Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Robert_E_Lee__Associates_Incs_Agreement_
I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\REL 2025-2026 Env Review\REL Agreement-2025-2026 Env Review_8-6-24.docx Page 1 of 7 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 ROBERT E. LEE & ASSOCIATES, INC., 1250 Centennial Centre Boulevard, Hobart, WI 54155, 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 2025 and 2026 CAPITAL IMPROVEMENTS PROGRAM ENVIRONMENTAL RECORDS REVIEW (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: Nicole L. LaPlant – Project Manager/Geologist 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 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. Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 August8th I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\REL 2025-2026 Env Review\REL Agreement-2025-2026 Env Review_8-6-24.docx Page 2 of 7 Services included in Item #1.C.a of the CITY’s Cost Proposal will be detailed further within individual Project Authorization forms. 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. ARTICLE VI. 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. Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\REL 2025-2026 Env Review\REL Agreement-2025-2026 Env Review_8-6-24.docx Page 3 of 7 ARTICLE VII. CITY’S INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, the CITY will provide CONSULTANT a copy of such policy. ARTICLE VIII. 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 IX. 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: Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\REL 2025-2026 Env Review\REL Agreement-2025-2026 Env Review_8-6-24.docx Page 4 of 7 1. This Instrument 2. CITY’s Request for Proposal dated June 28, 2024 and attached hereto 3. CONSULTANT’s Proposal dated July 15, 2024 and attached hereto 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 X. 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: Unit Rate Not to Exceed $70,600 (Seventy Thousand Six Hundred Dollars). 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\REL 2025-2026 Env Review\REL Agreement-2025-2026 Env Review_8-6-24.docx Page 5 of 7 ARTICLE XI. 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 XII. 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 XIII. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XIV. 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\REL 2025-2026 Env Review\REL Agreement-2025-2026 Env Review_8-6-24.docx Page 6 of 7 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 XV. 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 XVI. 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\REL 2025-2026 Env Review\REL Agreement-2025-2026 Env Review_8-6-24.docx Page 7 of 7 ARTICLE XVII. 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: _____________________________ ____________________________ Jared Schmidt, P.E. (Seal of CONSULTANT Vice President 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Cover Letters\REL Cover Ltr_6-28-24.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 28, 2024 Bruce Meissner Robert E. Lee & Associates, Inc. 1250 Centennial Centre Boulevard Hobart, WI 54155 E-Mail: bmeissner@releeinc.om RE: City of Oshkosh 2025 and 2026 Capital Improvement Program Environmental Records Review Request for Proposals Dear Bruce: The City of Oshkosh (City) is hereby requesting proposals to complete environmental records review for projects within the 2025 and 2026 Capital Improvement Program (CIP). The enclosed Scope of Services details the expectations of the work to be completed. The proposal shall include at a minimum: related environmental project experience and a breakdown of costs. During the City’s review of proposals, relevant project experience for proposed staff will be given greater consideration than company experience. Proposals will be reviewed for completeness and how well it is demonstrated the needs of the City can be met. The award of this work will not be based solely on the cost of the proposal. Questions regarding this Request for Proposals shall be emailed to me at cramthun@oshkoshwi.gov (with the subject line “Environmental Records Review RFP Questions”), with a copy to Tracy Taylor (ttaylor@oshkoshwi.gov) by 12:00 noon on Thursday, July 11, 2024. 