Loading...
HomeMy WebLinkAboutLetter of Transmittal: Patrick Bray- Professional Service Industries, Inc 13 36,,,7 0 CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE,P.O.BOX 1130,OSHKOSH, WI 54903-1130 PHONE: (920)236-5065 FAX(920)236-5068 LETTER OF TRANSMITTAL 1,0: Patrick Bra Date: December 13, 2018 Professional Service Industries, Inc. Subject: Executed Agreement for 2019 CIP 3009 Vanclenbroek Road Subsurface Exploration and Kaukauna, WI 54130 Geotechnical Engineer.nEvaItiati on ---------------1 1 Please find: Attached ❑ Under Separate Cover F] Copy of Letter M Contracts ❑ Amendment F-1 Report El Agenda ❑ Meeting Notes n Photos El Mylars ❑ Change Order ❑ Plans Specifications ❑ Estimates E] Diskette ❑ Zip Disk ❑ Other Quantity Description Executed Agreement .............. -—------------ ........................ These are being transmitted as indicated below: ❑ For Approval For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Enclosed is the executed agreement for the 201.9 CIP subsurface exploration and geotechnical engineering evaluation services. Please reference Contract 2018-45 on all of your invoices. If you have any questions, please contact us. City Clerk's Office-Original cc: File-Original Signed: Tracy9ay'lor' 1:\Eriginecring\Soil Borings\2019\11SI 1,G)'-Executed Agreement.12-13-18.docx AGREEMENT This AGREEMENT, made on the (day of 2018, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and PROFESSIONAL SERVICE INDUSTRIES, INC., 3009 Vandenbroek Road, Kaukauna, WI 54130, party of the second part, hereinafter referred to as the CONSULTANT, W ITN ESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATION FOR 201.9 CAPITAL IMPROVEMENT PROD ECTS. ARTICLE I. PROlEcT MANAGER A. Assignment of Project Manager. 'The CONSULTANT shall assign the following individual to manage the PROJEC'I'described in this AGREEMENT: Patrick Bray, E.Ul', - Branch Manager B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE 11. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Laura Jungwirth, P.E. -Principal Civil Engineer ARTICLE 111. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Reqilesffior Proposal. The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If SLICI-1 changes affect CONSULTANT's cost of or tune required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. 1:\Engiiwcring\Sui I Borings\2019\11S]20195ub Inv Page I. of 7 All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall become property of the CITY upon payment for those documents by the CITY to the CONSULTANT, and shall remain the property of the CITY. ARTICLE IV, STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST, FINANCIAL CONSIDERATIONS, AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties the CONSULTANT makes no warranty the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others the CONSULTANT reasonably relied upon and are incorporated into the record drawings. ARTICLE VIL CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. L\Engineering\SAA I BorinFs\2019\PS1 2019 Sub Inv Agmemvnt,.11-IS-18.d0cx Page 2 of 7 ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. The CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX CITYS INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, the CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Request far Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the 1:\Engineering\Soil liorings\2019\1151 20195tib Inv Agmement-11-15-18.docx Page 3 of 7 delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CITY's Retltiestfor Proposal dated October 23, 2018 and attached hereto 3. CONSULTANT's Proposal dated November 5, 2018 and attached hereto In the event any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sure as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $51,669 (Fifty One Thousand Six .Hundred Sixty Nine Dollars). 0 Attached fee schedule shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. L\Engmeerin6\Sofl Bonngs\2019\P51 2019 Sub Inv Agmement-11-15-18.docx Page 4 of 7 D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 1.0`%> mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s)not including documentation. ARTICLE XIII. HOLD:HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands to the proportionate extent carried by or resulting from the intentionally wrongful or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify the CITY for all sums including court costs, attorney fees, and damages of any kind which the CITY may be obliged or adjudged to pay on any such claims or demands upon the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or darnages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements, 1:AEngineering\soil Iloringe\2019U'SI 2019 Sub Inv Agmement_11•15.15.doex Page 5 of 7 ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall I-lave the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVI. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. The CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. ARTICLE XVII. SUSPENSION, DELAY, OR INTERRUPTION OF WORK The CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of the CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. l:\E-,ngintwfing\Soil BoTings\2019\PS1 2019 Sub Inv Agrecynen4-1 1-15-1 B.docx Page 6 of 7 ARTICLXXVIII. NO THIRID-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the CITY and CONSULTAN]"and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant 1,->-e4Y1& M4"Cltrg,�K if a Corporation) (Specify Title) 0 By: (Specify Title) CITY OF OSHKOSH By: i�tnestness") Mark A. Rohloff, City Manager And: Vitae i e s Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue tinder this AGREEMENF. I'AAA si, A�torney City Comptroller rrq1w(,ring\Soi1 Borings\2019WSI 2019 Sub tnv Agreement.1 I-I 5-18,docx Page 7 of 7 A & City OfA: Oshkosh October 23, 2018 Patrick Bray Professional Services Industries, Inc. 1125 West.Tuckaway Lane, Suite B Menasha,WI 54952 E-Mail: patrick.bray ftsiusa.corn RE: Request for Proposals for Subsurface Exploration and Geotechnical Engineering Evaluation for 2019 Capital Improvement Projects Dear Patrick: The City of Oshkosh is hereby requesting proposals be submitted for Subsurface Exploration and Geotechnical Engineering services related to the City's 2019 Capital Improvement projects. The purpose of this exploration program is to identify the soil and groundwater conditions within the depths of the project excavations. The reports are to provide a summarization of pavement and base coarse thicknesses; soil type verification; bedrock depth, if encountered; and groundwater levels. In addition, field screening of the soil samples is to be completed to identify potential environmentally- impacted soil. The proposal shall include, at a minimum: related project experience, planned project team and resumes, engineering fee schedule, and a breakdown of costs, as requested in the enclosed Scope of Services. This agreement will have three (3) separate deliverables, each with unique due dates that are also listed in the Scope of Services. The proposals will be reviewed for completeness and how well it is demonstrated the needs of the City of Oshkosh can be met. The award of this work will not be based ill solely on cost of the proposal Questions regarding this request for proposal shall be emailed to me at "M wirth@ci,oshkosh.wi.us (with the subject heading of "2019 Subsurface Exploration and Geotechnical Engineering Evaluation RFP Questions") by 12:00 noon on Monday, October 29, 2018, The questions and appropriate responses will be distributed to all parties receiving this Request for Proposals by 12:00 noon on Tuesday, October 30, 2018. Please submit four (4) copies of the proposal to Tracy Taylor no later than i 4:00 p.m. on Monday,November 5,2018. It is anticipated the award of this agreement will be made by i Wednesday, November 14, 2018, Please ensure you have the proper insurance paperwork, so the award is not delayed, F\Engineering\Soil$orings\2019\RFP\Cover Letters\PSI Cover Ltr_10-23-18.docx Page 1 of City Hall,215 Church Avenue P,O. Box 1 130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us l SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2019 CAPITAL IMPROVEMENT PROJECTS 1. The scope of services for this project is to identify subsurface conditions within the depths of various project excavations. The final reports are to provide a summarization of existing pavement and base coarse thicknesses; soil classifications; bedrock depth, if encountered; groundwater levels; and deep utility construction recommendations. Soil samples shall be split and provided to the Environmental Services Consultant for field screening and to identify potential environmentally-impacted soils. Reports shall be prepared in general accordance with normally-accepted geotechnical engineering practices. A total of 68 soil borings are anticipated for the following Capital Improvement projects. A. Oregon Street(West 161h Avenue to West 211"Avenue) 1. West 16lh Avenue to West 1911,Avenue a. (8)—30-ft borings. b. Pavement type is 1948 Asphalt over Concrete with a 1995 Mill and Overlay. 2. West 191h Avenue to West 21s,Avenue a. (4)—30-ft borings, b. Pavement type is 1929 and 1948 Asphalt over Concrete with a 1995 Mill and Overlay. B. Hazel Street(Washington Avenue to East Irving Avenue) 1. (8)—20-ft borings. 2. (2)—15-ft borings. 3. Pavement type is 1985 Concrete. C. West Waukau Avenue Glatz Creek Crossing 1. (2)—25-ft borings 2. Pavement type is 1981 Concrete. D. Universal Court(Universal Court,through Easements to South Washburn Street) 1. (6) -15-ftborings. 2. Borings will be in turf. E. Kentucky Street(West New York Avenue to approximately 575'north) 1. (3) —15-ft borings. 2. Pavement type is 1998 Concrete, F. Sheridan Street(West Murdock Avenue to Roosevelt Avenue) 1. (3)—15-ft borings, 2. Pavement type is 1971 Road Mix Asphalt with a 2006 Sealcoat. G. Mitchell Street (West Murdock Avenue to northern terminus north of West Linwood Avenue) 1. (3)—15-ft borings. 1:\Engineering\Soil Borings\2019\RMScope of Work-10-23-18,docx Page 1 of 6 2. The City of Oshkosh will perform the following tasks: A. Provide Geotechnical Services Provider with diagrams/maps indicating general locations and drilling depths of individual borings prior to work commencing. B. Retain services of an Environmental Services Consultant to provide suspect locations for sampling and other pertinent information, prior to drilling. C. Provide Geotechnical Services Provider with an engineering staff member to assist in boring layout, D. Provide Geotechnical Services Provider with final location diagrams with GPS coordinates. E. Provide ground elevations for each boring location for the Geotechnical Services Provider's use in boring log development. F. Set a"Pre-Construction Conference"with the Geotechnical Services Provider prior to starting work. The Environmental Services Consultant shall also be present at this meeting, as well, to discuss any issues and to coordinate the drilling schedule. Communication protocol will be established at this meeting. 3. The Geotechnical Services Provider will perform the following tasks: A. All items necessary to perform the tasks detailed in this Scope of Services. B. Subsurface Exploration and Reporting 1. Mark the borings in the field and coordinate with Digger's Hotline. Re-marking of soil boring locations due to weather will be the responsibility of the Geotechnical Services Provider. 2. Set a meeting for boring layout per street with Environmental Services Consultant, all Digger's Hotline locators, and City of Oshkosh Project Manager. The City Utility Locator will NOT mark utilities down the entire street, due to the length of time this will take. The Geotechnical Services Provider shall provide a mark point and the City Utility Locator will locate within a designated radius (approximately 25 ) around the specific boring locations. 3. Coordinate with the City of Oshkosh Project Manager and Environmental Services Consultant Project Manager on drilling schedule and provide three (3) day notice of the onsite boring-layout meeting. 4. The Geotechnical Services Provider will provide e-mails daily to the City Project Manager and Environmental Services Consultant Project Manager,identifying which borings they intend to complete each day. 5. All streets are to remain open to traffic. The Geotechnical Services Provider will be responsible for furnishing all necessary barricades, flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction. 6. If a particular boring cannot be accessed during drilling operations, the Geotechnical Services Provider shall work with the City of Oshkosh to determine a revised location. 7. Follow standard geotechnical practices for subsurface sampling,borehole abandonment, and laboratory testing. hFngineefinl;\Soil Borings\2019\1IMScope of Work-10-23-18.docx Page 3 of 6 a. Boring Identification. b. Boring Depth (proposed and actual). c. Pavement Thickness. d. Base Coarse Thickness. e. Fill Thickness. f. Depth of Bedrock or Refusal,if present, 4. Project Deliverables A. Schedule of Project Deliverables 1. Oregon Street report due December 28,2018. 