HomeMy WebLinkAboutAECOM/Marion Road Storm Sewer A MOM AECOM 920.235.0270 tel
�7� 558 North Main Street 920.235.0321 fax
Oshkosh,Wisconsin 54901
February 17, 2014
Mr. James Rabe, P.E.
City of Oshkosh
215 Church Avenue
PO Box 1130
Oshkosh, Wisconsin 54903-1130
Subject: Proposal for Design, Bidding, Permitting, Environmental, and Construction
Oversight Engineering Services Related to the Proposed Marion Road Storm
Sewer Outfall, Marion/Pearl Redevelopment Area in Oshkosh,Wisconsin
AECOM Proposal No OPP-239126
Dear Mr. Rabe,
AECOM Technical Services, Inc. (AECOM)is pleased to present this proposal for professional
environmental and engineering services related to design, bidding, permitting, and construction
oversight related to the proposed Marion Road Storm Sewer Outfall, Marion/Pearl Redevelopment
Area, Oshkosh,Wisconsin.
The purpose of the proposed storm sewer is to provide relief on the existing Marion Road storm
sewer system and provide a storm sewer connection for future site development. Important factors
that need to be considered during design include the presence of impacted soil and urban fill that
the Marion Road Riverwalk will have to be crossed for the outfall installation. This proposed sewer
and outfall will eliminate the need for future crossing related to site redevelopment.
AECOM has significant site development experience related to the Marion/Pearl Redevelopment
Area. AECOM has provided Engineering and Environmental services for the Marion/Pearl
Redevelopment area since 1995. These services include:
• Site Acquisition Assistance and Environmental Site Audits
• Grant Preparation and Administration
• Civil, Geotechnical, Structural, and Environmental Site Development services related to all
site developments and the Riverwalk
• Environmental Site Review, Phase I, li and III Site Cleanup Services in conjunction with site
development
• Division Street Watershed Modeling
The main goals of the project are:
• Install a storm sewer outfall previously modeled to alleviate flooding in the Division Street
Watershed.
• Provide a storm sewer connection location for future site developments.
• Prepare bidding documents and necessary permits.
• Provide bidding support.
• Provide construction documentation.
This document includes proprietary data that shall not be duplicated,used or disclosed outside City of Oshkosh for any purpose other than to
evaluate this document.This restriction does not limit City of Oshkosh's right to use information contained in this document if it is obtained from
another source without restriction.
AECOM 2
Task A: Design/Permitting/Bidding Services
AECOM staff will prepare a final storm sewer and outfall design and provide bidding support
services. We anticipate the following tasks will be required.
Meetings
AECOM will attend the following meetings. Four(4) meetings at the City of Oshkosh are budgeted
for this project.
1. Meeting one(1)will be a kick-off with City staff to discuss the preliminary hydrologic and
hydraulic modeling. The project schedule and other design needs will also be clarified.
2. Meeting two(2)will be with City staff to discuss 50 percent plans and specifications. We
recommend the City Electrician be included in the meeting regarding the Riverwalk crossing.
3. Meeting three(3)will be with City staff to discuss 90 percent plans and specifications.
4. Meeting four(4)will be with the City and bidders. AECOM will prepare an Agenda and
Meeting Minutes and Attend a Pre-Bid Meeting
Review and Extract XP-SWMM Data
AECOM will extract storm sewer data from the preferred alternative model from the Division Street
Watershed modeling effort completed by AECOM for use in the preparation of the design plans.
Final Design Drawings
AECOM will prepare design drawings for 50 percent and 90 percent City review.
The final construction plans will include:
1. Cover Sheet(1 sheet)
2. Legend and Project Information(1 sheet)
3. Demolition Marion Road and River Walk(1 sheet)
4. Plan and Profile Drawing(1 sheet)
5. Outfall Design (1 sheet)
6. Marion Road and River Walk Pavement Restoration(1 sheet)
7. Erosion Control, Landscaping, and Restoration Plan(1 sheet)
8. Manhole Details(1 sheet)
9. Legal Description and Easement Document
Two sets of the complete plans and special conditions will be submitted to the City. A digital copy
will be provided on CD or through AECOM's send files system. The digital copy of the plans will
include full size(22x34)and half size (11x17) PDF documents of the plans as well as the CAD
Files. The digital copy of the contract book documents will include pdf copies, as well as Microsoft
Word of Excel documents.
Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document.
