HomeMy WebLinkAboutHazel Street Interceptor Extension/Strand
sa.
STRAND
ASSOCIATES.INC:'
ENGINEERS
910 West Wingra Drive
Madison, WI 53715
Phone: 608-251-4843
Fax: 608-251-8655
Office Locations
Madison, WI
Joliet, IL
Lexington, KY
Louisville, KY
Mobile, AL
Columbus, IN
Columbus, OH
Indianapolis, IN
Milwaukee, WI
Cincinnati, OH
www.strand.com
Transmittal Letter
To: Oshkosh Public Works Department
215 Church Avenue
PO Box 1130
Oshkosh, WI 54903-1130
Date: 10-22-07 I Project No.: I 382-040
Attention: Pete Gulbronson
RE: Oshkosh - Hazel Interceptor Extension
WE ARE SENDING YOU:
~ Attached
o Under Separate Cover
o Shop Drawings
o Change Order
o Copy of Le
RECEIVEJD
o Specifications
o Drawings
o Samples
o Other:
OCT 2 4 2001'
DEPT. OF PUBLIC WOBKS
OSHKOSH WISCONSIN
Copies Date No. Description
2 Revised Engineerinq Aqreement
--
THESE ARE TRANSMITTED as checked below:
~ For approval
o For your use
o As requested
o For review and comment
o Approved as submitted
o Approved as noted
o Returned for corrections
o Other
o Resubmit _ copies for approval
o Submit _ copies for distribution
o Return _c orrected prints
1/-')..1- -;.oo(
qi !tf,..t... - Ittfd...d f J "- ~ 0"'" J.
""J~ -6..y.(f$, -6~~Rr
S:\@SAI\351-4C~\040\~jgra:k.ac;~al~~;'O~ )
c...:
Remarks:
Pete
Attached is the proposed agreement for this project with the revisions as requested. If it's
acceptable, please have the appropriate signatures applied and return one of the original
for ou
Mike Bridwell
~
~~ ot.OI F~ (wrfh Ccf.
~
.
,
;.
sa.
STRAND
ASSOCIATES, INC.@
ENGINEERS
910 West Wingra Drive
Madison, WI 53715
Phone: 608-251-4843
Fax: 608-251-8655
Office Locations
Madison, WI
Joliet,lL
Louisville, KY
Lexington, KY
Mobile, AL
Columbus, IN
Columbus, OH
Indianapolis, IN
Milwaukee, WI
Cincinnati, OH
www.strand.com
October 18, 2007
City of Oshkosh
215 Church Street
Oshkosh, VVI 54903-1130
Attention:
Pete Gulbronson, P.E.
Re: Agreement for Design and Bidding-Related Services for the Hazel Street Interceptor
Extension
This is an Agreement between the City of Oshkosh, hereinafter referred to as OWNER, and
Strand Associates, Inc., hereinafter referred to as ENGINEER, to provide Design SeIvices
and Bidding-Related Services (Services) for the Hazel Street Interceptor Extension on Hazel
Street between Parkway Avenue and New York Avenue, and on New York Avenue between
Hazel Street and Jefferson Street, hereinafter referred to as the PROJECT. This Agre~:ment
shall be in accordance with the following elements.
Background
OWNER has indentified a need to upgrade its wastewater collection system by extending the
existing Hazel Street Interceptor. It is expected that this extension will eventually make it
possible to eliminate the existing Murdock Wastewater Pumping Station through a future
extension from the proposed Hazel Street Interceptor Extension.
The Hazel Street Interceptor extension also allows OWNER to establish the foundation for
the future operation of the City's Northeast Basin (NEB) sewer collection system. The
current NEB consists of a gravity collection system and 12 pumping stations, including
Murdock, Bowen, Northside, Hickory, Lakeview, Broad, Fontana, CTH Y, Snell, Island
View and Prairie. The current depth and sizing of the Hazel Street Interceptor would allow
the option to intercept flows to the Murdock and Bowen pumping stations. It may also be
possible to intercept a significant portion of the existing flow to the North Side Pumping
Station through future extensions to the Hazel Street Interceptor.