2. Hazel Street and Ceape Avenue Parking Lot reports due January 18,2019. 3. Waukau Avenue/Glatz Crossing, Universal Court, Kentucky Street, Sheridan Street, Mitchell Street, Crane Street, Plymouth Street, North Westhaven Drive, Ornro Road, Edgewood Road, and Oaks Trail reports due March 1,2019. 4. West 281h Avenue and Sanitary Lift Station report due September 30,2019. Please note that dates are not yet finalized for this specific project, so coordination with the City of Oshkosh Project Manager is required before drilling can begin. Preliminary design is anticipated for summer 2019, so drilling is anticipated to be completed. late summer/early fall 2019. B. Drilling can be completed during the week at the Geotechnical Services Provider's convenience, with the exception of the dates listed in this paragraph, as long as the reports are submitted no later than their respective due dates. There shall be no worl<occurring on December 1, 2018 within Hazel Street, due to a previously-scheduled event. Further,no restrictions are allowed outside of daylight hours on Hazel Street from November 23 to December 31. 5. Proposal Cost Breakdown A. Boring Layout 1. Cost to include coordination with Digger's Hotline, Utility Locators, and the City of Oshkosh Project Manager. 2. Cost to include laying out and marking the borings in the field. B. Mobilization/Daily Travel/Traffic Control for drilling(lump sum) 1. Additional payment for mobilization/daily travel/traffic control will not be considered if the total footage of drilling,including the contingency amount,is not exceeded. C. Soil Borings (per foot) 1. Cost to include proper borehole abandonment and street patching. 2. Cost to include providing cooled split samples to Environmental Services Consultant twice daily. 3. Unit cost will also be used for additional drilling, if needed. The Miscellaneous Additional Project(s)will be handled on a contingency basis,and are not guaranteed. 4. A contingency amount is added to the proposal cost breakdown sheets attached. 5. Anticipate hard drilling throughout the depths of the borings in this cost. A hard drilling surcharge, once the agreement has been awarded, will not be approved, D. Project Engineering and Reporting(lump sum) 1. Additional payment for project engineering and reporting will not be considered if the total footage of drilling,including the contingency amount,is not exceeded. L\Engimering\Soil Borings\2019\RFP\Scope of Work-10-23-18.docx Page 5 of 6 PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2019 CAPITAL IMPROVEMENT PROJECTS OREGON STREET (WEST 16TH AVENUE to WEST 21ST AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ $ Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ $ 3. Soil Borings Feet 360 $ $ Project Engineering and Lump 4. Reporting Sum 1 $ $ SUBTOTAL: OREGON STREET $ HAZEL STREET (WASHINGTON AVENUE TO EAST IRVING AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump L Boring Layout Sum 1 $ $ Mobilization/Daily Lump 2, Travel/Traffic Control Sum 1 $ $ 3. Soil Borings Feet 190 $ $ Project Engineering and Lump 4. Reporting Sum 1 $ $ li SUBTOTAL; HAZEL STREET $ 1:\Engineering\Soil Borings\2019\RFF\Proposal Cost Breakdown_10-23-18.docz Page 1 of 9 KENTUCKY STREET (WEST NEW YORK AVENUE TO APPROXIMATELY 575'NORTH) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sun 1 $ $ Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ $ 3. Soil Borings Feet 45 $ $ Project Engineering and Lump 4. Reporting Sum 1 $ $ SUBTOTAL: KENTUCKY STREET $ SHERIDAN STREET(WEST MURDOCK AVENUE TO ROOSEVELT AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ $ Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ $ 3. Soil Borings Feet 45 $ $ Project Engineering and Lump 4. Reporting Sum 1 $ $ SUBTOTAL: SHERIDAN STREET $ r 4 L\Engineering\Soil 8orings\2019\RFP\Proposal Cost Breakdown_10-23-18.docx Page 3 of 9 f@ k PLYMOUTH STREET (WEST MURDOCK AVENUE TO ROOSEVELT AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ $ Mobilization/Daily Lump 2. Travelffraffic Control Sum 1 $ $ 3. Soil Borings Feet 45 $ $ Project Engineering and Lump 4. Reporting Sum 1 $ $ SUBTOTAL: PLYMOUTH STREET $ NORTH WESTHAVEN DRIVE (OMRO ROAD TO 200' SOUTH) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QIY Lump 1. Boring Layout Sum 1 $ $ Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ $ 3. Soil Borings Feet 15 $ $ Project Engineering and Lump 4. Reporting Sum 1 $ $ SUBTOTAL: NORTH WESTHAVEN DRIVE $ I:\Engineering\Soil Borings\2019\RFP\Proposal Cost Breakdown_10-23-18.docx Page 5 of 9 OAKS TRAIL REPAVING (PARK ROAD AT NORTH END OF MENOMINEE PARK) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ $ Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ $ 3. Soil Borings Feet 30 $ $ Project Engineering and Lump 4. Reporting Sum 1 $ $ �_ SUBTOTAL: OAKS TRAIL REPAVING $ PARKING LOT IMPROVEMENTS (CEAPE AVENUE PARKING LOT) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ $ Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ $ 3. Soil Borings Feet 90 $ $ Project Engineering and Lump 4. Reporting Sum 1 $ $ SUBTOTAL: PARKING LOT IMPROVEMENTS $ I:\Engineering\Soil Borings\20l9\1UP\Proposal Cost Breakdown_10-23-18.docx Page 7 of 9 MISCELLANEOUS/UNDISTRIBUTED ITEMS STEAM CLEANING OF DRILLING EQUIPMENT (UNIT COST$ ) X 7 TIMES= $ ROCK CORING (UNIT COST$ ) X 100 FEET=$ SOIL BORINGS (UNIT COST$ ) X 100 FEET=$ BLIND DRILLING (UNIT COST$ ) X 100 FEET= $ ENVIRONMENTAL-ONLY DRILLING (UNIT COST$ ) X 100 FEET=$ DRUMS FOR IMPACTED SOIL,INCLUDING RELOCATION TO CITY PROPERTY (UNIT COST$ ) X 5 DRUMS=$ TOTAL PROPOSAL COST $ I:\Engineering\Soil Borings\2019\RMProposal Cost Breakdown_10.23-18.docx Page 9 of 9 m V.0-S I E L) Z 0 08 8 -0 ME-W -0 r. 13 N U) 0 '2 0 -6 4) 0 cu CF) 2 0) cg 0 0 0 Cc 0 C 0 c C Ewat J9 B F's CL C E c.0 '2 , T - - T A C m cc 0 0 8 0 E es o ea 12 0) 4'S 0 a a a a a a C a $2 Z� c u Im uj U 'c W a m -@ 2 i7i LLJ 0 o 0 0 0 4) N � �= 12 c E 0 - D 0 0 CL CL ow cc '9'-6 28-6 IL `fit b aw I b,47 ell c Z 0 0 cl" r a MHz RO 'a 0 0 Z+ SAMIVNIC, 0 0 he i5 2 2 0 1 8 R 0 tm m . - u !e' 0 • LR 10 J9 0 W ­0000- 8c lie w S 0 002-- - (L CO Z W — , E 00 -00, 08 - 8 4) 0 rh 0 2 u VZ �V as 4) je c: ., 00 0 - 6 0 .2 — Mgt 0 Jill? 0 9 uj om E ('00 Ris 0. g L* 2 o l: CL also a as I8of T. �� ���,r�y �%tMr '�y�, `� s"�� n rn"� rs��vi�`J�d r��a � � fi�y',�� ��C _ hru`�f ��T t d °,��'�d.��r'��`' �r����;; ✓ EMS + ro- E z 8 M —0 T, O a 16 cv us Gs 0 > 0 r= 0_0 C,- 0 �,ZOEE2wo m CL 8 -a@ *r_ F- 0 U) M 0 E- e!'Bc*6 L. 0 WO S *0- L4-) —0� -a Mc 44;) —0 c CL 0 E -M C 'o CD Z 02 W 0 2 ui .0 CL as Z 12 2 12.0' o9 0 CL aa. m 816 S.0 ....... .... ee M '.0 0.- E 0 w 0 C om ID 0 > S;- 1—13 -2 t -.0 o M :�7 oc r - 3**� 9O � cl) H at? 0 m CL C 0 0- 8 E 8 8 0 uj - - - 0 in T 0 ;7 0 ma C14 aNi IL c,4 00-0 Fl 02 0 CL CL mH m o 0 0 Co1 E.2 r ly 7 0 9 _ 8-6 C . -,, b- + 2 06 0 > U) A.)'o 0 'o 0 0if Ac L. CL 0 4) 0 0 co 0 0, c S 2 m o E UO m U •cn >, cL is Z 04 az E � e�.,e .0 C8 m a; 0 Lm E E 110 CL 0 z 0 w (10 Ml C + 4) U) 0 o > -- M sr 12-2 — o o 0 ro 0 r -'o 0 SE W-1rn OWI 0'@ KD c .0u.Go O h 16 0 0 0 0 .A o Q. 0 0 0 .0 0 :. ro 0 6) -0,00� u r . U� ov -Lo u a a C� M LL,i uj m Lu N q) 0 w 2 1 ID 0 w 0 - A m Z, 0 0 m 4 IL IL m 16 0. "a me CL C U—NOWNW0111 PANNIAN, WO W"O" .......... N v A ........... V,'v 'gg g J;E-9 e g igo �1, P1 e4l V, ffi „fr 'ApRto 3''WON, OM or 6' 1. CF) WQ 0 0.- C: E E 119 8 o r- A W-0 0 — . m ';, z 0 3 'r-,-0 0 wo 0 + 0 0 m a c c 2 v (13 0 0)CL 0 Z o Jo -0 -a.0. r o'1. c c z 0 CE w R o -0 b c E 0 c Mv 0 52 — 0--.,a c '�Z o 0 M, 8 'C' CL M 4) 0 0) ii� i3 6� i3 6� E .5c > 2 s s' Ew U) ui — — — — — — r ii . = CL 0 '0' 8� a m CL 9 9 9 Y 9 0 �2 �2 ul a 04 CL cn M 0 o 0 IL 5M Ii A" ff 7," v Ar "ka 8VI AGREEMENT This AGREEMENT, made on the day of 2018, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT'S NAME address party of the second part,hereinafter referred to as the CONSULTANT, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATION FOR 2019 CAPITAL IMPROVEMENT PROJECTS. ARTICLE I. PROTECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Name-Title B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE I1. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Laura Jungwirth, P.E. -Principal Civil Engineer ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. T:\Engineering\Soi1 Borings\2019MMSample Current Agreement Form,10.23-16.docx Page 1 of 7 ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. The CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, the CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Request far Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the (:\Engineering\Soil Borings\2019\R Mample Current Agreement Form_10-23-Mcloa Page of D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s)not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands to the proportionate extent caused by or resulting from the intentionally wrongful or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify the CITY for all sums including court costs, attorney fees, and damages of any kind which the CITY may be obliged or adjudged to pay on any such claims or demands upon the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description(including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. l:\Engineering\SoilBorings\2019\111Mample Current Agreement Form-10-23-1$.do" Page 5 of 7 ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the CITY and. CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohloff, City Manager And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller h\Engineering\Soil Borings\2019MP\Sample Current Agreement Eorm_10-23.18.docc Page 7 of 7 ' . 4n*8^ 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY—"M"' required bvWisconsin State Statute or any Workers Compensation Statutes of dhTanand state. ^ A. Must carry coverage for Statutory Workers Compensation and on Employers Liability limit of: ' �10] �OOE��hA��d�Ot _ ` ! $500,000Dise@Ge Policy C3\ $1DD.00O Disease— Each Employee � � 5. UMBRELLA LIABILITY ~ If exposure exiats, provide coverage at least as broad as the ! underlying CVnnnoencia| General Li@bi|ih/, Watercraft Liability (if neqUiRad\. Automobile Liability | and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention Of$1O.00O. � _ ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance isUo be placed with insurers who have anA.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional insureds on all Liability Policies for liability arising out of project work - C|hx of , Oshkosh, and its mffivan$, council mnernbmrs, agents, employees and authorized volunteers. On the Commercial General Liability Po|ioy, the additional insured coverage must be ISO form CG20 10 0704 or its equivalent and also include Products — Connp|eted Operations ISO form [:G 20 37 07 84orits equivalent for m minimum of 2 years after acceptance of work. This does not apply to Professional Liability, Workers Compensation and Employers L|mbi|itv. C. Certificates ofInsurance acceptable tV the City of Oshkosh shall be submitted prior tO commencement of the work to the applicable City department. These certificates shall contain a pn]YiSinD that coverage afforded under the policies will not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk � —CityVfOohhoeh. � � � � � � � � � � � U\ - 2 ' . POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20100704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ |TCAREFULLY, ADDITIONAL INSURED — OWNERS LESSEES OR � ' CONTRACTORS SCHEDULED ������� ^�� ����x� x u�*�xv� u ��n�v� �� ���^u x������u����� u— ��x�����o� ��o�� ORGANIZATION ' �*u�����n�u�_�� xx��m� This endorsement modifies insurance provided under the following: | ' COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Or Organization(s): Location(s) Of Covered Operations As required by contract Any and all job sites Name Of Additional Insured Person(s) Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section U — VVho Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the parson(n) or additional insureds, the following additional exou- orQanizoUon(o) shown in the Schedu|e, but only sionoapp|y: with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" This insurance does not apply to "bodily injury" or caused, in whole or in part, by: "property damage"occurring after: 1. Your acts oromissions; or 1. All wmrk, including materio|a, parts or oquip- 2. The acts or omissions of those acting on your ment furnished in connection with such wmrk, behalf; on the project(other than aemice, maintenance or repairs) to be performed byoron behalf of In the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) design- covered operations has been completed; or nmbedabovm. 