Loading...
HomeMy WebLinkAboutPW CNT 15-02/CH2M Hill/Marion Tower Design ProjectCITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920) 236-5065 FAX (920) 236-5068 LETTER OF TRANSMITTAL To: Ms.Linda Mohr Date: December18,2015 CH2M HILL Engineers Sub'ect: Executed Amendment 135 South 84' Street, Suite 400 Marion Tower Design Project Milwaukee, WI 53214 Contract 15-02 Piease find: � Attached ❑ Copy of Letter ❑ Contrac[s ❑ Meeting Notes ❑ Photos ❑ Specifcations ❑ Estimates ❑ Under Separete Cover � Amendment ❑ Report ❑ Agenda ❑ Mylars ❑ Change Order ❑ Pians ❑ Disketle ❑ Zip Disk ❑ Other These are being transmitted as indicated below: ❑ ForApproval � ForYourUse Remarks: ❑ As Requested ❑ For Review 8 Comment Enclosed is a copy of the executed amendment for the Marion Tower design project. Please reference Res. No. 15-494 on all of your invoices. If you have any questions, please contact us. Steve Brand — Copy _� City Clerk's O�ce — Original cc: _ File — Original Signed: i Trecy . Taylor / I�E�pire¢nrylTracyTaN�Sleve9mMAgrevmenlslLX2MNIII1MenmRGTvnD8911S@CH2MXIIILOLEVem�eaCAkt 111615.ppu AMENDMENT NO.1 The CITY OF OSHKOSH, hereina(ter referred to as CITY, and CH2M HILL ENGINEERS, INC., 135 South 84'^ SVee�, Suite 400, Milwaukee, WI 53214, hereinafter referred to as [he CONSULTANT, entered into an agreement for the MARION TOWER DESIGN PROJECT on October 29, 2014. Paregreph C in ARTICLE XII. PAYMENT included [he provision �ha� costs for additional services shall be negotiated and set forth in a writlen amendmen� b this AGREEMENT execu[ed by both parties prior to proceeding with the work covered under ihe subject amendment. THEREFORE, the CITY and the CONSULTANT agree to insert the follovring paragraph after the first paragraph in ARTICLE III. SCOPE OF WORK: The CONSULTANT shall provide the services described in the CONSULTANT's Scope o/ Services dated November 12, 2015. The CITY and ihe CONSULTANT (urther agree to insert the following bullet point after ihe first bullet point in Paragraph A of ARTICLE XII. PAYMENT: • Payment for Amendment No. 1 shall be a Time and Materials Sum not to exceed $237,485 (Two Hundred Thirly Seven Thousand Four Hundred Eighty Five Dollars). All other terms contained within the October 29, 2014 agreemen[ remain unchanged and in effect. In the Presence of: (Seal of Consultant if a Corporation (Witness) (Witness) "'• ■ ' ♦ � �6., �r� 1� � ul� �n�. CONSULTANT ey: ,.�.�,,.-,-�� J ��c% PO�,finG..�� (Speafy Title) By: (Specify Title) CIN OF OSHKOSH By: / YGi—//�-i� , � Rohloff, City Managgr , l �u� And: `t' Pamela R. Ubrig, Ciry Clerk I hereby certify that the necessary provisions have been made to pay the liability which which will accrue under �his Agreement. City C ptmller � cnsenumonnoeaMmv����uxi n.n-isax. Page 1 of 7 . 2��f�cFD �JOV I s 5 scoPEOFSeRVices � No���€Ayt,,�o�` ?�j �`�sf «t Marion Road Tower Design Amendmenf "�� °r��s , Through a project defini[ion process [ha[ involved mmmunity s[akeholder participation, Ihe final design of the Marion Road Design Project (Ciry Resolution No. 14-474) was expanded to indude addi[ional design features. The scope of engineering design services increased in response to the ezpanded project scope which also indudes land acquisition and additional approvals prior to mns[ruc[ion. The Marion Road Tower Design Project is being amended to provide the professional technical services needed to complete the supplemental work described herein. Professional technical services will provided by CH2M and its subconsultants, Dixon Engineering and AECOM. Amended Task 1—Project Definition As the resWt of the stakeholder involvement process and Ihe City of Oshkosh's (City's) decision to consVUCt the new [ower on an adjacent parcel, the tower design will be modified to in the following changes: locating the new tower on land near the existing tower site, inmrporation of aesthetic features [o reflect community preferences, addition of a tank water mixing rystem, addition of new tower site security feaNres, and evaluation of main pressure zone tanks' altitude valve condition and operation. New Tower Site The new [ower will be loca[ed about 115 feet east of the existing tower to allow [he City to keep Ihe existing tower in service throughout construction of the new tower. The new tower site is a brownfield prepared for redevelopment and owned by the Marion/Pearl Redevelopment Authority (RDA). The original design assumed the new tower would be located on the existing tower site. CH2M will participate in meetings [o coordinate land acquisition by [he Oshkosh Water Utility and mmmunity development interests. CH2M will modify the project