Loading...
HomeMy WebLinkAboutAECOM Proposal #OPP-382283 / 1/z 60 AECOM���■� AECOM 920.235.0270 tel M 558 North Main street 920.235.0321 fax Oshkosh,Wisconsin 54901 R IC;i;'tq�i. I.3 D T71'`i'0V P 113LIC: February 22, 2016 Mr. James Rabe, PE, CPESC Director of Public Works City of Oshkosh 215 Church Avenue Oshkosh, Wisconsin 54903-1130 Subject: Proposal for Construction Monitoring and Documentation Services Related to Construction of the City Contract 16-03—Snell Road West Pump Station and Interceptor Sewer, Oshkosh, Wisconsin —AECOM Proposal No. OPP-382283 Dear Mr. Rabe: AECOM Technical Services, Inc. (AECOM) is pleased to present this proposal to the City of Oshkosh (City) for Construction Monitoring Documentation Services related to the construction of City Contract 16-03, Snell Road West Lift Station and Interceptor Sewer, located in Oshkosh, Wisconsin. The project will be referenced as two work units; Snell West Lift Station (Work Unit A) and Interceptor Sewer(Work Unit B) in the remainder of this proposal. Project Challenges Design and construction of these projects has taken into consideration the following: • Shallow bed rock including St. Peter Sandstone was encountered at Work.Unit A. This rock formation is the target for the installation of private wells because it has the ability to produce a large amount of groundwater. AECOM has estimated that dewatering required for this project may exceed 5 million gallons per day. • Work Unit B will encounter these shallow and high quantity groundwater conditions during construction. • Individual dewatering activities for Work Unit A and Work Unit B will be less effective than and more costly than combining into one contract. • Work Unit A is considered a complicated mechanical and plumbing construction project. The construction of the pump station will require a high level of construction documentation and submittal and engineering review to help assure Contractor conformance to project documents. For example, it is anticipated that the Contractor will submit 130 to 150 submittals of materials and equipment for Work Unit A and 20-30 submittals for Work Unit B for review on this project. 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 it it is obtained from anothersource without restriction. OPP-3V283_Snell Road Lift Station CM Proposal.doex AECOM 2 The construction management for Work Unit A and Work Unit B has been combined for the following reasons: • The projects are in close proximity to each other and will be generally constructed at the same time. • The projects are tied together through the upgrading of the interceptor sewer to increase the sanitary flow capacity to the new pump station and installation of the storm water conveyance system to be used as part of Work Unit A and B dewatering system. • Both projects will require extensive dewatering systems to allow construction. AECOM designed dewatering systems to accommodate both work units, obtained the proper permitting, and has extensive experience with construction management services for the City. • Combination of the projects is intended to attract a General Contractor or utility contractors that may have more experience with site groundwater construction challenges, and also have the ability to construct the pump station and install the deep interceptor sewer for the combined projects. • One General Contractor for these projects reduces overall project management, scheduling, street closure coordination, site dewatering coordination, and contract documents. Proposal Assumptions • AECOM will be Engineer of Record for Work Unit A. • The City of Oshkosh will be the Engineer of Record for Work Unit B. • AECOM will document construction of both projects. The City reserves the right to provide a field inspector as the 2016 Construction Season CIP projects allow. • The City will provide input on submittals as required to conform to project intent and contract documents.AECOM will initially review the submittals and provide review comments for City consideration. • The City of Oshkosh will be responsible for construction staking, bid item quantities, and as- built survey of both projects. Proiect Understanding Work Unit