2. That portion uf "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal eoo part of the same project. Taylor, Tracy L From: Taylor,Tracy L Sent: Tuesday, October 30, 2018 2:39 PM To: Taylor,Tracy L Cc: Jungwirth, Laura Subject: Questions re: Request for Proposal for 2019 CIP Subsurface Exploration and Geotechnical Engineering Evaluation for the City of Oshkosh There were no questions received. Tracy L. "Taylor Deparfinlent of Public Works City of Oshkosh 920.236,5195 Follow us:Web I Facebook i Twitter Oshkosh tntertek PROPOSAL FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES City of Oshkosh 2019 Capital Improvement Projects BONN 'Oshkoxh Prepared for: City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 November 5, 2018 PSI Proposal No. PO-0094-260919 U1C'PC'k PSI Proposal No.:0094-260919 2019 Capital Improvement Projects November 5,2018 Professional Service Industries, Inc. 3009 Vandenbroek Road Kaukauna, Wisconsin 54130 Phone: (920)-735-1200 Fax: (920) -735-1840 Ms. Laura Jungwirth, P.E. City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 Re: Geotechnical Engineering Services Proposal City of Oshkosh 2019 Capital Improvement Projects PSI Proposal No.: PO-0094-260919 Dear Ms. Jungwirth, Professional Service Industries, Inc. (PSI), an Intertek Company, is pleased to submit this proposal to provide geotechnical engineering services for the City of Oshkosh 2019 Capital Improvement Projects. Additional background information is included to provide you with a general overview of our company, as well as demonstrate that PSI has the equipment, experience, and personnel resources to provide quality subsurface exploration and geotechnical engineering services for your 2019 Capital Improvement Projects. We appreciate the opportunity to offer our services. Please call at any time if we can be of assistance. Sincerely yours, PROFESSIONAL SERVICE INDUSTRIES, INC. Patrick Bray, E.I.T. James M. Becco, P.E. Branch Manager Vice President www.intertek.corn/bui lding U 1) intertek PSI Proposal No.: 0094-260919 2019 Capital Improvement Projects November 5, 2018 SUBJECT: Proposal for Subsurface Exploration and Geotechnical Engineering Services 2019 Capital Improvement Projects City of Oshkosh, Wisconsin PSI Proposal No. PO-0094-260919 STATEMENT OF INTEREST Professional Service Industries, Inc. (PSI), an Intertek Company, is pleased to submit this proposal to provide Subsurface Exploration and Geotechnical Engineering Services for the 2019 Capital Improvement Projects in the City of Oshkosh. Professional Service Industries is a privately held corporation that was incorporated in Delaware on June 26, 1972. PSI acquired Midwest Engineering Services, Inc., a Wisconsin corporation, in a stock transaction on March 31, 2014. All Midwest Engineering personnel were retained after the purchase. Within Wisconsin, PSI has four (4) offices located in Waukesha, Ripon, Kaukauna, and Chippewa Falls. PSI is well-poised geographically to efficiently provide the subsurface exploration and geotechnical engineering services for the City of Oshkosh from this network of branch offices. PSI has the necessary experience, personnel, and equipment resources to complete assignments in a professional manner on a timely basis, at a reasonable cost. We have performed geotechnical services for numerous private development and public works projects throughout Wisconsin, including for the City of Oshkosh 2018 Capital Improvement Projects. The requested workscope will be performed by our Kaukauna branch office. Additional company and personnel information is provided in the Statement of Qualifications in Appendix B. Based on the information provided in your October 23, 2018 Request for Proposal (RFP), a brief description of our understanding of the projects and a discussion of the scope of services to be provided are included in the following paragraphs. PROJECT AND SERVICES OVERVIEW It is understood the proposed 2019 Capital Improvement Projects will consist of utility and pavement construction along portions of Oregon Street, Hazel Street, West Waukau Avenue, Universal Court, Kentucky Street, Sheridan Street, Mitchell Street, Crane Street, Plymouth shk"'OS111 Street, North Westhaven Drive, Omro Road, Edgewood Road, and West 28th Avenue. The projects will also include pavement reconstruction for the Oaks Trail Repaving and the Ceape www.iiitertek.com/buiIding Proposal for Subsurface Exploration and Geotechnical Engineering Services 2019 Capital Improvement Projects PSI Proposal No.: PO-0094-260919 ton November 5, 2018 Page 2 Avenue Parking Lot Improvements. A total of 68 soil borings extending to depths ranging from about 10 to 30 feet (1,345 lineal feet) have been requested to provide subsurface information for design of these projects. Based on a site reconnaissance, it is anticipated that traffic control consisting of flagging personnel will be required in some locations. The workscope is divided into fifteen (15) contracts. The requested workscope and services to be provided by contract are documented in Scope of Services section of the RFP, provided in Appendix A. Preliminary meetings for boring layout will be coordinated with utility locators and City of Oshkosh personnel to determine the specific soil boring locations. PSI will coordinate planned drilling schedules with City of Oshkosh personnel, for traffic control and environmental issues, as required. As requested, 68 soils borings will be drilled to depths ranging from 10 to 30 feet (1,345 lineal feet), or to auger penetration refusal depths. Drilling without sampling and rock coring at offset locations may be necessary to confirm refusal depths and the presence of bedrock. It is understood the sites are accessible with a standard truck-mounted drill rig. The subsurface exploration will be performed with a truck-mounted drill rig or an all- terrain (ATV) mounted rig drill rig, utilizing continuous flight hollow stem auger to advance the test holes. Soil samples will be secured by the Standard Penetration Test method at 2.5-ft. intervals throughout the borings. Laboratory visual classification and other testing, as applicable, will be performed to determine the behavioral characteristics of the subsurface materials encountered. Following the completion of drilling activities and groundwater observations, the boreholes will be backfilled with bentonite chips and the surface pavements patched with asphalt, as needed. The field work will be performed in general accordance with the RFP Scope of Services Requirements, which are included in Appendix A. The results of the subsurface exploration and laboratory testing will be utilized in an engineering evaluation and presented in written reports for each contract, summarizing the soil and groundwater conditions encountered, and provide engineering evaluation in general accordance with the RFP Scope of Services requirements. COST ESTIMATE PSI proposes to perform these services in accordance with the RPF-Proposal Cost Breakdown and PSI's Standard Fee Schedule, both of which are enclosed in Appendix A. A summary of the anticipated cost for the outlined services is the sum of the individual contract totals. An additional cost is included for steam cleaning, rock coring, drilling without sampling, miscellaneous additional projects, and environmental only drilling, if required. The sum for the requested services will be on the order of $51,669.00. Final compensation will depend upon the actual number and depth of borings drilled and laboratory tests performed. Where an alteration to the workscope may be warranted, or additional services are needed, prior authorization from the client www.intertek.coin/building I Proposal for Subsurface Exploration and Geotechnical Engineering Services 2019 Capital Improvement Projects PSI Proposal No.: PO-0094-260919 (on November 5, 2018 Page 3 will be obtained, and any additional work will be charged at the unit rates shown on the accompanying Standard Fee Schedule, AUTHORIZATION PSI will proceed with the work on the basis of written approval. Please provide formal acceptance by having an appropriate party sign in the space below. The return of only the signature page will indicate acceptance of the entire proposal document, including Appendix A and Appendix B. Should you have any questions regarding this proposal, or if we could be of any other assistance, please call at any time. We are looking forward to working with you on this project. Sincerely, PROFESSIONAL SERVICE INDUSTRIES, INC. C . Patrick Bray, E.I.T. James M. Becco, P.E. Branch Manager Vice President Accepted by: City of Oshkosh Name: Signature: Title: Date: Appendix A: Request for Proposal Information Standard Fee Schedule Insurance Certificate Appendix B: Statement of Qualifications www.ititertek.com/building APPENDIX A Request for Proposal Information Standard Fee Schedule Insurance Certificate SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2019 CAPITAL IMPROVEMENT PROJECTS 1. The scope of services for this project is to identify subsurface conditions within the depths of various project excavations. The final reports are to provide a summarization of existing pavement and base coarse thicknesses; soil classifications; bedrock depth, if encountered; groundwater levels; and deep utility construction recommendations. Soil samples shall be split and provided to the Environmental Services Consultant for field screening and to identify potential environmentally-impacted soils. Reports shall be prepared in general accordance with normally-accepted geotechnical engineering practices. A total of 68 soil borings are anticipated for the following Capital Improvement projects. A. Oregon Street(West 161h Avenue to West 21s'Avenue) 1. West 1611,Avenue to West 1911,Avenue a. (8)—30-ft borings. b. Pavement type is 1948 Asphalt over Concrete with a 1995 Mill and Overlay. 2. West 1911,Avenue to West 21s,Avenue a. (4)—30-ft borings. b. Pavement type is 1929 and 1948 Asphalt over Concrete with a 1995 Mill and Overlay. B. Hazel Street(Washington Avenue to East Irving Avenue) 1. (8)—20-ft borings. 2. (2)—15-ft borings. 3. Pavement type is 1985 Concrete. C. West Waukau Avenue Glatz Creek Crossing 1. (2)—25-ft borings 2. Pavement type is 1981 Concrete. D. Universal Court(Universal Court,through Easements to South Washburn Street) 1. (6)—15-ft borings. 2. Borings will be in turf. E. Kentucky Street(West New York Avenue to approximately 575'north) 1. (3)—15-ft borings. 2. Pavement type is 1.998 Concrete. F. Sheridan Street(West Murdock Avenue to Roosevelt Avenue) 1. (3)—15-ft borings. 2. Pavement type is 1971 Road Mix Asphalt with a 2006 Sealcoat. G. Mitchell Street (West Murdock Avenue to northern terminus north of West Linwood Avenue) 1. (3)—15-ft borings. 1:\EngineP.ring\Soi I Bonngs\2019\RFP\Scope of Work-10-23-IS.docx Pagel of 2. Pavement type is 1987 Road Mix Asphalt with a 2006 Sealcoat. H. Crane Street(West Murdock Avenue to Roosevelt Avenue) 1. (3)—15-ft borings, 2. Pavement type is 1972 Road Mix Asphalt. I. Plymouth Street (West Murdock Avenue to Roosevelt Avenue) 1. (3)—15-ft borings. 2. Pavement type is 1998 Road Mix Asphalt with 2006 Sealcoat. J. North Westhaven Drive (Omro Road to 200'south) 1. (1)—15-ft boring. 2. Pavement type is Road Mix. Year of construction is unknown. K. Omro Road (North Westhaven Drive to 650' east) 1. (3)—15-ft borings. 2. Pavement type is Road Mix, Year of construction is unknown. L. Edgewood Road Sanitary Sewer(Ryf Road to 200'south of Shore Preserve Drive) 1. (2)—1.5-ft borings. 2. Pavement type is Road Mix. Year of construction is unknown. M. Oaks Trail Repaving(Park Road at north end of Menominee Park) 1. (3)—10-ft borings. 2. Pavement type is 1930 Road Mix. N. Parking Lot Improvements (Ceape Avenue Parking Lot) 1. (6)—15-ft borings. 2. Pavement type is Asphalt Parking Lot. O. West 2811'Avenue (Oregon Street to eastern end of West 281h Avenue,including lift station) 1. West 281h Avenue from Oregon Street to eastern end. a. (5)--20-ft borings. b. Pavement type is 1966 gravel base with 1979 Road Mix and a 1988 Sealcoat. 2. Lift Station Property. a. (3)—40-ft borings. b. Borings will be in turf. P. Miscellaneous Additional Project(s) 1. (5)—15-ft borings, (5)—20-ft borings. 2. Miscellaneous borings for any potential project(s) added to the Capital Improvements Program. Q. Environmental-Only Drilling 1. (10)—10-ft borings. 2. Environmental-only borings to document extent of potential contamination. l:\Engineering\Soil Borings\2019\RFP\Scope of Work_10-23.18.docx Page 2 of 6 2. The City of Oshkosh will perform the following tasks: A. Provide Geotechnical Services Provider with diagrams/maps indicating general locations and drilling depths of individual borings prior to work commencing. B. Retain services of an Environmental Services Consultant to provide suspect locations for sampling and other pertinent information, prior to drilling. C. Provide Geotechnical Services Provider with an engineering staff member to assist in boring layout. D. Provide Geotechnical Services Provider with final location diagrams with GPS coordinates. E. Provide ground elevations for each boring location for the Geotechnical Services Provider's use in boring log development. F. Set a"Pre-Construction Conference"with the Geotechnical Services Provider prior to starting work. The Environmental Services Consultant shall also be present at this meeting, as well, to discuss any issues and to coordinate the drilling schedule. Communication protocol will be established at this meeting. 