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 10:00 a.m. on Monday, July 15, 2024. It is anticipated the award of this agreement will be made on Tuesday, July 23, 2024. Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Cover Letters\REL Cover Ltr_6-28-24.docx Page 2 of 2 Enclosed with this Request for Proposals are copies of the Scope of Services, Cost Proposal, Sample Standard Professional Services Agreement, Sample Project Authorization Form, the City’s Professional Services Insurance Requirements, and Sample Site Location Map. The information contained within these enclosures shall become a part of the Agreement with the Consultant selected to perform these services. Please include in your proposal a list of all current projects within the City of Oshkosh that your firm has. This information will be valuable in determining if any potential conflicts of interest exist while evaluating proposals. If you have any questions regarding this Request for Proposals, 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Scope of Serv_6-28-24.docx Page 1 of 4 Scope of Services Environmental Records Review 2025 and 2026 Capital Improvement Program (CIP) 1. Conduct Phase I Environmental Site Assessments in accordance with ASTM E1527-13 for the following CIP projects: A. 2025 Projects 1. Comprehensive Streets / Utility Improvements a. Bay Shore Drive (Broad Street to Mill Street) b. Bay Street (Bay Shore Drive to the Fox River) c. Bowen Street (East Nevada Avenue to East Murdock Avenue) d. Central Street (West New York Avenue to West Bent Avenue) e. Waugoo Avenue (Rosalia Street to Lake Winnebago) f. West 15th Avenue (Ohio Street to Oregon Street) g. West 11th Avenue (Ohio Street to Michigan Street) h. Michigan Street (West 7th Avenue to West 11th Avenue) 2. Public Infrastructure Improvements – Other Utilities a. Faust Avenue (North Lark Street to North Sawyer Street) b. North Lark Street (Witzel Avenue to Southland Avenue) c. National Avenue (North Lark Street to North Sawyer Street) 3. Public Property Improvements – Non-Utility (Locations to be Determined) a. Parking Lot 1 b. Parking Lot 2 c. Parking Lot 3 B. 2026 Projects 1. Comprehensive Streets / Utility Improvements a. Ohio Street (West South Park Avenue to West 17th Avenue) b. Scott Avenue (Elmwood Avenue to Jackson Street) c. West 16th Avenue (Ohio Street to Oregon Street) d. Woodland Avenue (Elmwood Avenue to Cherry Street) 2. Public Infrastructure Improvements – Other Utilities a. Clairville Road (West 9th Avenue to 2,900’ south of West 9th Avenue) b. Josslyn Street (Witzel Avenue to Taft Avenue) 3. Public Property Improvements – Non-Utility (Locations to be Determined) a. Parking Lot 1 b. Parking Lot 2 c. Parking Lot 3 C. Miscellaneous Additional Project(s) a. Miscellaneous records review for any potential project(s) added to the CIP. 2. The City of Oshkosh (City) will perform the following tasks: A. Provide Environmental Records Review Consultant with diagrams/maps indicating general locations of anticipated construction activities. B. Provide a point of contact for all project-related questions. 3. The Environmental Records Review Consultant will perform the following tasks: Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Scope of Serv_6-28-24.docx Page 2 of 4 A. All items necessary to perform the tasks detailed in this Scope of Services. B. Provide a single point of contact project manager for communication with the City Project Manager. C. Discuss findings of records review with City to provide recommendations on soil sampling locations and laboratory test analyses to be performed. The laboratory testing recommendations are intended to meet licensed landfill waste profile acceptance criteria and/or City of Oshkosh Sanitary Sewer Discharge Permit criteria. D. Provide individual reports for each project listed in the project list above in accordance with ASTM E1527-13, including a map showing the potential soil and groundwater contamination (see enclosed example). E. Provide individual reports for each project listed in the project list above in accordance with ASTM E1527-13, including a map showing the potential soil and groundwater contamination (see enclosed example). 