Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Professional_Service_Industries_Incs__Agre
I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\PSI 2025-2026 Sub Inv\PSI Agreement_2025-2026 Sub Inv_7-23-24.docx Page 1 of 8 AGREEMENT This AGREEMENT, made on the 23rd day of July, 2024, 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, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATION FOR 2025 and 2026 CAPITAL IMPROVEMENT PROJECTS (PROJECT). ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Patrick Bray – 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 II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Craig Ramthun – Construction Management Supervisor Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\PSI 2025-2026 Sub Inv\PSI Agreement_2025-2026 Sub Inv_7-23-24.docx Page 2 of 8 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. Services included in the Miscellaneous Projects section of the CITY’s Proposal Cost Breakdown will be detailed further within individual Project Authorizations. A sample Project Authorization form is attached to this AGREEMENT. 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\PSI 2025-2026 Sub Inv\PSI Agreement_2025-2026 Sub Inv_7-23-24.docx Page 3 of 8 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 VII. 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. 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 mutually agreed, 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 mutually agreed, conduct tests in an effort 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\PSI 2025-2026 Sub Inv\PSI Agreement_2025-2026 Sub Inv_7-23-24.docx Page 4 of 8 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 for 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 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. While CONSULTANT has made reasonable efforts to incorporate into their plan for the PROJECT any known current project impacts of the COVID-19 pandemic, CONSULTANT has not accounted for, and is not responsible for, unknown future changes due to the COVID-19 pandemic, including, without limitation, additional restrictions by government agencies or others (such as the availability of the site for access or the availability of CITY or CONSULTANT staff or others) to the extent they delay or otherwise impact the PROJECT. In that event, CONSULTANT will notify CITY and work in good faith to equitably address any unexpected impacts therefrom. 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 Request for Proposal dated June 24, 2024 and attached hereto 3. CONSULTANT’s Proposal dated July 15, 2024 and attached hereto Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\PSI 2025-2026 Sub Inv\PSI Agreement_2025-2026 Sub Inv_7-23-24.docx Page 5 of 8 4. Individual Project Authorization Forms. 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 sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: Time and Materials Not to Exceed $117,009.25 (One Hundred Seventeen Thousand Nine Dollars and Twenty Five Cents). Attached fee schedule shall be firm for the first year of this AGREEMENT. Annual adjustment are allowed to the fee schedule for each subsequent year of this AGREEMENT. The annually-adjusted fee schedule shall be submitted for review and approval by the CITY’s City Engineer or Director of Public Works prior to their application to an invoice submitted for payment. 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. 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\PSI 2025-2026 Sub Inv\PSI Agreement_2025-2026 Sub Inv_7-23-24.docx Page 6 of 8 E. Expenses. Expenses may be billed with up to a maximum of ten percent (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. STANDARD PROVISIONS The CONSULTANT agrees that, in all hiring or employment made possible by or resulting from this AGREEMENT, there will not be any discrimination against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. ARTICLE XIV. 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, their agents or assigns, their employees, or their 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 XV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\PSI 2025-2026 Sub Inv\PSI Agreement_2025-2026 Sub Inv_7-23-24.docx Page 7 of 8 ARTICLE XVI. 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 have 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 XVII. 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. Subject to individual review, CONSULTANT’S reports, drawings, specifications, documents, or other deliverables will generally be considered public records that are available to the public upon request. Neither the CITY nor the CONSULTANT, therefore, has control of these documents once they are disclosed as a public record. It is understood between these two (2) parties, however, that CONSULTANT does not intend to state or imply that the PROJECT documents it creates have any purpose unrelated to the PROJECT. To the extent the CITY may re-use or reference any part of the CONSULTANT’S documents or information on unrelated projects, the CITY agrees to independently verify their applicability for unrelated projects and further agrees the Standard of Care applicable to the documents for this PROJECT will not apply to their re-use or reference in unrelated projects. ARTICLE XVIII. 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 agreement price and schedule shall be equitably adjusted. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\PSI 2025-2026 Sub Inv\PSI Agreement_2025-2026 Sub Inv_7-23-24.docx Page 8 of 8 ARTICLE XIX. 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: _____________________________ ____________________________ Patrick Bray (Seal of CONSULTANT Branch Manager if a Corporation) By: _____________________________ _____________________________ (Specify Title) CITY OF OSHKOSH _____________________________ By: _____________________________ (Witness) Mark A. Rohloff, City Manager _____________________________ And: _____________________________ (Witness) Diane M. Bartlett, 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\PSI 2025-2026 Sub Inv\RFP\Sample Proj Auth_7-31-24.docx Page 1 of 1 PROJECT AUTHORIZATION NUMBER ______ ("Task Order") Owner: City of Oshkosh Department Public Works Authorized Office: 215 Church Avenue, P.O. Box 1130, Oshkosh, Wisconsin 54903-1130 Owner-Authorized Representative: Craig Ramthun, Construction Management Supervisor Contract: 2025 and 2026 CIP Subsurface Exploration and Geotechnical Engineering Evaluation City of Oshkosh Contract Number: __________ Consultant’s Project Number: ________ The authorizing office requires performance of the following described Services: Form of Compensation: Unit Rate Not-to-Exceed: $___________________ Additional Terms and Conditions: None Authorized Services shall be performed in accordance with the terms and provisions of the agreement between Consultant and the City of Oshkosh dated July 23, 2024. This Project Authorization shall be effective only upon date of signature of an authorized representative of the City of Oshkosh. CONSULTANT Signature: Name: _____________________________ Title: Date: CITY OF OSHKOSH Signature: Name: __Craig Ramthun_____________ Title: Construction Management______ Supervisor ____________ Date: Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Cover Letters\PSI Cover Ltr_6-24-24.docx Page 1 of 2 City Hall, 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 http://www.ci.oshkosh.wi.us June 24, 2024 Patrick Bray Professional Services Industries, Inc. 1125 West Tuckaway Lane, Suite B Menasha, WI 54952 E-Mail: patrick.bray@psiusa.com RE: Request for Proposals for Subsurface Exploration and Geotechnical Engineering Evaluation for 2025 and 2026 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 2025 and 2026 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 eighteen (18) 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 solely on cost of the proposal. Questions regarding this Request for Proposals shall be emailed to me at cramthun@oshkoshwi.gov (with the subject heading of “2025 and 2026 Subsurface Exploration and Geotechnical Engineering Evaluation RFP Questions”) by 12:00 noon on Thursday, July 11, 2024. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposals by 12:00 noon on Friday, July 12, 2024. Please submit one (1) hard copy and one (1) pdf copy of the proposal to Tracy Taylor no later than noon on Monday, July 15, 2024. It is anticipated the award of this agreement will be made by Tuesday, July 23, 2024. Please ensure you have the proper insurance paperwork, so the award is not delayed. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Cover Letters\PSI Cover Ltr_6-24-24.docx Page 2 of 2 Enclosed with this letter are copies of the Scope of Services, Proposal Cost Breakdown, Boring Location Maps, Sample Boring Log, Standard Engineering Services Agreement, Sample Project Authorization Form, Professional Services Liability Insurance Requirements, and Pollution Exposures Liability Insurance Requirements. The information contained within these enclosures shall become a part of the agreement with the Consultant selected to perform the Services. If you have any questions, please do not hesitate to contact us. Sincerely, Craig Ramthun Construction Management Supervisor CR/tlt Enclosures cc: James Rabe, P.E., CPESC, Director of Public Works Steven M. Gohde, P.E., Assistant Director of Public Works / Utilities General Manager Justin Gierach, P.E., Engineering Division Manager / City Engineer Alyssa Deckert, P.E., Civil Engineering Supervisor File Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Scope of Services_6-24-24.docx Page 1 of 7 SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2025 AND 2026 CAPITAL IMPROVEMENT PROJECTS a. The scope of services for this agreement 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 186 soil borings are anticipated for the following Capital Improvement projects: A. 2025 STREETS 1. Bay Shore Drive (Broad Street to Mill Street) a. (7) – 15-ft. borings. b. Pavement type is 1966 road mix. 2. Bay Street (Bay Shore Drive to Lake Winnebago) a. (1) – 15-ft. boring. b. Pavement type is 2002 road mix. 3. Bowen Street (East Nevada Avenue to East Murdock Avenue) a. (6) – 25-ft. borings. b. Pavement type is 2013 road mix and 1970 8” concrete. 4. Central Street (West New York Avenue to West Bent Avenue) a. (10) – 20-ft. borings. b. Pavement type is 1935 road mix (New York Avenue to West Nevada Avenue) and 1970 2” asphalt overlay on 13” concrete (West Nevada Avenue to West Bent Avenue). 5. Waugoo Avenue (Rosalia Street to Lake Winnebago) a. (6) – 20-ft. borings. b. Pavement type is 1979 road mix. 6. West 15th Avenue (Ohio Street to Oregon Street) a. (12) – 20-ft. borings. b. Pavement type is 1977 hot mix asphalt. 7. Faust Avenue (North Lark Street to North Sawyer Street) a. (3) – 15-ft. borings. b. Pavement type is 1964 7” concrete. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Scope of Services_6-24-24.docx Page 2 of 7 8. North Lark Street (Witzel Avenue to Southland Avenue) a. (7) – 15-ft. borings. b. Pavement type is 1973 7” concrete. 9. National Avenue (North Lark Street to North Sawyer Street) a. (3) – 15-ft. borings b. Pavement type is 1973 7” concrete. 10. West 11th Avenue (Ohio Street to Michigan Street) a. (2) – 20-ft. borings. b. Pavement type is 1983 hot mix asphalt. 11. Michigan Street (West 7th Avenue to West 11th Avenue) a. (5) – 20-ft. borings. b. Pavement type is 2002 7” concrete (West 7th Avenue to West 9th Avenue), 1930 hot mix asphalt (West 9th Avenue to West 10th Avenue), and 1995 7” concrete (West 10th Avenue to West 11th Avenue). 12. Parking Lot Improvements (Locations To Be Determined) a. (6) – 10-ft. borings. b. Pavement type varies from asphalt or concrete. 13. Miscellaneous Additional Project(s) a. (5) – 15-ft. borings. b. (5) – 20-ft. borings. c. Miscellaneous borings for any potential project(s) added to the Capital Improvements Program. 14. Environmental-Only Drilling a. (10) – 10-ft. borings. b. Environmental-only borings to document extent of potential contamination. B. 2026 STREETS 1. Ohio Street (West South Park Avenue to West 17th Avenue) a. (8) – 20-ft. borings. b. Pavement type is 1978 hot mix asphalt. 2. Scott Avenue (Elmwood Avenue to Jackson Street) a. (10) – 20-ft. borings. b. Pavement type is 1978 hot mix asphalt. 3. West 16th Avenue (Ohio Street to Oregon Street) a. (12) – 20-ft. borings. b. Pavement type is 1989 hot mix asphalt. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Scope of Services_6-24-24.docx Page 3 of 7 4. Woodland Avenue (Elmwood Avenue to Cherry Street) a. (5) – 20-ft. borings. b. Pavement type is 1980 1½” asphalt overlay with 5” concrete base. 5. Clairville Road (West 9th Avenue to 2,900’ south of West 9th Avenue) a. (14) – 25-ft. borings. b. Pavement type is various road mix asphalt. 6. Josslyn Street (Witzel Avenue to Taft Avenue) a. (14) – 15-ft. borings. b. Pavement type is 2002 7” concrete. 7. Parking Lot Improvements (Locations To Be Determined) a. (8) – 10-ft. borings. b. Pavement type varies from asphalt or concrete. 8. Miscellaneous Additional Project(s) a. (5) – 15-ft. borings. b. (5) – 20-ft. borings. c. Miscellaneous borings for any potential project(s) added to the Capital Improvements Program. 9. Environmental-Only Drilling a. (10) – 10-ft. borings. b. Environmental-only borings to document extent of potential contamination. 2. The City of Oshkosh (City) 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Scope of Services_6-24-24.docx Page 4 of 7 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’s Project Manager. The City’s 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’s Utility Locator will locate within a designated radius (approximately 25’) around the specific boring locations. 3. Coordinate with the City’s 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’s 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 to determine a revised location. 7. Follow standard geotechnical practices for subsurface sampling, borehole abandonment, and laboratory testing. 8. Perform standard geotechnical sampling with 1.5’ split-spoon samples, spaced 1’ (vertically) apart, starting at an even point below the pavement (i.e. 1’). 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 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. Pavement shall be restored in-kind. It is the Geotechnical Services Provider’s responsibility to know current pavement type. 11. Groundwater elevations shall be estimated for every borehole. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Scope of Services_6-24-24.docx Page 5 of 7 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’s 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) 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. 2025 Streets 1. Schedule of Project Deliverables a. Bay Shore Drive report due Friday, September 13, 2024. b. Bay Street report due Friday, September 13, 2024. c. Bowen Street report due Friday, September 27, 2024. d. Central Street report due Friday, November 1, 2024. e. Waugoo Avenue report due Friday, November 1, 2024. f. West 15th Avenue report due Friday, September 6, 2024. g. Faust Avenue report due Friday, November 1, 2024. h. North Lark Street report due Friday, November 1, 2024. i. National Avenue report due Friday, November 1, 2024. j. West 11th Avenue report due Friday, November 1, 2024. k. Michigan Street report due Friday, November 1, 2024. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Scope of Services_6-24-24.docx Page 6 of 7 l. Parking Lot Improvements report due Friday, November 1, 2024. B. 2026 Streets 1. Schedule of Project Deliverables a. Drilling for 2026 streets listed below to start on or after Monday, June 9, 2025, with all reports due by Friday, September 12, 2025. A discussion with City Staff will be required for drilling to take place prior to Monday, June 9, 2025. i. Ohio Street. ii. Scott Avenue. iii. West 16th Avenue. iv. Woodland Avenue. v. Clairville Road. vi. Josslyn Street. vii. Parking Lot Improvements. C. A separate report shall be prepared for each Project listed above. D. Drilling can be completed during the work week at the Geotechnical Services Provider’s convenience, as long as the reports are submitted no later than their respective due dates. Drilling outside of the hours of a normal work week will be reviewed upon request of the City’s Project Manager. 