3. The Geotechnical Services Provider will perform the following tasks: A. All items necessary to perform the tasks detailed in this Scope of Services. B. Subsurface Exploration and Reporting 1. Mark the borings in the field and coordinate with Digger's Hotline. Re-marking of soil boring locations due to weather will be the responsibility of the Geotechnical Services Provider. 2. Set a meeting for boring layout per street with Environmental Services Consultant, all Digger's Hotline locators, and City of Oshkosh Project Manager. The City Utility Locator will NOT mark utilities down the entire street, due to the length of time this will take. The Geotechnical Services Provider shall provide a mark point and the City Utility Locator will locate within a designated radius (approximately 25') around the specific boring locations. 3. Coordinate with the City of Oshkosh Project Manager and Environmental Services Consultant Project Manager on drilling schedule and provide three (3) day notice of tile onsite boring-layout meeting. 4. The Geotechnical Services Provider will provide e-mails daily to the City Project Manager and Environmental Services Consultant Project Manager, identifying which borings they intend to complete each day. 5. All streets are to remain open to traffic. The Geotechnical Services Provider will be responsible for furnishing all necessary barricades, flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction. 6. If a particular boring cannot be accessed during drilling operations, the Geotechnical Services Provider shall work with the City of Oshkosh to determine a revised location. 7. Follow standard geotechnical practices for subsurface sampling,borehole abandonment, and laboratory testing. 1AE'npneefing\Soi I Bonngs\2019\RFJ1\Scope of Work 10-23-18.docx Page 3 of 6 8. Perform standard geotechnical sampling with 15 split-spoon samples, spaced I' (vertically) apart, starting at all even point below the pavement (i.e. I'). Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. The Environmental Services Consultant shall be provided split- spoon samples of all soil boring samples. 9. If refusal is reached prior to the indicated drilling depth, contact the City of Oshkosh immediately and locate an additional boring in the same vicinity. If this boring also has refusal at a depth similar to the initial boring, a collaborative decision will be made to determine whether or not rock coring is necessary. Boring lengths are selected based on the depths of the proposed utilities; therefore, accurate identification of material type to the indicated depth is necessary. Due to the depths of the proposed utilities and material type in Oshkosh,the Geotechnical Services Provider is required to anticipate hard drilling throughout. 10. Soil parameters for pavement design are not being requested at this time. Any laboratory testing is at the discretion of the Geotechnical Services Provider in order to provide services as detailed herein. At a minimum, moisture contents and unconfined compressive strengths should be noted on the soil boring diagrams. 11. Pavement shall be restored in-kind. It is the Geotechnical Services Provider's responsibility to know current pavement type. 12. Groundwater elevations shall be estimated for every borehole. C. Field Coordination and Environmental 1. The Environmental Services Consultant will prepare and provide a "quick reference guide" for use by the Geotechnical Services Provider to provide additional information as to what types of environmental impacts may be encountered. Should the Geotechnical Services Provider encounter something they suspect is impacted, they shall notify the City Project Manager and the Environmental Services Consultant Project Manager immediately. 2. Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field. Split samples are to remain cool until PID readings are taken by the Environmental Services Consultant. 3. Split samples shall be provided to the Environmental Services Consultant during drilling operations. D. Reporting Requirements 1. Project Overview. 2. Field Procedures. 3. Laboratory Procedures. 4. Exploration Results(broken down by street). 5. Considerations and Recommendations a. Recommendations for deep sanitary sewer construction are requested (i.e. slope stability and dewatering). b. Other information as appropriate. 6. General Qualifications. 7. Individual Soil Boring Logs. 8. Soil Boring Location Diagram. 9. Summary Table (separate table for each street) L\Enginecfing\Soil Bofings\2019\1011\Scope of WorL-10-23-18.docx Page 4 of 6 a. Boring Identification. b. Boring Depth(proposed and actual). c. Pavement Thickness, d. Base Coarse Thickness. e. Fill Thickness. f. Depth of Bedrock or Refusal, if present. 4. Project Deliverables A. Schedule of Project Deliverables 1. Oregon Street report due December 28,2018. 2. Hazel Street and Ceape Avenue Parking Lot reports due January 18,2019. 3. Waukau Avenue/Glatt Crossing, Universal Court, Kentucky Street, Sheridan Street, Mitchell Street, Crane Street, Plymouth Street, North Westhaven Drive, Omro Road, Edgewood Road, and Oaks Trail reports due March 1,2019. 4. West 28t1,Avenue and Sanitary Lift Station report due September 30, 2019. Please note that dates are not yet finalized for this specific project, so coordination with the City of Oshkosh Project Manager is required before drilling can begin. Preliminary design is anticipated for summer 2019, so drilling is anticipated to be completed late summer/early fall 2019. B. Drilling can be completed during the week at the Geotechnical Services Provider's convenience, with the exception of the dates listed in this paragraph, as long as the reports are submitted no later than their respective due dates. There shall be no work occurring on December 1, 2018 within Hazel Street, due to a previously-scheduled event. Further, no restrictions are allowed outside of daylight hours on Hazel Street from November 23 to December 31. 5. Proposal Cost Breakdown A. Boring Layout 1. Cost to include coordination with Digger's Hotline, Utility Locators, and the City of Oshkosh Project Manager. 2. Cost to include laying out and marking the borings in the field, B. Mobilization/Daily Travel/Traffic Control for drilling (lump sure) 1. Additional payment for mobilization/daily travel/traffic control will not be considered if the total footage of drilling, including the contingency amount, is not exceeded. C. Soil Borings (per foot) 1. Cost to include proper borehole abandonment and street patching. 2. Cost to include providing cooled split samples to Environmental Services Consultant twice daily. 3. Unit cost will also be used for additional drilling, if needed. The Miscellaneous Additional Project(s)will be handled on a contingency basis, and are not guaranteed. 4. A contingency amount is added to the proposal cost breakdown sheets attached. 5. Anticipate hard drilling throughout the depths of the borings in this cost. A hard drilling surcharge, once the agreement has been awarded,will not be approved. D. Project Engineering and Reporting (lump sum) 1. Additional payment for project engineering and reporting will not be considered if the total footage of drilling, including the contingency amount, is not exceeded. 1:AEngineering\Soil l3orings\2019\RFP\scope of Work_'10-23-18.docx Page 5 of 6 E. Steam cleaning costs will be handled on a contingency basis. If drilling in areas of known contamination, steam cleaning is likely to be required. Steam cleaning shall be completed at the City of Oshkosh Wastewater Treatment Plant in the sweeper dump upon prior authorization by the City Project Manager. Do not cross contaminate samples. F. Rock coring will be handled on a contingency basis. Quantities are not guaranteed. Be prepared to rock core on a daily basis. G. Blind drilling will be handled on a contingency basis. Quantities are not guaranteed. One possible example where blind drilling might be used is if a boring hits refusal prior to the indicated depth. Another boring would then be located a few feet away and blind drilled to the initial refusal depth. H. Environmental-only drilling will be handled on a contingency basis. Quantities are not guaranteed. Geotechnical information (e.g., blow counts, geotechnical laboratory analysis, etc.)will not be required for these soil borings. The Environmental Services Consultant must be present during these borings to gather soil information, screen soils at regular intervals, and collect samples for environmental laboratory analysis, as needed. L Provide general rate sheets for items not covered in this Scope of Services. 6. Additional Information A. All work shall be performed by qualified personnel tinder the supervision of a Registered Professional Engineer in the State of Wisconsin. Reports shall bear the certificate and seal of said Professional Engineer. ASTM or other recognized standard test methods and soil classifications used in preparation of the reports shall be identified. The Geotechnical Services Provider shall take all necessary precautions to prevent damage to all adjacent property. The site is to be restored upon completion of drilling to its existing condition,including backfilling of borings and patching of slabs and pavements. The City of Oshkosh is not responsible for the cost of repair or replacement of any drilling equipment utilized on this project due to difficult or adverse subsurface conditions. B. The entire soil profile is required from the surface to the indicated depth. C. Additional geotechnical recommendations may be required for the structural design of storm water junction chambers. Payment for these extra services will be negotiated at a later date, if necessary. D. The number of borings and depths are subject to change. Additional street borings or pond projects may be added to this agreement, or borings/work may be deleted at any time. E. It is the Geotechnical Services Provider's responsibility to locate a dump site. The City of Oshkosh will not provide a location to dump the material for non-impacted soil borings. Impacted soil borings will be containerized in drums and relocated to a dump site selected by the City of Oshkosh Project Manager. F. This agreement will be per the City of Oshkosh Agreement form only;unless the Geotechnical Services Provider has a previously-approved services agreement on file with the City of Oshkosh. A sample agreement form is attached. The Geotechnical Services Provider's standard or general services agreement language will NOT apply. 1: Lnginecring\Soil BoTings\2019\RFM Scope.of Work-10-23-18.docx Page 6 of 6 PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2019 CAPITAL IMPROVEMENT PROJECTS OREGON STREET (WEST 16T11 AVENUE to WEST 21ST AVENUE) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sun? 1 $ 650 . 00 $ 600 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sutra 1 $ 800 . 00 $ 800 . 00 3. Soil Borings Feet 360 $ 13 . 95 $ 5, 022 . 00 Project Engineering and Lump 4. Reporting Sum 1 $ 2 , 600 . 00 $ 2 , 600 . 00 SUBTOTAL. OREGON STREET $ 9, 0 7 2 . 00 HAZEL STREET (WASHINGTON AVENUE TO EAST IRVING AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ 350 . 00 $ 350 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ 425 . 00 $ 425 . 00 3. Soil Borings Feet 190 $ 13 . 95 $ 2, 6 5 0 . 5 0 Project Engineering and Lump 4. Reporting Sum 1 $ 1, 375 . 00 $ 1, 37S . 00 SUBTOTAL; HAZEL STREET $ 4 , 800 . 50 hrngineering\Soil BoringsA2619\RF1'\Proposa1 Cost Breakdown_16-23-18,doex Page 1 of 9 WEST WAUKAU AVENUE GLATZ CREEK CROSSING ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ 100 . 00 $ 100 . 00 Mobilization/Daily Lump 2. Travel/Traffic.Control Slim 1 $ 125 . 00 $ 125 . 00 3. Soil Borings Feet 50 $ 13 . 9 5._ $ 697 . 50 Project Engineering and Lump 4. Reporting Sum 1 $ 375 . 00 $ 375 . 00 SUBTOTAL: WEST WAUKAU AVENUE GLATZ CREEK CROSSING $ 1, 297 . 50 UNIVERSAL COURT (UNIVERSAL COURT,THROUGH EASEMENTS TO SOUTH WASHBURN STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL Q7'Y. Lump 1. Boring Layout Sum 1 $ 175 . 00 $ 175 . 00 Mobilization/Daily Lump li 2. Travel/Traffic Control Sum 1 $ 200 . 00 $ 2 0 0 . 00 3. Soil Borings Feet 90 $ 13 . 95 $ 1, 255 . 50 Project Engineering and Lump 4. Reporting Sum 1 $ 650 . 00 $ 650 . 00 SUBTOTAL: UNIVERSAL COURT $ 2 , 280 . 50 i I ]:AEngimwring\Soil Borings\20l9\RFP\Proposal Cost Breakdown 10-23-18.docx Page 2 of 9 I ff E KENTUCKY STREET (WEST NEW YORK AVENUE TO APPROXIMATELY 575' NORTH) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ 100 . 00 $ 100 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ 100 . 00 $ 100 . 00 3. Soil Borings Feet 45 $ 13 . 95 $ 627 . 75 Project Engineering and Lump 4. Reporting Sum 1 $ 325 . 00 $ 325 . 00 SUBTOTAL: KENTUCKY STREET $ 1, 152 . 75 SHERIDAN STREET(WEST MURDOCK AVENUE TO ROOSEVELT AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ 100 . 00 $ 100 . 