Loading...
HomeMy WebLinkAboutMary Jewel Sanitary Lift station Proposal No. 6029086 12.50 AECOM AECOM 558 No /'�� 558 North Main Street Oshkosh,W154901 aecom.com Date March 23,2017 AECOM Proposal No. OPP-6029086 Mr.James Rabe,PE,CPESC Director of Public Works City of Oshkosh 215 Church Avenue Ohskosh,Wisconsin 54903-1130 Proposal for Design and Bidding Support Services for the Mary Jewel Sanitary Lift Station located in the City of Oshkosh,Wisconsin Dear Mr.Rabe: AECOM Technical Services,Inc.(AECOM)is pleased to present this proposal to the City of Oshkosh(City) for Design and Bidding Support Services for the Mary Jewel Sanitary Lift Station in Oshkosh,Wisconsin. Il Understanding AECOM understands that the project consists of design and bidding phase services for the Mary Jewell Sanitary Lift Station as generally described in the technical memorandum entitled"Mary Jewell Lift Station Sanitary Sewer Study,September 2,2016"as prepared by CH2M. The lift station is in Mary Jewell Park adjacent to a municipal golf course. The design will be based on the following: 1. Lift station design flows: a. Average dry weather flow=78 gpm b. Peak hour flow,5 year 24 hour storm=540 gpm(per Linda M.3/17/17) c. Peak hour flow,10 year 24 hour storm=600 gpm(per Linda M.3/17/17) d. 2. The lift station will have the following rooms and spaces: a. Pump wet well below grade b. Pump removal room above wet well. c. Valve/meter room d. Electrical room e. Generator room f. Two unisex toilet rooms g. Storage room h. Shelter/picnic area space(covered) 3. Three submersible pumps with variable frequency drives. Two pumps at 200 gpm each and one pump at 390 gpm. The pumps will be in a single cast in place rectangular concrete wet well. Pump access hatches will be provided in concrete slab above wet well. There will be no stairway access to bottom K.TroposaKity Of Oshkosh\Opp-629086 Mjls Design&Bidding\Opp-629086_Mj1s Design And Bidding Proposalpftcocx 1/8 AcCOM of wet well. The force main from the lift station will discharge to a new sanitary sewer,directly south of the lift station,located in Oshkosh Ave. The City is designing the sanitary sewer to the first manhole up stream. 4. The pump removal room above the wet well will have a monorail with electric hoist over the top of pump access hatches for pump removal and movement of removed pump to area adjacent to a coil up door. This will be similar to the arrangement at the Snell Road West Lift Station. S. Valve/meter room will be adjacent to the pump removal room 6. There will be a dedicated electrical room adjacent to the valve/meter room. 7. Standby electrical generator in room adjacent to electrical room. The scope is based on a natural gas generator. 8. Pump station will have electrical and control and monitoring equipment. a. Control of the pumping process will be locally through a PLC. b. Pumping system shall have capability of being remotely operated from the wastewater treatment plant. CH2MHILL will provide the Integration Package under a separate agreement with the City. c. A monitoring system to monitor critical alarms via radio remote telemetry shall be included and coordinated with the City's system. d. All exterior doors will have intruder alarms and HVAC system. e. Primary level control of pumps will be through a bubbler system. Backup control will be through a radar system. f. The wet well and pump removal room will be rated Class I,Division 1,Group D Hazardous Classified Location. The pump removal room will have lower explosive limit and H2S sensors and visual and audio alarms. g. There will be a flow meter on the lift station discharge force main in valve/meter room. 9. The above-grade structure will be a single floor with concrete masonry construction. Ceiling will be precast concrete planks. Roof will be wood truss with shingles. Two sides of roof will have an extended overhang similar to the standard rest room design in City Parks. The north side of structure will have an approximate 12 foot long wooden truss overhang to serve as the shelter/picnic area. The shelter/picnic area will be open air and not have walls. Shelter/picnic area will have concrete floor. 10. Heating and mechanical ventilation will be provided for pump removal room,valve/meter room, electrical room,toilets,storage room,and generator room. 11. Plumbing design for lift station will be provided for toilet rooms and include floor drains in pump removal room and valve/meter room,slop sink and hot water heater in valve/meter room,eyewash in generator room,backflow preventers on water supply,and hose bibs in valve/meter room and pump removal room. Exterior wall hydrants will be provided. An exterior drinking fountain with bottle filler and dog drinking equipment will be included 12. The existing Punhoqua Lift Station shall remain in operation during the construction of the new Mary Jewell Lift Station. Drawings and specifications for demolition of the Punhoqua Lift Station will be included in design. 13. Odor control facilities will not be included in this design since there is no data to justify including provisions for odor control. However the design will include space,access,and electrical provisions for a small volume of Bioxide storage and chemical feed equipment that the City could add in the future. 14. Site work will include grading,site access from existing City roadway,parking for two City vehicles, landscaping,sidewalks,water line from City water main to lift station,natural gas line from utility line to KAPROPOSAL\City of 0shkosh\0PP-629086 MJLS Design&Bidding\0PP-629086_MJLS Design and Bidding Proposalpft.docx 2/8 A_COM lift station,discharge force main from pumps,and storm drainage to existing surface drainage or storm sewer. The proposed bicycle/pedestrian path way will be taken into consideration for developing building access. 15. Exterior architectural features of lift station will be similar to the existing Boat works Park Shelter. Scope of Services Pra.4Bi nirrrary Design Serrvices.1 PIwiec: I;ys,.veioprrnerit Phase • Prepare a project plan setting forth the goals of the project,resources and schedule.Review the plan with the City. • Conduct a project kickoff meeting with the City to discuss project approach,schedule,and goals of the design. • Prepare a design basis memorandum for the proposed facilities and review with the City.The design basis memorandum will list and describe the pump station's characteristics,pumping capacity and proposed equipment manufacturers. • Discuss instrumentation and control concepts with the City and prepare an instrumentation and control concepts memorandum.This memo will include a summary of the pump operation and control,general description of instrumentation,and remote monitoring and control requirements. • Prepare conceptual plan view drawings and conceptual elevation drawings of the structure. Present drawings to the Parks Board. • Size and locate two groundwater observation wells to be installed near lift station. Installation of wells will be by a separate contract between City and well driller. Services included are: — Conduct hydraulic conductivity tests. — Monthly data collection. — Prepare technical evaluation report and submit to City. Procr ess C:Desi gin Phase • Select and size major equipment and piping. • Develop flow sheets showing pumping equipment,process piping and valves,field instrumentation and control panels.Prepare a functional description of the lift station operation and control. F"rc(,,rriinary Layout Ci=Ihasso • Prepare a conceptual site plan and preliminary layout drawings of new lift station and showing:plan views;major sections;building,structure,and room dimensions;major space requirements for process,electrical,I&C,HVAC,and architectural equipment;and size and elevation of process piping. • Attend two separate meetings with the City to review flow sheets and preliminary layout drawings for coordinating with the City's needs. A1esiigiru sa';rvices • Prepare process and instrumentation drawings(P&IDs)showing pumping equipment,process piping and valves,field instrumentation,and control panels.Incorporate revisions into the P&IDs from the KAPROPOSAL\City of Oshkosh\OPP-629086_MJLS Design&Bidding\OPP-629086_MJLS Design and Bidding Proposalpft.dou 3/8 ASCOM review meetings conducted duringthe preliminary layout phase.P&IDs will show control signals between equipment and field instrumentation to control panels,including signals to telemetry. • Prepare a final layout site plan and final layout drawings showing:plan views;major sections;building, structure,and room dimensions;space requirements for process,electrical,I&C,HVAC,and architectural equipment;and size and elevation of process piping.The final layouts will incorporate City and Engineer's comments on the preliminary layouts developed during the preliminary layout phase. • Attend meeting to review the final layout drawings with the City.Revise the design in response to agreed up comments by the City. • Prepare contract documents including plans and specifications necessary to receive competitive bids to construct the new facilities and for demolition of existing Punhoqua Lift Station. — Documents to be prepared based on one prime construction contract. — Contract documents to be prepared based on design basis memorandum,P&IDs,and final layouts. — Contract documents will include standard forms produced by EJCDC(Engineer's Joint Contract Documents Committee)and Engineer's standard documents.City will require modifications to certain EJCDC documents.City has supplemental conditions for the EJCDC documents. ■ City requires a 2 year warranty for all work. — Plans and specifications will include process mechanical equipment,pumps,and piping, structural design,architectural design,site work,heating and ventilation,plumbing,electrical,and instrumentation. — City of Oshkosh Standard Specifications and detailed drawings shall be utilized where appropriate. — Prepare an estimate of probable construction cost based on the contract documents. Submit to City. — Provide pdf copies of contract documents for City review and print sets of contract documents to be reviewed by Wisconsin regulatory authorities as appropriate. — Attend one review meeting with City to review contract documents,and make necessary revisions. • Permitting — The City will subcontract CH2MHII-L will submit the Mary Jewel Sanitary Sewer Study for WDNR approval. — Prepare Wisconsin DNR permit applications and submittals. — Prepare local permit applications and submittals. — City will pay for permit application fees to appropriate local,state,and federal agencies. Consultant shall advise as to the permit fee amount a minimum of two weeks prior to the desired permit submittal date. — The City will subcontract the wet land delineation if required. • Consultant will design site storm water system to direct storm water either to existing surface drainage or to storm sewer system. • Buildings and site shall be designed in accordance with City of Oshkosh Municipal Codes.Consultant shall schedule and coordinate the project to go through the Site Design Review Process. KAPROPOSAL\City of 0shkcsh\0PP-629086_MJLS Design&Bidding\OPP-629066_MJLS Design and Bidding Proposalpftdocx 418 .................... AECOM • Consultant shall provide plan,specifications,information,and coordination with City of Oshkosh personnel to go through the Conditional Use Permit Process. Plans for the Conditional Use Permit Process will require the following: — Color renderings of building elevations — Physical material samples of all building material — 75%site plan — Landscaping plan — Storm water management plan DddVng Pha.,;,e • Provide 2 scaled pdf files(11"x1 7"and 22"x34")of the drawings and one electronic file of the specifications(Word format)to the City for the City's used in according to the Quest Bidding Service. • Provide bidding coordination for one prime construction contract,which includes responding to contractor questions,preparation of appropriate addenda,and management of a pre-bid meeting. Provide a log of contractor questions to the City for distribution. • City will advertise the bid,conduct the bid opening,and recommend the award of the bid. • Attend bid opening. • Meetings — Project Kick off meeting — Two meetings to discuss flow sheets and preliminary layout drawings — Final layout drawing review — Conditional Use Permit meeting at the Planning Commission byArchitect — Contract document review meeting(90%completion) — Pre-bid meeting — Bid opening — Two optional meetings as may be required during design are included in scope. A,SS�flAIDTIONS 1. The City will subcontract subsurface investigation and wet land delineation based on AECOM recommendations 2. The City will design and prepare drawings and specifications for all sanitary sewers including influent sewer one manhole up stream of the lift station. 3. The City will design and prepare drawings and specifications for the sanitary sewer that will receive the force main discharge from the lift station. The new sanitary sewer will be in Oshkosh Avenue. The force main will discharge to a manhole on the sewer directly south of the lift station or connect to a pipe lateral installed by the City into the ROW. 4. If storm sewers are required,the City will design and prepare drawings and specifications for the storm sewers from the lift station. 5. Programming of PLC control system will be completed by CH2MHILL under a separate contract between City and CH2MHILL- CH2MHILL will review appropriate specification sections from the design during the course of the project. KAPROPOSAL\City of 0shkcsh\0PP-629086_MJLS Design&Bidding\OPP-629086_MJLS Design and Bidding Proposalpft.docx 518 AECOM 6. Design and permitting of a groundwater dewatering system for construction,if needed,is not included in scope of services. If required,these services can be provided under a separate contract. 7. No off street public parking for use of the shelter/picnic area will be provided, 8. The City will conduct a topographical survey of the site and furnish the Consultant with a topographical drawing showing ground elevations and surface features. 9. A City water main and sanitary sewer and a utility natural gas main are available on Eagle Street adjacent to lift station. 10. City will provide consultant with as built drawings of existing Punhoqua Lift Station. 11. City will provide consultant with drawings showing utilities in Eagle Street. EsUnnated�Fees The estimated fees for the design and bidding support services$224,831 is 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—Preliminary Design Services $45,924 Task 2—Design Services $154,714 Task 3—Bidding Phase Services $24,193 TOTAL ESTIMATED FEES $224,831 Please note of the$224,831 estimated fees,$20,500 of the cost from Task 2 is anticipated to be utilized for building exterior materials,design and bidding of the restroom and shelter portion of the project 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$224,831.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. Your rely r? , aul Timm Kevin L� 6nL L.Brehm P.E. Account Manager Associate Vice President encl: Authorization Form Project Fee Estimate KAPROPOSAL\City of 0shkosh\0PP-629086-MJLS Design&Bidding\OPP-629086_MJLS Design and Bidding Proposalpft,docx 6/8 A=COM Authorization March 23,2017 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 Design and Bidding Support Services for the Mary Jewel Sanitary Lift Station located in the City of Oshkosh,Wisconsin as described in AECOM's proposal number OPP-629086 dated March 23,2017,with a budget authorization of$224,831 under the general terms and dcconditions rspecified in the proposal. SignAture Date Mark A Rohloff Print Name City Manager Title/Organization Signature Date Pamela R.Ubrig Print Name City Clerk Title rganization t e Date Lynn A.Lorenson Print Name City Attorney Title/Organization -4a-tu e� Dat Si q��� Trena Larson Print Name Director of Finance Title/Organization KAProposaKity Of Oshkosh\Opp-629086_Mjls Design&Bidding\Opp-6290B6_Mjls Design And Bidding Proposalpft.Docx 7/8 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 Email corn Phone: 920.236.6718 KAPROPOSAL\City of Oshkosh\OPP-629086_MJLS Design&Bidding\OPP-629086-MJLS Design and Bidding Proposalpft.dom 8/8