A--Snell Road West lift Station AECOM has been historically involved in the design of the existing Fountain Avenue pump station, force mains, upstream interceptor sewers, and several collection system studies in this area. More recently, AECOM has completed the design for the proposed Snell Road West Lift Station, hydrogeological evaluation, permitting, final design, and preparation of the construction documents for the project In general the project consists of constructing a below and above ground new lift station which includes: a mechanical bar screen, manual bypass trash rack, single building for all components, CMU cavity vault construction, above grade valve and meter room , sanitary sewer connections, and various site improvements. In addition, abandonment of the existing Fountain Road Lift Station (on-site) and Snell Road Lift Station (off-site) is included in the project documents. Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. KAPROPOSAL1City of Oshkosh\OPP-382283_Sneil Road Lift Station MOPP-382283—Snell Road Lift Station CM Proposal.docx AECOM 3 Site dewatering is expected to exceed 5 million gallons per day during below grade construction activities Work Unit B--Interceptor Sewer As part of the sanitary improvement program for the area, the City has designed a replacement 20-inch interceptor sewer, The proposed replacement utility project will extend from the new Snell Road West Lift Station approximately 4,000 linear feet (LF) to the east along Snell Road. The project will include excavation and installation of a new pipe in excess of 28 feet below existing grade. A horizontal boring will be utilized to provide pipe crossing the Interstate 41 corridor. As part of this project, the City designed storm water conveyance piping from west of Omni Road, along Snell Road to Sterns Drive. The proposed new storm water pipe is approximate 1,200 LF and will. extend along the north shoulder of Stearns Drive heading west to the slough. An outfall will be constructed at this point. The storm water conveyance system will improve surface water control in this area and be used a conveyance pipe for the construction dewatering of Work Unit A and a portion of Work Unit B. Construction dewatering is anticipated to exceed 75 gallons per minute during the entire construction period for Work Unit B. Start of construction activities for Work Unit A is anticipated during the first week of March 2016, with substantial completion of Work Unit A by the end of December 2016, and project closeout extending until the end of March 2017. Start of construction activities for Work Unit B is anticipated the first week of April 2016 with substantial completion by the last week of September 2016, and project closeout may extend into November 2016. This proposal presents our estimate of fees on a task basis for each element of construction. This proposal presents our understanding of the project, our proposed scope of work for Construction Monitoring and Documentation Services, and fees estimated for these services. Scope of Work The proposed scope of work includes: construction oversight, construction testing and documentation, preparation of as-built construction drawings, and engineering services related to Work Unit A which may arise during the project. Specific attentions by field staff will be focused on maintain compliance with the permit conditions and project documents for Work Unit A. Far Work Unit B, specific attention by field staff will be focused on maintaining compliance with permit conditions, management of the utility installation, structure back fill compaction and construction documents. Construction Documentation AECOM will provide Project Representative Services on a day to day basis during the construction of the project. AECOM has based our fee estimate on an overall construction period of 45 weeks for Work Unit A and 27 weeks for Work Unit B. AECOM will provide on-site documentation and testing staff as needed during the duration of the project. Field and Laboratory testing will be provided as identified in this scope of work to document Uso or disclosure of data contained on this sheat is subject to the restriction on the first