design to acmmmodate the new site induding new site development, increased stormwater drainage plan and erosion control provisions, poor soils, development of new tower u[ilities independent of the existing tower to maintain a tower in service at all times. Site Investigations Under the original design scope of services, CH2M was to prepare smpes of work to conduct a topographic survey a nd subsurface imestigation of the existing tower site. At the direction of the City, CH2M prepared these deliverables for the new tower site and retained AECOM to conductthe field imestigations. Telecommunications Companies Coordination Under the original design scope of servires, CH2M was to provide a small prefabricated endosure for at- grade cell company equipment and coordina[e struc[ural supports for cell company antennas on the [ower. Based on communi[y input, [he cell company antennas on the tower will be bcated behind a concealment screen. The concealment screen will be designed by the screen supplier. CH2M will mordina[e structural, painting, wrrosion control, and project implementation details with the screen supplier. Project Definition Workshops Under [he original design smpe of services, CH2M was to facilitate three workshops to with mmmunity stakeholders. In response to stakeholder input additional potential sires for the Marion tower were MARION ROHDTOWEP OESIGN AMEN�MEM evaluated using the hydraulic distribution rystem modeL These sites induded [he fire Station parking bt off State Streeq unoccupied parcels arrently Universiry of Wisconsin Regents, Fox Valley Technical College, and Paine Museum and Arboretum; and City-owned parcels near the Riverside and Masonic Cemeteries. Cost estimares were prepared for watermain improvements needed [o support a tower in these alternate locations. . Aesthetic Features CH2M will include the following features to address aesthe[ic requirements identified [hrough the community involvemen[ process: • Precast enclosure�s) fortelecommunications equipment with residential finishes - brick, stone, roofing materials to match existing neigh6orhood struc[ures and RDA goals • A decorative fence compara6le to others in the neighborhood, induding black metal fence segmen[s brick and s[one covered wncrete piers • Restora[ionoftheexistingsite • Es[erior tower paint design altematives prepared wi[h community inpu[ and presented to the stakeholder mmmittee for selec[ion Tank Mixing System Presently none of the City's elevated water storage tanks indude mixing systems. Storage tank mixers reduce hydraulic short circui[ing [o help maintain water quality and mi[igate potential damage from freezing conditions. The original design scope did not include a mixer for Marion Road Tower. CH2M will organize a[echnical learning event for Water Utility operators and maintenance staff to review information on mixing theory and proven mixing technoiogies. CH2M will assis[ [he City in its eva�uation of mixing alternatives induding preparation a life cycle cos[ comparison. The City seiected mixing sysYem will be incorpora[ed in [he project design. Tower Site Security Cameras and Telemetry The original design srope assumed new tower security features [o match the existing towers and the Washburn Booster Station, namely locked access doors and access detection alarms. The City's arrent 5-year capi[al improvement plan indudes adding security upgrades at remote Water Utility si[es. Rather than add sewriry features to the Marion Road Tower under a separate future project, [he Ci[y decided to indude [hese in the fea[ures with the towerconstruction. CH2M will facilitate two planning meetings with the CiTy to develop design aiteria Porthe security cameras and associated telemetry improvements. CH2M will assist the City with its selection of enhancements and potential need for other related services including an updated radio path survey. The City selected security system features will be incorporated in the project design. Main Pressure Zone TowerAltitude Valve Evaluation LH2M will review the main pressure zone elevated tank filling operations to evaluate use of available s[orage and management of water age to maintain water quality. The [anks' overflow elevation (i.e., the main pressure zone hydraulic grade line) will be confirmed. CH2M will use the City's hydraulic model to simula[e flows and pressures during filling operations. CH2M will de[ermine the calibration status of the tanks' level control valves and ancillary pressure indicators. If neressary [o characterize filling operations, CH2M will assist the Lity with a full-scale test of filling operations. The information ga[hered