5. Proposal Cost Breakdown A. Boring Layout 1. Cost to include coordination with Digger’s Hotline, Utility Locators, and the City’s 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. 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’s 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Scope of Services_6-24-24.docx Page 7 of 7 G. Blind drilling will be handled on a contingency basis. Quantities are not guaranteed. One (1) 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. I. Provide general rate sheets for items not covered in this Scope of Services. J. Miscellaneous Additional Projects work will be completed on a task order basis. The level of effort and associated unit rate costs will be negotiated per task order request. 6. Additional Information A. All work shall be performed by qualified personnel under 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 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 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’s Project Manager. F. This agreement will be per the City’s Agreement form only; unless the Geotechnical Services Provider has a previously-approved services agreement on file with the City. A sample agreement form is attached. The Geotechnical Services Provider’s standard or general services agreement language will NOT apply. G. Invoices for each Project shall only be submitted for payment after submittal of its report to the City. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 1 of 13 PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2025 AND 2026 CAPITAL IMPROVEMENT PROJECTS 2025 PROJECTS BAY SHORE DRIVE (BROAD STREET TO MILL STREET) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 105 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: BAY SHORE DRIVE $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 2 of 13 BAY STREET (BAY SHORE DRIVE TO THE FOX RIVER) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 15 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: BAY STREET $ BOWEN STREET (EAST NEVADA AVENUE TO EAST MURDOCK AVENUE) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 150 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: BOWEN STREET $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 3 of 13 CENTRAL STREET (WEST NEW YORK AVENUE TO WEST BENT AVENUE) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 200 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: CENTRAL STREET $ WAUGOO AVENUE (ROSALIA STREET TO LAKE WINNEBAGO) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 120 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: WAUGOO AVENUE $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 4 of 13 WEST 15TH AVENUE (OHIO STREET TO OREGON STREET) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 240 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: WEST 15TH AVENUE $ FAUST AVENUE (NORTH LARK STREET TO NORTH SAWYER STREET) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 45 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: FAUST AVENUE $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 5 of 13 NORTH LARK STREET (WITZEL AVENUE TO SOUTHLAND AVENUE) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 105 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: NORTH LARK STREET $ NATIONAL AVENUE (NORTH LARK STREET TO NORTH SAWYER STREET) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 45 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: NATIONAL AVENUE $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 6 of 13 WEST 11TH AVENUE (OHIO STREET TO MICHIGAN STREET) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 40 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: WEST 11TH AVENUE $ MICHIGAN STREET (WEST 7TH AVENUE TO WEST 11TH AVENUE) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 100 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: MICHIGAN STREET $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 7 of 13 PARKING LOT IMPROVEMENTS (LOCATIONS TO BE DETERMINED) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 60 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: PARKING LOT IMPROVEMENTS $ MISCELLANEOUS ADDITIONAL PROJECT(S) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Per Bore 20 $ $ 2. Mobilization/Daily Travel/Traffic Control Per Bore 20 $ $ 3. Soil Borings Feet 275 $ $ 4. Project Engineering and Reporting Per Bore 20 $ $ SUBTOTAL: MISCELLANEOUS PROJECT(S) $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 8 of 13 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 FOR 2025 STREETS $_______________________________ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 9 of 13 2026 PROJECTS OHIO STREET (WEST SOUTH PARK AVENUE TO WEST 17TH AVENUE) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 160 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: OHIO STREET $ SCOTT AVENUE (ELMWOOD AVENUE TO JACKSON STREET) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 200 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: SCOTT AVENUE $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 10 of 13 WEST 16TH AVENUE (OHIO STREET TO OREGON STREET) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 240 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: WEST 16TH AVENUE $ WOODLAND AVENUE (ELMWOOD AVENUE TO CHERRY STREET) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 100 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: WOODLAND AVENUE $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 11 of 13 CLAIRVILLE ROAD (WEST 9TH AVENUE TO 2,900’ SOUTH OF WEST 9TH AVENUE) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 350 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: CLAIRVILLE ROAD $ JOSSLYN STREET (WITZEL AVENUE TO TAFT AVENUE) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 210 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: JOSSLYN STREET $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 12 of 13 PARKING LOT IMPROVEMENTS (LOCATIONS TO BE DETERMINED) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Control Lump Sum 1 $ $ 3. Soil Borings Feet 80 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUBTOTAL: PARKING LOT IMPROVEMENTS $ MISCELLANEOUS ADDITIONAL PROJECT(S) ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Per Bore 20 $ $ 2. Mobilization/Daily Travel/Traffic Control Per Bore 20 $ $ 3. Soil Borings Feet 275 $ $ 4. Project Engineering and Reporting Per Bore 20 $ $ SUBTOTAL: MISCELLANEOUS PROJECT(S) $ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Proposal Cost Breakdown_6-24-24.docx Page 13 of 13 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 FOR 2026 STREETS $_______________________________ TOTAL PROPOSAL COST FOR 2025 AND 2026 STREETS $_______________________________ Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 BAY SHORE DR BAY SHORE DR BAY ST BAY ST BBRROOAADDSSTT MILL ST MILL ST BROAD ST BROAD ST POPLAR AV POPLAR AV CEAPE AVCEAPE AV 25-B-8 25-B-725-B-6 25-B-525-B-425-B-3 25-B-2 25-B-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2025 ProposedSoil BoringsBay Shore Drive& Bay Street Ü019095Feet Legend >Bay Sh ore - Soil Boring s Bay Sh ore - Project_Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > > > EVANS S T EVANS S T E B E N T AVE B E N T AV HU R O N AVHURON AV E N E VA D A AVE N E VA D A AV B O W E N S T B O W E N S T E M U RD OC K AVE M U RD OC K AV 25-BO-1 25-BO-2 25-BO-3 25-BO-4 25-BO-5 25-BO-6 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2025 ProposedSoil BoringsBowen Street Ü018090Feet Legend >Bowen - Soil Boring s Bowen - Proje ct Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > > CEN TRAL ST CEN TRAL ST KENTUCKY ST KENTUCKY ST MERRILL MERRILL ST ST CEN TRAL CEN TRAL ST ST E CUSTERE CUSTERAVAV W TE N NE S S E E AVW TE N NE S S E E AV W C US TE R AVW C US TE R AV E N E WE N E WYORK AVYORK AVW N E W Y O R K AVW N E W Y O R K AV HARRISON ST HARRISON ST N M A IN S T N M A IN S T 25-CE-1 25-CE-2 25-CE-3 25-CE-4 25-CE-5 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2025 ProposedSoil BoringsCentral Street Ü014070Feet Legend >Central - Soil Borings Central - Proje ct Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > > > KENTUCKY ST KENTUCKY ST CEN TRAL ST CEN TRAL ST CEN TRAL ST CEN TRAL STBURDICK ST BURDICK ST W N E VA D A AVW N E VA D A AV E CUSTERE CUSTERAVAV E N E VA D