page of this document. KAPROPOSAUCity of Oshkosh\OPP-382283_Snell Road Lift Station CM MPP-382283_Snell Road Lift Station CM Proposa[.doex AECOM 4 compliance with project plans and specifications. In addition, we will work with the City and Contractor on contract administration issues. A summary of tasks is provided below. • Provide a full-time Project Field Representative (based on project need) on site during construction period (45 weeks for Work Unit A, and 27 weeks for Work Unit B). • Provide on-site supplemental part-time testing staff (based on project need) during the project per the estimated project schedule. • Review Contractor's progress schedule,schedule of submittals/submissions, and consult with the City concerning their completeness and acceptance. Estimate between 130-150 submittals for Work Unit A and between 20-30 submittals for Work Unit B. • 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, 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. Prepare weekly meeting agendas and minutes. Keep the City informed of any expected delays in progress schedule. Prepare and distribute meeting minutes • Provide the City with weekly bid item quantities on the following Monday of each work week. The quantities will be provided on a spreadsheet prepared by the City. Survey quantities for appropriate bid items will be provided to AECOM by the City survey crew(s). • 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. KAPROPOSAMIty of Oshkosh\OPP-382283_Snel1 Road Lift Station CM10PP-382283_Snell Road Lift Station CM Proposat.doex AECOM 5 • Notwithstanding that it is the Contractor's sole responsibility for job site safety, AECOM will report immediately to the City the occurrence of any accident. • Provide laboratory material testing to document conformance with plans and specifications. At this time we anticipate soil testing to include determination of dry density and material gradation. We also anticipate testing will include extraction gradations for bituminous pavement 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 bituminous pavement, and cast-in-place concrete placement monitoring. • Document construction and test locations with a PDA/tablet computer(YUMA). The information to be recorded will include GPS location information (horizontal datum in Winnebago County Coorlinate System)and the Vertical Datum will be NAVD88). Reports will be electronically submitted to a central database through internet or local connection • Provide photo documentation throughout the construction period. • Provide vehicles, necessary equipment, and material for inspection. • 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 site visits by Engineering design team for Work Unit A (as identified below) during construction to verify design criteria as required by permit conditions AECOM proposes a team for Work Unit A comprised of Paul Timm, Project Manager/Project Representative; Jim Maloney, Project Manager; Tim Wolf, Assistant to Project Manager; Mark Magee, Field Staff; Gary Greenway, P.E., Design Leader and Process Mechanical Engineer; Jesse Weber, Civil Engineer; Jeremy Thomas, P.E., Geotechnical Engineer; Wayne Podolak, Electrical Engineer; Darrel Hause, I&C Engineer; John Kirsch, Architectural Engineer; Jim Blaha HAVC/Plumbing Engineer; and Cliff Shirek, P.E., GIS Management. AECOM proposes a team for Work Unit B comprised of Paul Timm, Project Manager/Project Representative;Jim Maloney, Project Manager;Tim Wolf, Assistant to Project Manager; Chris Rogers or John Kirchner, Feld Staff, and Jeremy Thomas, P.E., Geotechnical Engineer. These proposed teams have been selected to provide AECOM staff that understand client expectations, have previous project involvement, have been involved with similar projects, understand respective project responsibilities, and provide a reasonable cost approach with sensitivity to overall project. Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. K:IPROPOSAUCity of Oshkosh\OPP-382283 Snell Road Lift Station GKOPP-382283_snelI Road Lift station cm Proposal.docx AECOM 6 Estimated Fees The estimated fee for construction oversight, documentation, construction testing, and engineering services is $801,280 as summarized in the table below. A detailed breakdown including level of effort per assigned staff is attached. AECOM will only charge for actual incurred costs. if the project is completed outside of the assumptions AECOM may request to reduce or increase the budget accordingly. Task Estimated Fee Task 1 —Bidding Assistance $33,180 Task 2—Pre-Construction Submittal Review, Meetings, and Project Management $309,810 Task 3—Field Work I Project Management $340,600 (includes Field and Laboratory Testing/Expense) Task 4— Project Closeout 1 Construction Documentation 1 7 690 Total Estimated Fees $801,280 Estimated Budgets by Work Unit Task Work Unit A Work Unit B Task 1 $29,862.00 $3,318.00 Task 2 $263,338.50 $46,471.50 Task 3 $246,070.00 $94,530.00 Task 4 $107,097.90 11QI=52,10 Total $646,368.40 $154,911.60 If services to be provided under this proposal require the agents, employees, or contractors of AECOM to enter onto the Project site, Client shall provide right-of-access to the site to AECOM, its employees, agents, and contractors, to conduct the planned field observations or services. The services described in this proposal will be provided on a time and materials basis. Based upon the above scope of services the estimated budget for these services is$801,280. The services provided will be performed in accordance with the negotiated 2016 Fee Schedule and the conditions of the 2009 City of Oshkosh Negotiated General Conditions of Service, which are expressly incorporated into, and are an integral part of, our contract for professional services. AECOM can begin providing these services immediately upon receipt of the signed Authorization Form (attached). Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. K.TROPOSALICity of Oshkosb\OPP-382283_Snell Road Lift Station CM MPP-382283_Snell Road Lift Station CM Proposal.docx AECOM 7 We appreciate the opportunity to provide engineering services to the City of Oshkosh. If you have any questions regarding the proposed project approach or corresponding costs, please contact us at your convenience. If you have any questions or need to clarify a point, please call Paul Timmd at 920-235-0270. Sincerely, AECOM Technical Services, Inc. T:wa QL)Inb k �f aul F. Timm Kev . Brehm, P.E. f(//�,�,,,,���yy Account Manager Associate Vice President`�r��`�` Attachments: Authorization Form Project Fee Estimate Use ordisclosura of data contained on this sheet is subject to the restriction on the first page of this document. KAPROPOSAMity of Oshkosh\OPP-382283_Sneil Road lift Station CMIOPP-382283_Snel!Road lift Station CM Proposal.doex AECOM AECOM 920.235.0270 tel 558 North Main Street 920.235.0321 fax Oshkosh,Wisconsln 54901 Authorization February 22, 2016 I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. hereby authorize AECOM to proceed with the scope of work for the Construction Monitoring and Documentation Services, Related to Construction of the City Contract 16-03—Snell Road West Lift Station and Interceptor Sewer, Oshkosh,Wisconsin as described in AECOM`s proposal number OPP-382283 dated February 22, 2016, with a budget authorization of$801,280 under the general terms and conditions specified in the proposal. V11b SignSign l� Date Mark A Rohloff Print Name City Manager Title/Organization (42.. Signature Date mm Pamela R. Ubrig; Print Name City Clerk Title/Organization Jur Date Lynn A. Lorenson; Print Name City Attorney Title/Organization -�W'ffi AQ&an Signature Date Trena Larson Print Name Director of Finance Title/Organization Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. K THOPOSAL1City of Oshkosh\OPP-3822&3_Snell Road Lift Station CWOPP-382283_Snell Road Lift Station CM Proposal.docx f AECOM 9 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 558 North Main Street Address: Oshkosh, VVI 54901 Fax: 920.235.0321 Phone: 920.236.6718 Use or disclosure of data contained on this sheet is subject to the restriction on the first page of this document. KAPROPOSAWIty of Oshkosh\OPP-382283_Snell Road Lift Station CMIOPP-382283_Snell Road Lift Station CM Proposal.docx Fee Estimate 16.03 Snell Road West Pump Station and interceptor S ewer Construction Ma nag Prepared:February 