Scope of Services
The following Scope of Services will be provided in accordance with OWNER's request for
proposals dated September 7,2007, and further described as follows:
1. Facilities Planning: ENGINEER will prepare a Facilities Plan to document planning
and sizing for the PROJECT. Areas and analysis included in the Facility Plan will be
limited to those portions of OWNER's wastewater collection system that are
northeast of the Fox River. This area is herein referred to as the Northeast Basin
(NEB). The facilities planning approach will be completed in accordance with
sa.
STRAND
ASSOCIATES. INC.@
ENGINEERS
City of Oshkosh
Page 2
October 18,2007
elements required by NR 110 for large interceptor projects. The major elements of
the plan will include:
a. Review of existing flow data.
b. Development of design flows.
c. Capacity evaluation of existing interceptor system.
d. Service area determination.
e. Analysis of alternatives.
f. Final interceptor sizing.
ENGINEER's review of existing flow data will consist of a review of records from
the OWNER's existing flow monitoring stations. This information will be used to
identify current capacity utilization levels at those locations. Following revi~:w of
this data, ENGINEER will provide recommendations for possible additional flow
monitoring to further understand existing conditions.
The capacity of the NEB interceptor system will be evaluated by ENGINEER based
on existing and future land use considerations using historical flow characteIistics
for various land uses in the City. For this effort, ENGINEER will divide the NEB
into subbasins served by sewers of 12 inches or larger. Land use within these areas
will be delineated based on OWNER's delineation of existing zoning characteristics
or projected zoning based on OWNER's comprehensive plan and/or current planning
initiatives. The theoretical flows determined through this analysis will be compared
and calibrated by ENGINEER with existing flow data where available.
Using these design flows ENGINEER will evaluate the theoretical capacity of
existing interceptors and tabulate the results based on individual segments. Patterns
of capacity deficiencies will be indentified by ENGINEER. The manner in which the
Hazel Street Interceptor is extended and its impacts on these deficiencies will be
analyzed by ENGINEER.
ENGINEER will prepare an alternatives analysis, that will review the potential to
redirect flows from other pumping stations such as Hickory, Lakeview and
Shorewood into gravity sewers extended from the Hazel Street Interceptor extension.
For this effort, ENGINEER will utilize existing topographic information and record
drawings to develop preliminary sewer alignments. The Facility Plan prepared by
ENGINEER will also include an evaluation of the existing Broad Street Pumping
Station for impacts associated with the various alternatives.
The Facility Plan report will summarize ENGINEER's evaluations and include a
recommendation of the final sizing and alignment for the PROJECT.
2. Data Acquisition and Topographic Survey: ENGINEER will perform a topographic
survey of the proposed alignment for the PROJECT, including the right-of-way of
Hazel Street from just south of Parkway Avenue to just north of East New York
Avenue. Included in the survey will be approximately 100 feet beyond the east
right-of-way of Hazel Street to include potential routes within the park area. The
survey will then continue westerly along East New York Avenue to just beyond
MHB :ebt\R:\Documents\Agreements\Oshkosh, City of (WI)\HazeIStreetInterceptor,2007\Agr\1-3 82-040.doc
sa.
STRAND
ASSOCIATES, ING@
ENGINEERS
City of Oshkosh
Page 3
October 18, 2007
Jefferson Street. The survey along East New York will be within the existing :right-
of-way for the roadway. Prior to survey ENGINEER will provide a survey schedule
to OWNER to allow OWNER reasonable time for locating water, sewer, and storm
sewer systems. Utility locates of other non-OWNER utilities will also be requested
by ENGINEER through Digger's Hotline.
It is intended that the survey will identify the locations and size of trees, signs, bus
stops, structures, power poles, and other obstructions that may affect the interceptor
route. Invert elevations of manholes will be collected from the surface. Manhole
entries will not be made.
The survey will be completed in USGS Datum based on the Winnebago County
Coordinates. Information from OWNER's record drawings will be used to
supplement survey data collected by ENGINEER.
3. Soils Evaluation: The geotechnical contractor will be retained by OWNER to
complete geotechnical evaluations along the alignment. ENGINEER will prepare a
general scope and approximate boring location plan for bidding to geotechnical
contractors. ENGINEER will assist OWNER in soliciting bids for this work.
Geotechical contractor shall be required to establish the exact boring locations to
avoid underground utilities and structures.
4. Design: The scope of the PROJECT includes the design of a new sanitary sewer
interceptor to be installed along Hazel Street from Parkway Avenue to East New
York Avenue, a distance of approximately 3,660 feet. The interceptor will run
westerly along east New York Avenue to Jefferson Street, a distance of
approximately 3,600 feet. The route includes one rail crossing.
