HomeMy WebLinkAboutAECOM Proposal No. 603583, Contract 17-01 AECOM
ASCO 558 North Main Street
Oshkosh,WI 54901
.:,_. aecom.com
Date
j February 27,2017
I,')hl!l i 0� AECOM Proposal No.
OPP-603583
Mr.James Rabe,PE,CPESC
Director of Public Works
City of Oshkosh
215 Church Avenue
Ohskosh,Wisconsin 54903-1130
Proposal for Construction Monitoring and Documentation Services Related to Construction of
City Contract 17-01-South Park Lagoon Retrofit,Stringham Creek Watershed,Oshkosh,Wisconsin
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 17-07
South Park Lagoon Retrofit,Stringham Watershed in Oshkosh,Wisconsin. Similar documentation services
for the Reconstruction of the South Park Shelter Parking Lot are also included in this proposal.
Project Implementation Understanding
• The City will provide input on submittals as required to confirm the project intent and project contract
documents.AECOM will initially review the submittals and provide review comments for City
consideration.
• The City will be responsible for construction staking and as-built survey of the project.
• The City will be responsible for Erosion Control weekly inspections.
• The City will be responsible for documentation of any water utility and electrical work.
• Measurement of bid item quantities will be a team effort between the City and AECOM.
Project Challenges
• Project schedule is controlled by scheduled events in the park and surrounding area.
• The project is located in a highly-utilized park located in a predominately residential area. There is a
school in the immediate vicinity.
• This project will be completed under high visibility conditions.Public opinion and comments will likely
be generated.
• Utility replacement will occur in South Park Avenue which is a highly-utilized City street.
• Constant storm water base flow through the lagoons is on average 1 cubic foot per minute. In
addition,the storm sewer system will be active during all precipitation events.
• The lagoons will be expanded and dredged to increase size and depth. The dredging will generate
approximately 8,000 tons of impacted soil and sediment.
• The project is of specific interest to Wisconsin Department of Natural Resources(WDNR). WDNR site
visits are to be anticipated.
• The site has been developed as a park for a long time.There are likely buried structures,utilities(both
active and not active)that are not known.
K:\Proposal\City Of Oshkosh\Opp-603853_South Park Lagoon Cm\Opp-603853 Final South Park
Lagoon Cm Proposal.Docx 117
ASCOM
The project includes rehabilitation of a historic bridge.This work is very specific and can lead to
additional repairs as bridge conditions are revealed during repair.
Proiect Understanding
AECOM has completed the evaluation of flooding and development of a storm water model,permitting,
final design and preparation of the construction drawings for the South Park Lagoon Retrofit project which
is located in the Stringham Watershed.In addition,AECOM has completed the permitting,final design and
preparation of the special provisions and construction drawings for the South Park Parking Lot
Reconstruction.The project challenges reference above has also been taken into consideration during the
design and scope of services provided in this proposal.
The design for City Contract 17-07 was prepared by AECOM and Rettler Corporation based on previous
storm water basin and parking lot design experience,South Park Master Plan and input from the City
Engineering Division and the Parks and Transportation Departments. A WDNR fish biologist was also
consulted with during design.
In general,the South Park Lagoon Retrofit project consists of:site preparation;general earth work,historic
bridge repair,stormwater bypass,dredging,import of clay liner material;storm sewer;sanitary sewer;water
main replacement or realignment;concrete and asphalt pavement replacement,lighting replacement,
lagoon shoreline,overlook,landscaping and restoration work related to construction of a three clay lined
storm water wet lagoons and discharge system and appurtenant work.
In general,the South Park Parking Lot Reconstruction project consists of,site preparation,general earth
work,storm sewer,lighting replacement and new pavement.
Start of construction activities at the Lagoon portion is anticipated on or about July 10,2017 with limited
early start tree removal in April 2017,with Substantial Completion of the Lagoon project by June 1,2018.
The parking lot will start mid-September 2017 with Substantial Completion of the project June 1,2018
This proposal presents our understanding of the project,our proposed scope of work for Construction
Monitoring and Documentation Services and fee estimate for these services on a task basis for each
element of the construction and project
Scope of Work
The proposed scope of work for both projects includes provisions for:construction oversight,construction
testing and documentation,preparation of as-built construction drawings and limited engineering services
related to environmental,civil and geotechnical issues which may arise during the project.Specific
attention by field staff will be focused on contractor compliance with permit conditions,storm water
bypass,management of the dredged material,management of the utility installation and construction of
the basin clay liner,structures and pavement.
