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