00 Mobilization/'Daily Lump 2. Travel/Traffic Control Sum 1 $ 10 0 . 0 0 $ 100 . 00 3. Soil Borings Feet 45 $ 13 . 95 $ 627 . 75 Project Engineering and Lump 4. Reporting Sum 1 $ 325 . 00 $ 325 . 00 SUBTOTAL: SHERIDAN STREET $ 1, 152 . 75 1:\Engineering\Soil 6S)ririgsk2019\12FI'\I'roposnt Cost ltreukdown_10-23-18,docx Page 3 of 9 MITCHELL STREET (WEST MURDOCK AVENUE TO NORTHERN TERMINUS NORTH OF WEST LINWOOD AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1, Boring Layout Sum 1 $ 100 . 00 $ 100 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ 100 . 00 $ 100 . 00 3. Soil Borings feet 45 $ 13 . 95 $ 627 . 75 Project Engineering and Lump 4. Reporting Sum 1 $ 325 . 00 $ 325 . 00 - SUBTOTAL: MITCHELL STREET $ 1 , 152 . 75 CRANE STREET (WEST MURDOCK AVENUE TO ROOSEVELT AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump L Boring Layout Sum 1 $ 100 , 00 $ 100 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ 100 . 00 $ 100 . 00 3. Soil Borings Feet 45 $ 13 . 95 $ 627 . 75 Project Engineering and Lump 4. Reporting Sum 1 $ 325 . 00 $ 325 . 00 SUBTOTAL: CRANE STREET $ 1, 152 . 75 1:A Engineering\Soil Borings\2o19\RFP\Proposal Cost 6rcakdown_10-23-18.docx Page 4 of 9 PLYMOUTH STREET(WEST MURDOCK AVENUE TO ROOSEVELT AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY, Lump 1. Boring Layout Sum 1 $ 100 . 00 $ 100 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ 100 . 00 $ 100 . 00 3. Sail Borings Feet 45 $ 13 . 9s $ 627 . 75 Project Engineering and Lump 4. Reporting Sum 1 $ 325 . 00 $ 325 . 00 SUBTOTAL: PLYMOUTH STREET $ 1, 1S2 . 75 NORTH WESTHAVEN DRIVE (OMRO ROAD TO 200' SOUTH) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ 50 . 00 $ 50 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ 50 . 00 $ 50 . 00 3. Soil Borings Feet 15 $ 13 . 95 $ 209 . 25 Project Engineering and Lump 4. Reporting Sum 1 $ 150 . 00 $ 150 . 00 SUBTOTAL: NORTH WESTHAVEN DRIVE $ 459 . 25 1:\Engineering\Soil l3orings\2019\RF1'\Proposa1 Cost Breakdown_10-23•I8.docz page 5 of 9 OMRO ROAD (NORTH WESTHAVEN DRIVE TO 650'EAST) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1 Boring Layout Sum 1 $ 100 . 00 $ 100 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control SLIM 1 $ 100 . 00 $ 100 . 00 3. Soil Borings Feet 45 $ 13 . 95 $ 627 . 75 Project Engineering and Lump 4. Reporting Sum 1 $ 325 . 00 $ 325 . 00 SUBTOTAL: OMRO ROAD $ 1 , 152 . 75 EDGEWOOD ROAD SANITARY SEWER (RYF ROAD TO 200' SOUTH OF SHORE PRESERVE DRIVE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ 100 . 00 $ 100 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ 100 . 00 $ 100 . 00 3. Soil Borings Feet 30 $ 13 . 95 $ 418 . 50 Project Engineering and Lump 4. Reporting Sum 1 $ 300 . 00 $ 300 . 00 SUBTOTAL: EDGEWOOD ROAD SANITARY SEWER $ 918 . 50 1:\Engineering\Soi I Bori ngs\2019\RF1i\Propusa I Cost BreJkdmvrr,,10-23,1s.d,,Cx Fagg 6 of 9 OAKS TRAIL.REPAVING (PARK ROAD AT NORTH END OF MENOMINEE PARK) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1, Boring Layout Sutra 1 $ 100 . 00 $ 100 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ 100 . 00 $ 100 . 00 3. Soil Borings Feet 30 $ 13 . 95 $ 418 . 50 Project Engineering and Lump 4. Reporting Sum 1 $ 300 . 00 $ 300 . 00 SUBTOTAL: OAKS TRAIL REPAVING $ 918 . 50 PARKING LOT IMPROVEMENTS WEAPE AVENUE PARKING LOT) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ 175 . 00 $ 175 . 00 Mobilization/Daily Lump 2. Travel/Traffic Control Sum 1 $ 200 . 00 $ 200 . 00 3. Soil Borings Feet 90 $ 13 . 95 $ 1 , 255 . 50 Project Engineering and Lump 4, Reporting Sum 1 $ 650 . 00 $ 650 . 00 SUBTOTAL: PARKING LOT IMPROVEMENTS $ 2 , 2 8 0 . 5 0 1:A Engineering\Soil Borings\2019MI'Vroposal Cost Breakdown_10-23.18.doex Page 7 of 9 WEST 28TH AVENUE (OREGON STREET TO EASTERN END OF WEST 28'rH AVENUE, INCLUDING LIFT STATION) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Lump 1. Boring Layout Sum 1 $ 400 . 00 $ 400 . 00 Mobilization/Daily Lamp 2. Travel/Traffic Control Sum 1 $ 500 . 00 $ 500 . 00 3. Soil Borings Feet 220 $ 13 . 95 $ 3 , 069 . 00 Project Engineering and Lump 4. Reporting Sum 1 $ 1, 600 . 00 $ 1, 600 . 00 SUBTOTAL: WEST 28TH AVENUE $ 5, 569 . 00 MISCELLANEOUS ADDITIONAL PROJECT(S) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Per 1. Boring Layout Bore 10 $ 50 . 00 $ 500 . 00 Mobilization/Daily Per 2. Travel/Traffic Control Bore 10 $ 50 . 00 $ 500 . 00 3. Soil Borings Feet 175 $ 13 . 9 5 $ 2 , 441 , 25 Project Engineering and Per 4. Reporting Bore 10 $ 150 . 00 $ 1, 500 . 00 SUBTOTAL: MISCELLANEOUS PROJECT(S) $ 4 , 941 . 25 L\Engineering\Soil Burings\2014\RMProposal Cost Bwakdown,_10-23-'I8,docx Page 8 of 9 MISCELLANEOUS/UNDISTRIBUTED ITEMS STEAM CLEANING OF DRILLING EQUIPMENT (UNIT COST$ 10 0 . 0 0 )X 7 TIMES= $ 7 0 0 . 0 0 ROCK CORING (UNIT COST$ 7 5 . 0 0 ) X 100 FEET=$ 7, 5 0 0 . 0 0 SOIL BORINGS (UNIT COST$ 13 . 95 )X 100 FEET=$ 1, 395 . 00 BLIND DRILLING (UNIT COST$ 9 . 0 0 )X 100 FEET= $ 9 0 0 . 0 0 ENVIRONMENTAL-ONLY DRILLING (UNIT COST$ 13 . 9 5 )X 100 FEET= $ 1, 3 9 5 . 0 0 DRUMS FOR IMPACTED SOIL, INCLUDING RELOCATION TO CITY PROPERTY (UNIT COST$ 6S . 00 )X 5 DRUMS=$ 325 . 00 TOTAL PROPOSAL COST $ 51, 669 . 00 I:AEngfiwering\Sail Bering+\2019MI'Vroposal Cost Brnakdown_10-23-18.docx Page 9 of 9 PROFESSIONAL SERVICE INDUSTRIES, INC. GEOTECHNICAL SERVICES STANDARD FEE SCHEDULE ENGINEERING SERVICES Engineering &Technical services for site reconnaissance, boring locations, field supervision, water level measurements & sampling, engineering evaluation, analysis &consultation. Staff Engineer or Geologist $75.00 Per Hour Sr. Engineering Technician $50.00 Per Hour Project Engineer or Geologist $85.00 Per Hour Engineering Technician $40.00 Per Hour Principal Engineer or Geologist $100.00 Per Hour Secretarial Services $25.00 Per Hour Principal of Firm $110.00 Per Hour FIELD SERVICES Mobilization of Drilling Equip. $3.00 Per Mile($450.00 Minimum) Boring Layout $90.00 Per Hour Support Vehicle $0.55 Per Mile(Min.$85.00 Per Day) Standby& Problem Access Time $150.00 Per Hour All-terrain Drill Rig $750.00 Per Day 2-Man Crew Per Diem $200.00 Per Day Soil Drilling with Split-spoon (ASTM D-1586)or Shelby Tube (ASTM D-1587)sampling at 5-foot intervals: Depth Range Unit Charges Per Foot, Unit Charges Per Foot Extra SS or ST Samples 3 '/4", 4 "%" I.D.Auger 6 %" I.D. Auger Easy Drilling* Hard Drilling** Easy Drilling* Hard Drilling** 0 -25 ft. $11.00 $13.00 $14.00 $16.00 $10.50 25-50 $13.00 $15.00 $16.00 $18.00 $14.00 50 -75 $16.00 $18.50 $20.00 $22.00 $17.50 75- 100 $18.00 $22.00 $24.50 $28.00 $22.50 * N-count of 40 blows or less, or Qu or Qp less than 4 tsf ** N-count greater than 40 blows, or Qu or Qp greater than 4 tsf Drilling with 12-1/4" I.D.Auger will be quoted upon request. Auger Drilling without sampling $9.00 Per Foot Shelby Tubes, 3"diameter $40.00 Each Rock Coring with Diamond Bit $75.00 Per Foot DOT 55-Gallon Drums -Soil Cuttings $60.00 Each Rock Boring with 3" Roller Bit $45.00 Per Foot Drilling mud, as needed $3.00 Per Foot Rock Coring & Boring Set-up Charge $350.00 Per Hole Pavement Cold-Patch at boreholes $25.00 Per Hole LABORATORY TESTING Visual Engineering Classification $4.00 Per Test Unconfined compression tests, Hand Penetrometer Test $4.00 Per Test remac $5.00 Per Test Moisture Content Test $5.00 Per Test without stress-strain curve $30.00 Per Test Organic Content Test $35.00 Per Test with stress-strain curve $45.00 Per Test Density Determination with Moisture Content $30,00 Per Test California Bearing Ratio(CBR) $250.00 Per Test Atterberg Limits Determination $85.00 Per Test Permeability, Rigid Wall $250.00 Per Test Grain Size Analysis, Sieve $65.00 Per Test Permeability, Flexible Wall $300.00 Per Test Grain Size Analysis, Sieve&Hydrometer $95.00 Per Test Shelby Tube sample preparation/remolding $40,00 Per Tube Moisture Density Relationship Standard Method,ASTM D-698 $150,00 Per Test Modified Method,ASTM D-1557 $175.00 Per Test REMARKS Charges for monitoring well installation, analytical testing services, and special equipment or sampling techniques not included herein, will be quoted upon request. Rental equipment& commercial transportation charges will be billed at cost plus 20%. A per diem charge of$100.00/day per person will be billed as applicable. Invoices will be submitted monthly, with payment due within 30 days of invoice date. Interest will be added at a rate of 1Y2% per month of delinquency. Proposal estimates &verbal quotations will remain valid for 60 days, at which time they may be subject to change or withdrawal. ACOR" CERTIFICATE OF LIABILITY INSURANCE r11/0zi2018D"''"' 16-. -- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marsh USA Inc. PHONE _.._._" FAx 500 Dallas Street,Suite 1500 (A/c.No.Ext): Houston,TX 77002 ADDRE E-MAIL Attn:Houston.Certs@Marsh.com -..----- ..._..._._._ _ INSURER( AFFORDING COVERAGE AC N ._.... _.._......_...__.._....._.._____._--._..__... CN102792561-(6P)-PrPo'-18-19 INSURER A Zurich American Insurance Company 16535 _.__ -----. INSURED -INSURER B:Greenwich Insurance Company 22322 Professional Service Industries,Inc. — -- 3009 Vandenbroek Road INSURER C:American Guarantee&Llabili _Ins Co 26247 Kaukauna,WI 54130 -. )NsuaER D:XL Specially Insurance Company. ._, _ 37885 )NsuRER E Nav�C afore Insurance Company .------ 42307 INSURER F: COVERAGES CERTIFICATE NUMBER: HOU-003461209.01 REVISION NUMBER: 4 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR _... .. ADDL SUER. _.............- �_._.... ............., POLICY EFF POLICY EXP ^" LTR TYPE OF INSURANCE INSO WvO POLICY NUMBER MM DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY GLO541569305 10/0112018 10/01/2019 EACH OCCURRENCE $ 5,000,000 CLAIMS-MADE X OCCUR DAMAGE T()f2CN fD .(( PREMISES Ea accurrerrce $_ 100- MED EXP(Any one person) $ 5,000 � ­­­­ 5,000,000 PERSONAL&ADV INJURY $ .._.. . ..-._. .__-_.. ....._ .. .. ,...,..,... .... - -- µ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 5,000,000 -.. -- POLICY LOC PRODUCTS-COMP/OP AGG $ 5,000,000 X.. PRO- [JECT OTHER: $ B AUTOMOBILE LIABILITY RAD943781302 10/01/2018 10/01/2019 COMBINED SINGLE LIMIT $ 1 000000 (Ea accident) , ----- ..-... _..._ .... X ANY AUTO BODILY INJURY(Per person) $ ---- �---- _____. .....,_ .. _..... ---- X OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED �PROPERTYDAMAGE --- -.........- ._......-- AUTOS ONLY ._...,_.. AUTOS ONLY - (I?eraccidentl $ X UMBRELLALIA13 X iCH18EXR8547521V 1pI01/2018 10/01/2019 6000000 OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE (Excess of General Liability AGGREGATE $ 6,000,000 DED i RETENTION$ Auto and Employers Liability $ D WORKERS COMPENSATION RWD300119302(AOS) 1010112018 10/01/2019 X PER OTH- D AND EMPLOYERS'LIABILITY YIN _ STATUTE., _ER .,,.,,,. .,. RWR300119402 WI 10/01I2018 10/01/2019 E.L.EACH ACCIDENT $ ANYPROPRIETORIPAR7NER(EXECUTIVE ( ) 1,000,000 OFFICER/MEMBEREXCLUDED? N/A .. _(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under _..._._... ..,....-......__ ....... __...__.. DESCRIPTION OF OPERATION&below E.L.DISEASE-POLICY LIMIT $ 1,000,000 E :Excess Liability CH18EXR8547521V i 10/01/2018 10/01/2019 Each Occurrence 4,000,000 Excess of Auto and Employers Liab, General Aggregate 4,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space Is required) Re:Perform 68 soil borings to depths ranging from 10 to 30 feet. A total of 1,345lineal feet is proposed. City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers are Included as additional insured(except as respects all coverage afforded by the Workers'Compensation and Professional Liability policies)as required by written contract. This insurance(except Workers'Compensation and Professional Liability)is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract. CERTIFICATE HOLDER CANCELLATION City of Oshkosh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh,WI 54903-1130 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. John Shahidi O 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD r AGENCY CUSTOMER ID: CN102792561 LOC#: Houston AO�RO ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh USA Inc. Professional Service Industries,Inc. _. 3009 Vandenbroek Road POLICY NUMBER Kaukauna,WI 54130 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Professional Liability: Policy M E00O20692003 Carrier:Steadfast Insurance Company-NAIC#26387 Effective Dates:09/3012018 to 09f3012019Limit:$5,000,000 Each Claim/Aggregate SIR:$10,000 Contractor's Pollution Liability Policy#:CP016503597 Carrier:AI0 Specialty Insurance Company-NAIC#26883 Effective Dates:1010112018-10101/2019 Limit of Liability: $5,000,000 Coverage A Each Loss $250,000 Coverage 8 Each Loss $10,000,000 Aggregate Deductible: $100,000 Each Loss ACORD 101 (2008/01) O 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD i ENDORSEMENT# This endorsement, effective 12:01 a.m., October 1, 2018 forms a part of Policy No. RAD943781302 issued to TESTING HOLDINGS USA INC. by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies)according to the notification schedule shown below: Number of Days Name of Person(s) or Entity(ies) Mailing Address: Advanced Notice of Cancellation: Per the most current schedule maintained by Marsh USA Inc., and furnished to XL 30 Catlin Insurance no less than 45 days prior to the effective date of cancellation. All other terms and conditions of the Policy remain unchanged. IXI 405 0910 BRAY 10/16/2017 @ 2010 X.L.America, Inc. All Rights Reserved. May not be copied without pemnission. | ' ' y Blanket 7�[m����~��ix^ �^m ����n^�r� "�� ��Cancellation ^ mw���8&m��w ��"x�uuxv.wm�mv8D ~~° ~_^�xa�x � vvn ��&W0Dv.