4. Project Deliverables A. Separate report for each location outlined above in 1.A.1.a. through 1.B.3.a. Provide one (1) hardcopy and an electronic (pdf format) copy. B. Maps showing areas of potentially-impacted soil and groundwater. 1. Project maps for the following 2025 projects are due by Friday, August 16, 2024: a. Bay Shore Drive b. Bay Street c. Bowen Street d. Central Street e. Waugoo Avenue f. West 15th Avenue g. Faust Avenue h. North Lark Street i. National Avenue j. West 11th Avenue k. Michigan Street 2. All other 2025 project maps are due by Friday, August 30, 2024. 3. Project maps for the following 2026 projects are due by Friday, May 23, 2025 (contact City Staff prior to starting work on 2026 projects for up-to-date CIP streets): a. Ohio Street b. Scott Avenue c. West 16th Avenue d. Woodland Avenue e. Clairville Road f. Josslyn Street 4. All other 2026 project maps are due by Friday, June 6, 2025. C. Recommendation of soil sampling locations and list of laboratory test analyses to be performed at each location (see enclosed example map). 1. Project recommendations for the following 2025 projects are due by Friday, August 23, 2024: a. Bay Shore Drive b. Bay Street Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Scope of Serv_6-28-24.docx Page 3 of 4 c. Bowen Street d. Central Street e. Waugoo Avenue f. West 15th Avenue g. Faust Avenue h. North Lark Street i. National Avenue j. West 11th Ave k. Michigan Street 2. All other 2025 project recommendations are due by Friday, September 20, 2024. 3. Project recommendations for the following 2026 projects are due by Friday, June 27, 2025 (contact City Staff prior to starting work on 2026 projects for up-to-date CIP streets): a. Ohio Street b. Scott Avenue c. West 16th Avenue d. Woodland Avenue e. Clairville Road f. Josslyn Street 4. All other 2026 project recommendations are due by Friday, July 11, 2025. D. Complete reports in accordance with ASTM E1527-13. 1. Project reports for the following 2025 projects are due by Friday, September 6, 2024. a. Bay Shore Drive b. Bay Street c. Bowen Street d. Central Street e. Waugoo Avenue f. West 15th Avenue g. Faust Avenue h. North Lark Street i. National Avenue j. West 11th Avenue k. Michigan Street 2. All other complete 2025 project reports are due by Friday, October 4, 2024. 3. Project reports for the following 2026 projects are due by Friday, June 27, 2025 (contact City Staff prior to starting work on 2026 projects for up-to-date CIP streets): a. Ohio Street b. Scott Avenue c. West 16th Avenue d. Woodland Avenue e. Clairville Road f. Josslyn Street 4. All other complete 2026 project reports are due by Friday, July 11, 2025. 5. Proposal Submittal Requirements A. Statement of Qualifications. B. Identification of staff that will perform the work. C. Describe staff experience in completing similar projects. Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Scope of Serv_6-28-24.docx Page 4 of 4 D. Schedule to complete the work. 6. Cost Proposal A. Provide costs to complete each of the above-listed projects per project on a lump sum basis. B. Miscellaneous Additional Projects work will be completed on a task order basis (see attached sample Project Authorization Form). The level of effort and associated lump sum cost for each additional project will be negotiated per task order request. 7. Additional Information A. All work shall be performed by qualified personnel under the supervision of an Environmental Professional (EP) as defined in §312.10 of 40 Code of Federal Regulations (CFR) and that person shall have the specific qualifications based on education, training, and experience to assess a property of the nature, history, and setting of the subject properties outlined in this Request for Proposals. Standards and practices set forth in 40 CFR Part 312, ASTM, or other recognized standard test methods and soil classifications used in preparation of the reports shall be identified. B. The streets listed in the CIP are subject to change. Additional reviews may be added to this agreement, or may be deleted at any time. C. This agreement will be per the City of Oshkosh Agreement form only; unless the Environmental Records Review Consultant has a previously-approved services agreement on file with the City. A sample agreement form is enclosed. The Environmental Records Review Consultant’s standard or general services agreement language will NOT apply. Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Cost Proposal_6-28-24.docx Page 1 of 2 Cost Proposal Environmental Records Review 2025 and 2026 Capital Improvement Program 2025 Projects: Item Description Unit Quantity Unit Price Extended Price 1. Bay Shore Drive Lump Sum 1 $ $ 2. Bay Street Lump Sum 1 $ $ 3. Bowen Street Lump Sum 1 $ $ 4. Central Street Lump Sum 1 $ $ 5. Waugoo Avenue Lump Sum 1 $ $ 6. West 15th Avenue Lump Sum 1 $ $ 7. West 11th Avenue Lump Sum 1 $ $ 8. Michigan Street Lump Sum 1 $ $ 9. Faust Avenue Lump Sum 1 $ $ 10. North Lark Street Lump Sum 1 $ $ 11. National Avenue Lump Sum 1 $ $ 12. Parking Lot 1 Lump Sum 1 $ $ 13. Parking Lot 2 Lump Sum 1 $ $ 14. Parking Lot 3 Lump Sum 1 $ $ 15. Miscellaneous Additional Projects Task Order Basis N/A N/A $15,000 Total for 2025: $ Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Cost Proposal_6-28-24.docx Page 2 of 2 2026 Projects: Item Description Unit Quantity Unit Price Extended Price 1. Ohio Street Lump Sum 1 $ $ 2. Scott Avenue Lump Sum 1 $ $ 3. West 16th Avenue Lump Sum 1 $ $ 4. Woodland Avenue Lump Sum 1 $ $ 5. Clairville Road Lump Sum 1 $ $ 6. Josslyn Street Lump Sum 1 $ $ 7. Michigan Street Lump Sum 1 $ $ 8. Faust Avenue Lump Sum 1 $ $ 9. North Lark Street Lump Sum 1 $ $ 10. National Avenue Lump Sum 1 $ $ 11. Parking Lot 1 Lump Sum 1 $ $ 12. Parking Lot 2 Lump Sum 1 $ $ 13. Parking Lot 3 Lump Sum 1 $ $ 14. Miscellaneous Additional Projects Task Order Basis N/A N/A $15,000 Total for 2026: $ TOTAL PROPOSAL COST for 2025 and 2026 $_______________________________ Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Sample Agreement Form_6-28-24.docx Page 1 of 7 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 2025 and 2026 CAPITAL IMPROVEMENTS PROGRAM ENVIRONMENTAL RECORDS REVIEW (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 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. Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Sample Agreement Form_6-28-24.docx Page 2 of 7 Services included in Item #1.C.a of the CITY’s Cost Proposal will be detailed further within individual Project Authorization forms. 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. ARTICLE VI. 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. Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Sample Agreement Form_6-28-24.docx Page 3 of 7 ARTICLE VII. CITY’S INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, the CITY will provide CONSULTANT a copy of such policy. ARTICLE VIII. 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 IX. 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: Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Sample Agreement Form_6-28-24.docx Page 4 of 7 1. This Instrument 2. CITY’s Request for Proposal dated June 28, 2024 and attached hereto 3. CONSULTANT’s Proposal dated ____________ and attached hereto 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 X. 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: Unit Rate Not to Exceed $_________ (__________________________________________ Dollars). 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Sample Agreement Form_6-28-24.docx Page 5 of 7 ARTICLE XI. 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 XII. 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 XIII. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XIV. 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Sample Agreement Form_6-28-24.docx Page 6 of 7 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 XV. 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 XVI. 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Sample Agreement Form_6-28-24.docx Page 7 of 7 ARTICLE XVII. 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 I:\Engineering\2021 - 2030 Contracts\2025 CONTRACTS\2025-2026 Env Review\RFP\Sample Project Auth Form_6-28-24.docx Page 1 of 1 PROJECT AUTHORIZATION NO. _______ ("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 Capital Improvements Program Environmental Records Review City of Oshkosh Contract Number: __________ Consultant’s Project Number: ________ The authorizing office requires performance of the following described Services: Form of Compensation: Lump Sum: $___________________ 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 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. Policy # Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 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: 1F4FFD0E-5001-4476-86AA-3B40B4226116 MI N N ESO T A ST A R I Z O N AST W 16TH AVEW 15TH AVE W 14TH AVE W SOUT H PA RK AVE W 10TH AVE W 11TH AVE W 12TH AVE W 8TH AVE W 9TH AVE OR EG O N ST !