Construction Documentation
AECOM will provide a Project Representative on a full-time and/or part-time basis during the construction
of the project. We have based our fee estimate on an overall construction period of 40 weeks for
completion of both projects. In addition,we anticipate the need for a supplemental part-time field testing
technician at periodic times throughout the project to assist ongoing testing and documentation needs.
For budgeting purposes,we have included 17 weeks of supplemental full or part-time staff.
KAPROPOSALOty of Oshkosh%OPP-603853_South Park Lagoon MOPP-603853 Final South
Park Lagoon CM Proposal.docx 2/7
AECOM
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 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(based on project need)on site during construction
events.
• Provide on-site supplemental full or 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.
• 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 thejob 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.
• Document dredging practices,provide transportation manifests for disposal of approved dredged
material
• 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 Tuesday of each work week.The
quantities will be provided on a spread sheet prepared by the City.Survey quantities for appropriate
bid items will be provided to AECOM by City Survey Crews.
• 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.
• Notwithstanding that it is the contractor's sole responsibility forjob 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,sieve/hydrometer material
gradation,and material permeability testing.We also anticipate testing will include extraction
KAPROPOSAUCity of Osnkosh\OPP-603853_South Park Lagoon CM\OPP-603853 Final South
Park Lagoon CM Proposal.docx 3/7
acaM
gradations for bituminous pavement and compressive strength for concrete materials placed.A
laboratory testing budget is established in attached Fee Estimate.
• 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 Coordinate
System,South Zone NADD83 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.
Agency Agreement Authority to Act as Agent for Company
Pursuant to the terms and conditions of the Master Service Agreement for Services provided by AECOM
Technical Services,Inc.(hereinafter"CONTRACTOR")for the City of Oshkosh(hereinafter"COMPANY"),
dated April 2009,(hereinafter referred to as the"Agreement"or the"MSA"),which Agreement is
incorporated herein by this reference between CONTRACTOR and COMPANY.
COMPANY hereby authorizes CONTRACTOR to act as its agent for the purpose of-arranging for the
transport and/or disposal of waste("Services")encountered while providing the services described in
CONTRACTOR'S proposal number OPP-603853,dated February 27,2017,when the DESCRIPTION OF
WORK of a specific Request for Services("RFS")or Agreement so states.
COMPANY shall defend,indemnify and hold CONTRACTOR,its employees,agents and subcontractors
harmless against any claim,actions,causes of action,liability,judgments,fines,penalties and costs
reasonably incurred which arise out of CONTRACTOR's actions within the scope of its authorization as
agent for COMPANY for Services in accordance with the MSA,except to the extent such claims,actions,
causes of action,liability,judgments,fines,penalties and costs arise out of CONTRACTOR's negligence,
breach of contract,or willful misconduct which in whole or in part caused the damage,injury or loss.
CONTRACTOR shall defend,indemnify and hold COMPANY,its officers,directors and employees harmless
against any claims,actions,causes of action,liability,judgments,fines,penalties and costs reasonably
incurred which arise out of CONTRACTOR's negligence,breach of contract or willful misconduct.
For transport and disposal activities undertaken by CONTRACTOR in accordance with this Agreement,it is
agreed that CONTRACTOR shall under no circumstances be considered the generator of any Waste from
the project site pursuant to any environmental or other law or regulation.It is further agreed that nothing in
this authorization is intended to transfer or convey ownership of such Waste to CONTRACTOR
AECOM proposes a team comprised of Paul Timm,Account Manager;Tim Wolf,Project/Submittal
Manager;Thomas Bishop or Mark Magee Senior Field Staff,Chad Wilson,Field Staff;Jeremy Thomas,P.E.,
Geotechnical Engineer,Chuck Dean P.E.Structural Engineer,Mark Van Der Wegen,Assistant PM/CAD
designer,and Cliff Shierk,P.E.,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.