�x"&hv:°"�0 ��� ��� ��-�� � ������m��mm � �� —Renew al Policy No, I Eff, Date of Pol. I Exp Date of Pol, Eff Date of End Producer No. Add'l, Prern Return Prern, [ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ |TCAREFULLY. This endorsement modifies insurance provided underUhec Cmnmmerciad General Liability Coverage Part A. If we cancel or non-renew this Coverage Pad by written notice to the first Named |naured, we will mail or deliver notification that such Coverage Pail has been cancelled or non-renewed tm each person or organization shown in a |iei provided to us by the first Named Insured if you are required by written contact or written agreement to provide � such notification. Hmwewmr, such notification will not be mailed or delivered if conditional notice ofrenewal has been sent tn the first Named Insured. Such list: ^ 1. Must be provided toue prior to cancellation ornon-renewa|; | 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and i 3. Must be in an electronic format that ie acceptable tous. � B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records aeof the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. VVe will mail or deliver such notification to each person oi-organization shown in the list: ! 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: � � m\ Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renevva|' but not including conditional notice ofrenewal. | C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy | only. Our failure tm provide such mailing ur delivery will not: 1. Extend the Coverage Part cancellation wrnon'nenewa| date; 2. Nege�ethe oenoe||adonornon-renevva|�' or i 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. Q. We are not responsible for the aouuracy, integrity, timeliness and validity of information contained in the |ied provided � tu Lis ma described in Paragraphs A. and B. of this endorsement. � All other terms and conditions uf this policy remain unchanged. u'oL'1e2/-^QN(10112) Page of I | Includes copyrighted material of insurance Services Office, Inc,,with its perrnlss|on, WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 (Ed. 12110) ENDORSEMENT# This endorsement, effective 12:01 a.m., 10-01-2018, forms a part of Policy No. RWD3001193-02 issued to Testing Holdings USA Inc. by XL Specialty Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies)according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: Per the most current schedule 30 maintained by Marsh USA Inc., and furnished to XL Catlin Insurance no less than 45 days prior to the effective date of cancellation. All other terms and conditions of the Policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10-01-2018 Policy No. RWD3001193-02 Endorsement No. Insured Testing Holdings USA Inc. Premium Included Insurance Company XL Specialty Insurance Company Countersigned by WC 99 06 57 Ed. 12/10 (02010 X.L.America, Inc. All Rights Reserved. May not be copied without permission. � . � �������U �������^� _ ��������° _ ��� Lessees ��� ,�0 ��� ����� ` � --------- - - - Automatic Owners, --- - ������m��� u � Contractors Policy No, Eff Date of Pol, I Exp, Date of Pol I Eff. Date of End I Producer No. Add]. Prern Return Pre , | � v THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ |?CAREFULLY. : Named Insured: Testing Holdings USA, Inc Address (including ZIP Code): [ 2DO Westlake Park Bkd., Suite 4OD Houston, TX 77079 � This endoreemeni modifies insurance provided under the: , Commercial General Liability Coverage Part A. Section || -VNho Is An Insured is amended to include as on additional insured any person or organization whom you are required to add aaan additional insured on this policy under mwritten contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury". "property damage"or "personal � and advertising injury"caused, in whole orin part, by: 1. Your acts or . om|as|onm� or | 2. The acts mr omissions of those acting mn Your behalf, ^ in the performance ofyour ongoing operations or "your work" as included in the "products-completed operations hazard". which ie the Subject of the written contract or written agreement. | However, the insurance afforded to such additional insured: ! 1. Only applies tpthe extent permitted by law; and 2. Will not be broader than that which You are required by the written contract orwritten agreement ip provide for | such additional insured. B. With respect to the insurance afforded hz these additional insureds, the following additional exclusion applies: � This insurance does not apply to: ` "Bodily injury", "property damage' or "personal and advertising injury" arising out of the renderinQ of, or failure to render, any professional arohitechura|, engineering or surveying services including: / au The preparing, approving or failing to prepare or approve mmpa, shop drovvings, npiniona, reports, sun/eys, field orders, change orders or drawings and specifications; or b. Supervisnry, inspection,architectural ur engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, emp|oyment, training or monitoring of others by that insured, if the "noounence" Mich caused the "bodily injury" or "property damaQe"^ or the offense which caused the "personal and advertising injury'', involved the rendering ofor the failure to render any professional architectural, engineering nr surveying services. U'GL-1175-F[\N(04n3) Page of | Includes copyrighted material of Insurance Se,wces Office,|nc.Wth its permission. � i C. The following is added to Paragraph 2. Duties In The Event Of 0cournence, Of#anse, Claim Or Suit of Section [Y — � Commercial General Liability Conditions: � y The additional insured must see toit that: | � 1. VVe are notified ae soon aa practicable ofan ^bcoumance"cx offense that may result in aolakn; 2. VVe receive written notice ofm claim or'tmK^oo soon as practicable; and | � l A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not � . apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement � V requires that this coverage be primary and non-contributory. | D. Forthe purposes of the coverage provided bydhksendorsement: ` 1. The following is added to the Other Insurance Condition of Section |V — Cornnx»noimd General Liability Conditions: ` Primary and Noncontributory insurance This insurance im primary to and will not seek contribution from any other insurance available to an additional � insured provided that: � o. The additional insured iea Named Insured under such other insurance; and � b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available tn the additional insured. � ' 2. The following paragraph is added tp Paragraph 4.b. ofthe Other Insurance Condition Vf Section |V—Commercial � General Liability Conditions: | F This insurance io excess over: Any cf the other insurance, whether primary, excess, contingent oron any other basis, available hoan additional � ineured, in which the additional insured on our policy ie also covered as an additional insured on another policy � providing coverage for the same 'bocunenns/', ofense, claim or'suit' This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy iyrequired by � written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. � E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement � showing the additional insured in a Schedule of additional ineuveds, and which endorsement applies specifically to ' that identified additional insured. F. With respect Lpthe insurance afforded to the additional insureds under this endorsement, the following is added to Section III —Limits OfInsurance: The most we will pay on behalf of the additional insured is the amount of insurance: c 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever isless, � . This endorsement shal} notincreasetheoppUcab|eLknitsof|nsuranceehuwnintheDeclaratione. . ' All other terms and conditions of this policy remain unchanged. | � � � L u-GL+175-rCm(04113) [ Page zofz Includes copyrighted material of Insurance SeNces Office, |nc`With Itspcn-nission APPENDIX B Statement of Qualifications i E r f f luntertek STATEMENT OF QUALIFICATIONS GEOTECHNICAL ENGINEERING SERVICES City of Oshkosh 2019 Capital improvement Projects SUBMITTED TO: City of Oshkosh November 5, 2018 i I untertek PSI Proposal No.:0094-260919 November 5, 2018. Professional Service Industries, Inc. 3009 Vandenbroek Read Kaukauna,Wisconsin 54130 Phone: (920)-735-1200 Fax: (920) -735-1840 Ms. Laura Jungwirth, P.E. City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 Re: Statement of Qualifications Geotechnical Engineering Services Dear Ms. Jungwirth, Professional Service Industries, Inc. (PSI), an Intertek Company, is pleased to submit this Statement of Qualifications (SOQ) for your review. This information should provide you with a general overview of our company, and demonstrate that PSI has the equipment, experience and personnel resources to provide quality subsurface exploration and geotechnical engineering services for the City of Oshkosh 2019 Capital Improvement Projects. It is our aim to provide: • Prudent and Reliable Engineering Recommendations • Timely Submittal of Reports • Consistent Report Format • Ready Access to Project Engineers and Principals of the Firm • Reasonable Fee Structure PSI appreciates the opportunity to offer its services to your project and looks forward to being of service to you. Meanwhile, if you have any questions or require additional information, please contact our office at (920) 735-1200. Sincerely yours, PROFESSIONAL SERVICE INDUSTRIES, INC. Patrick Bray, E.I.T. James M. Becco, P.E. Branch Manager Vice President www,iutertek.com/builditig TABLE OF CONTENTS EXECUTIVE SUMMARY PROJECT STAFFING LABORATORY TESTING CAPABILITIES IN-HOUSE DRILLING CAPABILITIES PROJECT EXPERIENCE • Municipal WaterNVastewater Projects * State/County/City Roadway Projects * Subgrade Stabilization Projects • Renewable and Alternate Energy Projects RESUMES OF KEY PERSONNEL 'i r l ' r EXECUTIVE SUMMARY PSI has been working in Wisconsin since the 1940's. Since that time, we have been providing geotechnical, construction testing, environmental consulting and asbestos services for local municipalities, the State of Wisconsin and a wide range of public and private sector clients. PSI maintains full-service environmental consulting, engineering, laboratory, inspection, and testing offices throughout Wisconsin. ntertek These offices are very large and well equipped with the necessary resources and workspace to manage any project under this contract. Further illustrating our depth of operations, PSI recently merged with Intertek, a global provider of quality solutions. With a network of more than 1,000 laboratories and offices in more than 100 countries, Intertek provides auditing, inspection, testing, training, quality assurance and certification by improving the quality and safety of products, assets and processes. PSI's qualified and experienced professionals include experts in geotechnical engineering, construction testing, environmental engineering, environmental sciences, industrial hygiene, geology, hydrogeology and related disciplines. These professionals make it possible for us to manage projects effectively in all areas of the state and country. Few companies can mobilize as rapidly as PSI, while still maintaining existing work efforts. PSI is well-poised geographically to efficiently provide the subsurface exploration and geotechnical engineering services for the City of Oshkosh from this network of Branch offices. PSI has the necessary experience, personnel, and equipment resources to complete assignments in a professional manner on a timely basis, at a reasonable cost. PERSONNEL STAFFING PSI's collective Wisconsin staff numbers approximately 100 personnel during peak season, including 17 professional engineers, ElTs, and professional geologists, and approximately 60 technical personnel and support staff. Each of our Branch offices is supervised by a Registered Professional Engineer, responsible for over-seeing the day- to-day technical and administrative affairs of the Branch office. All engineering reports generated by the Branch offices are reviewed by one of the three senior engineers in our firm. James M. Becco, P.E., Vice President Ted Cera, P.E., Department Manager Daniel B. Anderson, P.E., Department Manager www,intertek.com/buiIding This type of vested interest is one of the key factors affecting our un-matched commitment to client satisfaction. The resumes of these engineers, as well as a selection of key personnel are included in a later section. The company's "Senior Author System," enables PSI to best