¬6 !¬7!¬1 !¬5 !¬4 !¬2 !¬3 !¬9 !¬10 !¬12 !¬13!¬8 !¬11 !¬14 Source: Esri, DigitalGlobe, GeoEye, i-cubed, Earthstar Geographics, CN ES/Airbus D S, USDA, USGS, AEX, Getmapping, Aerogrid, IGN, IGP, swisstopo, and the GISUser Community 558 N orth Main StreetOshkosh, Wisconsin 54901Phone: 920.235.0270Fax: 920.235.0321www.aecom.com Document Path: K:\Projects\60555220_2018 CIP Env Records Review\500-Deliverables\501-Oregon Street\Map_OregonStreet_11x17.mxd E Site Location M apPrinted: October 12, 2017 2018 CIP Environmental Records ReviewOregon Stree t (West 8th A ve to West 16th Ave)Cit y of Oshkosh215 C hurch AvenueP.O. Box 1130Oshkosh, Wisconsin 54903-1130 Site Risk Ranking Estimated ROW Impact Limits PROJEC T CORRIDORExpected Likely Potential High Medium Low 0 200 400 600 800100Feet Site ID Na me Addre ss Conce rns Pote nti a l Impa cts 1 Former Manufacturing, Iron Sc rap Yard, and Vulc anizing Plant 800 Oregon Street Former Us e (Manufac turing & Scrap Yard)Soil/GW Contamination Closed LUST Soil/GW Contamination (petroleum)Former USTs (W aste Oil, Leaded Gasoline, Fuel Oil)Soil/GW Contamination (petroleum/metals) Closed LUST Soil/GW Contamination (petroleum)Clos ed ERP Soil/GW Contamination (petroleum)Former USTs (Leaded Gas oline, Fuel Oil)Soil/GW Contamination (petroleum/metals) 4 Former Paint and Oil Store 923 Oregon Street Former Use (Paint Store)Soil/GW Contamination 5 Former Paint Store 1004 Oregon St reet Former Use (Paint Store)Soil/GW Contamination Closed LUST Soil/GW Contamination (petroleum)Former UST (Fuel Oil)Soil/GW Contamination (petroleum)7 Former Manufacturing 1022 Oregon St reet Former Use (Manufacturing)Soil/GW Contamination 8 Former Filling Stat ion 1026 Oregon St reet Former Us e (Filling Station)Soil/GW Contamination (petroleum) Closed LUST Soil/GW Contamination (petroleum) Former USTs (W aste Oil, Gas oline)Soil/GW Contamination (petroleum) Closed LUST Soil/GW Contamination (petroleum)Former USTs (W aste Oil, Leaded Gasoline, Fuel Oil)Soil/GW Contamination (petroleum/metals) 11 Former Auto Repair 213 South Park Ave Former Use (Automot ive Repair)Soil/GW Contamination (petroleum) Closed LUST Soil/GW Contamination (petroleum)Former USTs (Leaded Gas oline, Unk nown)Soil/GW Contamination (petroleum/metals) Closed LUST Soil/GW Contamination (petroleum) Former USTs (Gas oline)Soil/GW Contamination (petroleum) 14 Former City of Os hkos h Street Car Line Oregon Street from 9th - 16th Former Use (Street Car Rail)Solid W as te (treated railroad ties ) 3 Tower Paint 922 Oregon Street SITES OF CONCERN 904 Oregon StreetSinclair St ation2 1007 Oregon St reetT&O Lanes6 9 Dave's Aut o Repair 1104 Oregon St reet 13 Sawic ki Sales 1602 Oregon St reet 10 Dairy Expres s 1226 Oregon St reet 12 Clark Station 1322 Oregon Street Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 1250 Centennial Centre Blvd Hobart, WI 54155 920-662-9641 releeinc.com W:\0000\0000-006\ENV_COMPLIANCE\Proposal\2024\Oshkosh CAP Imp Program 2025_2026 Due 71524_10am\Letter of Interest.docx Page 1 July 15, 2024 Ms. Tracy Taylor ttaylor@oshkoshwi.gov CITY OF OSHKOSH 215 Church Avenue P. O. Box 1130 Oshkosh, WI 54301-5026 RE: Request for Proposal – 2025/2026 Environmental Records Review Services, City of Oshkosh, WI Dear Ms. Taylor: Robert E. Lee & Associates, Inc. (REL) is pleased to submit this proposal to provide Environmental Engineering Services to the City of Oshkosh (the City). This proposal includes our statement of qualifications, project examples, project team, fee, and schedule. We are a locally-owned firm and have been providing engineering and environmental services for over 60 years. Our staff features hydrogeologists, geologists, environmental engineers, ecologists, and scientists with over 100 years of environmental consulting experience. This experience provides REL with strong relationships with local communities, businesses, contractors, and regulatory personnel. REL has over 