AE N E VA D AAVAV W B EN T AVW B EN T AV W C US TE R AVW C US TE R AV N MAIN ST N MAIN ST 25-CE-9 25-CE-5 25-CE-6 25-CE-7 25-CE-8 25-CE-10 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2025 ProposedSoil BoringsCentral Street Ü014070Feet Legend >Central - Soil Borings Central - Proje ct Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > > > WAUGOO AV WAUGOO AV BA B BI TZ AVBABBITZ AV LL AA NN EE SS TT ROSALIA ST ROSALIA ST SSWWEEEETT SSTT SSHHOORREELLAANNEESSTT R A H R AVRAHR AV OTTER AVOTTER AV 25-WG-6 25-WG-525-WG-4 25-WG-3 25-WG-2 25-WG-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2025 ProposedSoil BoringsWaugoo Avenue Ü018090Feet Legend >Waug oo - So il Borings Waug oo - Project Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 >>>>>>> W 1 6 T H AVW 1 6 T H AV W 1 4 T H AVW 1 4 T H AV W 15 T H AVW 15 T H AV MICHIGAN ST MICHIGAN ST IO WA ST IO WA ST W SO U T H PA R K AVW SO U T H PA R K AV OHIO ST OHIO ST 25-15-625-15-525-15-4 25-15-3 25-15-225-15-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2025 ProposedSoil BoringsW 15th Avenue Ü0200100Feet Legend >15th - Soil Borings 15th - Project Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 >>>>>>>W 15 T H AVW 15 T H AV W 14 T H AVW 14 T H AV W 16 T H AVW 16 T H AV MINNESOTA ST MINNESOTA ST IOWA ST IOWA ST A R I Z O N A S T A R I Z O N A S T W S O U T H PA R K AVW S O U T H PA R K AV OREGON ST OREGON ST 25-15-1225-15-1125-15-10 25-15-9 25-15-825-15-7 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2025 ProposedSoil BoringsW 15th Avenue Ü0200100Feet Legend >15th - Soil Borings 15th - Project Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 >>> >>> > > > > > > > DOVE DOVE ST ST HAWK HAWK ST ST MASON MASON ST ST N LARK N LARK ST ST S LARK S LARK ST ST SOUTHLAND AVSOUTHLAND AV CLAYTON CTCLAYTON CT N LARK ST N LARK ST NATIONAL AVNATIONAL AV FA UST AVFAUST AV N SAWYER ST N SAWYER ST WITZEL AVWITZEL AV 25-F-3 25-F-225-F-1 25-N-325-N-2 25-N-1 25-L-7 25-L-6 25-L-5 25-L-4 25-L-3 25-L-2 25-L-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2025 ProposedSoil BoringsNorth Lark StreetNational Avenue& Faust Avenue Ü018090Feet Legend >Lark Fau st & National - Soil Borings Lark Fau st & National - Project Are a Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > > > >> MM II CC HH II GG AA NN SS TT W 1 0 T H AVW 1 0 T H AV W 8T H AVW 8T H AV W 7T H AVW 7T H AV W 11 T H AVW 11 T H AV W 9T H AVW 9T H AV OHIO ST OHIO ST 25-MI-6 25-MI-5 25-MI-4 25-MI-3 25-MI-2 25-MI-1 25-11-225-11-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2025 ProposedSoil BoringsMichigan Street& W 11th Avenue Ü016080Feet Legend >Michigan & 11th - Soil Borings Michigan & 11th - Project Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > W 17 TH AVW 17 TH AV W 1 6 T H AVW 1 6 T H AV OHIO ST OHIO ST 26-OH-4 26-OH-3 26-OH-2 26-OH-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsOhio Street Ü011055Feet Legend >Ohio - Soil Borings Ohio - Project Are a Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > >F L O R I D A A VFLORIDA A V W 1 4 T H AVW 1 4 T H AV W 1 5 T H AVW 1 5 T H AV PLUMMER ST PLUMMER ST OHIO ST OHIO ST W S O U T H P A R K A V W S O U T H P A R K A V 26-OH-8 26-OH-7 26-OH-6 26-OH-5 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsOhio Street Ü011055Feet Legend >Ohio - Soil Borings Ohio - Project Are a Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 >>>>> S C O T T AVSCOTT AV CHERRY ST CHERRY ST MC KINLEY ST MC KINLEY STJOHN AVJOHN AV WO O DL AN D AVWOODLAND AV E L M W O O D A V E L M W O O D A V 26-S-526-S-426-S-326-S-226-S-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsScott Avenue Ü014070Feet Legend >Scott - Soil Borings Scott - Project Are a Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 >>>>>S C O T T AVSCOTT AV WRIGHT ST WRIGHT ST WRIGHT ST WRIGHT ST JACKSON ST JACKSON ST WISCONSIN ST WISCONSIN ST 26-S-1026-S-926-S-8 26-S-726-S-6 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsScott Avenue Ü014070Feet Legend >Scott - Soil Borings Scott - Project Are a Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 >>>>>> MICHIGAN ST MICHIGAN ST W 1 5 T H AVW 1 5 T H AV W 1 6 T H AVW 1 6 T H AV OHIO ST OHIO ST 26-16-626-16-526-16-4 26-16-326-16-226-16-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsW 16th Avenue Ü017587.5 Feet Legend >16th - Soil Borings 16th - Project Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 >>>>>> W 1 5 T H AVW 1 5 T H AV W 14 T H AVW 14 T H AV W 16 T H AVW 16 T H AVMINNESOTA ST MINNESOTA ST IO WA ST IO WA ST A R I Z O N A S T A R I Z O N A S T OREGON ST OREGON ST 26-16-1226-16-11 26-16-10 26-16-926-16-826-16-7 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsW 16th Avenue Ü018090Feet Legend >16th - Soil Borings 16th - Project Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 >>>>> S C O T T AVSCOTT AV CHERRY ST CHERRY ST MC KINLEY ST MC KINLEY ST GARFIELD GARFIELD ST ST J O H N AVJOHN AV VI N E AVVINE AV WO O DL AN D AVWOODLAND AV P RO S P E CT AVPROSPECT AV E L M W O O D A V E L M W O O D A V 26-W-526-W-426-W-326-W-2 26-W-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsWoodland Avenue Ü017587.5 Feet Legend >Woodland - Soil Bo rings Woodland - Pro ject Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > > > > >WINDSONG TERWINDSONG TER TRAXLER TRTRAXLER TR CLAIRVILLE RD CLAIRVILLE RD 26-CL-8 26-CL-7 26-CL-6 26-CL-5 26-CL-4 26-CL-3 26-CL-2 26-CL-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsClairville Road Ü019095Feet Legend >Clairville - Soil Boring s Clairville - Proje ct Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > > > > CLAIRVILLE RD CLAIRVILLE RD 9TH ST RD9TH ST RD 26-CL-14 26-CL-13 26-CL-12 26-CL-11 26-CL-10 26-CL-9 26-CL-8 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsClairville Road Ü019095Feet Legend >Clairville - Soil Boring s Clairville - Proje ct Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > > > > > JOSSLYN ST JOSSLYN ST FA U S TFAUSTAVAV SOUT HL AN D AVSOUTHLAND AV DURFEE DURFEEAVAV KNAPP ST KNAPP ST WITZEL AVWITZEL AV N SAWYER ST N SAWYER ST 26-J-7 26-J-6 26-J-5 26-J-4 26-J-3 26-J-2 26-J-1 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsJosslyn Street Ü019095Feet Legend >Josslyn - Soil Borings Josslyn - Project Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 > > > > > > > > JOSSLYN ST JOSSLYN ST PORTERPORTERAVAV RUSH AVRUSH AV TA FT AVTAFT AV N SAWYER ST N SAWYER ST 26-J-14 26-J-13 26-J-12 26-J-11 26-J-10 26-J-9 26-J-8 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Maps\2025-2026 Soil Borings.mxd City of OshkoshEngineering Division This map is neither a legally recorded map nor a survey and it is not intended to be used as one. Mapped soil borings do not reflect exact locations in field. This drawing is a compilation of records, data and information located in various city, county and state offices and other sources affecting the area shown and it is to be used for reference purposes only. The City of Oshkosh is not responsible for any inaccuracies herein contained. If discrepancies are found, please contact the City of Oshkosh. 2026 ProposedSoil BoringsJosslyn Street Ü019095Feet Legend >Josslyn - Soil Borings Josslyn - Project Area Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Sample Current Agreement Form_6-24-24.docx Page 1 of 8 AGREEMENT This AGREEMENT, made on the _____ day of ________________, 2024, 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 2025 and 2026 CAPITAL IMPROVEMENT PROJECTS (PROJECT). ARTICLE I. PROJECT 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 II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Craig Ramthun – Construction Management Supervisor Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Sample Current Agreement Form_6-24-24.docx Page 2 of 8 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. Services included in the Miscellaneous Projects section of the CITY’s Proposal Cost Breakdown will be detailed further within individual Project Authorizations. A sample Project Authorization form is attached to this AGREEMENT. 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Sample Current Agreement Form_6-24-24.docx Page 3 of 8 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 VII. 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. 