will be used specify the new Marion Tower altitude valve and identify potential altitude valve improvements needed at [he Fernau and 9`" Avenue [owers. MANION ROAD TOWER DESIGN AMEN�MENT Amended Task 2—Final Design and Permitting The final design documents and project permitting requirements will be expanded as follows. The final design bid documents will include [he anticipated final design drawings listed in Table 1. The drawings denoted with an (') are added to original projeci scope by [his amendment. Additional technical specifications will also be induded to address the amended Task 1 requirements. TABLE 1 Drawing List No. Disc. SheetTitle No. Disc. SheetTitle 1 G Vicinity&LOCatianMaps,lndexto 19 C PipingDe[ails' Drawings 2 6 GeneralA6breviationsLegend 20 C SiteLandscapingPlan 3 I&C I&CLegend-1 21 C LandSCapingDetails 4 I&G I&CLegend-2• 22 C Emsionand5edimenlCantralPlan' 5 C CivilLegend Z3 A OverallProjectSiteRende�ing' 6 � Mechanical Legend 24 A Fence Eleva[ions" 7 5 Speciallnspec[ions-1 25 A CellEquipmentEndosureElevations 8 5 Speciallnspec[ions-2' 26 M Tower5lteElevation 9 5 SpeciallnspeRions-3' Z] M TowerFloarPlanand5ection5' 10 E ElechicalLegend-1 28 M TowerDetails ll E� Elec[ricalLegend-2' 29 M TowerDetails' 12 E ElettricalLegend-3" 3� I I&C�etails 13 I TowerP&ID 31 E ElectticalFietureSChedule,One-Line Diagram 14 X Demolition Site Plan 32 E Elec[rical Plan and Section 15 C SiteCivil6ratlingPlan 33 E ElectricalPlanand5ection' 16 C Site Details 34 E. Electrical0e[ails 17 C Si[eDetails• 35 C CeIlTOwe�AntennaDetails-1 18 C SiteFipingandUtilityPlan• 36 C CeIlTOwerAntennaDetails-2• Under the original design scope, CH2M will prepare the following permit applications: • Wismnsin Depariment of Natural Resources (WDNR) Approval to Construct • Public Service Commission (PSC) of Wisconsin Construction Authoriza[ion • City of Oshkosh building and electrical permits Under the amended scope of service, CH2M will prepare the following additional permit applications and supporting documentation: • Ma[erials for the City of Oshkosh Site Review Process • City of Oshkosh Planned Development Review/Conditional Use Permits for the overall project and [he telemmmunications antennas • City of Oshkosh Storm Water Review and Erosion Control Plan • CityofOshkoshHeightLimit2oningDetermination • WinnebagoCountyAirportZoningDe[ermination . 3 MAPIONROA�TOWERDE9GNAMENDMENT ' Im m�junc[ion with the additional permit applications CH2M will participate in the following meetings: • Two tank paint design planning meetings with community representatives • One s[akeholder committee meeting m review final site plan and select tank paint design • One preliminary and one final review meeting for Planned Development Review/Condition Use Permits • One City of Oshkosh Planning Commission meeting Amended Task 3—Project Management and Quality Assurance/Quality Control In addition to ihe original scope of services, CH2M will conduct quality assurance/quality mntrol reviews of its deliverables. I[ will also review Dixon Engineering and AECOM deliverebles for mnformance with their respective scopes of services. CH2M will include manage the subconsultant services and provide monthly progress reports on subconsultan[ work. New Task 4—Geotechnical and Survey Services CH2M will retain AECOM to conduct the subsurface exploration and topographic survey of [he Marion Road Tower project site. This task also indudes the topographic survey of Ihe Fernau Avenue and 9`" Avenue water towers to provide eleva[ion information needed to evaluate [ower filling operation in the main pressure zone. CH2M will prepare updated site civils plans with the survey data. Under [his task, AKOM will also develop management plans for impacted soils and groundwaterat the new tower site. The management plans will be attachments to the Marion Road Tower 6id documents. A copy of the detailed swpe of these services, induding Ihe level of effort and mst, is induded as Attachment A. CH2M will retain AECOM to prepare the Certified Survey Map (CSM) for the project. The detailed scope of these services, including level of effort and cost, is included as Attachment e. New Task 5—Bid Phase Services CH2M HILL will provide the foliowing services to assist [he Ciry in selection of a single wnstruction contractor for ihe project The bidding period is estima[ed to 6e 8 weeks (March 2016 through April 2016) and will include the following tasks: Bid Advertisemenh CH2M HILL will prepare the bid adver[isement for project mnstruction. The advertisement will indude the language neressary for compliance with the State of Wisconsin Safe Drinking Water Loan (SDWL) Program. Preparetion and Distribution of Bid Documents: CH2M will prepare final contrac[ documents for disVibution to the City and the WDNR as foltows: • City: Eight (8) paper copies of [he plans and specifications, induding 1 full-size se[ of drawings • City: One (1) bookmarked PDF mpy of the drawings and specifications for posting to quest Construction Data Network • WDNR, Bureau of Water Quality: Three (3) paper copies of plans and specifications • WDNR, SDWL Two (2) paper copies of plans and specifications Response to Bidderinquiries and Addenda: CH2M will receive and respond [o bidders' questions and . requests for additional information and will provide [echniwl interpretation of the contrac[ documents. CH2M will prepare and distribute addenda to plan holders via Quest Construction Data Network. MARION FOAD TOWER DESIGN AMENOMENT Pre-Bid Conference: CH2M will conduct one pre-bid conference a[ the Water Fil[ration Plant Specific tasks will indude developing agenda, conducting the pre-bid mnference to meet project technical and SDWL administrative requirements, and preparing and distri6uting conference summary notes to plan holders via Quezt Construction Data Network. Bid Opening and Review: The City will open bids and send a copy to CH2M. CH2M will review the bids and evaluate Ihem for responsiveness and mmpliance with SDWL requirements. CH2M will also veri(y, through reasonable investigation, the capabilities and performance history of the low bidder. CH2M wiil prepare a letter summarizing its review and evaluation and will indude a remmmendation for award of the mntract for construction, or other action as may be appropriace. CH2M will complete [he S�WL bid evaluation forms which will include the Disadvantaged Business Enterprise Good Faith Certification form and the Minority, Women, Small Business Contacts Worksheei. CH2M will retain a mpy of all 6idding information until SDWL project doseout. The City will make the final decision on the award of the mntract for construciion and the acceptance or rejec[ion of all bids. Award of Con[ract: CH2M will assis[ the Lity in preparing the notice of award and preparation of the notice to proceed. The City will sign the notire of award and the notice to proceed. Amended Schedule The amended project schedule is summarized below. ,. Intemal team kick off December, 201a Stakeholder Workshop kl January, 2015 Stakeholder Workshop p2 Febmary, 2015 MeeLingswilhRDAandCOmmonCOUncil March-May,2015 Subsurfacelnvestigationand5urveying luly-Septembeq2015 Recharter �esign Team October 19, 2015 ProjectEngineelsReport�30%mmpletedesign� November20,2015 Final Project Definition Report December 10, 2015 _ ^' `.. . :.; .. ::. . . . . a . . :. -_- .. rf w .:�.e f,;p+� . �rc.: r.� . < t�,v', - �, Preliminary �info�mal) Site Review Pmcess meeting wiffi City December 14, 2015 60%complete design m Ciry December 18, 2015 Review60%wmpletedesignwithCiry lanuary],2016 . 90%mmplete design ro Clry lanuary 28, 2016 90Y mmplete design review with stakeholder mmmittee February 5, 2016 Permit application m PSC February S, 2016 City 5ite Plan Pmcess Review Meeting February 19, 2016 Review 90%wi[h Ciry February 19, 2016 100%bid documents to City March 4, 2013 � MARION ROAO TOWEF DESIGN AMENDMENT Permit application to WDNR Ma«h 4, 2013 :�. � Projec[ management & M/QC Pmject inception through May, 2016 C11 .�� .�'3��Zr..'�..�t� ,�', �".�. i� # l'� cF�� 1�"�4';�A�`s J��,.. .� Geotechnicalimes[igation&managemen[plans August,2015thmughlanuary,2016 Topographic surveying August through November, 2015 Bid Phase Services March through May, 2016 Amended Level of Effort and Compensation The proposed compensa[ion for this amended smpe of services is $237,485. A summary of the amended mmpensation bytask, compared to the original scope of services, is presented in Table 2. The detailed level of effort by task is summarized in Table 3. TABLE 2 Comparisan of Original & Amended Tasks and Budgets O - a n _ c P c m _ c � � _ n � O 3 � ? O 7 � � o �' o d O 2 � � — �' � a z� n E� 2 n--° n� F 3 0 0 " F v .c � a _ - » - z ' 2 _ � °. 3 � p - o _ o _ _ p � 3 0 3 - 2 � 3 � n n 6 0 3 - 3 3 _ - o � -1 O ~ O � O O O O � � $21110! R o 'a Prolect p ° Manager 1D w' � a o s o o n > o s < QMQC - Reviewers 3 x x x a p x ° n o .- r. 9 m COff051011 o Z Engineer A 0 o x .m�. x. x o 0 0 � � y o - Modeler Z 3 6 N N 0 o s �° ° � ° o n Engineer . z a " A O A u A O O 0 A¢hirect x x o x x � n ° ' Engineer � o � A � o o� Pro�ec[ £ � Engineer � m � o o � � Vroject m Engineer 2 A d 2 �' 2 0 0 � ° vro�ea � Engineer � P O O P Pro�eR ° Engineer az x s x x x � p Vrojecc — Engineer 0 o s s s = c x Cast s � - Es[imator x x x x o x < _ Clerical A O O O O � 3 SenbrCAo - � Technician 2 W S�. 