Loading...
HomeMy WebLinkAboutContract 18-01 Kienast-Paulus Landfill Gas Venting propsal-AECOM 2019ASMM Imagined �'l�\eV Delivered Mr. James Rabe, PE, CPESC Director of Public Works City of Oshkosh 215 Church Avenue Oshkosh, Wisconsin 54903-1130 RECEIVED DEC - 8 2019 DEPT OF PUBLIC WORKS OSIIKOSH, WISCONSIN AECOM 558 North Main Street Oshkosh, WI 54901 aemm.mm December 3, 2019 AECOM Proposal No. OPP-830126 Proposal for Construction Monitoring and Documentation/Project Management, and Operation and Maintenance Services Related to City Contract 18-01 Kienast-Paulus Landfill Gas Venting, Oshkosh, Wisconsin Dear Mr. Rabe, AECOM Technical Services, Inc. (AECOM) is pleased to present this proposal to the City of Oshkosh (City) for Construction Monitoring and Documentation/Project Management, and Operation and Maintenance Services related to the construction and operation of City Contract 18-01 Kienast-Paulus Landfill Gas Venting in Oshkosh, Wisconsin. Project Background AECOM conducted an extensive site investigation over an area of approximately 8 acres to identify the extent of buried municipal waste, the presence of landfill gas, the quantity of landfill gas, the possibility of landfill gas migration, and the quarry limits; and to determine the historical disturbed soil areas related to the former quarry operations and subsequent filling. An electromagnetic geophysical survey was performed to aid in delineation of the lateral extent of the quarries in which construction debris and municipal solid waste were disposed. A combination of test pits and soil borings were used to determine the waste limits and characterize the waste materials. The results from the geophysical survey and from historical documents (aerial photographs and historic City drawings) were used to determine test pit and soil boring locations. In general, the fill material within the Kienast Quarry primarily consisted of municipal solid waste mixed with soil. There was a small amount of concrete and asphalt pieces and wood debris observed. The fill material within the Paulus Quarry generally consisted of concrete, asphalt, and wood demolition debris mixed with soil. AECOM has performed monitoring for landfill gases in site monitoring wells since September 2015. Three separate vapor extraction pilot tests were performed to investigate the potential for landfill gas recovery within the limits of waste at the Kienast and Paulus Quarries. The results of the extensive site investigations revealed the limits of waste, confirmed that landfill gas (LFG) is being generated and/or trapped in the waste, and that it is feasible to extract the gas by applying a vacuum within the waste. Selecting the appropriate LFG extraction system depends on the site -specific conditions and the project objectives. In this case, the quarries were unlined prior to waste filling, the groundwater is relatively shallow (approximately 13 to 18 feet below ground surface), and the primary concern is migration of LFG through the soil and rock to homes in the vicinity. The conditions and objectives are very similar as those encountered at the Knapp Street Quarries. The system AECOM designed for the Knapp Street Quarries has effectively controlled the LFG. A similar design was completed for the LFG extraction system at Kienast and Paulus Quarries. The system includes a perimeter collection header connected at intervals to segments of horizontal collection pipes with valves to allow adjustments of the vacuum. Each pipe segment will be about 100 feet long from the end of the perforated pipe to the control valve. This approach allows for better gas system operation control so the vacuum can be adjusted to the areas needing the most LFG control. The horizontal stone trench along the site perimeter will be a porous medium for available LFG to be collected by the gas system. KAPROPOSAL\City of Oshkosh\OPP-830126_Kienast LFG CM\OPP-830126 Kienast LFG CM Proposal.docx 1/7 e_COM Imagine it /"��Delivered. A blower will provide vacuum for the system. Condensate is expected to be returned to the landfill using a layout of the header system that automatically drains back through the perforated piping network. This type of condensate return has been effective at the Knapp Street Quarry site. Excess waste is likely to be generated during the system construction. The disposal of the excess material will be at the Waste Management Valley Trail Recycling and Disposal Facility in Berlin, Wisconsin. AECOM staff has extensive experience with LFG issues in the immediate proximity to the Kienast and Paulus Quarries. The Knapp Street Quarries are former quarries filled with similar waste. We have been involved with the monitoring, site investigation, design, and documentation of the construction of several types of LFG venting since approximately 1976. The LFG collection and venting system installed in 2010 at the Knapp Street Quarries has accomplished the design goals of controlling the LFG. AECOM has prepared project bidding documents and completed the associated permitting for the LFG system with the Wisconsin Department of Natural Resources, (WDNR). This proposal provides a proposed scope of work for the construction and monitoring phase of the project. Project Challenges • The project is located in a residential area. • This project will be completed under high visibility conditions. Public opinion and comments will likely be generated. • Potential noxious odors and noise will be generated during the project. Therefore, the project is planned during the winter and early spring • The project is of specific interest to WDNR. WDNR site visits are to be anticipated as part of the permit requirements. • Of specific historical interest to WDNR is the waste material make up. Excavation in historic landfills may encounter unknown or challenging materials that may require special handling and disposal. Scope of Work The proposed scope of work includes providing construction monitoring and documentation, project management, construction testing, and preparing as -built construction drawings and documentation report. Included is the anticipated effort related to operation and maintenance of the