the planned field observations or services.
We appreciate the opportunity to provide engineering services to the City of Oshkosh. If you have any questions
regarding the proposed project approach or corresponding costs, please contact us at your convenience. If you have
any questions or need to clarify a point, please call Paul Timm at 920-235-0270.
Yours sincerely,
A 11M Technical Services, Inc.
6ititi„ .7.4.4171
Jer- y•as, .E. Kevin Brehm, P.E. (WI) C
P sec to Hager Associate Vice President
losures: Authorization
Project Fee Estimate
K:\PROPOSAL\City of Oshkosh\OPP-805452_JELD-WEN-Stringham Outfall\OPP-805452_19-02
Stringham Outfall CM Proposal.docx 4/5
•
/�_CO.A Imagine it.
/'1_ '�` Delivered. 558 N Main Street
Oshkosh,Wsconson 54901
920.236.6710
Authorization
June 24, 2019
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 Design Change, Bidding Assistance, and
Environmental and Field Inspection Services Related to the Construction of City Contract 19-02-JELD-
WEN/Stringham Watershed Outfall Reconstruction, Oshkosh,Wisconsin as described in AECOM's proposal number
OPP-805452 dated June 24, 2019, with a budget authorization of$121,805 under the general terms and conditions
specified in the proposal.
Signature Date
Mark A Rohloff
Print Name
City Manager
Title/Organization
Signature Date
Pamela R. Ubrig
Print Name
City Clerk
Title/Organization
Signature Date
Lynn A. Lorenson
Print Name
City Attorney
Title/Organization
Signature Date
Trena Larson
Print Name
Director of Finance
Title/Organization
K:\PROPOSAL\City of Oshkosh\OPP-805452_JELD-WEN-Stringham Outfall\OPP-805452_19-02
Stringham Outfall CM Proposal.docx 5/5