60 employees at our office located in the Village of Hobart, on the west side of Green Bay. Our mission is “Quality - First” with a dedication to long-term relationships, created through listening to our client’s needs, and providing a high quality and timely product, at a tremendous value to the clients we serve. Our team will be led by Nicole L. LaPlant, Project Manager, and Alan J. Gustafson, P.G. Other staff will also be relied on for assistance. We believe our firm provides a wealth of experience across many environmental issues that may impact your study areas. REL has successfully completed environmental records review for previous projects within the City’s Capital Improvement Program. Based on our firm’s personnel and experience, we are confident REL would be an excellent resource for the City of Oshkosh. Thank you for this opportunity to provide the City with our services. If you have any questions or need any additional information, please call (920) 662-9641 or e-mail Nicole at nlaplant@releeinc.com. Sincerely, ROBERT E. LEE & ASSOCIATES, INC. Alan J. Gustafson, P.G. Nicole L. LaPlant, Environmental Compliance Geologist Project Manager/Geologist AJG/NLL/NJM ENC. Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Se c t i o n 1 : S t a t e m e n t o f Q u a l i f i c a t i o n s Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 The City of Oshkosh (the City) is soliciting Requests for Proposal (RFP) for environmental records review for projects within the 2025/2026 Capital Improvement Program (CIP). Robert E. Lee and Associates, Inc., (REL) is very interested in providing these services to the City, and we feel uniquely qualified for the project for the following reasons: Local Relationships And Knowledge We are a locally-owned firm and have been providing engineering services throughout Wisconsin for over 60 years. The members of our environmental department have spent nearly their entire careers providing environmental consulting services in Northeast Wisconsin. Our staff features hydrogeologists, geologists, environmental engineers, ecologists, and scientists with many years of environmental consulting experience in Wisconsin. This local experience provides REL with strong relationships with local communities, businesses, contractors, and regulatory personnel. Extensive Experience Our staff is highly experienced in Phase I and Phase II Environmental Site Assessments (ESA), site investigation, and remediation projects throughout Northeast Wisconsin. Our project experience includes former and current gas stations, dry cleaners, machine shops, petroleum bulk plants, paper mills, historic fill sites, plating operations, manufacturing facilities, spill sites, and illegal dumping sites. Many of our ESA projects include asbestos and lead-based paint surveys. We also develop specifications for demolition projects and provide oversight for asbestos and lead-based paint abatement. We have completed many utility corridor evaluations for many municipal clients. Project Management Approach REL’s management and staff have executed thousands of Phase I ESAs throughout Northeast Wisconsin, including a number of them in the City of Oshkosh. REL’s policy is to have project managers maintain control over the project from conception through construction, and the principals actively involved in projects. For this project, Jared Schmidt, P.E. will be the Principal. Project manager duties will be split between Nicole LaPlant and Alan Gustafson. Statement of Qualifications Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Our philosophy is to develop and maintain a personal partnership with the City throughout the duration of a project. For all of our projects, REL will review all the potential options with the City to determine the most cost-effective alternative. Kick-off meetings will be held with the City and regulatory agencies, as necessary, to ensure an open line of communication between all involved parties. We recognize that cost is an important factor in the services we provide. We work to control costs by ensuring we have a thorough understanding of the project scope and communicate with the City during the project so that all the necessary information is used to perform the project. In addition, REL’s billing rates are