2 2 P S n p O- - cno � Technician `. x o o x S x °o o � Pro�ect _. Acmunbnt A J A � A �(1 O O O 0 O � � O � P O O Z N 3 A ~ O 9 2 r P o g o 2, 3 0 N A n » _ P � J � �I N O d N O � � � F� 3 _ _� O � P O T i Senior Enginee� i s i O 2 Op p = � � � CAO � Technician i n � � : Q A O W 2 0 H � o Oerical ° c W A A P A d p P ~ W � O p p ? R w J N O 0 2 O 3 , n N o � ° v' o < _ � � m w � N o V p � p y O � � N � v � � > 6 � q :� p N � � A W N m� G < u � O � O p y Y S u O � p o � r m� O O p � � y 4 P p r P H P O p �"' OV F+ b m W � O O p A � O � s� n D O � z � y m CW 0 n 'o 0 0 F � n � � y Attachment A Scope of Services, Subsurface Investigation & Topographic Survey SCOPE OF SERVICES City of Oshkosh Marion Road Tower SubsurFace Investigation & Topographic Survey The subsurface ezploration described herein is required for foundation design forthe City of Oshkosh (Ciry) Marion Road Tower Project The Marion Road Tower Project (Projec[) involves demolition of the existing Marion Road water tower and mnsVUCtion of a cell phone equipment building and o[her site improvemen[s. This smpe of services indudes the drilling and sampling of soil. This smpe of services also indudes the topographic survey required for the final design and construction of [he Marion Road water [ower. The Project imolves demolition of the existing water tower and mns[ruction of a new tower, a 6uilding for cell phone equipment, and other si[e improvements. The Project also involves verification of City main pressure zone tank filling operations which requires topographic survey of the Fernau Avenue and 9th Avenue water towers. The work associated with this scope of services will be performed by AECOM (Engineer) for the City of Oshkosh (Owner) underthe direction of CH2M (Owner's ConsWtantf. Task 1—SubsurFace Investigation 1.1 General requirements The attached figure shows the project site and locations forthree new borings Engineer must field verify these locations. � Boring Planned Depch Sampling Intervals Bd 100feet 2.5-footforupper20feet;5-foatffiereaker B-2 100fee[ 2.5-footforupper20feet;5-footthereaker 8-3 100foot 2.5-foatforupper20£eet,5-tootthereafter Engineer shall pwvide and follow an adequate Health and Safety Plan for its on-site personnel. Engineer shall provide a wst proposal to perform the work described herein, broken down by a uni[ price perwork item and with a total amount for the proposed scope of work. 1.2 Scope of work The smpe of work is comprised of fieid investigation, labora[ory testing and documen[ation activities. 121 Field Investigatlon 1. Priorto conducting any work', Engineer will obtain and bemme familiar all required buried and visible utili[ies' location and clearance information from utili[y mmpanies that are required to execute the field program. 2. Information from previously drilled borings in [he vicinity of the project site are included in A[tachmen[ A. Engineer shall selec[ the appropriate rype of drill rig based on this informa[ion and a si[e visit. ❑TV OF OSHKOSH MAqION ROAD TOWEP SUBStIRFACE INVESTIGNTION & TOFOGMPHIC SIIRVEY 3. Engineer shall bcate [he borings as shown on Figure 1 using tape and s[ake methods. Engineer shall consult with CH2M if any boring needs to be relocated based on evaluation of the site. Wooden stakes indiwting the identity of the borehole shall remain after comple[ion drilling activiry so that [he bcation can be surveyed by the Owner. 4. Borings wiil be drilled, sampled, and tested to determine the arrangement, thickness, composi[ion, and nature of soil strata at the location of the boring, and groundwater conditions a[ the time of drilling, eorings shall be drilled to the dep[hs below the ground wrface shown in Table 1. If rock is enmuntered prior to planned depth, wllect 10-foot rock core from undrilled footage. 5. Hollow-stem augers are permissible unless saturated granular soils are encoun[ered; where saturated granular soils are enmuntered, the remainder of the 6orehole shall be advance using mud-rotary methods. The use of drilling mud should be avoided in borings where ohservation wells will be installed because of gelling to [he walls of the borehole. If necessary to maintain hole stability orto reduce water loss, a biodegradable organic drilling fluid additive such as "Revert" or equivalent may be added to drilling water. Borehole shall be thoroughly flushed wi[h dean water priorto the installation of Ihe observation well. 6. Standard penetration [est (SPT) split-spoon samples shall be obtained in acmrdance with ASTM D-1586, at intervals shown in Table 1. If any sample has no recovery, Ihen another SPT sampie � shall be obtained immediately below the sample interval. No borings shall be terminated at [he planned depth shown in Table 1 if the SPT N-value is less than five blows per foot. In this case, the depth of the boring should be extended until the SPT N-value is equal to or greater than five. Additional footage will be mmpensated at the unit rates provided on Engineers cost estimate. Disturbed split-spoon samples shall be retrieved a[ all SPT Iocations. Pocket penetrometer tests or torvane sheartest shall be performed on all samples of cohesive soil. Recovery lengths shail be recorded for all dis[urbed samples. 