HomeMy WebLinkAboutAECOM Proposal for Reconstruction of Red Arrow Park Parking LotC:\Users\timmp\Documents\red arrow park\OPP-1057791_Red Arrow Park Alternatives Analysis
Proposal R1.docx 1/6
Mr. Jim Collins
Director of Transportation
City of Oshkosh
926 Dempsey Trail
Oshkosh, Wisconsin 54903
AECOM
558 North Main Street
Oshkosh, WI 54901
aecom.com
September 1, 2020
AECOM Proposal No.
OPP-1057650
Proposal for a Feasibility Study for the Reconstruction of Red Arrow Park Parking Lot, Oshkosh, Wisconsin
Dear Mr. Collins,
AECOM Technical Services, Inc. (AECOM) is pleased to present this proposal to the City of Oshkosh (City) to prepare
a feasibility study for reconstruction of the Red Arrow Park Parking Lot.
Project Background
The park consists of two park shelters, one with bathroom facilities, a playground, and paved parking lot. Several
baseball diamonds are located to the east of the parking lot. Historical records indicate that this area was a location
of an unlicensed municipal solid waste disposal site. The specific construction type for this site is trench and furrow,
which consisted of excavating a long narrow trench, stockpiling the excavated fill next to the trench, filling the trench
with municipal solid waste, and then waste then was covered by a few feet of soil. Then the next trench was
excavated and covered and so on. The excess fill was used to cover the waste that was piled in the “Garbage Hill”
location which is located to the east of the baseball diamonds. There reportedly are five below-ground trenches
approximately 70 to 90 feet wide, 10 feet deep, and up to 200 feet long or longer. This historical information is
referenced in the book entitled “The History of Sanitation in Oshkosh” by Lanchow, and the engineering plan dated
February 1956.
Project Understanding
We understand the City is considering reconstructing the parking lot and eventually tearing down the two wooden
buildings/shelters. The restroom is expected to remain. It is anticipated that the Wisconsin Department of Natural
Resources (WDNR) considers this an abandoned landfill site, and will likely require an exemption to permit
construction on an abandoned landfill prior to reconstruction of the parking lot and remodeling the buildings on the
site. This requirement post-dates the original construction of the park and site features.
The City is requesting AECOM provide a feasibility study which includes WDNR coordination for permit requirements,
a preliminary subsurface exploration, storm water management concepts, and opinion of probable construction cost
for this project. The reason for this study to provide a basis for future planning for the site. Please note that this
scope of work may trigger or lead to regulatory action in regards to Solid Waste Landfill Monitoring and
construction on a historic landfill.
Scope of Services
Task 1: Project Management, Site Map, and WDNR Coordination
The AECOM Project Manager (Paul Timm) will coordinate the project and provide a communication link between City
and AECOM staff. Mr. Timm will also lead the discussions with the WDNR-assigned Project Manager.
DocuSign Envelope ID: 3D6EEDD6-A27D-4C51-AC45-49B3F41A8C15
C:\Users\timmp\Documents\red arrow park\OPP-1057791_Red Arrow Park Alternatives Analysis
Proposal R1.docx
2/6
AECOM staff will compile all available information onto one site base map. We anticipate using the following
information and data sources:
• Book entitled “ A History of City of Oshkosh Sanitation Department” by Langkau
• Abrams Aerial Survey Corp Sheet No. B-6, dated February 1965
• Current City of Oshkosh GIS utility information
• Current LIDAR topographic survey information
• The most current aerial photograph of the site available
• Proposed Parking Lot Layout prepared by Steve Dittmer dated July 27, 2020
Once this informational site map is prepared, it will be used in discussions with WDNR to identify construction permit
requirements.
AECOM personnel will contact the appropriate WDNR staff in Solid Waste, and Storm Water groups and discuss the
project. The intent is to introduce the potential project and verify regulatory requirements. This task will be completed
prior to starting the other tasks.
Deliverables
AECOM will provide an electronic copy of the compiled site base map for City review. Once City comments are
received and appropriate modifications are made to the site plan, the WDNR will be contacted. AECOM will provide
an email summary of the discussions with the various WDNR staff. The summary emails will be copied to WDNR staff
for concurrence.
Task 2: Storm Water Management Plan Alternatives
The parking lot is constructed over a historic landfill, and as such, the project is exempt from infiltration requirements.