system through December 2020 and annual reporting to WDNR. Specific attention by field staff will be focused on contractor compliance with permit conditions, management of the waste materials, documentation of the gas collection system installation, and communication with WDNR. Operation and maintenance efforts through 2020 have been included in this scope of work to allow adequate time to fine tune the operation of the system upon completion of the construction. Task 1 - Construction Documentation and Project Management AECOM will provide a Project Representative on a full-time and/or part-time basis during the construction of the project. We have based our fee estimate on an overall construction period of 17 weeks for substantial completion of the project. Substantial completion is defined in the Project Documents as the system fully installed and operational. In addition, we anticipate the need for a supplemental part-time field documentation/testing technician at periodic times throughout the project to assist ongoing testing and documentation needs. For budgeting purposes, we have included 4 weeks of supplemental full or part-time staff. AECOM will provide on -site documentation and testing staff as needed during 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. In addition, we will work with the City and Contractor on administration issues. A summary of tasks is provided below. Provide a full-time Project Field Representative (based on project need) on site during construction events. Prepare and implement a Health and Safety Plan forAECOM staff. Complete Health and Safety inspections as needed for the duration of the project K1PROPOSAL\City of 0shk0sh\0PP-830128 Kienast LFG CM\OPP-830126 Kienast LFG CM Proposal.rlom — — 2/7 e_COAA Imagined[ �� „1 Delivered. • Provide site survey stakeout of two visits for establishment of location and elevation control, and Contractor layout verification; and four site visits to complete the as -built survey. • Provide on -site supplemental full or part-time documentation/testing staff (based on project need) during the project per the estimated project schedule. • Review Contractor's progress schedule, schedule of submittals/submissions, and consult with the City concerning their completeness and acceptance. • Serve as the liaison between the City and the Contractor and assist City with implementing the intent of the contract documents. • Monitor receipt of samples from Contractor and notify the City of their availability for examination and provide an opinion of completeness and accuracy as compared to the Project Plans and Specifications. • 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. Provide copies of all construction documents in electronic format to the City after completion of the project. • Maintain reports for the Construction Contract recording weather conditions when on the job site; data relative to questions of extras or deductions; list of daily activities, decisions, and observations in general; and specific observations in more detail as in the case of observing test procedures. • Prepare necessary field modifications and change orders in accordance with instructions from 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 weekly reports of progress of the work and the Contractor's compliance with the approved progress schedule. Prepare weekly meeting agendas and minutes. Keep the City informed of any expected delays in progress schedule. Prepare and distribute meeting minutes • Provide the City with quantities for generation of Contractor payments. The quantities will be provided on a spreadsheet prepared by the City. • Report to the City whenever the Project Representative 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. We anticipate testing will include proctors of fill material, gradations of fill material, and compressive strength for concrete materials placed. A laboratory testing budget is established in the attached Fee Estimate. • Provide field testing to document conformance with Plans and Specifications. Record horizontal and vertical coordinates of individual tests so as to allow later identification and inclusion in the Project Construction Documents. Testing to include: nuclear density compaction testing for soils and cast -in -place concrete placement monitoring. • Complete Erosion Control Inspections and Contractor notification of deficiencies • Document construction and test locations with a PDA/tablet computer (YUMA). The information to be recorded will include GPS location information (horizontal datum in Winnebago County Coordinate System, South Zone NADD83 and the Vertical Datum will be NAVD88). Reports will be electronically submitted to a central database through intemet or local connection. • Provide photo documentation throughout the construction period. • Provide vehicles, necessary equipment, and material for inspection. KAPROPOSAL\City of Oshkosh\OPP-830126 Kienast LFG CM\OPP-830126 Kienast LFG CM Proposal.docx — — 3/7 it a_eOM Delgvered. • 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 as a punch list. • Conduct a final inspection in the company of the City and Contractor and prepare a final list of items to be completed or corrected. • Prepare as -built drawings and Construction Documentation report for submittal to WDNR for approval: A discussion of the waste types encountered during excavation and the degree of waste degradation observed will be included. If the supplemental gas extraction system for the Paulus Quarry landfill is not installed during the construction of the base bid active gas extraction system in 2019, the report will include proposed criteria to the department in the Construction Documentation report for assessing the need for installing the supplemental gas extraction components. • Prepare two draft and one final CSM for a property division and acquisition for the Bair Property • Summarize Public Outreach activities and submit to WDNR • Complete an Opinion of Probable cost for disposal options for the excess solid waste generated during construction • Prepare groundwater monitoring flow maps and submit to WDNR. 