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 mutually agreed, 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 mutually agreed, conduct tests in an effort 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Sample Current Agreement Form_6-24-24.docx Page 4 of 8 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 for 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 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. While CONSULTANT has made reasonable efforts to incorporate into their plan for the PROJECT any known current project impacts of the COVID-19 pandemic, CONSULTANT has not accounted for, and is not responsible for, unknown future changes due to the COVID-19 pandemic, including, without limitation, additional restrictions by government agencies or others (such as the availability of the site for access or the availability of CITY or CONSULTANT staff or others) to the extent they delay or otherwise impact the PROJECT. In that event, CONSULTANT will notify CITY and work in good faith to equitably address any unexpected impacts therefrom. 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 Request for Proposal dated June 24, 2024 and attached hereto 3. CONSULTANT’s Proposal dated ____________ and attached hereto Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Sample Current Agreement Form_6-24-24.docx Page 5 of 8 4. Individual Project Authorization Forms. 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 sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: Time and Materials Not to Exceed $_________ (__________________________________________ Dollars). Attached fee schedule(s) 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. 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 ten percent (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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Sample Current Agreement Form_6-24-24.docx Page 6 of 8 ARTICLE XIII. STANDARD PROVISIONS The CONSULTANT agrees that, in all hiring or employment made possible by or resulting from this AGREEMENT, there will not be any discrimination against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. ARTICLE XIV. 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, their agents or assigns, their employees, or their 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 XV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XVI. 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 have 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Sample Current Agreement Form_6-24-24.docx Page 7 of 8 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 XVII. 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. Subject to individual review, CONSULTANT’S reports, drawings, specifications, documents, or other deliverables will generally be considered public records that are available to the public upon request. Neither the CITY nor the CONSULTANT, therefore, has control of these documents once they are disclosed as a public record. It is understood between these two (2) parties, however, that CONSULTANT does not intend to state or imply that the PROJECT documents it creates have any purpose unrelated to the PROJECT. To the extent the CITY may re-use or reference any part of the CONSULTANT’S documents or information on unrelated projects, the CITY agrees to independently verify their applicability for unrelated projects and further agrees the Standard of Care applicable to the documents for this PROJECT will not apply to their re-use or reference in unrelated projects. ARTICLE XVIII. 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 agreement price and schedule shall be equitably adjusted. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Sample Current Agreement Form_6-24-24.docx Page 8 of 8 ARTICLE XIX. 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) Diane M. Bartlett, 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025 -2026 Sub Inv\RFP\Sample Proj Auth_6-24-24.docx Page 1 of 1 PROJECT AUTHORIZATION NUMBER ______ ("Task Order") Owner: City of Oshkosh Department Public Works Authorized Office: 215 Church Avenue, P.O. Box 1130, Oshkosh, Wisconsin 54903-1130 Owner-Authorized Representative: Craig Ramthun, Construction Management Supervisor Contract: 2025 and 2026 CIP Subsurface Exploration and Geotechnical Engineering Evaluation City of Oshkosh Contract Number: __________ Consultant’s Project Number: ________ The authorizing office requires performance of the following described Services: Form of Compensation: Unit Rate Not-to-Exceed: $___________________ Additional Terms and Conditions: None Authorized Services shall be performed in accordance with the terms and provisions of the agreement between Consultant and the City of Oshkosh dated _____________. This Project Authorization shall be effective only upon date of signature of an authorized representative of the City of Oshkosh. CONSULTANT Signature: Name: _____________________________ Title: Date: CITY OF OSHKOSH Signature: Name: __Craig Ramthun_____________ Title: Construction Management______ Supervisor ____________ Date: Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 4/14/14 III - 1 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products – completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this project/location 3. BUSINESS AUTOMOBILE COVERAGE– If this exposure shall exist: A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol #1 - “Any Auto” – including Owned, Non-Owned and Hired Automobile Liability. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 4/14/14 III - 2 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY – “If” required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease – Each Employee 5. UMBRELLA LIABILITY - If exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), 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 $10,000. 6. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.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 - City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must be ISO form CG 20 10 07 04 or its equivalent and also include Products – Completed Operations ISO form CG 20 37 07 04 or its equivalent for a minimum of 2 years after acceptance of work. This does not apply to Professional Liability, Workers Compensation and Employers Liability. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision 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 – City of Oshkosh. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYY) 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 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 NAME: PHONE (A/C. No. Ext): FAX (A/C. No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: ABC Insurance Company NAIC # INSURED INSURER B: XYZ Insurance Company NAIC # INSURER C: LMN Insurance Company NAIC # INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 AMY 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 LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYY) POLICY EXP (MM/DD/YYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence) $ 50,000 A CLAIMS-MADE OCCUR MED EXP (Any one person) $ 5,000 ISO FORM CG 20 37 OR EQUIVALENT PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN’L AGGREGATE LIMIT APPLIES PER: PRODUCTS – COMP/OP AGG $ 2,000,000 POLICY PRO- JECT LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 ANY AUTO BODILY INJURY (Per person) $ B ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON-OWNED AUTOS PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED RETENTION $10,000 $ C WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICE/MEMBER EXCLUDED? Y / N (Mandatory in NH) N If yes, describe under DESCRIPTION OF OPERATIONS below WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT $ 100,000 E.L. DISEASE – EA EMPLOYEE $ 100,000 E.L. DISEASE – POLICY LIMIT $ 500,000 A PROFESSIONAL LIABILITY $1,000,000 EACH CLAIM $1,000,000 ANNUAL AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Additional Insureds per attached endorsements. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision 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 – City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh, Attn: City Clerk 215 Church Avenue PO Box 1130 Oshkosh, WI 54903-1130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE, THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Insurer(s) must have a minimum A.M. Best rating of A- and a Financial Performance Rating of VI or better. Policy effective and expiration date. Policy effective and expiration date. Policy effective and expiration date. Policy effective and expiration date. General Liability Policy Number Auto Liability Policy Number Professional Liability Policy Number Workers Compensation Policy Number Insurance Agent’s contact information. Insurance Agency contact information, including street address and PO Box if applicable. Insured’s contact information, including name, address and phone number. Insurance Standard III SAMPLE CERTIFICATE Please indicate somewhere on this certificate, the contract or project # this certificate is for. Umbrella Liability Policy Number Policy effective and expiration date. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for “bodily injury”, “property damage” or “personal and advertising injury” caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insured(s) at the location(s) design- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to “bodily injury” or “property damage” occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of “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 as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 Insurance Standard III SAMPLE CERTIFICATE Please indicate somewhere on this certificate, the contract or project # this certificate is for. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for “bodily injury”, “property dam- age” caused, in whole or in part, by “your work” at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the “products-completed operations hazard”. CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 Policy # Insurance Standard III SAMPLE CERTIFICATE Please indicate somewhere on this certificate, the contract or project # this certificate is for. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 12/20/18 IV - 1 CITY OF OSHKOSH INSURANCE REQUIREMENTS IV. POLLUTION EXPOSURES LIABILITY INSURANCE REQUIREMENTS (If exposure exists, this coverage is in addition to and combined with Insurance Standards I or II) The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and shall remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below, whichever is longer. 1. CONTRACTORS POLLUTION LIABILITY A. Definition of “Covered Operations” in the policy must include the type of work being done for the City of Oshkosh. B. Limits of Liability: $1,000,000 Each loss for Bodily Injury, Property Damage, Environmental Damage $1,000,000 Aggregate for Bodily Injury, Property Damage, Environmental Damage (Environmental Damage includes Pollution and Clean-up costs) C. Deductible must be paid by Contractor D. If Subcontractors are used in the work, then this policy must also cover the Subcontractors 2. MOTOR VEHICLE / AUTOMOBILE POLLUTION LIABILITY – required “if” the exposure exists A. Definition of “Covered Operations” in the policy must include the type of work being done for the City of Oshkosh B. Limits of Liability: $1,000,000 Each loss for Bodily Injury, Property Damage, Environmental Damage $1,000,000 Aggregate for Bodily Injury, Property Damage, Environmental Damage (Environmental Damage includes Pollution and Clean-up costs) C. Deductible must be paid by Contractor Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 12/20/18 IV - 2 D. If Subcontractors are used in the work, then this policy must also cover the Subcontractors E. Must cover Motor Vehicle loading and unloading (Please show on Certificate of Insurance) 3. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI. B. Additional Insured Requirements – The following must be named as additional insureds on the Contractor’s Pollution and (if exposure exists) Automobile Pollution Liability coverage for liability arising out of project work…City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision 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 – City of Oshkosh. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 PSI Proposal No.: 0094-430043 2025 and 2026 Capital Improvement Projects July 15, 2024 www.intertek.com/building Professional Service Industries, Inc. 3009 Vandenbroek Road Kaukauna, Wisconsin 54130 Phone: (920)-735-1200 Mr. Craig Ramthun 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 2025 and 2025 Capital Improvement Projects PSI Proposal No.: PO-0094-430043 Dear Mr. Ramthun, Professional Service Industries, Inc. (PSI), an Intertek Company , is pleased to submit this proposal to provide geotechnical engineering services for the City of Oshkosh 2025 and 2026 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 2025 and 2026 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 PSI Proposal No.: 0094-430043 2025 and 2026 Capital Improvement Projects July 15, 2024 www.intertek.com/building SUBJECT: Proposal for Subsurface Exploration and Geotechnical Engineering Services 2025 and 2026 Capital Improvement Projects City of Oshkosh, Wisconsin PSI Proposal No. PO-0094-430043 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 2025 and 2026 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 2024 Capital Improvement Projects. The requested workscope will be performed by our Kaukauna branch office, which is fully equipped to capably handle this project. However, we are also able to quickly and efficiently draw resources from our other offices as necessary . Additional company and personnel information is provided in the Statement of Qualifications in Appendix B. Based on the information provided in your June 24, 2024, 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 20 25 and 2026 Capital Improvement Projects will consist of utility and pavement construction along portions of Bay Shore Drive, Bay Street, Bowen Street, Central Street, Waugoo Avenue, West 15th Avenue, Faust Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Proposal for Subsurface Exploration and Geotechnical Engineering Services 2025 and 2026 Capital Improvement Projects PSI Proposal No.: PO-0094-430043 July 15, 2024 Page 2 www.intertek.com/building Avenue, North Lark Street, National Avenue, West 11th Avenue, Michigan Street, Ohio Street, Scott Avenue, West 16 th Avenue, Woodland Avenue, Clairville Road, and Josslyn Street. In addition, the work may include Parking Lot Improvements, Miscellaneous Additional Projects, and Environmental Only Drilling. A total of 179 soil borings extending to depths ranging from about 1 0 to 25 feet (3,115 lineal feet) have been requested to provide subsurface information for design of these projects. It is anticipated that traffic control consisting of flagging personnel will be required in some locations. The work scope is divided into twenty-one (21) contracts. The requested work scope 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, 179 soil borings to depths ranging from 10 to 25 feet (3,115 lineal feet), or to auger penetration refusal depths, will be performed. 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. However, an all-terrain (ATV) mounted drill rig is available in our Kaukauna Office should it be needed. The subsurface exploration will be performed with a truck-mounted (or 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 fieldwork 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 an 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Proposal for Subsurface Exploration and Geotechnical Engineering Services 2025 and 2026 Capital Improvement Projects PSI Proposal No.: PO-0094-430043 July 15, 2024 Page 3 www.intertek.com/building drilling, if required. The sum for the requested services will be on the order of $57,515.00 for the 2025 Capital Improvement Projects and $59,494.25 for the 2026 Capital Improvement Projects, for a Total Proposal Cost of $117,009.25. 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 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. 