ENGINEER will prepare preliminary plans based on Facility Plan recommendations.
The plan size will be Size D - 22-inch by 34-inch. It is anticipated that
approximately 15 sheets will be required to provide the plan and profile drawings at
a 20 scale along the 7,600-foot alignment from Parkway to Jefferson. Plan and
profile drawings will be prepared in AutoCAD format with the final electronic
deliverable provided to the City in AutoCAD 2005 format.
ENGINEER shall provide an opinion of construction cost based on the final design
of the PROJECT.
ENGINEER will submit a Chapter 30 permit application (if applicable), Wisconsin
Department of Natural Resources (DNR) Notice of Intent, and Sanitary Sewer
Extension Permit Application. ENGINEER will also interact with the Canadian
National Railroad in obtaining review and approval for installation of the proposed
interceptor beneath the railway crossing on East New York Street.
ENGINEER will interact with OWNER on the ongoing design of the Baldwin Basin
Drainage Improvement Project in developing the design of the PROJECT.
MHB :ebt\R: IDocumentslAgreements\Oshkosh, City of (WI)\HazeIStreetInterceptor.2007IAgrI1-3 82-040 .doc
sa.
STRAND
ASSOCIATES, ING@
ENGINEERS
City of Oshkosh
Page 4
October 18, 2007
ENGINEER will provide the following final plan set:
a. Title Sheet
b. Location and details
c. Erosion Control and Restoration
d. Traffic Control
e. Sanitary Sewer Plans and Profile
ENGINEER will provide a project manual consisting of these items:
a. Bid Form
b. Contract Form
c. Bond Forms
d. General Conditions
e. General Construction Requirements
f. Construction Specifications and Special Provisions
g. Soil Boring Logs
h. Permits
5. Bidding: ENGINEER will provide a final bid document set to OWNER for
distribution by OWNER to prospective bidders. During the bid period, ENGINEER
will be available to answer OWNER and contractor questions, and prepare
addendums as may be necessary. OWNER will conduct bid opening and tabulate
bids.
Service Elements Not Included
The following services are not included in this Agreement. If such services are required,
they shall be provided through subsequent amendment to this Agreement.
1. Distribution of Bidding Documents and Construction-Related Services: OWNER
shall provide these services.
2. Services Furnished During Readvertisement for Bids. if Ordered by OWNER: If a
Contract is not awarded pursuant to the original bids, any services of this type: shall
be provided for by an amendment to this Agreement.
3. Revising Designs. Drawings. Specifications. and Documents: Any services required
after these items have been previously approved by state or federal regulatory
agencies, because of a change in PROJECT scope or where such revisions are
necessary to comply with changed state and federal regulations that are put in force
after Services have been partially completed, shall be provided for by an amendment
to this Agreement.
4. Preparation for and/or Appearance in Litigation on Behalf of OWNER: Any services
of this type required to be provided by ENGINEER shall be provided through a
separate agreement with OWNER.
MHB :ebtIR: \DocumentslAgreements\Oshkosh, City of (WI)\HazelStreetInterceptor.2007IAgr\ 1-3 82-040 .doc
'.
~
sa.
STRAND
ASSOCIATES, INC.'!>
ENGINEERS
City of Oshkosh
Page 5
October 18, 2007
5. Soil Borings: The compensation does not include the cost for soil borings.
ENGINEER will assist OWNER in engaging the services of a soils consultant.
6. Permit and Plan Review Fees: All permit and plan review fees payable to regulatory
agencies shall be paid for by OWNER. Should ENGINEER pay such fees to
expedite approvals, ENGINEER shall be reimbursed by OWNER.
7. Land Surveys: Any services involved in land surveys necessary to establish property
boundaries shall be provided through a separate agreement with OWNER.
Compensation
OWNER shall compensate ENGINEER for Services as described herein on an hourly rate
basis for a limiting fee of$91,600 including expenses.
Expenses incurred such as travel, meals, printing, postage, copies, computer, electronic
communication, and long distance telephone calls shall be invoiced at actual cost plus
10 percent.
ENGINEER's wage scales are adjusted annually on July 1. The fee as indicated above
includes a wage scale that assumes the Services being completed by June 30, 2008.