match our pool of talent to the needs of every project and provides a degree of consistency in the technical quality of reports. The local presence of qualified professionals throughout the State, coupled with the close scrutiny and assistance given by the seasoned senior staff, together serve to ensure that our clients receive prudent and reliable engineering recommendations, maintaining a keen familiarity with local conditions and typical construction practices. Our senior engineers are readily available to meet with clients to discuss the particulars of any project, adding a personal element to the consulting process. A distribution of professional personnel by Branch location is shown below. Waukesha, Wisconsin Kaukauna, Wisconsin Jim Becco, P.E. Patrick Bray, E.I.T Dan Anderson, P.E. Andrew Larsen, Geologist Ted Cera, P.E. Zachary Ashauer, Geologist Larry Raether, P.E. Pat Patterson, P.E., P.G. Matt PoehIman, P.E. Ripon, Wisconsin Brad Broback, P.E. Jeff Fischer, Geologist Shelley Hildebrandt, P.G. Mike Rehfeldt, Geologist Chippewa Falls, Wisconsin Jeff Manninen, E.I.T. The organizational chart on the following page depicts the staffing arrangements proposed by PSI for the City of Oshkosh 2018 Capital Improvement Projects. www.intertek.com/buiIding ORGANIZATIONAL CHART FOR PROJECT ADMINISTRATION AND IMPLEMENTATION FOR CITY OF OSHKOSH PROJECTS CITY OF OSHKOSH James M.Becco,P.E.,V.P. Principal Engineer Patrick Bray Liaison Coordinator Branch Manager Appleton,Wisconsin PSI Drilling Personnel PSI Laboratory Testing PSI Engineering Services Personnel Patrick Bray and James Becco will serve as the liaisons between the City of Oshkosh and the PSI field, laboratory and engineering personnel, for project set-up and assignments of work. Mr. Bray will oversee the field and laboratory activities, geotechnical report preparation, and have direct contact with the City of Oshkosh Project Managers for project implementation. www.intertek.com/building I I'r V I PROJECT STAFFING The Kaukauna Branch office will coordinate and perform the requested workscope for the City of Oshkosh projects. The Kaukauna Branch office is managed by Mr. Patrick Bray under direct supervision of Mr. James Becco, a registered professional engineer with 30 years of experience in geotechnical and construction materials testing. Mr. Bray will be the engineer directly overseeing the day-to-day technical services performed for the City of Oshkosh and along with the corporate staff, will be readily available for client meetings. Resumes of some of the key personnel to be used on this project are included herein. Equipment and technical staff from the Kaukauna Branch, Ripon and Waukesha branch offices will be utilized as necessary to meet your project specific needs. LABORATORY TESTING CAPABILITIES PSI branch offices are fully equipped and capable of performing most soil, concrete, and asphalt materials testing procedures. Our laboratory testing is conducted in accordance with ASTM, AASHTO, and WDOT test procedures. The Waukesha lab maintains US Army Corp of Engineers and WDOT accreditations. PSI is capable of providing physical property soil testing including such test procedures as grainsize analysis, Atterberg Limits, modified and standard proctors, CBR, unconfined compressive strength tests and permeability testing. In addition, concrete, mortar and grout compressive strength testing, concrete mix design, and asphalt testing. Lime, Cement and Flyash soil stabilization mixture analysis can also be performed in our materials lab. E f r f 4 4' SUMMARY OF LABORATORY TESTING SERVICES AGGREGATE ASTM MORTAR ASTM Sieve Analysis C136 Mortar Compressive Strength C109 Material Finer than No. 200 C1 17 Mortar Tensile Strength C1 90 Unit Weight C29 Mortar Air Content C185 Specific Gravity/Absorption C1 27/128 Mortar Water Retention C91 Soundness C88 Mortar Mix Property Analysis C270 Abrasion C1 31/535 Mortar Aggregate Testing C144 Organic Impurities C40 Clay Lumps, Friable Particles C142 GROUT Lightweight Pieces C123 Grout Compressive Strength C1019 Aggregate Quality Analysis C33 Grout Mix Property Analysis C476 Grout Aggregate Testing C404 ASPHALT Bulk Specific Gravity/Density D2726 SOILS Percent Air Voids D3203 Water Content D2216 Maximum Theor. Specific Gravity D2041 Organic Content D2974 Extraction/Gradation D2172 Specific Gravity D854 Marshall Stability/Flow D1 559 Dry Density D2937 Marshall Mix Design Amount Finer than No. 200 D1 140 Bituminous Paving Mix Analysis Grainsize Analysis D422 Bituminous Pavement Core Ana. Atterberg Limit D4318 Bituminous Aggregate Testing Shrinkage Limit D427 Moisture-Density Relationship D698/D1 557 CONCRETE California Bearing Ratio D1 883 Compressive Strength C39 Unconfined Compressive Strength D2166 Flexural Strength C78 Permeability (Constant Head) D2430 Splitting Tensile Strength C496 Permeability (Failing Head) D5084 Concrete Mix Strength Verification AC1214 Consolidation D2435/D4186 Concrete Mix Strength AC1214 Concrete Aggregate Testing C33 SOIL/LIME AND SOIL FLYASH MIXTURE CONCRETE CORES Moisture Density D558 Compressive Strength C42 Compressive Strength D1633 Unit Weight C642 Bearing Ratio D3668 Chloride Ion Content FHA Mix Analysis Air Content Analysis C457 Petrographic Analysis C856 CONCRETE MASONRY UNITS SPRAYED FIREPROOFING CMU Compressive Strength C140 Thickness/Density E605 CMU Unit Weight/Absorption C140 Masonry Prism Strength E447 Hollow Unit Quality Analysis C90 Solid Unit Quality Analysis C145 www.intertek.com/building IN-HOUSE DRILLING CAPABILITY PSI provides field drilling services from each of our branch office locations for a wide variety of projects. This includes soil borings for conventional geotechnical or environmental sampling and monitoring well installation, by hollow stem auger or rotary drilling techniques. We also perform Pressure-meter testing in house, with our own experienced personnel, utilizing a Menard Type G-Am device. Our drilling crew chiefs have a wide range of experience in a variety of drilling techniques, in various parts of the country. Drilling personnel are typically assigned to projects on the basis of related experience in recognition of specific project tasks. During the initial project planning stage, the project specific needs and activities are reviewed by a senior/project engineer, with the intent of developing the most efficient approach to completing the field activities. The field work is performed by the crew and equipment deemed to be best-suited for that job. PSI is currently operating 7 drill rigs/crews in Wisconsin, including 4 track mounted all-terrain (ATV) units used for sites with difficult access conditions. We function effectively as a company in providing interoffice support and cooperation, able to mobilize the equipment necessary to meet project timing objectives. SUMMARY OF SUBSURFACE EXPLORATION EQUIPMENT 2018 DIEDRICH D-50 All-Terrain Riq 4-cylinder Turbo-Diesel rig, with 3-1_6 Moyno pump, mounted on a radio controlled, rubber tracked carrier. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 1/4" I.D. Low ground pressure (<3.5 psi) and high level of maneuverability make this rig suited for your most challenging site. 2006 DIEDRICH D-50 Truck Mounted Rig 4-cylinder Turbo-Diesel rig, with 3-1_6 Moyno pump and 250-gallon water tank, mounted on 2007 Freightliner truck. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 1/4" I.D. 2016 DIEDRICH D-50 All-Terrain Rig 2015 DIEDRICH D-50 Truck Mounted Rig 2007 DIEDRICH D-50 All-Terrain Rig www.intertek.com/building 1996 DIEDRICH D-120 Truck Mounted Rig 6-cylinder John Deere Diesel Engine, 14,500 ft.-lb torque, with Moyno 3-LB pump and 250 gallon water tank. Equipped with Automatic Standard Penetration Test Hammer mounted on a Ford F-800 Diesel Truck. Well-suited for deep hollow stem auger drilling and large diameter monitoring or recovery well installation, and rotary drilling techniques. Utilized to turn auger up to 12-1/4" ID. AUGER AND SPECIAL TOOLING * 3 1/4", 4 1/4", 9 1/4" and 12 1/4"I.D. Hollow stem auger • CME 5 ft. Continuous Sampler • NX Core barrels, Tri-cone roller bits, 2 to 6 inch dia. • Hydropunch 11 Groundwater and Hydrocarbon Sampling Tool • Vane Shear Test with Calibrated Torque Head • 3" Piston Sampler Assembly • In-situ Soil Resistivity Meter Pressure-meter • Menard Type G-AM www.intertek.com/buiIding F Municipal WaterMastewater Projects Project Experience Professional Service Industries, Inc. (PSI) has provided professional consulting services including subsurface exploration, field and laboratory testing, and engineering analysis for numerous municipal water and wastewater projects. Listed below are a few of the projects PSI has had the privilege of working on in Wisconsin. James Road Detention Pond-Oshkosh Sanitary Sewer Reconstruction-Wind Lake City of Oshkosh Improvement Projects Water Main Extension-Pewaukee 2012 to 2018 Water Main-Crivitz City of Oshkosh Aviation Park Sewer Extension-Bonduel Water Transmission Main-Suamico Sewer Extension-Black River Water Main-Two Rivers Sewer Extension-West Bend Sanitary Sewer/WWTP-Suamico Sanitary Sewer Relocation-Green Bay Kiwanis Park Sewer Relay-Sheboygan Sanitary Sewer Interceptor-Manitowoc Wastewater Treatment Plant Expansion- Waupaca Sewage Force Main-Manitowoc Session Street Sewer Expansion- Sanitary Sewer and Sewage Force Mains- Waupaca Mishicot Water Main and Sanitary Sewer-Darlington Storm Sewer-Manitowoc Sanitary Sewer, Water and Stormwater Sanitary Sewer Relay-Juneau Pipelines-Oconto Falls Water Main Extension-Madison Sanitary Sewer Interceptor and Lift Station-Belleville Water Main Extension-Sussex Sanitary Sewer-Algoma Water Main Replacement-Waukesha Pump Station and Utility Lines-Waterford Transmission Main-Fond du Lac www.intertek.com/building State/County/City Roadway Projects Project Experience Professional Service Industries, Inc. (PSI) has provided professional consulting services, including subsurface exploration, field and laboratory testing, and engineering analysis for numerous new pavement and existing roadway reconstruction projects. PSI has also provided construction quality control testing on many of the projects listed. The following is a list of roadway projects PSI has had the privilege to work on. 2012, 2013, 2014, 2015, 2016, 2017, 2018 CTH U Roadway Reconstruction City of Oshkosh CIP Projects Outagamie, County Oshkosh, Wisconsin STH 145 Road Reconstruction CTH CB and Oakridge Road Intersections Richfield, Wisconsin Winnebago, County STH 164 Reconstruction (1-43 to STH 59) CTH N Wisconsin Outagamie County, Wisconsin CTH JJ Roadway Reconstruction Libal Street Outagamie, County Village of Allouez, Wisconsin County Highway X Holland Road/Kelbe Drive Waupaca County, Wisconsin Village of Little Chute, Wisconsin County Highway VV County Highway OK Menominee County, Wisconsin Sheboygan County, Wisconsin Lake Street Tayco Street Town of Menasha, Wisconsin City of Menasha, Wisconsin Manitowoc Road Reconstruction Highways 42/57 Frontage Road Menasha, Wisconsin Sturgeon Bay, Wisconsin US Highway 14 Reconstruction Foote Street Reconstruction La Crosse, Wisconsin Seymour, Wisconsin County Highway VV Reconstruction Helena, Allard, and Erie St. Reconstruction Fond du Lac, Wisconsin De Pere, Wisconsin www.intertek.com/building Subgrade Stabilization Projects Project Experience Professional Service Industries, Inc. (PSI) has provided professional consulting services, including subsurface exploration, field and laboratory testing, and engineering analysis for numerous pavement and building slab subgrade stabilization projects. PSI has also provided field quality control testing on many of the projects listed. The following is a list of subgrade stabilization projects PSI has had the privilege to work on. STH 32 Road Reconstruction Rockwood Parking Lot City of Ripon, Wisconsin East Troy, Wisconsin 194/STH 20 Interchange TR1700E Road Reconstruction Racine County, Wisconsin Iroquois County, Illinois Hall Street Reconstruction Meredith Road Reconstruction City of Ripon, Wisconsin Kane County, Illinois LaFarge North America Elm Road Generating Station Harley Davidson Parts Plant Oak Creek, Wisconsin Franklin, Wisconsin City of Franklin Pleasant Prairie Power Plant Building 10501 Lakeview Park Pleasant Prairie, Wisconsin Pleasant Prairie, Wisconsin Long Lake Estates Subdivision Home Depot Wind Lake, Wisconsin Grafton, Wisconsin Generac Building Pad Marathon Truck Stop Whitewater, Wisconsin Franklin, Wisconsin James M. Becco, PE Vice President/Principal Engineer Waukesha, Wisconsin Year started with PSI: 1992 Years experience with other firms: 22 Education • Bachelor of Science in Civil Engineering; Michigan Technological University, Houghton, MI; 1986 Certifications/Registrations/Technical Training * Registered Professional Engineer—Wisconsin, Illinois, Iowa and Minnesota • Wisconsin Department of Natural Resources Registered PECFA Consultant * Previously DILHR Certified Tank Assessor and Remover/Cleaner * Environmental: ■ "Phase I Environmental Site Assessment Seminar" ■ "Environmental