22,2106 StaffiService Project Assignment/Unit Task 1-Bidding Assistance Greenwa ,Gary Process Mechanical Engine Cole,Bert Project Mana erAECONJ Wolf,Tim Assfstant Project Manager Maloney,Jim Project Manager Podolak,Wayne Eletrical Engineer Thomas,Jeremy Geolechnical Engineer Hause,Darrel I&C Entifneer Kirsch,Jim Architectural Engineer Blaha Jim HAVCtPlumbinq Eng. Crotteau,Katie Administrative Assistance Adkins Dave Structural Engineer Weber,Jesse Civil Engineer Task 2-Pre-Constructlon,Submittal Review,Meetings,and Project Management Timm,Paul Project Manager Greenway.Gary Process Mechanical Engineer Cole,Bed Pro'ect Mana erAECOM Wolf,Tim Assistant Project Manager Maloney,Jim Project Manager Podolak,Wa no Eletrical Engineer Thomas,Jeremy Geotechnical Engineer Hause,Darrel I&C Engineer Kirsch,Jim Architectural Engineer Blaha,Jim HAVCfPlumbing Eng. Crotteau Katie Administrative Assistance Shierk,Cliff GIS Management Adkins,Dave Structural Engineer Weber,Jesse ChM Engineer Task 3-Fleld Work 1 Project Management(includes Field and Laboratory Testin( Field Work Staff Magee,Mark Senior Field Technician Rogers,Chris Field Technician Field and Laboratory Testing/Expanses Proctor Density Test Granular/Cohesive Per Test Sieve Anal sls Per Test Concrete Comp Strength/Reserve Per Test Nuclear Meter Rental Per Da Yuma Rental Per Weck Truck Rental Per Weak Mise.Expenses Per Waek Sub Contract Laboratory Each Endonmental/Extract oWGradation Pavement Task4•Project Closeout!Construction Documentation Timm,Paul Project Manager Cole Bert Pro ect Mana er Maloney,Jim Project Man ager Wolf,Tim Assistant Project Manager Shierk Cliff GIS Management Brand,Travis CADSpecialist Magee,Mark Senior Field Technician Crotteau,Katie Administrative Assistance Rogers,Chris Fteid Technician 08,M Manual Team I Notes: -Dates are vrask ending(Friday) -Labor and Unit Rates from 2016 Negotiated Fee Schedule for City of Oshkosh Budget for Work Task 1 Task 2 Task 3 Task 4 Total I K:IPROPOSALICdyaf 0IshkosM0PP•382283_8neB Road Lift Sfation CNTAPP-382283_SneE Road Lift Statl i of 2 Fee Estimate 16-03 Snell Road West Pump Station and lnterceplorSewarConstruclion Manag, Prepared:February 22,2106 StafflServlce Project AsstgnmentiUnit Task i-Bidding Assistance Greenwa , Gary Process MaG�anical En sneer Cole,Bert Prc'ed pvfana erAECOPA Wolf Tim Assistant Project Mane er Maione ,Jim Pro'ect Mana or Podolak Wa a Eletrice En sneer Thomas,Jeremy Geotechnical En ineer Hause,Darrel I&C Engineer Kirsch,Jim Architectural En ineer Biaha,Jim HAvf`/P1q—hIn_q Eaq, Crotteau,Katie Administrative Assistance Adkins,Dava StruGural En ineer Weber,Jesse Civil En ineer Task 2-Pre-Construction,Submittal Review,Meetings,and Project Management Timm,Paul Pro'ect Manager Greenway,Gary Process Mechanical En ineer Cole,Berl Pro­1 Ma na er AECOM I Wolf,Tim Assistant Pra'eG plana er J Maloney,Jim Pro eG phana er Podolak,Wayne Elelrical En ineer Thomas Jeremy Geo(echnlcal En ineer Hause,Darrel I&C En ineer Kirsch,Jim Architectural En ineer 81aha,Jim HAVCIPIumbin En Crotteau,Katie Adminislralive Assistance Shierk,Cliff GIS Mana ement Adkins Dave Structural En ineer 1 d Weber,Jesse Civil En (neer Task 3-Field Work!Project Management(Includes Field and Laboratory Testinf Field Work Staff Ma ee Mark Senior Field Technician Rogers,Chris Field Technician Field and Laboratory Testing/Expenses j Proclor Densi Test GfanuladI oC% eshre Per Test Sieve Anal sis Per Test Concrete Comp Siren lhiReserve Per Test Nuclear Meter RentalPor❑a Yuma Rental Per Week Truck Rental Per Week Misc.ExPenses Per Week Sub Contract Laboratory Enrionmental/E)tfaction/Gradation Pavement).. Each Task 4-Project Closeout!Construction Documentation Timm PaulI=Assisla&�;nanager ect Man a er Cole,Bertject Manager Maloney,Jimi—I pvfana er it Wolf Tim Shierk,CliffAmnBrand,TravisDS ecialist Ma ee,MarkField Technidan Crotteau Katie Admfnistralive Assistance Rogers,Chris IReid Technician 0&M Manual Team Notes, j -Dates are week ending(Friday) -Labor and Unit Rates from 2010 Negotiated Fee Schedule for City of Oshkosh Budget for Work Task 1 Task 2 Task 3 Task 4 Tolal ICSPROPOSALSC4 cf 0shkoWOPP-382283_SneB Road Lift Station C11S,OPP-382283 Bnel Road Lilt Sat 2of2