K:\PROPOSAL\City of Oshkosh\CPP-603653_South Park Lagoon CM\OPP-603653 Final South
Park Lagoon CM Proposal.docx 417
ASCOM
Estimated Fees
The estimated fees for construction oversight,documentation,construction testing,and engineering
services is$482,663 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.
Phase EsUmated Fee
.......... — —.......... ........... ..........
Task 1-4 ac oon Retrofit
Phase 1-Pre-Construction,Meetings and Project Management $152,270
Phase 2-Field Work(Includes Field and Laboratory Testing/Expenses) $231,420
Phase 3-Project Closeout/Construction Documentation $42,030
Task 1 Subtotal $423,720
'I ask 2-Park Dupartmont Anoca�iorr..I llftoyic Blidge,Outlook Rehabilitation
Phase 1-Pre-Construction,Meetings and Project Management $2,000
Phase 2-Field Work(Includes Field and Laboratory Testing/Expenses) $14,010
Phase 3-Project Closeout/Construction Documentation $2,130
Task 2 Subtotal $18,140
-1 aSk 31'-P81 kiflg LOt Rer,01'iStf UCUOI")
Phase 1-Pre-Construction,Meetings and Project Management $17,550
Phase 2-Field Work(Includes Field and Laboratory Testing/Expenses) $23,253
Task 3 Subtotal $40,803
TOTAL ESTIMATED FEES $482,663
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$482,663.The services provided will be performed in accordance
with the negotiated 2017 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).
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 Timm at 920-235-0270.
inerely,
�Le
Paul Timm Kevin
L r
Account Manager Associate Vice Preside
encl: Authorization Form
Project Fee Estimate
K:\PROPOSAL\City of Oshkosh\OPP-603853-South Park Lagoon MOPP-603853 Final South
Park Lagoon CM Proposal.docx 5/7
A_COM
Authorization
February 27,2017
1 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 for the Construction Monitoring,and
Documentation,Services,Related to Construction of the City Contract 17-07 South Park Lagoon Retrofit,
Oshkosh,Wisconsin as described in AECOM's proposal number OPP-603853 dated February 27,2017,
with a budget authorization of
$482,663 under the general terms and conditions specified in the proposal.
Signature Date
Mark A Rohloff
Print Name
City Manager
Title/Organization
1
Signature Date
Pamela R.Ubrig
Print Name
City Clerk
Title/Organization
a e Date
Lynn A.Lorenson
Print Name
City Attorney
Title/Organization
.3l t/I--]
Signature Date
Trena Larson
Print Name
Director of Finance
Title/Organization
K1Proposal\City Of Oshkosh\Opp-603853 South Park Lagoon Cm\Opp-603853 Final South Park
Lagoon Cm Proposal.Docx 6/7
A=COM
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,WI 54901
c _i
Email 'al I�ru,7,t.Lar t,iil �v,rr;.
Phone: 920.236.6718
K:\PROPOSAL\Crty of Oshkosh\OPP-603853_South Park Lagoon CM\OPP-603853 Final South
Park Lagoon CM Proposal.docx 7/7
3
m p a '0)0.aG N `3m 0'
-'o 0 0 0
,3 c M 0 m am
3 -a C3 R 0
Nar
mmB
cnfD w � m mem
10
0
51 > N O N N
O O v =`2 C Ncb
N
J V N N m 'x0 T
0
y d a
� a v
m a'
>L ' o
m co D cn U)3 d D ^O T D 0
'0 'a'O'0 .D a T p m c c a C'n
m �c m m m d �µ
o .� N rp� 3, mm� m m �m .�v w �'2 v m T N m t�N ao
m °'m3cci 'Cm °i3tL<Lo-i nQ' m n°imm3.� t° a°i � m' dmf o�c m
mm mea° mmvm
Dmmdmm m 3.
_p
d^omm � mmDm c m „Z`m
mmol m C �' moo�
M
_ m C -4 m N C cµS
N o O A O
fU S
O� N O O m L
D= N
O
m x �00000 F �OOUNi 00 Gn N CT Ot � N�OCNl�00N 000 N O �? �
3 O O
0000 OOO
N m3 N .mm.