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-830126 dated December 2, 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 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. Proposed Team AECOM proposes a team comprised Of Paul Timm, Account Manager, Jeremy Thomas, PE., Project/Submittal Manager; Paul Wintheiser, PE., Design Engineer/Submittal Reviewer; Thomas Bishop or Mark Magee, Senior Field Staff; Mike Pawlak, Field Staff; Andrew Griepentrog, Health and Safety Officer; and Travis Brand, Assistant PM/CAD designer. This proposed team has been selected to provide AECOM staff that understand the client's 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. KAPROPOSAUCity of OshkosMOPP-630126 Kienast LFG CMXOPP-630126 Kienast LFG CM Proposal.dom — — 417 AECOMAECOMImagine it Delivered. Task 2 Operation and Maintenance Methane Gas Monitoring AECOM proposes to conduct methane monitoring activities based on the following anticipated schedule from the anticipated startup of the system in March 2020 to the end of December 2020. The monitoring will consist of the following: Location Identification Parameters Frequency North, central, and south, SBA and Oxygen, methane, carbon dioxide, Gas Monitoring Wells SB-2, GW-1, 1B, 2, 2B, 3,3B, 4, 4B, balance gas, groundwater level Weekly 5, 5B, 6, 68, 7, 7B, 8, 8B monitoring, vacuum Header Pipe at the Blower Station Blower (inflow) Vacuum before blower Weekly Vent Pipe Blower (discharge) Oxygen, methane, carbon dioxide, Weekly pressure after blower, velocity/flow LFG Well Head Vaults Vacuum/pressure, oxygen, KGW-1, 2, 3, 4; PGW-1, 2 methane, carbon dioxide, balance Weekly gas, velocity/flow Blower Maintenance Blower Current Draw, bearing greasing Weekly/As NOTES., needed 1. The following information will be recorded during each sampling event: ambient air temperature, barometric pressure, trends in barometric pressure, ground surface conditions, type of meter used, and latest meter calibration date. 2. We anticipate weekly monitoring to be required from the startup of the system in March 2020 until the end of December 2020. An annual operation and maintenance report will be prepared based on the monitoring information, which we anticipate will propose reducing the monitoring schedule to monthly. This is the same frequency as Knapp Street Quarries monitoring schedule. 3. The 2021 and future Operation and Maintenance budgets will be combined with the Knapp Street Quarry and Timmerman Landfill Monitoring agreements. At each gas monitoring well and system sampling port, the vacuum pressure, initial percent of the LEL of methane (percent LEL methane), percent methane gas (percent methane), percent oxygen (percent 02), percent of carbon dioxide (percent CO2), air flow (CFM), and groundwater levels will be measured. The LEL is the minimum concentration of a particular combustible gas or vapor necessary to support its combustion in air. The LEL of methane gas is 5% methane by volume. Observations (such as ground condition, barometric pressure, and monitoring well conditions) will also be recorded. After initial readings are recorded, monitoring wells will be purged with a pump at a rate of two liters per minute. Continuous percent LEL methane will be measured as the well is purged. A final reading will be recorded when consecutive methane readings are within +10% LEL. Final measurements include percent LEL methane, percent methane gas, percent CO2, and percent 02. The length of time required to achieve the final reading is typically unique to each well. AECOM has developed a checklist to be completed during each site visit based on annual WDNR inspection criteria. The checklist includes all items reviewed during the WDNR annual site inspection. If deficiencies are noted, AECOM staff will inform the City and assist with developing a solution. Schedule and Reporting — Operation and Maintenance Methane sampling and system O&M will be completed in accordance with the above schedule through December 2020. The monitoring data will be summarized and electronically submitted to the City and WDNR GEMS database on a semi-annual basis. On an annual basis, a report will be submitted to the WDNR, including cover letter with discussion and conclusions. This report will also include a proposed environmental monitoring plan for the active gas extraction system and all gas probes associated with the Quarry landfills. In addition, it will include a proposed plan for the operation and maintenance of the active gas extraction system and long-term monitoring and operation KAPROPOSAUCity of Oshkosh\OPP-830126 Kienast LFG CM\OPP-830128 Kienast LFG CM Proposal.dora — e_COM Imagined. A Delivered. recommendations. AECOM will immediately notify the City and WDNR of any new methane wells that indicate an exceedance of 25% of the LEL. Estimated Fees The estimated fee for construction monitoring and documentation/project management, construction testing, and operation and maintenance is $309,953 as summarized in the table below. A detailed breakdown, including level of effort per assigned staff, is attached. 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. Task Task 1 — Construction Documentation and Project Management Meetings, Submittal Review, Project Management Field Work (Includes Field and Laboratory Testing/Expenses) Project Closeout / Construction Documentation Report Estimated Fee $69,475 $155,478 $10,000 Task 1 Subtotal $234,953 Task 2 —Operation and Maintenance Field Monitoring Annual Reporting $62,000 $13,000 Task 2 Subtotal $75,000 TOTAL ESTIMATED FEES $309,953 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. The services described in this proposal will be provided on a time and materials basis. Based upon the above scope of services, the estimated budget for these services is $309,953. The services provided will be performed in accordance with the approved 2020 Fee Schedule and the conditions of the 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). 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. sincerely, ,�_11�c. P.E. Kevin Brehm, P.E. (W Associate Vice Presid Authorization Project Fee Estimate UPROPOSAUCity of Oshkosh\OPP-830126 Kienast LFG CM\OPP-830126 Kienast LFG CM Proposal.rlocx — — 6/7