K:\PROPOSAL\City of Oshkosh\OPP-239126_Marion Road Storm Sewer\OPP-239126_Marion Road Storm Sewer Proposal.docx
AECOM 3
Contract Book
AECOM will provide the following information for inclusion in the Contract Book:
1. Official Notice to Contractors
2. Information Sufficient for the City to Prepare the Proposal Form
3. Special Conditions which will include project information on items such as:
a) Construction Schedule
b) Material Management Requirements
c) Soil Management Plan
d) Groundwater Management Plan
e) Inlet Structure
f) Outlet Structure
g) Marion Road and River Walk Demolition and Reconstruction Plan
h) Restoration requirements
4. Gravity storm sewer
5. Construction erosion control
6. Copies of all permits
This information will also reference and work in conjunction with the 2014 City Standard
Specifications.
The City of Oshkosh will combine the following information for inclusion in the Contract Book, in
addition to compiling the Contract Book and uploading the bidding documents on Quest:
1. Instructions to Bidders
2. Confined Space Entry Policy
3. Contractor Safety Program
4. General Conditions
5. Technical Specifications(2014 City Standard Specifications)
WDNR Permit Application
AECOM will prepare the following permit application for submittal to the Wisconsin Department of
Natural Resources (WDNR):
• WDNR pre-screening for Threatened/Endangered Species review, Historical/Archeological
Review,Wetland Review, Waterway, and Remediation and Redevelopment
• Construction Project Consolidated Permit Application
• Attachment A to above permit application form
• Attachment B to above permit application form
Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document.
K:\PROPOSAL\City of Oshkosh\OPP-239126_Marion Road Storm Sewer\OPP-239126_Marion Road Storm Sewer Proposal.docx
AECOM 4
• Written Storm Water Management and Erosion and Sediment Control Plan in accordance
with NR 151, NR 216 and Municipal Code Chapter 14
• Chapter 30 Permit application for the proposed new storm sewer outfall
AECOM will submit the completed permit application forms to the City for signatures and submittal
to the WDNR. AECOM will inform the City as to the amount of the permit fees at least two weeks
prior to completing the permit applications to allow the City time to complete a check request.
Statement of Probable Cost
AECOM will prepare a statement of probable cost for the proposed construction of the gravity storm
sewer based upon the 90 percent plans.
Bidding and Construction Support
AECOM will answer questions during the bidding process and construction process. For budgeting
purposes 20 hours have been estimated for this task. In addition, AECOM will prepare a pre-bid
agenda/meeting minutes and attend a pre-bid meeting.
Assumptions:
1. The Client agrees to:
a) Meet with AECOM representatives, if required, and make timely decisions regarding
design details;
b) Provide all criteria and full information as to Client requirements for the Project, obtain
necessary approvals and permits, attend Project-related meetings, provide interim
reviews on an agreed-upon schedule, make decisions on project alternatives, and
generally participate in the Project to the extent necessary to allow AECOM to perform
the Services;
c) Pay all permit and review fees that may be required directly to the agency requiring the
fee submittal;
d) Prepare the general conditions, detailed specifications, and technical specifications;
e) Assemble bid documents, advertise for bids, and recommend award of contract.
2. The only state permit required for this project is the WDNR"NOI" (construction erosion
control permit)and Chapter 30 Permit for the new storm sewer outfall.
3. Wetlands will not interfere with the project footprint. Wetland delineations are not anticipated
to be required for this project. No delineations are included with the scope and budget.
4. Archaeological sites are not present in the planned areas of excavation.
5. The City is responsible for all reproduction costs related to the plans and specification
documents for the contractor bidding process.
6. Public informational meetings are not part of the scope.
7. The City will provide site topographic and as-built survey information for Marion Road.
8. The City will provide construction stake out services.
9. The City will provide erosion control inspections.
Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document.
K:\PROPOSAL\City of Oshkosh\OPP-239126_Marion Road Storm Sewer\OPP-239126_Marion Road Storm Sewer Proposal.docx
AECOM 5
Task B: Soil Management and Work Plan
AECOM will prepare a Soil Management and Work Plan to be submitted to the WDNR for review.
The Soil Management plan will be included in bidding documents.
Task C: Groundwater Management Plan
AECOM will prepare a permit application to the Oshkosh Water Department for disposal of the
impacted water that maybe encountered during construction. This permit will be included in the
bidding documents.
Task D: Construction Documentation
AECOM will provide on-site Project Representative Services on a daily basis during the
construction of the project. We anticipate an overall construction period of 4 weeks for completion
of the installation of the storm sewer and ouffall.