7. Collect two undisturbed Shelby tube samples in each boring. Collec[ one hulk sample (5-gallon bucket) of auger cuttings from the top 10 feet of each boring. 8. Provide suitable omsite storage to protect soil samples from weather, freezing, excessive heat, and damage. Protect thimwalled tube samples from shock and vibration. Transport in the same orien[ation in which the samples were recovered. Transport in packing materials to eliminate bumping, rolling, dropping, and other disturbance. 9. Note and remrd any and all changes in actions of the bit and depths at which they ocar, such as drill tool chatter, changes in rate or difficulty of penetration, excessively hard drilling, rod drops, or other unusual drilling occurrences, for recording on the boring log. 10. Record the groundwater table during drilling, at the completion of the borings, and 24 hours after the boring mmpletion, whenever possible. Record the cave-in depth at the completion of each baring. 11. Backfill boreholes upon completion of field investigation to prevent foreign material from mntaminating the groundwater, and to prevent ground instabiliry. Backfill borehole with bentonite in mmpliance with State of Wisconsin regulations. 12. Subsequent to drilling, restore the drill site and access route to its prior condition. Remove and properly dispose of all drilling waste. Restore grassy areas py leveling ruts and holes with topsoil. Engineer shall be responsible for the cleanup of the boring locations and disposal of any spoils. 1.2.2 LaboreYOrytesting Perform a series of labora[ory tests according to the schedule listed in Table 2. TABLE 2 Test Moisture Cantent Photoionization �etecmrReading Atterberg Limits Sieve Analysis (marse) Umm�fined mmpression and dry unit weigh[ Organic mntent (L01) Resistivity (MCMiller box) pH of soil Chloride concenhation ot soil SWfate mncentration of soil HSTM D2H6 �4318 D422 D2166 D29]4 GS] G51 D512 D516 No.ot Tests 40 15 6 2 6 2 3 3 3 3 CIT'OF OSHKOSM MHqION fl0A0 TOWER SlIBSUflFACE INVESTIGATION & TOPOGRAPHIC SURVEY Comments Allcohesive samples all thin-walled mbe samples Two per boring; on granular samples All thimwalled hbe samples 1.23 Field and laboratory documentation Engineer will provide, at a minimum, the following field and laboratory documentation: • Boring location survey results • Driller's field boring logs, induding borehole abandonmen[ remrds • La6oratory [es[ing results, indude Shelhy [ube soil descriptions, data and data plots • Formal boring logs with results of laboratory testing displayed on the logs induding [he following: — Drilling method and equipment — Groundwater levels, ground surface eleva[ion — Star[ and flnish times — Soil descrip[ions induding soil name, Unified Soil Classification System �USCS) group symbol, color, moisture content, rela[ive density or consistency, soil structure, and mineralogy. Soil descriptions and dassifications shall be in accordance with Ihe USCS and ASTM D2488 — Rock quality Designator (RQD) and recovery of each rock core run, with geologic description — Color picwre of each rock core (wetted condition� — Depth of auger refusal (if top of rock is enmuntered) — Vertical depths where rests and/orsamples are [aken (e.g.SPTs, thimwalled tube samples) — RecoveredlengthforSPTOrthimwalledtubesamples Engineer will provide a subsurface investigation report, prepared by a geotechnical engineer licensed in the Sta[e of Wisconsin that includes [he following: • Field and laboratory documentation descri6ed above • Remmmended foundation type(s), induding allowable bearing pressure, estimated se[Uement, and uplih pressures • If driven piles are recommended: proposed pile [ype, size, allowable load, criteria generation methodology, and rontrect length • Impactofcorrosion[estingondesign • feasibility of using soil excavated from the area tl CITY OF OSNKOSH MAPION ROAD TOW ER SUBSURFHCE INVESTIGATION & TOPOGRAVHIC SUPVEY • Recommendationsregardingdewateringsystem • Special construction considerations or precautions 1.3 Schedule Engineer shall complete the field exploration and laboratory tes[ing within one mon[h of notice to proceed. 