Therefore, storm water management will need to be designed to incorporate an impermeable barrier if constructed
within the footprint of the historic landfill. Furthermore, depending on the location of the storm water management, the
depth of storm water management may be limited depending on location due to the depth of waste. In review of
historical documents developed as part of Task 1, AECOM will provide, at most, three initial concept drawings and
perform a feasibility study for the use and location of different storm water management features such as permeable
pavers, biofilters, and/or grass filter strips overlying the impermeable barrier. An engineer’s opinion of probable cost
will also be prepared for the different options.
A WinSLAMM analysis model will be used to calculate the size requirements. Based on past project experience with
the City, AECOM assumes permeable pavers are preferred over permeable asphalt and concrete, and therefore, our
cost analysis will not include the use of different types of permeable pavement. Upon completion of the feasibility
analysis, AECOM will review with the City in order to decide final design direction. A decision regarding the final
design direction will be necessary shortly after the aforementioned review. During final design, either HydroCAD,
Storm and Sanitary Analysis, or XP-SWMM software will be utilized to size storm infrastructure. AECOM assumes
storm water collected on-site will be discharged to public storm infrastructure in N. Westfield Street.
AECOM will prepare a draft and final version of the storm water plan view showing the storm water management
area, conveyance piping, and non-standard details for incorporation into the City’s plans for this project. AECOM will
provide information in AutoCAD Civil 3D, version 2018 format as well as PDF. AECOM assumes the City will prepare
other pertinent plans to develop the plan set. AECOM assumes the City will review the draft storm sewer information
in their development of the grading plans and AECOM will be notified if cover issues arise which will be addressed in
the final version of the drawing.
Please note this task will be completed using the LIDAR survey information provided by the City. A detailed
topographic survey will be required to confirm critical surface feature elevations before the final storm water
management option is completed.
DocuSign Envelope ID: 3D6EEDD6-A27D-4C51-AC45-49B3F41A8C15
C:\Users\timmp\Documents\red arrow park\OPP-1057791_Red Arrow Park Alternatives Analysis
Proposal R1.docx
3/6
Deliverable
AECOM will provide an electronic copy of the options for the storm water management plan for City staff to review.
Once comments are received, and a final option is selected, AECOM will prepare one hard copy and electronic copy
of the final documents.
Task 3: Subsurface Investigation and Landfill Gas Monitoring
AECOM proposes to define the extent of the municipal waste and monitor for landfill gases using hydraulic probes on
the site. For budgeting purposes, AECOM assumes that the perimeter can be defined with the advancement of
approximately 16 direct push technology (DPT) soil borings and converting six of them to 1-inch diameter gas
monitoring points. The hydraulic probe locations will be placed along the approximate parking lot boundaries, inside
of the parking area, and near the buildings. The gas monitoring points will be selected based on subsurface soils or
waste observations. We anticipate at least one monitoring point to be located near each building. All excess soils will
be stored in a sealed and labeled 55-gallon drum for storage until disposal is arranged.
The soil borings will be advanced to the depth of the buried municipal waste (anticipated at 10-15 feet below ground
surface [bgs]) to aid in calculating the approximate volume of municipal waste. Representative samples of the waste
material will be collected and held for potential future laboratory analysis to analyze its composition for gas production
analysis and potential landfill waste characterization. Documentation of the soil borings will be completed using the
boring log format required by WDNR Form 4400-122 for each boring. AECOM will compile the data for analysis of the
nature and extents of the buried municipal waste.
Once the approximate horizontal and vertical limits of the waste have been defined, AECOM will identify appropriate
locations for the installation of gas monitoring wells. AECOM expects that six gas wells will need to be installed to
investigate the composition of the landfill gases being produced by the buried municipal waste. The gas wells will be
constructed of 1-inch diameter PVC with appropriate sand pack and seal and protected with flush mount protectors.
At each gas monitoring well, the initial percent of the LEL of methane (percent LEL methane), percent methane gas
(percent methane), percent oxygen (percent O2), percent of carbon dioxide (percent CO2), 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 O2. The length of time required to achieve the final reading is typically unique
to each well.
We have included a minimum of four quarters of monitoring in an effort to develop a trend in potential landfill gases.
AECOM will prepare a preliminary subsurface assessment report to document the data obtained from the above
scope of services. The report will include a discussion of field investigation methodology and physical characteristics
of the site, discussion of results with respect to regulatory standards, and recommendations for additional
investigation, if necessary. This report will be taken into consideration for preparation of the Opinion of Probable cost
task.
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
DocuSign Envelope ID: 3D6EEDD6-A27D-4C51-AC45-49B3F41A8C15
C:\Users\timmp\Documents\red arrow park\OPP-1057791_Red Arrow Park Alternatives Analysis
Proposal R1.docx
4/6
number OPP-1057650, dated September 1, 2020, 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.
Deliverables
AECOM will submit an electronic summary report of subsurface investigation results and observations. Landfill gas
monitoring results will be also reported electronically as they are recorded.
Task 4: Feasibility Study and Opinion of Probable Construction Cost.
AECOM will take into consideration WDNR comments, identified permitting requirements, the selected storm water
management option, and results of the subsurface exploration to develop a feasibility study for redevelopment of the
site. The study will also include an opinion of probable construction cost. The cost will be based on similar projects
previously completed for the City.
Deliverables
AECOM will submit an electronic copy of the Feasibility Study for City review comments. Once comments are
received, a final report will be submitted electronically.
Assumptions
• The proposed fee is based on AECOM’s current understanding of the project and effort of support on similar
projects. If increased or decreased effort is required, AECOM will notify the City in advance and obtain written
approval to proceed.
• The proposal is based on our current understanding of the project and information provided by the City as
referenced in this proposal.
• Final project permitting is not included in this proposal.
• This proposed scope of work is limited to the tasks described above. If additional work is required, AECOM will
prepare either a contract amendment or separate proposal.
DocuSign Envelope ID: 3D6EEDD6-A27D-4C51-AC45-49B3F41A8C15
C:\Users\timmp\Documents\red arrow park\OPP-1057791_Red Arrow Park Alternatives Analysis
Proposal R1.docx
5/6
Project Fees
The following table summarizes our estimate of fees to complete the scope of services described above.
Task Estimated Fees
Task 1: Project Management, Site Map Preparation, WDNR Coordination $7,670
Task 2: Storm Water Management Plan Alternates $8,690
Task 3: Subsurface Investigation including 4 quarters of monitoring LFG
Subcontract Drilling Services
Subtotal Task 3
$9,065
$7,500
$16,565
Task 4: Feasibility Report and Opinion of Probable Construction Cost $5,530
Total Estimated Fee $38,455
Terms and Conditions
As you are aware, the world is experiencing a pandemic as it relates to the coronavirus COVID-19
(“Coronavirus”). This health emergency has the potential of impacting multiple facets of the project including, without
limitation, labor, personnel, manufacturing, equipment, materials, transportation, and related supply chains, all of
which have the potential to adversely impact the critical path of the project schedule. These potential, unusual, and
unavoidable delays are outside of the control of AECOM and cannot be anticipated or determined in
advance. AECOM will exercise reasonable care to mitigate the potential impact of the Coronavirus to the extent
within AECOM’s reasonable control. AECOM will notify you in the event AECOM becomes aware of any potential
impact to the work caused by the Coronavirus.
Services described in this proposal will be performed on a time-and-expense basis. AECOM will not exceed the
above estimate without your authorization and approval. The project services will be performed in accordance with
the approved Fee Schedule for various elements of service we expect will be utilized providing the services outlined in
this proposal. This project will be completed per 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.
Please indicate your acceptance of this proposal by having an authorized individual of the City 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.
Paul Timm
Account Manager
Dean Gerber
Operations Leadership Senior Manager
Enclosure: Authorization
DocuSign Envelope ID: 3D6EEDD6-A27D-4C51-AC45-49B3F41A8C15
C:\Users\timmp\Documents\red arrow park\OPP-1057791_Red Arrow Park Alternatives Analysis
Proposal R1.docx 6/6
Authorization
September 1, 2020
I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this
agreement.
I hereby authorize AECOM to proceed with the scope of work for a Feasibility Study for the Reconstruction of Red
Arrow Park Parking Lot in Oshkosh, Wisconsin as described in AECOM’s proposal number OPP-1057650 dated
September 1, 2020, with a budget authorization of $38,455 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
Russ Van Gompel
Print Name
Director of Finance
Title/Organization
DocuSign Envelope ID: 3D6EEDD6-A27D-4C51-AC45-49B3F41A8C15
9/1/2020
9/1/2020
9/1/2020
9/1/2020