AECOM will provide on-site documentation and testing staff as need 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 on site during construction. The field
representative will be provided a PDA/tablet for data recording. Specific data software will be
developed for site specific use. The data package will include templates for density testing
results, photographic information, utility installation documents for round, oval, square and
rectangle structures. AECOM will provide trained environmental field staff to document the
construction of the environmental components of the project. These components include Soil
Management, Contaminated Groundwater Management,and Underground Utilities
• We propose to have an AECOM representative on site to observe and identify the excavation
areas containing petroleum/solvent impacted soil requiring disposal. This will be
accomplished through visual and olfactory observations(sheen, petroleum product, stained
soils, and petroleum odors)and field screening of the soils excavated for obvious signs of
contamination. The AECOM field staff will use a photo ionization detector(PID)to field
screen the excavated soils. PID field screening readings of 15 instrument units(equivalent to
15 parts per million [ppm])or higher will be considered contaminated and hauled to the Valley
Trail Facility. Nonpetroleum impacted fill soils/solid waste that can be reused for site fill will be
segregated and reused. Nonpetroleum/solvent impacted fill soils/solid waste deemed not
usable as backfill material will be hauled to the Valley Trail Facility for disposal.
The contaminated soil disposed of in a landfill requires manifesting, which needs a signature
by an authorized representative of the City of Oshkosh. To expedite the processing of the
landfill profile acceptance applications and soil removal activities for this project, the City of
Oshkosh will delegate authority to AECOM to sign the waste profile application and
transportation manifests on behalf of(acting as an agent for)the City of Oshkosh. It is
understood that the City of Oshkosh will remain the responsible party for all final decisions
regarding management and disposal of contaminated materials encountered during this
project. By authorizing this proposal, the City of Oshkosh will also be authorizing Paul F.
Timm and his designees of AECOM to act as the authorized agent for the City of Oshkosh for
completing the waste profile and transportation manifests, as needed, to dispose the
contaminated soil under this contract.
Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document.
K:\PROPOSAL\City of Oshkosh\OPP-239126_Marion Road Storm Sewer\OPP-239126_Marion Road Storm Sewer Proposal.docx
AECOM 6
• We anticipate that groundwater removed from the project excavations will be collected and
pumped into the Oshkosh sanitary sewer system under the conditions that will be provided in
the temporary discharge permit obtained by AECOM. AECOM proposes to be on site
periodically to make sure the contractor is discharging groundwater in accordance with the
anticipated temporary discharge permit.
• We anticipate utilities running through the solid waste fill and petroleum/solvent impacted
areas could create routes of less resistance for gases and liquids to migrate into and from the
site. In compliance with anticipated permit requirements, utilities entering and leaving the
project area limits will have a trench plug. Trench plugs will be placed where the utility line
enters a structure or leaves the site. AECOM proposes to document the location,
construction, and size of each trench plug.
• Observe and document contractor compliance with grant requirements and permit conditions.
Specific attention will be made to utility installation, impacted soil and groundwater
management, and demolition and reconstruction of the Riverwalk
• Review contractor's progress schedule, schedule of submittals/submissions, schedule of
values prepared by contractor, 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;
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. Attend progress meetings to discuss progress of work.
Keep the City informed of any expected delays in progress schedule. Prepare and distribute
meeting minutes.
• 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.
Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document.
K:\PROPOSAL\City of Oshkosh\OPP-239126_Marion Road Storm Sewer\OPP-239126_Marion Road Storm Sewer Proposal.docx
AECOM 7
• Notwithstanding that it is the contractor's sole responsibility for job site safety,AECOM will
report immediately to the City the occurrence of any incident.
• Provide laboratory material testing to document conformance with plans and specifications.
At this time we anticipate soil testing to include determination of dry density of backfill material
and compressive strength for concrete materials placed.
• Provide field testing to document conformance with plans and specifications. Record
horizontal and vertical coordinates of individual test 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.
• Provide photo documentation throughout the construction period.
• Provide vehicles, necessary equipment, and material for inspection.
• Review applications for payment with the contractor for compliance with the established
procedure for their submission, and forward with recommendations to the City noting
particular relation to the schedule of values, work completed, materials and equipment
delivered at the site, but not incorporated in the work.
• 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.
• 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 eight site visits by Engineering design team (as identified below)during construction
to verify design criteria as required by permit conditions.
AECOM proposes a team comprised of:
• Paul Timm, Project Manager/Project Representative
• Tim Wolf,Assistant to Project Manager
• Christopher Rogers or John Kirschner, Field Staff
• Charles Boehm, Civil Engineer
• Theran Jacobson, P.E., Design Lead and Civil Engineer
• Jeremy Thomas, P.E., Geotechnical Engineer
• Darren Haag, GIS Management
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. We anticipate that the City will complete the final survey and prepare the
plan sheets for as-built records and AECOM will review the final plan set for completeness.
Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document.