Site Assessments" ■ "Asbestos Building Inspectors and Supervisors Course" ■ "Phase 11 Environmental Site Assessments" • 40-Hour- 29 CFR 1910 Training Course • 8-Hour Supervisory Training - CFR 1910 Course • "Petroleum Hydrocarbon & Organic Chemicals in Groundwater: Prevention, Detection and Restoration" • "Mold Seminar" ■ "Renewable Sources of Energy—Wind Power" • "Constructed Wetlands— Basic Concepts" • "Wetland Delineation I —The Basics" Geotechnical and Materials: • "Fundamentals of Shallow Foundation Design" • "Deep Foundation Exploration and Design" ■ "Retaining Wall Design- I" ■ "Retaining Wall Design- 11" • "Ethical Decision Making for Engineers" • "Riprap Design" ■ "Excavation Safety and Shoring" • "Storm water Management—An Introduction" ■ "Advanced Storm water Treatment— Design" ■ "Slope Stability" ■ "Design of Sheet Pile Walls" • "Geotechnical Properties of Marine Calcareous Soils" ■ "Drilling and Sampling of Soil and Rock" ■ "Ethical Decision Making for Engineers" Professional Experience Mr. Becco is the Vice President of PSI's operations throughout Wisconsin, including offices in Waukesha, Ripon, Green Bay, Menasha, and Chippewa Falls. In this role, Mr. Becco provides overall daily management, technical oversight, and direct supervision to the Branch and District Managers, as well as to their local environmental, geotechnical, and construction services departments. With more than 29 years of experience in Geotechnical Engineering and Environmental Consulting, Mr. Becco has extensive James M. Becco, PE Vice President/Principal Engineer Waukesha, Wisconsin Page 2 of 3 knowledge of subsurface conditions and the regulatory framework throughout Wisconsin. He has been involved with numerous projects of varying complexity, including stream and groundwater monitoring, petroleum assessments, solvent (dry cleaner) investigations, and a multitude of geotechnical engineering studies. As a principal client contact, project manager and senior consultant on a wide range of projects, Mr. Becco is also involved in proposal and report preparation, project planning and administration, as well as the coordination and supervision of field staff. Mr. Becco joined PSI in 1986 and worked throughout Wisconsin, Florida and Michigan where he was responsible for overall management, technical and administrative duties of geotechnical and environmental departments, and report preparation, review and technical consultation, He joined Midwest Engineering Services (MES) in January of 1992 as the Department Manager for Environmental Services in the Waukesha, Wisconsin office. He was promoted to the position of Branch Manager in August of 1995, and then to Region Manager overseeing all of MES' five Wisconsin offices in July of 2000. Mr. Becco was responsible for the oversight and direct supervision of each of the branch managers. Mr. Becco also acted as a senior geotechnical and environmental consultant, and a principal engineer for each of the branches. Mr. Becco re-joined PSI in 2014 when MES was acquired by PSI. Representative Environmental Consulting Project Experience • Project Manager - More than 300 Circle K and 7-Eleven C-store and service station upgrades across the State of Florida. Developed and performed or managed environmental assessments, leaking underground storage tank investigations and station upgrade projects. • Project Manager- More than 100 Speedway and Marathon C-store and service station upgrades across the State of Wisconsin, and into northern Illinois. Developed and performed or managed environmental assessments, leaking underground storage tank investigations, and underground storage tank removals. • Project Manager- Evaluation of heavy metals (including chromium and silver), volatile organic compounds, and sulfide/chloride contamination within soil and groundwater at the Photo-Cut facility in Waukesha, Wisconsin. Developed and performed the environmental assessment, including field work, data evaluation, statistical data analysis, and preparation of regulatory closure reports. • Project Manager- Evaluation of contaminants, and of storm water control at the Valley Sand and Gravel quarry in New Berlin, Wisconsin. Developed and managed the environmental assessment. • Project Manager overseeing the performance of Phase I and Phase 11 Environmental Assessments at numerous Walmart, Lowes, Menards, and Meijer Retail Stores across the State of Wisconsin Representative Power Transmission Project Experience • Lead Engineer/Project Manager — Geotechnical Evaluation, 200+ Transmission Line and Substation Projects (Electrical Consultants, Inc. and American Transmission Company), State of Wisconsin James M. Becco, PE Vice Preside nt/Principal Engineer Waukesha, Wisconsin Page 3 of 3 • Lead Engineer/Project Manager — Geotechnical Evaluation, Border to Apple River Substation T-Line Project (Dairyland Power Cooperative), Polk County, Wisconsin * Lead Engineer/Project Manager — Geotechnical Evaluation, 15+ Substation Projects (WE Energies), State of Wisconsin • Lead Engineer/Project Manager — Geotechnical Evaluation, 15+ Substation Projects (Xcel Energy), Northwestern Wisconsin • Lead Engineer/Project Manager — Geotechnical Evaluation, Forward Wind Project (Invenergy, LLC), Fond du Lac County, Wisconsin • Lead Engineer/Project Manager—Geotechnical Evaluation, Glacier Hills Wind Project (WE Power, LLC), Columbia County, Wisconsin ® Lead Engineer — Preliminary Geotechnical Evaluation, Lancaster Wind Project (Navitas Energy), Stephenson County, Illinois Summary of Qualifications Professional Service Industries, Inc. Patrick J. Bray Branch Manager Kaukauna, Wisconsin Office Education and Special Training Bachelor of Science; University of Wisconsin - Madison, Civil Engineering, 2012 Professional Registration/Certification Certified Soil Tester(CST) -Wisconsin Continuing Education and Short Courses Construction Materials Testing: American Concrete Institute Field Testing Technician - Grade 1 Nuclear Density Gauge Operation Training — Engelhardt and Associates, Inc. Experience and Background Professional Service Industries, Inc. Kaukauna, Wisconsin, April 1, 2014 to present. Mr. Bray was promoted to Branch Manager of the Kaukauna office in 2014. His responsibilities include overseeing the daily operations of the geotechnical, environmental and construction testing departments; preparation and review of reports; management of field and laboratory personnel; coordination of daily schedules; and administrative and marketing responsibilities. Midwest Engineering Services, Inc. Green Bay, WI, June 2012 to March 2014: Mr. Bray joined MES in June of 2012 upon graduation. As Project Manager in the Green Bay office, Mr. Bray was responsible for the daily management and technical oversight of the Construction Services Department. In addition, he also assisted in the Geotechnical Department by preparing reports and performing drill scheduling. Prior to joining MES, Mr. Bray gained 8 months of experience through a co-op with a consulting engineering firm based in Madison. His responsibilities included laboratory testing, concrete testing, and foundation subgrade evaluations. Professional Service Industries, Inc. Summary of Qualifications Professional Service Industries, Inc. Andrew Larsen Staff Geologist Kaukauna, Wisconsin Office Education and Special Training Bachelor of Science; University of Wisconsin - Oshkosh, Geology, 2014 Professional Registration/Certification Certified Soil Tester (CST) -Wisconsin Continuing Education and Short Courses Construction Materials Testing: American Concrete Institute Field Testing Technician — Grade 1 Nuclear Density Gauge Operation Training — Professional Service Industries, Inc. Experience and Background Professional Service Industries, Inc. Kaukauna, Wisconsin, February 17, 2015 to present. Mr. Larsen was hired by PSI as a Driller's Assistant and promoted to Engineering Technician in June of 2015. His responsibilities included laboratory testing, concrete testing and foundation subgrade evaluations. In May of 2017, Mr. Larsen was promoted to a Staff Geologist. He is responsible for the daily management and technical oversight of the Construction Services Department, In addition, he also assists in the Geotechnical Department by preparing reports and performing drill scheduling. _ Professional Service Industries, Inc. Summary of Qualifications Professional Service Industries, Inc. Zachary Ashauer Staff Geologist Kaukauna, Wisconsin Office Education and Special Training Bachelor of Science; University of Wisconsin — Green Bay, Geoscience, 2016 Master of Science; University of Wisconsin — Green Bay, Environmental Science and Policy: Environmental Technology and Analysis, 2018 Professional Registration/Certification Certified Soil Tester (CST) -Wisconsin Continuing Education and Short Courses Construction Materials Testing: Nuclear Density Gauge Operation Training — Professional Service Industries, Inc. Experience and Background Professional Service Industries, Inc. Kaukauna, Wisconsin, June 7, 2018 to present. Mr. Ashauer was hired by PSI as a Staff Geologist in June of 2018. His responsibilities include laboratory testing, classifying soil samples, and preparing geotechnical reports. Professional Service Industries, Inc. Summary of Qualifications Professional Service Industries, Inc. Gary Wellner Drill Rig Operator Kaukauna, Wisconsin Office Education and Special Training High School Diploma; West High School, Waterloo, Iowa Continuing Education and Short Courses OSHA 40-Hour Hazardous Waste Training Course OSHA 8-Hour Refresher Courses - Yearly Drilling Safety Procedures — Midwest Engineering Services (MES) Annual Safety Refresher and Monthly Toolbox Meetings — MES Pressuremeter Testing Procedures and Field Demonstration — MES Experience and Background Professional Service Industries, Inc.; Kaukauna, Wisconsin; April 2014 to Present Mr. Wellner's responsibilities include operating drill rigs for geotechnical and environmental drilling projects, including drilling of landfills and hazardous waste sites. He is experienced in solid and hollow stem boring, mud rotary soil drilling, soil sampling by split-spoon and direct push methods, rock coring, air or mud rotary rock boring, grouting of bore holes, deep hollow stem auguring, and monitoring well installation to depths of 150 feet. Additional responsibilities include supervision of drilling activities, monitoring well development and abandonment, boring layout, checking utility locates, and maintenance of field equipment involving engine, hydraulic and electronic systems Midwest Engineering Services, Inc.; Appleton, Wisconsin; 1994 to March 2014 Mr. Wellner's responsibilities included operating drill rigs for geotechnical and environmental drilling projects. His duties included operation of drill rigs, locating utilities, shooting elevations and locating borings. Twin City Testing; Appleton, Wisconsin; 1984 to 1994 Mr. Wellner's responsibilities included drilling sites in the Midwest. His duties included operation of drill rigs, locating utilities, shooting elevations and locating borings. Professional Service Industries, Inc. Summary of Qualifications Professional Service Industries, Inc. Kurt Deprey Drill Rig Operator/Engineering Technician Kaukauna, Wisconsin Office Education and Special Training Associate's Degree; Northeast Wisconsin Technical College (NWTC), Engineering Technician Continuing Education and Short Courses American Concrete Institute Certification - Grade 1 Nuclear Density Gauge Operation Training — NWTC WisDOT Portland Cement Concrete Technician (PCCTEC-I/IA) Hazmat Radiation Safety Training — March 2015 Experience and Background Professional Service Industries, Inc.; Kaukauna, Wisconsin; April 2014 to Present Mr. Deprey's responsibilities include operating drill rigs for geotechnical and environmental drilling projects, including drilling of landfills and hazardous waste sites. He is experienced in solid and hollow stem boring, mud rotary soil drilling, soil sampling by split-spoon and direct push methods, rock coring, air or mud rotary rock boring, grouting of bore holes, deep hollow stem auguring, and monitoring well installation to depths of 150 feet. Additional responsibilities include supervision of drilling activities, monitoring well development and abandonment, boring layout, checking utility locates, and maintenance of field equipment involving engine, hydraulic and electronic systems Midwest Engineering Services, Inc.; Green Bay, Wisconsin; 2011 to March 2014 Mr. Deprey's responsibilities included sampling and testing of concrete, soils, and asphalt. He has also performed laboratory testing of aggregate, concrete, mortar, grout, and soils. In 2014, Mr. Deprey was promoted to Lead Driller. He is responsible for geotechnical drilling, expenses of crew, maintaining logs, records, and filing reports. Mr. Deprey also maintains the repairs to the drill rig, maintains maintenance records, vehicle inspections, and does preventative maintenance. Professional Service Industries, Inc.