CD
A N OD ao (P O�CT N 1 W W 01 W 0 0' O)CTi
000000 00 0 00000 000 p1 O N
O O O O p 0 p 0 0 0 0 0 0 0 pO O O O O p 0 0 0
00 O O O O p O O p 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0
0o y,
� N
O
W 1-1
D W W-1
7 N V y
00
O V
N
` r
N O) A O N
ON N N N W m G
N
N O O O + V
h9
V (7
_. O
r�pZ
�Iw7 <mZ0
C c 2 O Tom C7-I TQ -Fi Tmc�).'y�n�'O tmu�=oi�Nf3-0o7 Q.omJ•V3 -F-
-dF.
I MD3 3
mo a
wCO mOOM ° »mo4m°m 0 m -lT �- m=
'oo o 'mmTi
10
m d O
5.4
O O d O N d
R m
N a o d m 2 F m Q m^
O d 0
j m O O m OO N V
m o D < < o
m D 3 0� D O D c c S.'O 5
3.3.�m o.b > > 3 G)v�croi o °.o,b c m v O.N>2
a 3.o Co n 'na 3.> 2 m �° .o. * AONo '
m -I m Cnp 2 p p E ,a�o_.�
S = �Cn^�' o amt m b Wo c^o m b v S cn>o
m m m m - » m 03N c c �cngc
m m m m -1N .N d .Oe 91 N I a n
<ao3o vvg roa < cm-3@co° omc`o ca
m w d L`p m ° 1 p m Nmm ° m-'_ d g m x.K m
n -i v mss° mmmm ='-i p od v F� W-aoma
m m m m ° m m m o m m m m o m c
`G O F AFF fi O m N N =_.-O 'S-� N I Q�N
p ° Z c
O d m N > > m m N .3. O N O , o f
N � " n m - 3bm3
m
o
W O�N�O�N A W>JO) �O (TN NJ W>yNA w 0 O p N O
N O A O O W-.�• Oo m N O O WO Oo W ANO>O V N � G m O, � iy r0
O m N O N O
.. L
N o S N >
ti � Hi ffl H}(;t3(fl -I Ht"J�fA fA Ey&3 eli� -I �Fp EA fn fA EA 4fl bf H3 Efl � �D O � j
N O� N W O W N OCnpfNi�00 CTN tT(T F co.o OO(OT 000 d ?
m F CTO 0 0 0 F O G-
�, W 000 00 0 N a°a.°Q OO O� a 00 0 000 000 0 N m °
O O o 0 o 0 °O Q 0 0 0 O O o 0 0 0 0 O 0 ,0 O (n
A fA fA f9� £A N �ffl fA fA Efl H3(fl (A� �V3 fA 4A EA Efl�fn E9 EA� �' C
fn
W AN W m(TO (T<T O>CT N AfJ W O N W Oil 000 W fT>O O � �
0 0 0 0 0 0 0 O Q 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 p d J d
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 T
O O
- o
0o m
0 0+ m
_ _ V
N
m
O N
t
d
0 N m
O O O
O �
m
a
d
12
D7 N
O
W
N
O
I LL
m
S
� N
- — O
w
O
o W
- N
N C O
O
A W i-
V
O
O O
—- - N
O
N Q O l 0 V 1 W
C
r m
X
@ID T av3
� �, = mC)rQ x moo 3 mm
� �-md �� °•= y a c � 3 K (D
o m w a
N O O . G N
to
N 'O
Cb O J N
O_ N C w A 3
Ea o
m CL 3 3
N m N
3
CL
m Q
o 0
00
O C
c m o..
m m m'(u"0 a mX m os�c 3 D nm
N3(CD N N O N N = 3 m _
D�.m� = 0
(D x
N
St
_ l m
n3^N,A
O °• °c
CD -
.Oi N 4H 91
4A&3 N H1 Hd fA
y S pO(NIfO CVTN •UWi � fV1�COT(POGO �
3 0 0 0 0 0 0 0 O p O O O O O N
A bi O
fA Hi yid &3 � V3 �fA
O W A W OBD Uri Obi V _.1 �N��N _I
p 0 0 0 N N (P Q
l((L O N O O O A(A
tO.f CNa �� O O O 00 p 00 W
O 0 0 0 0 0 0 0 O 0 0 0 0 0 0
O O O O O O O O O
_ (n
� 9
3
W ^may
� O W
O N N i N
-0 O V 6
CT [T O
tp
r
a
- O
O W N N
-- O
m n
Q
N y
N
t0