1.4 Deliverables As the field and laboratory work is completed, Engineer shall prepare and submit the foilowing deliverables: Drak boring logs, readings and test results for preliminary review final boring logs, readings and test results incorporating review comments from CH2M Draft subsurface investigation report for preliminary review Pinal subsurface investigation report incorporating review romments from CH2M Task 2—Topographic Survey Engineer will mnduct a topographic survey of the limits shown in the attached figure 2.1 Scope of Services 21.1 Marion Tower Site Engineer will wmple[e [he following services for [he Marion Road tower site: Contact Diggers Hotline service to have underground utilities marked on the ground surface for the survey crew to bcate. Conduc[ a field topographic and utility survey of the existing towersite and new tower site to the east to include: — Field bcation of existing visible features of the si[e (walks, roads, struc[ures, trees, property monuments, power poles, manholes, etc.) — Existing spot elevation and break lines at sufficient density to allow the generation of accurate one-foot contour intervals — Location of buried u[ilities markings — U[ility location information provided by the Owner Manholes will be inspected to determine the direction and depth of the sani[ary and storm sewers 2.1.2 Fernau and 9`h Avenue Tower Sites Engineer will complete the following services for the Fernau and 9th Avenue tower sites: Contact Diggea Hotline service to have underground utili[ies marked on the ground surface for [he survey crew to locate. Conduct a field topographic and utility survey of the existing tower site and new tower site to the east to indude: — Field location of existing visible features of the site (walks, roads, strucmres, trees, property monumen[s, power poles, manholes, e[c.) , CIiVOF OSHKOSH MARION FON�TOWEN SUBSURFACE INVESTIGATION & TOVOGIiAPHIC SU0.VEV — Existing spo[ elevation and break lines a[ sufficient density to allow the generetion of accura[e one-foot contour intervals — Location of buried utilities markings — Utility location information provided by the Owner Manholes will be inspected to determine the direction and depth of the sanitary and storm sewers 2.2 Schedule Engineer shall comple[e the scope of services described herein wiihin one month of notice to proceed. 2.3 Deliverables Engineer will provide a topographic maps of tower sites in Micro Station VSi file format wi[h a 1" = 20' horizontal scale and 1-foot contour interval. The survey drawing will also show property owners names and addresses, bench marks and survey control points. This mapping will be used for the design process and as base mapping for [he preparetion of construction plans. Mapping shall reference Winnebago Counry Coordinate System and North American Vertical Datum 1988 (NAVD 88�. Plan loca[ions shall be acarate within one foot, and ground surface elevations to be accurate within 01 foot. The drawing will indude the following items � Date, scale, legend, and north arrow Project name, property owner and address Description of ground surfaces (mncrete, grass, bituminous asphalt, etu) Description and location of existing visible improvemen[s (walks, roads, structures, etc.) Spot elevations and break lines so as to accurately generate one-foot rontours Existing ground contours (one-foot intervals) Bench marks and control poin[s (locations and descriptions) Power, telephone and cable N poles and lines, above and below ground Hydrants and valves Property lines obtained from City of Oshkosh GIS For this project, the Owner will provide Engineer access to the site and any available mapping and or marking of private u[iliry lines on, or serving, the subject property. Task 3—Soil and groundwater management plan Engineer will prepare a soil and groundwater management plan for indusion in the Marion Road Tower project bidding documents. The plan will define requirements Por managing the solid waste and impacted groundwater the will be encountered during suhgrade preparation. Requirements will address onsite and offsite management practices. The plan will indude a landfill disposal profile, collected laboratory analysis during the geotechnical subsurface investigatioa Engineer will prepare an application for disposal of groundwaterto the City sanitary sewer during construc[ion. Engineer will coordinate communication with WDNR is approval if solid waste iz reused onsite. Task 4—Project management and meetings Engineer will manage the delivery of [his scope of services and work products to meet the propased and budget and schedule. Engineer will maintain communication with the Owner and Owners consultant through email, telephone calls, and progress meetings if needed. In addition, brief project activity reports will 6e submitted to the Owners consultant with each monthly invoice. ❑TY OF OSHKOSH MA0.10N POAD TOW Efl SUBSUNFACE INVESTIGATION & TOGOGflAPHIC SURVET Compensation The proposed compensation for this scope of services is summarized in Table 3. 