Only sales taxes or other taxes on Services that are in effect at the time this Agreement is
executed are included in the compensation. If the tax laws are subsequently changed by
legislation during the life of this Agreement, the Agreement shall be adjusted to refh:ct the
net change.
The limiting fee shall not be exceeded without prior notice to and agreement by OWNER
but may be adjusted for time delays, time extensions, amendments, and changes in the scope
of the services. Any adjustment shall be negotiated based on ENGINEER's increase in costs
caused by delays, extensions, amendments, or changes.
Schedule
Assuming ENGINEER receives the signed Agreement by October 15, 2007, ENGINEER
anticipates completion of the Facility Plan Report by November 30, 2007 and thl~ final
Contract Documents by January 11, 2008. ENGINEER will provide 60 percent complete
drawings for OWNER review by November 30 and 90 percent complete drawings for
OWNER review by December 21,2007.
Standard of Care
The standard of care for all services performed or furnished by ENGINEER under this
Agreement will be the care and skill ordinarily used by members of ENGINEER's
profession practicing under similar circumstances at the same time and in the same locality.
ENGINEER makes no warranties, expressed or implied, under this Agreement or otherwise,
in connection with ENGINEER's services.
MHB :ebt\R:\Documents\Agreements\Oshkosh, City of (WI)\HazelStreetInterceptor.2007\Agr\1-3 82-040 .doc
"
'"\
sa.
STRAND
ASSOCIATES, INC.<!i
ENGINEERS
City of Oshkosh
Page 6
October 18, 2007
Opinion of Cost
Any opinions of cost prepared by ENGINEER are supplied for general guidance of OWl'-JER
only. ENGINEER has no control over competitive bidding or market conditions and cannot
guarantee the accuracy of such opinions as compared to contract bids or actual costs to
OWNER.
Extension of Services
This Agreement may be extended for additional services upon authorization by OWNER.
Extension of services shall be provided on an hourly rate basis plus expenses.
Payment
OWNER shall make monthly payments to ENGINEER for Services performed in the
preceding month. Nonpayment 30 days after the date of receipt of ENGINEER's invoice
may, at ENGINEER's option, result in assessment of a I percent per month carrying charge
on the unpaid balance.
Data Provided by Others
ENGINEER is not responsible for the quality or accuracy of data nor for the methods used
in the acquisition or development of any such data, where such data is provided by or
through OWNER, Contractor, or others to ENGINEER and where ENGINEER's Services
are to be based upon such data. Such data includes, but is not limited to, soil borings,
groundwater data, chemical analyses, geotechnical testing, reports, calculations, designs,
drawings, specifications, record drawings, Contractor's marked-up drawings, and
topographical surveys.
Termination
This Agreement may be terminated with cause in whole or in part in writing by either party
subject to a two-week notice and the right of the party being terminated to meet and discuss
the termination before the termination takes place. ENGINEER shall be paid for all
completed or obligated Services up to the date of termination.
Dispute Resolution
Except as may be otherwise provided in this Agreement, all claims, counterclaims, disputes,
and other matters in question between OWNER and ENGINEER arising out of or relating to
this Agreement or the breach thereof shall be decided by mediation.
MHB :ebt\R:\Documents\Agreements\Oshkosh, City of (WI)\HazeIStreetInterceptor.2007\AgrI1-3 82-040.doc
,"
..,
sa.
STRAND
ASSOCIATES. ING$
ENGINEERS
City of Oshkosh
Page 7
October 18, 2007
IN WITNESS 'WHEREOF the parties hereto have made and executed this Agreement.
ENGINEER:
STRAND ASSOCIATES, INC.
---:?7q'f' ;d?U~
Roger H. Huchthausen
Corporate Secretary
/o//d'/~7
Date
OWNER:
CITY OF OSHKOSH
~)~ Cl (;~L
Edward A. Nokes
City Comptroller
U _. )0-07
Date
~~
4A. ~.(A~~
.. n . Lorens .
Assistant City Attorney
I J ..;,~ 07
Date
MHB :ebt\R:\Documents\Agreements\Oshkosh, City of (WI)\HazelStreetInterceptor. 2007\Agr\ 1-3 82-040.doc
-------~---_.-----_._"-.-....__._-_..._._._.__._.._._-...,---..---.'.-----