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 APPENDIX A A Request for Proposal Information Standard Fee Schedule Insurance Certificate Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 225.00 225.00 275.00 275.00 13.95 1,464.75 750.00 750.00 2,714.75 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 100.00 100.00 13.95 500.00 100.00 100.00 209.25 500.00 909.25 375.00 425.00 13.95 1,125.00 375.00 425.00 2,092.50 1,125.00 4,017.50 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 500.00 550.00 13.95 1,500.00 500.00 550.00 2,790.00 1,500.00 5,340.00 300.00 300.00 325.00 325.00 13.95 1,674.00 900.00 900.00 3,199.00 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 600.00 600.00 675.00 675.00 13.95 3,348.00 1,800.00 1,800.00 6,423.00 125.00 125.00 150.00 150.00 13.95 627.75 500.00 500.00 1,402.75 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 250.00 275.00 13.95 775.00 250.00 275.00 1,464.75 775.00 2,764.75 125.00 150.00 500.00 13.95 125.00 150.00 627.75 500.00 1,402.75 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 125.00 150.00 13.95 500.00 125.00 150.00 558.00 500.00 1,333.00 225.00 275.00 13.95 750.00 225.00 275.00 1,395.00 750.00 2,645.00 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 125.00 150.00 13.95 500.00 125.00 150.00 837.00 500.00 1,612.00 50.00 50.00 13.95 150.0 1,000.00 1,000.00 3,836.25 3,000.00 8,836.25 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 100.00 100.00 13.95 10.00 13.95 85.00 700.00 10,000.00 1,395.00 1,000.00 1,395.00 425.00 57,515.00 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 400.00 400.00 450.00 450.00 13.95 2,232.00 1,200.00 1,200.00 4,282.00 500.00 550.00 13.95 1,500.00 500.00 550.00 2,790.00 1,500.00 5,340.00 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 600.00 650.00 3,348.0013.95 1,800.00 600.00 650.00 1,800.00 6,398.00 225.00 275.00 13.95 750.00 2,645.00 225.00 275.00 1,395.00 750.00 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 875.00 950.00 13.95 2,625.00 875.00 950.00 4,882.50 2,625.00 9,332.50 525.00 575.00 13.95 1,575.00 525.00 575.00 2,929.50 1,575.00 5,604.50 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 200.00 225.00 13.95 600.00 200.00 225.00 1,116.00 600.00 2,141.00 50.00 50.00 13.95 150.00 1,000.00 1,000.00 3,836.25 3,000.00 8,836.25 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 100.00 100.00 13.95 10.00 13.95 85.00 700.00 10,000.00 1,395.00 1,000.00 1,395.00 425.00 59,494.25 117,009.25 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 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 ($500.00 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 ¼”, 4 ¼ “ I.D. Auger 6 ¼” I.D. Auger Easy Drilling* Hard Drilling** Easy Drilling* Hard Drilling** 0 - 25 ft. $13.00 $15.00 $15.00 $17.00 $11.00 25 - 50 $15.00 $17.00 $20.00 $22.50 $14.00 50 - 75 $20.00 $22.50 $25.00 $30.00 $18.50 75 - 100 $25.00 $30.00 $30.00 $35.00 $23.50 * 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 $10.00 Per Foot Shelby Tubes, 3” diameter Rock Coring with Diamond Bit $100.00 Per Foot DOT 55-Gallon Drums - Soil Cuttings Rock Boring with 3” Roller Bit $45.00 Per Foot Drilling mud, as needed Rock Coring & Boring Set-up Charge $450.00 Per Hole Pavement Cold-Patch at boreholes LABORATORY TESTING Visual Engineering Classification Unconfined compression tests, Hand Penetrometer Test remac Moisture Content Test without stress-strain curve Organic Content Test $5.00 Per Test $5.00 Per Test $5.00 Per Test $35.00 Per Test with stress-strain curve Density Determination with Moisture Content $30.00 Per Test California Bearing Ratio (CBR) Atterberg Limits Determination $100.00 Per Test Permeability, Rigid Wall Grain Size Analysis, Sieve $75.00 Per Test Permeability, Flexible Wall Grain Size Analysis, Sieve & Hydrometer $125.00 Per Test Shelby Tube sample preparation/remolding $50.00 Each $85.00 Each $3.00 Per Foot $25.00 Per Hole $5.00 Per Test $50.00 Per Test $75.00 Per Test $450.00 Per Test $350.00 Per Test $450.00 Per Test $50.00 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 $200.00/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 1½% 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Willis Towers Watson Northeast, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA Professional Service Industries, Inc. 3009 Vandenbroek Road Kaukauna, WI 54130 See next page for additional information: SEE ATTACHED City of Oshkosh Attn: City Clerk 215 Church Avenue PO Box 1130 Oshkosh, WI 54903-1130 10/03/2023 1-877-945-7378 1-888-467-2378 certificates@willis.com QBE Insurance Corporation 39217 Zurich American Insurance Company American Zurich Insurance Company 16535 40142 QBE Specialty Insurance Company 11515 AIG Specialty Insurance Company 26883 W30526844 A 1,000,000 100,000 25,000 1,000,000 2,000,000 2,000,000 CGA 1407408 10/01/2023 10/01/2024 B 1,000,000 10/01/202410/01/2023BAP 7296414-03 A 2,000,000 0 CGU 1407408 10/01/2023 10/01/2024 2,000,000 WC 7296412-03 (AOS)C 1,000,000No10/01/2023 10/01/2024 1,000,000 1,000,000 B Workers Compensation & Employers Liability EL Each AccidentWC 7296413-03 (MA/WI)10/01/2023 10/01/2024 EL Disease - EA Empl. Per Statute EL Disease - Pol Lmt. 315351824761418SR ID:BATCH: $1,000,000 $1,000,000 $1,000,000 Willis Towers Watson Certificate Center Page 1 of 2Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 APPENDIX B A Statement of Qualifications Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 STATEMENT OF QUALIFICATIONS GEOTECHNICAL ENGINEERING SERVICES City of Oshkosh 2025 and 2026 Capital Improvement Projects SUBMITTED TO: City of Oshkosh July 15, 2024 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 PSI Proposal No.: 0094-430043 July 15, 2024 www.intertek.com/building Professional Service Industries, Inc. 3009 Vandenbroek Road Kaukauna, Wisconsin 54130 Phone: (920)-735-1200 Mr. Craig Ramthun 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 Mr. Ramthun, 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 20 25 and 2026 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 TABLE OF CONTENTS EXECUTIVE SUMMARY PROJECT STAFFING LABORATORY TESTING CAPABILITIES IN-HOUSE DRILLING CAPABILITIES PROJECT EXPERIENCE • Municipal Water/Wastewater Projects • State/County/City Roadway Projects • Subgrade Stabilization Projects • Renewable and Alternate Energy Projects RESUMES OF KEY PERSONNEL Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 www.intertek.com/building 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. 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 75 personnel during peak season, including 17 professional engineers, EITs, 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 Nicole Carlson, P.E., Department Manager Daniel B. Anderson, P.E., Department Manager Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 www.intertek.com/building 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. Marisa Leidig, G.I.T. Nicole Carlson, P.E. Andrew Olson, Geologist Larry Raether, P.E. Cameron Greene, Project Manager Pat Patterson, P.E., P.G. Mike Rehfeldt, Geologist Ripon, Wisconsin Jeff Fischer, Geologist Chippewa Falls, Wisconsin David Egerton, Geologist Jeff Manninen, E.I.T. Evan Weber, Geologist Angey Rafferty, Geologist The organizational chart on the following page depicts the staffing arrangements proposed by PSI for the City of Oshkosh 2025 and 2026 Capital Improvement Projects. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 www.intertek.com/building ORGANIZATIONAL CHART FOR PROJECT ADMINISTRATION AND IMPLEMENTATION FOR CITY OF OSHKOSH PROJECTS 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. Patrick Bray Liaison Coordinator Branch Manager Kaukauna, Wisconsin PSI Drilling Personnel CITY OF OSHKOSH James M. Becco, P.E., V.P. Principal Engineer PSI Laboratory Testing Services PSI Engineering Personnel Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 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 38 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 www.intertek.com/building SUMMARY OF LABORATORY TESTING SERVICES AGGREGATE ASTM MORTAR ASTM Sieve Analysis C136 Mortar Compressive Strength C109 Material Finer than No. 200 C117 Mortar Tensile Strength C190 Unit Weight C29 Mortar Air Content C185 Specific Gravity/Absorption C127/128 Mortar Water Retention C91 Soundness C88 Mortar Mix Property Analysis C270 Abrasion C131/535 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 D1559 Dry Density D2937 Marshall Mix Design Amount Finer than No. 200 D1140 Bituminous Paving Mix Analysis Grainsize Analysis D422 Bituminous Pavement Core Ana. Atterberg Limit D4318 Bituminous Aggregate Testing Shrinkage Limit D427 Moisture-Density Relationship D698/D1557 CONCRETE California Bearing Ratio D1883 Compressive Strength C39 Unconfined Compressive Strength D2166 Flexural Strength C78 Permeability (Constant Head) D2430 Splitting Tensile Strength C496 Permeability (Falling Head) D5084 Concrete Mix Strength Verification ACI214 Consolidation D2435/D4186 Concrete Mix Strength ACI214 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 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 geotech nical 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 Rig 4-cylinder Turbo-Diesel rig, with 3-L6 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. 