7able 3. Task 1 z � ^ u Attiviry Svbsurface exploration Field oversightand drilling coordination Laboratory tes[ing pmgram Analysis and report Topographic survey Soil and groundwater managemen[ plan Pmject management and meetings TOTAL [oz[ 59,500 $3,500 $3,50� $4,500 Sis,000 $15,000 $3,100 $50,100 Attachment B Scope of Services, Certified Survey Map �COM AECOM 920.968.1978 tel 1035KeplerDrive 920.4683312 fax Green Bay, Wisconsin 54311 RE: Two-Lot Certitied Survey Map — City of Oshkosh Dear Mrs. Mohr Pursuan[ to our phone conference on October 15, 2015 we are pleased to offer you the following proposal for Professional Lantl Surveying services. This proposal is based on your requirement for hvo-lot Certified Survey Map, (CSM). AECOM Technical Services, Inc., (AECOM), appreciates the opportunity to furnish this quote and it is based on criteria as detailed below. Research, Scopinq and Proiect Preparation: Initial research of records will be made at the Register of Deeds online, via Fidlar. In conjunction with our research, it is assumed that a current commitment for title insurance will be furnished within three weeks of any authoriza[ion to proceed. Initial Land Survevinq: Our crews will visit the site and survey the required monuments and Public Land Survey System, (PLSS), comers necessary for the development of the boundary. Preliminarv CSM: Given that this is an on-going project and has had input from multiple City staff, our assumption is that per Section 30-72(B)(i) of the City of Oshkosh Municipal Code, (Rev. 12/31I09), the preiiminary platting requirement will be waived by the Secretary of the Planning Commission. This proposal does not include any amount for the development of a Preliminary Plat; should one be required, we could prepare a proposal within two days of the request for the same. Final CSM: AECOM will prepare a hvo-lo[ CSM pursuant to [he requirements of Ihe City. The CSM will be prepared consistent wi[h the previously referenced Municipal Code antl other land division regulation including, but not limited to, Chapter 236 of Wisconsin Statutes and Chap[er A-E7 of the Administ2tive Rules. The quoted fee for this service indudes and time and materials necessary for surveying, drafting and monumenting the lands as required. Other Direct Charqes, �ODC'sl: GNSS and/or robotic equipment will be charged on an hourly basis. FEE SUMMARY: Research $1,000 Development of external boundary $2.000 Final CSM $3,300 AECOM •�• 1 500 TOTAL: (NOt including mailings, review fees, etc.) $7,800 Timeframe� AECOM appreciates that time is of the essence for this project and will expedite the project to the extent possible. In order to accomplish this goal, we encourage the following workflow along with our anticipated timeline; which assumes an authorization to pmceed. • Submittal of Proposal • Acceptance and authorization to proceed . Within 2 weeks of authorization - Fieldwork commences • Within 3 weeks of authorization — Title Commitment 8 supporting documents provided to AECOM . Within 4 weeks of authorization - Boundary completed • Within 5 weeks of authorization - Lot configurations submitted to City for commen[s, (email) • Within 6 weeks of authorization - Final CSM submitted to the City of Oshkosh for approval • Within 1 week after receiving final City approval — CSM circulated for signatures. We appreciate the opportuniry to provide you with this proposal for Professional Surveying Services. Please do not hesitate [o call with any questions or comments. Best Regards, PaW Timm Jason R. Houle, P.LS. Steven R. Schubring, P.G. Account Manager Survey Manager Operations manager - ��O'"" tp SReplerDrive 920.468.3312 fax Green Bay, Wisconsin 54311 Authorization October 16, 2015 I hereby authorize AECOM to proceed with [he scope of work as detailed herein, with a budget authorization of $5,270.00 under the Commercial Terms and General Conditions specified in the proposal. Signature Date Print Name Title/Organiza[ion I agree to accept invoices from AECOM via e-mail and not postal maii: ❑ Yes Signature: E-mail address: - Recipient Mr/Ms: . Retum to: Name: Address: Fax: Phone: