HomeMy WebLinkAboutOPP-1057650_Transit Authority UST CM Proposal_R1K:\PROPOSAL\City of Oshkosh\OPP-1057650_Transit Authority UST CM\OPP-1057650_Transit
Authority UST CM Proposal_R1.docx 1/6
Mr. Jim Collins
Director of Transportation
City of Oshkosh
926 Dempsey Trail
Oshkosh, Wisconsin 54903
AECOM 558 North Main Street
Oshkosh, WI 54901
aecom.com
October 12, 2020
AECOM Proposal No.
OPP-1057650
Proposal for Construction Management and Environmental Consulting Services Related to Diesel Fuel
Containing Underground Storage Tank Removals and Replacement at the Oshkosh Transit Authority Facility
in Oshkosh, Wisconsin
Dear Mr. Collins,
AECOM Technical Services, Inc. (AECOM) is pleased to present this proposal to the City of Oshkosh (City) for
environmental engineering services related to the removal of two 12,000-gallon capacity underground storage tanks
(USTs) and installation of one 12,000 gallon capacity UST at the Oshkosh Transit Authority Facility.
Project Background
The City installed two diesel fuel 12,000-gallon capacity USTs in approximately 1980 at the Transit Authority Facility.
These USTs are still in use today for refueling the Transit Authority vehicles. The City would like to decommission the
two USTs and associated fuel system by removing them and installing one 12,000-gallon capacity tank and new fuel
system. The new tank and fueling system would be installed in compliance with current standards to reduce
insurance premiums and reduce spill risk. We understand that the City has received a Federal Transit Administration
(FTA) grant to assist with the project. The FTA grant is a 5339 Capital funds grant for bus, fuel station, and service
vehicles. The USTs are in an area that was historically wetlands filled in by a combination of foundry sand, municipal
waste, incinerator ash, demolition debris, and a mixture of different soil types. This mixture of fill is identified as Urban
Fill.
AECOM assisted the City in environmental services, preparation of bidding documents, and bidding support for this
project. The scope of work as provided in AECOM’s Proposal OPP-1021410 dated March 30, 2020 has been
completed.
Unfortunately, no bids were received. The City requested AECOM contact potential bidders and attempt to identify the
reasons no bids were received. AECOM contacted the bidders that made site visits and were prequalified for the
project. In summary, the reasons for not bidding were:
Multiple projects currently being bid that are larger and more attractive
Based on Contractors’ current work load, the project would not be able to completed within the City’s required
time frame
As a result of discussions with City staff, it was decided to rebid the project in September 2020, allow a 5-week project
duration, and change the completion date to July 1, 2021. These modifications are intended to overcome the above-
listed reasons provided by potential bidders. This required AECOM to update the bidding documents and provide
them to the City for rebidding purposes in September 2020.
Project Understanding
The City is requesting AECOM provide rebidding services and construction management services for this project. The
requested services are outlined in the following tasks:
Rebidding Services, Project Management, and Submittal Review
Field Documentation
DocuSign Envelope ID: 5DCAEBC5-C20C-4DD6-BF8F-759FEFB8E024
K:\PROPOSAL\City of Oshkosh\OPP-1057650_Transit Authority UST CM\OPP-1057650_Transit
Authority UST CM Proposal_R1.docx 2/6
Davis Bacon Wage Compliance Review
Construction Documentation Report
Scope of Services
Task 1: Rebidding Services, Project Management, and Submittal Review
Rebidding Services
AECOM contacted all potential bidders and attempted to determine the reasons no bids were received. A summary of
the discussions was provided to City staff via email. AECOM also included recommendations for addressing the
comments. As a result of this summary and recommendations, AECOM was requested by City staff to update the bid
project documents for rebidding in September 2020.
Project Management and Submittal Review
The AECOM project manager will be responsible for day to day communication with the selected Contractor, AECOM
field staff, and the City. Contractor pay applications will be reviewed and payment comments provided to the City.
The submittal review team will be comprised of AECOM’s team members who assisted with the preparation of the
project bidding documents. Submittals will be reviewed for project document compliance. We anticipate
approximately 30 submittals to be reviewed. The City staff will be consulted on critical components of the fuel system
for concurrence of submittal completeness and compliance. The Project Manager will be Mr. David Ulrich. The
Submittal review team will be comprised of David Ulrich, Paul Timm, Tim Wood, P.E., and Katie Crotteau.
Services to be provided under this task are:
Prepare a Preconstruction Meeting Agenda and attend the meeting via Web-based communication system.
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.
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; and
reproductions or original Contract Documents including all addenda, change orders, field orders, and additional
drawings issued subsequent to contract execution. Provide originals and a PDF copy of all construction
documents to the City after completion of the project.
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.
Deliverables
The Preconstruction meeting minutes and submittals will be saved in a PDF format. All meeting minutes and
Submittals once approved will be forwarded to the City in an electronic PDF format.
Task 2: Construction Documentation
AECOM will provide a field Project Representative on an as needed basis during the construction of the project. We
have based our fee estimate on an overall construction period of five (5) field work for completion of the project.
DocuSign Envelope ID: 5DCAEBC5-C20C-4DD6-BF8F-759FEFB8E024
K:\PROPOSAL\City of Oshkosh\OPP-1057650_Transit Authority UST CM\OPP-1057650_Transit
Authority UST CM Proposal_R1.docx 3/6
AECOM will provide documentation and testing staff as needed during the duration of the five-week construction
period. Documentation will include compliance verification with project plans and specifications. A summary of tasks is
provided below.
Provide a Project Field Representative on site as needed during construction events. We have budgeted 200
hours of field time.
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.
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.
Document excavation practices, and provide transportation manifests for disposal of impacted material.
Furnish the City with weekly reports of progress of the work and the Contractor’s compliance with the approved
progress schedule. Keep the City informed of any expected delays in progress schedule.
Provide the City with monthly bid item quantities.
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 for job site safety, AECOM will report immediately to
the City the occurrence of any accident.
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-1057650, dated September 28, 2020, 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
DocuSign Envelope ID: 5DCAEBC5-C20C-4DD6-BF8F-759FEFB8E024
K:\PROPOSAL\City of Oshkosh\OPP-1057650_Transit Authority UST CM\OPP-1057650_Transit
Authority UST CM Proposal_R1.docx 4/6
AECOM proposes a team comprised of Paul Timm, Account Manager; David Ulrich, Project/Submittal Manager; and
Thomas Bishop or Mark Magee, Senior Field Staff. 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.
Deliverable
AECOM will provide an original hard copy and an electronic copy of all required documents during the project and to
be included in the Documentation Report.
Task 3: Davis Bacon Wage Compliance
AECOM’s team of Paul Timm and Katie Crotteau will attend the Preconstruction Meeting and summarize Davis Bacon
Wage Compliance Requirements. Information posters and handouts as provided by government web site will be
provided for the Contractor to post on the job site. AECOM staff will review payroll information from the Contractor to
determine wage compliance. Field interviews required for wage compliance will be completed by AECOM staff.
AECOM will, in general, follow the requirements outlined on the U.S department web site
dol.gov/agencies//WHD/government-contracts. If noncompliance is determined, AECOM will work with the City to
develop the proper response.
Deliverables
AECOM will provide the City updates on wage compliance determinations on a monthly basis. An electronic copy of
the payroll information and field audits will be provided to the City. One hard copy and pdf electronic copy will be
provided.
Task 4: Construction Documentation Report
AECOM staff will prepare a documentation report. The report will consist of a copy of all approved submittals, and
record drawings showing as-built information. A summary of project changes and approvals will also be included.
Deliverable
AECOM will submit one hard copy and one electronic copy of the Documentation report within 4 weeks of completion
of the project.
Assumptions
The project will start and be completed within the time frame as listed in the bidding documents.
The City will not process pay applications without AECOM recommendation and a completeness determination
of Davis Bacon Wage compliance.
Davis Bacon wage review is intended only to attempt to confirm compliance. AECOM does not guarantee nor
warrant that claims will not be made, or the Contractor will maintain compliance. If noncompliance and/or wage
disputes are initiated, AECOM will support the City under a separate contract. This project budget is based on
compliance determination only.
The proposed fee is based on AECOM’s current understanding of the project and effort of support on similar
projects. If increased or decreased effort is required, AECOM will notify the City in advance and obtain written
approval to proceed.
As you are aware, the world is experiencing a pandemic as it relates to the coronavirus COVID-19
(“Coronavirus”). This health emergency has the potential of impacting multiple facets of the project including,
without limitation, labor, personnel, manufacturing, equipment, materials, transportation, and related supply
chains; all of which have the potential to adversely impact the critical path of the project schedule. These
potential, unusual, and unavoidable delays are outside of the control of AECOM and cannot be anticipated or
DocuSign Envelope ID: 5DCAEBC5-C20C-4DD6-BF8F-759FEFB8E024
K:\PROPOSAL\City of Oshkosh\OPP-1057650_Transit Authority UST CM\OPP-1057650_Transit
Authority UST CM Proposal_R1.docx 5/6
determined in advance. AECOM will exercise reasonable care to mitigate the potential impact of the
Coronavirus to the extent within AECOM’s reasonable control. AECOM will notify you in the event AECOM
becomes aware of any potential impact to the work caused by the Coronavirus.
Project Fees
The following table summarizes our estimate of fees to complete the scope of services described above.
Task Estimated Fees
Task 1: Rebidding Services, Project Management and Submittal Review $16,495
Task 2: Field Documentation (As Needed for 5 weeks) $27,880
Task 3: Davis Bacon Wage Compliance $4,880
Task 4: Documentation Report $3,620
Total Estimated Fee $52,875
Terms and Conditions
Services described in this proposal will be performed on a time-and-expense basis. AECOM will not exceed the
above estimate without your authorization and approval. The project services will be performed in accordance with
the approved Fee Schedule for various elements of service we expect will be utilized providing the services outlined in
this proposal. This project will be completed per the 2009 City of Oshkosh Negotiated General Conditions of Service,
which are expressly incorporated into, and are an integral part of, our agreement for professional services.
Please indicate your acceptance of this proposal by having an authorized individual of the City execute the attached
Authorization Form and return it to our Oshkosh office. If you have any questions regarding the proposed scope of
services and corresponding costs, please contact us at your convenience.
Of course, if you wish to discuss the terms, conditions, and provisions of our proposal, we would be pleased to do so.
Yours sincerely,
AECOM Technical Services, Inc.
Paul Timm
Account Manager
Kevin Brehm, P.E.
Associate Vice President
Enclosure: Authorization
DocuSign Envelope ID: 5DCAEBC5-C20C-4DD6-BF8F-759FEFB8E024
K:\PROPOSAL\City of Oshkosh\OPP-1057650_Transit Authority UST CM\OPP-1057650_Transit
Authority UST CM Proposal_R1.docx 6/6
Authorization
I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this
agreement.
I hereby authorize AECOM to proceed with the scope of work for the Construction Management and Environmental
Consulting Services Related to Diesel Fuel Containing Underground Storage Tank Removals and Replacement at the
Oshkosh Transit Authority Facility in Oshkosh, Wisconsin as described in AECOM’s proposal number OPP-1057650
dated October 12, 2020, with a budget authorization of $52,875 under the general terms and conditions specified in
the proposal.
Signature Date
Mark A Rohloff
Print Name
City Manager
Title/Organization
Signature Date
Pamela R. Ubrig
Print Name
City Clerk
Title/Organization
Signature Date
Lynn A. Lorenson
Print Name
City Attorney
Title/Organization
Signature Date
Russ Van Gumpel
Print Name
Director of Finance
Title/Organization
Russ Van Gompel
DocuSign Envelope ID: 5DCAEBC5-C20C-4DD6-BF8F-759FEFB8E024
11/17/2020
11/17/2020
11/17/2020
11/17/2020