K:\PROPOSAL\City of Oshkosh\OPP-239126_Marion Road Storm Sewer\OPP-239126_Marion Road Storm Sewer Proposal.docx
AECOM 8
Project Fees
The following table summarizes our estimate of fees to complete the scope of services described
above.
Task A: Design, Permitting, Bid Documents $31,440
Task B: Soil Management Plan $3,400
Task C: Groundwater Management Plan $2,200
Task D: Construction Documentation * $29,984
TOTAL $67,024
Notes
Field Staff budget is based on field and office effort of 10 hours per day, five days per week for
duration of 4 weeks or an estimated total of 200 hours of field staff. The budget also includes
supplies, equipment rental, and truck charges and project management.
Terms and Conditions
Services described in this proposal will be performed on a time-and-expense/unit-cost basis. The
attached 2014 Negotiated Fee Schedule indicates the unit prices for various elements of service we
expect will be utilized providing the services outlined in this proposal. This project will be complete
per the negotiated April 2009 Negotiated Terms and Conditions.
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.
Sincerely,
//)//2,/'
Albert Cole Paul F.Timm
Office Manager Account Manager
Attachments:
Authorization Form
Cost Estimate
Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document.
K:\PROPOSAL\City of Oshkosh\OPP-239126_Marion Road Storm Sewer\OPP-239126_Marion Road Storm Sewer Proposal.docx
A=COM AECOM 920.235.0270 tel
558 North Main Street 920.235.0321 fax
Oshkosh,Wisconsin 54901
Authorization
February 17, 2014
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 the proposal for Design,
Bidding, Permitting, Environmental,and Construction Oversight Engineering services related to
the Construction of the Proposed Marion Road Storm Sewer Outfall, Marion/Pear
Redevelopment Area AECOM's proposal OPP-239126 dated February 17, 2014 with a budget
authorization of$67,024 under the general terms and conditions specified in the proposal.
Sig ture Date
Mark A Rohloff
Print Name
City Manager
• • -nization
• _alp!.�� !_ ��1 bi
a- L
(4
Signature , Date
Pamela R. Ubrig;
Print Name
City Clerk
Title/► ganization
'• Date
Lynn A. Lorenson;
Print Name
City Attorney
Title/Organization
t1/41610-9
Signature Date
Kura, UJe.
Print Name
Irateziai Director of Finance ASS/
'Slan
Title/Organization
To enhance and sustain the world's built,natural and social environments
AECOM 2
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
Address: 558 North Main Street
Oshkosh, WI 54901
Fax: 920.235.0321
Phone: 920.236.6718
To enhance and sustain the world's built,natural and social environments
This fax is a confidential communication intended for the individual or entity named above. If the reader of this message is not
the intended recipient,please delete and note that dissemination,distribution,or copying of this communication is prohibited.
Thank You.
! $ \ % ( § § k § \ '3NN4 if $ e
, - ■ a - � � ; &
A ;
- to _ _ _ _ _ _ _ _ _ NV. . _ ® - - - 61
} g ( « O ( \ .- / k \ § \ CO / § / } \ �
• ` ` ~ '
k ■ - 63 66 CO - - - - ® 69 69 ® - - ® O.
3 . . . ! )
§
\ ® ® ® 01 63 ® - - - ® - - - - 69 63 - ®
; | . _ 288 - 8Ama : I ] A = ® §
# ; a , 0 0 0 0 - .
w 2 &
/ / \ 0 , 0 . - -
j { 8 0 0 0 N N ®
¢
sit
cr \ % ° , o Lo t— to
. lo
z
co it 2 [ ° ° °
a
) ° 0 , 0 , e ,
tS E \ } Tr o. N , , , ; ¥ #
t `
_ C 5
0 ° ° ° 0 0 10
j � / /�2g ° ° ° 88g ° �
it U-
5 ti..a. E
) i a\ / ,
i
J -5
/ ) \ , , N .- , 0 0 V.
To
. 0 [| \ N 0 , CO . .
tk t/ ; . N
/
!
) }E 8 - , , ,
0 w
�| §k § , � „ co sr „ 01 - -
�} &\ ! q w CO
' 4 :7 7 .
)f 2r 0 0 0 0
\ ;
t.1-5 l .4r sr Nrl & co , , , _
!-! k
t
! ! , 8 N ' co , 1 CO , 01 .
�2 !/! / 2a „ , , , .
k
Er i. )
7
_ rc ai
j 2 } � % f
0 ! 6 ƒ !
7 r \ k § t § ! 2 [ k !
§ ■ £ e ! L1 ` i |
X � � kk � � ) f ' ; f !
2 t ) 22 � 7 ; 1K $ 77 §
hlltDtIHuIIIllh
- N _ 0 , Ng <0 § , � .
4 2
4 • 0 0 `