2007 DIEDRICH D-50 Truck Mounted Rig 4-cylinder Turbo-Diesel rig, with 3-L6 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 2016 DIEDRICH D-50 Truck Mounted Rig 2007 DIEDRICH D-50 All-Terrain Rig 2001 DIEDRICH D-50 All-Terrain Rig Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 www.intertek.com/building 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 II 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 www.intertek.com/building Municipal Water/Wastewater 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 City of Oshkosh Improvement Projects 2012 to 2019, 2021, 2023, 2024 City of Oshkosh Aviation Park Water Transmission Main-Suamico Sanitary Sewer Reconstruction-Wind Lake Water Main Extension-Pewaukee Water Main-Crivitz Sewer Extension-Bonduel 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- Waupaca Sanitary Sewer and Sewage Force Mains- Mishicot Water Main and Sanitary Sewer-Darlington Storm Sewer-Manitowoc Sanitary Sewer, Water and Stormwater Pipelines-Oconto Falls Sanitary Sewer Relay-Juneau 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 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, 2019, 2021, 2023, 2024 City of Oshkosh CIP Projects Oshkosh, Wisconsin CTH U Roadway Reconstruction Outagamie, County STH 145 Road Reconstruction Richfield, Wisconsin CTH CB and Oakridge Road Intersections Winnebago, County STH 164 Reconstruction (I-43 to STH 59) Wisconsin CTH N Outagamie County, Wisconsin CTH JJ Roadway Reconstruction Outagamie, County Libal Street Village of Allouez, Wisconsin County Highway X Waupaca County, Wisconsin Holland Road/Kelbe Drive Village of Little Chute, Wisconsin County Highway VV Menominee County, Wisconsin County Highway OK Sheboygan County, Wisconsin Lake Street Town of Menasha, Wisconsin Tayco Street City of Menasha, Wisconsin Manitowoc Road Reconstruction Menasha, Wisconsin US Highway 14 Reconstruction La Crosse, Wisconsin County Highway VV Reconstruction Fond du Lac, Wisconsin Highways 42/57 Frontage Road Sturgeon Bay, Wisconsin Foote Street Reconstruction Seymour, Wisconsin Helena, Allard, and Erie St. Reconstruction De Pere, Wisconsin Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 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 City of Ripon, Wisconsin Rockwood Parking Lot East Troy, Wisconsin I94/STH 20 Interchange Racine County, Wisconsin TRI700E Road Reconstruction Iroquois County, Illinois Hall Street Reconstruction City of Ripon, Wisconsin Meredith Road Reconstruction Kane County, Illinois LaFarge North America Elm Road Generating Station Oak Creek, Wisconsin Harley Davidson Parts Plant Franklin, Wisconsin City of Franklin Pleasant Prairie Power Plant Pleasant Prairie, Wisconsin Building 10501 Lakeview Park Pleasant Prairie, Wisconsin Long Lake Estates Subdivision Wind Lake, Wisconsin Home Depot Grafton, Wisconsin Generac Building Pad Whitewater, Wisconsin Marathon Truck Stop Franklin, Wisconsin Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 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 II Environmental Site Assessments” 40-Hour - 29 CFR 1910 Training Course 8-Hour Supervisory Training - CFR 1910 Course “Petroleum Hydrocarbon & Organic Chemicals in Groundwater: Prev ention, 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- II” “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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 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 so il 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 II 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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 James M. Becco, PE Vice President/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 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 _________________________________________________Professional Service Industries, Inc. 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 Engineer-In-Training – State of 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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 _________________________________________________Professional Service Industries, Inc. Summary of Qualifications Professional Service Industries, Inc. Marisa Leidig Staff Geologist Kaukauna, Wisconsin Office Education and Special Training Bachelor of Science; University of Wisconsin - Madison, Geology and Geophysics, 2020 Professional Registration/Certification Geologist-In-Training – State of Wisconsin Continuing Education and Short Courses Experience and Background Professional Service Industries, Inc. Kaukauna, Wisconsin, April 18, 2022 to present. Ms. Leidig was hired by PSI as a Staff Geologist in April of 2022. Her responsibilities include laboratory testing, concrete testing, foundation subgrade evaluations, classifying soil samples, and preparing geotechnical reports. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 _________________________________________________Professional Service Industries, Inc. Summary of Qualifications Professional Service Industries, Inc. Andrew Olson Staff Geologist Kaukauna, Wisconsin Office Education and Special Training Bachelor of Science; University of Wisconsin, Madison, WI Geology and Geophysics, 2008 Professional Registration/Certification Continuing Education and Short Courses American Concrete Institute Field Testing Technician – Grade 1 Nuclear Density Gauge Operation Training – Professional Services Industries, Inc. Experience and Background Professional Service Industries, Inc. Kaukauna, Wisconsin, January 23, 2023, to present. Mr. Olson was hired by PSI as a Staff Geologist in January of 2023. His responsibilities include laboratory testing, concrete testing, foundation subgrade evaluations, classifying soil samples, and preparing geotechnical reports. International Directional Services March 2021 to January 2023. As a Geophysics Superintendent, Mr. Oslon managed a team of 6 to 8 technicians. His responsibilities included scheduling overseeing the daily operations; management of field personnel; coordination of daily schedules; preparation of structural and geotechnical information into deliverables for clients. Southwest Exploration Services, LLC March 2015 to March 2021. As a Logging Engineer, Mr. Oslon collected, analyzed and reported data utilizing specialized geophysical probes and computer software. Excelsior Mining Corporation September 2014 to February 2015. As a Project Geologist, Mr. Oslon oversaw two diamond drill rigs and one RC rig and coordinated subcontractors. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 _________________________________________________Professional Service Industries, Inc. Summary of Qualifications Professional Service Industries, Inc. Cameron Greene Project Manager Kaukauna, Wisconsin Office Education and Special Training Bachelor of Science; University of Wisconsin – Green Bay Geosciences, 2022 Professional Registration/Certification Continuing Education and Short Courses Experience and Background Professional Service Industries, Inc. Kaukauna, Wisconsin, April 10, 2023, to present. Mr. Greene was hired by PSI as a Project Manager in April of 2023. His responsibilities include laboratory testing, concrete testing, foundation subgrade evaluations, classifying soil samples, and preparing geotechnical reports. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 _________________________________________________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. Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417 Docusign Envelope ID: FB5083EC-9853-4995-9C11-B1BB89EE7417