very competitive with other engineering firms in the area. Personnel and Work Products REL employs three full-time staff members that are qualified Environmental Professionals (EPs), as defined in the ASTM E-1527-21 standard. This includes two staff members that are licensed Professional Geologists in the State of WI. REL also employs twelve licensed Professional Engineers and five Engineers-In-Training/Designers. All due diligence reports are completed and supervised by an EP. Insurance REL maintains the following insurance coverage. Copies of insurance certificates are included in the last section of this proposal. • Professional Liability $5,000,000• Automobile $1,000,000• Commercial General Liability $1,000,000• Workman’s Compensation Statutory Requirements • Umbrella $8,000,000 Workload The REL Environmental Compliance team staff completes approximately 150 due diligence projects per year. We are well equipped to complete this project within the deadlines provided. Statement of Qualifications Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Other Services REL provide full service environmental compliance capabilities. Additional services provided are listed below: • Vapor intrusion sampling and evaluations. • Asbestos and lead-based paint assessments. • Soil and groundwater remediation experience. • Demolition planning. Development of plans and specifications for building demolition, and coordination and oversight of building demolition. • Environmental audits and SPCC plans. • Surveying. • Site development engineering. • Wetland delineation services. • Spill response. • Voluntary Party Liability Exemptions. • Lender Liability Exemptions. • Drilling services. REL owns a Geoprobe® drill rig and are able to initiate Phase II Envrionmental Assistement work often times weeks earlier than our competition, as we are not dependent on a drilling company’s schedule, which often times can cause a two to three week delay. Statement of Qualifications Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Se c t i o n 2 : I n t r o t o t h e F i r m / R E L S t a f f O v e r v i e w Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Construction Certifications• Environmental Engineering & Sciences• Civil Engineering• Economics• Profilograph• Grading • Aggtec/I/P/IPP• Asphtec/I/II/III• PCC Tec-1 Firm Principals Mark J. Larson, CPA, CGMA President Jared G. Schmidt, P.E., Vice President Disciplines Represented Civil Engineering Environmental Engineering Geology Land Surveying Transportation Engineering Ecology Economics Environmental Sciences Hydrogeology Soil Sciences Urban and Regional Planning Cartography Project Types Feasibility Studies Concept Development Preliminary Engineering Studies Grant Application Detailed Engineering Design and Specifications Permit Application Assistance Environmental Assessment Construction Observation and Supervision Start-up Services Introduction to the FirmRobert E. Lee & Associates, Inc. was established in 1956. Our full-service consulting firm specializes in civil and environmental engineering, surveying, and natural resources services. This spectrum of services provides an integrated approach to project management for our commercial, industrial, and municipal clients throughout Wisconsin and Michigan. Specialty Services• Sanitary Sewer Collection Systems• Solid/Hazardous Waste Management• Water/Wastewater Engineering• Construction Administration• Contamination Investigations• Land Surveying• Remediation System Design• Bridge Painting Observation• Street & Roadway Design • Environmental Due Diligence Services• Natural Resources• Road and Bridge Engineering• Site Development• Storm Water Management• Land Use Planning• Agricultural Engineering• Hydrologic and Hydraulic Engineering• Flood Studies Professional Registrations & Certifications• Professional Engineer (12)• Engineer-In-Training/Designer (5)• Underground Storage Tank Site Assessor (1)• Certified Wastewater Treatment Plant Operator (3)• Land Surveyor (8) • Professional Geologist (2)• Certified Hydrogeologist (2)• Geologist (3)• Asbestos Inspector (1)• OSHA Hazardous Waste Site Worker (5)• Ecologist (9) Firm Information Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Se c t i o n 3 : P r o j e c t E x a m p l e s Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 All due diligence work will be conducted in accordance with applicable American Society for Testing and Materials (ASTM) standards (1527-21). Similarly, all investigative work will be conducted in accordance with applicable Wisconsin Department of Natural Resources (WDNR) standards and guidance. REL environmental staff has completed thousands of Phase I ESAs and hundreds of Phase II ESAs, site investigations, and remediation projects throughout Northeast Wisconsin. Our investigation and remediation project experience includes former and current farm cooperatives, gas stations, dry cleaners, machine shops, petroleum bulk plants, paper mills, historic fill sites, plating operations, manufacturing facilities, spill sites, and illegal dumping sites. Our expertise has not gone unnoticed, as we have been recognized as the preferred due diligence provider for many local financial institutions and often receive referrals from our clients and regulatory agencies. All work will be performed by an Environmental Professional (EP) as defined in 312.10 of 40 Code of Federal Regulations and also meeting the appropriate qualifications under Chapter NR712, Wisconsin Administrative Code. REL regularly completes corridor studies for road reconstruction and utility projects we are designing for communities we work with. Over the past ten years it has become our standard practices as part of REL’s design process. Our environmental staff is well versed in reviewing available records (historical and environmental) as well as interviews with local residents to determine areas of potential concern along the construction corridor. Several recent examples of utility corridor evaluations are provided below. City of Oshkosh, WI – REL completed Phase I environmental records reviews on 18 corridors as part of the 2024 CIP. The reviews were completed by Alan Gustafson, P.G. with assistance from Nicole LaPlant, Project Manager/Geologist. Nicole LaPlant assisted in project management duties. City of Oshkosh, WI – REL completed Phase I environmental reviews on 14 corridors as part of the 2023 CIP. Nicole LaPlant assisted with the enviornmental reviews and project management duties. City of Oshkosh, WI – REL completed Phase I environmental reviews on 16 corridors as part of the 2019 CIP. Alan Gustafson, P.G. and Nicole LaPlant assisted with the enviornmental reviews and project management duties. City of Wisconsin Rapids, WI – REL completed pre-planning and oversight of the W. Jackson Street and 9th Avenue N. reconstruction in 2022, and East Grand Avenue reconstruction in 2019. REL assisted on pre-screening environmental items of concern along corridor, coordinating prior approval of contaminated soil and groundwater to prevent contractor delays. REL was on call Project Examples Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 during construction, mobilizing to the site, as needed, to assist City crews properly handle and dispose of impacted material. REL also coordinated PECFA reimbursement for soil generated from a closed LUST case along the East Grand Avenue corridor. Nicole LaPlant and Alan Gustafson managed the project. REL is currently under contract with the City of Wisconsin Rapids to provide oversight addressing contamination issues on utility and road reconstruction projects in the summer of 2024. Village of Wrightstown, WI – REL completed an environmental review of an 11 mile water transmission line connecting Wrightstown to Green Bay. Pulaski, WI (multiple reviews throughout the Village) – Nicole LaPlant performed the review and identified potential concern sites. Additional investigation was conducted adjacent to several sites identified as posing a significant concern. Contamination was identified and REL in consort with Pulaski officials were able to plan for the impacts and coordinate payment for several sites through the PECFA program. Nicole LaPlant managed the project. City of Shawano, WI WisDOT Phase I/II – East 5th Street, utility and road reconstruction, Phase I and Phase II ESA work was completed. REL completed a Phase I through the corridor under the direction of WisDOT identifying multiple areas of potential concern and proceeded with a Phase II investigation to assess contaminant levels. Results were shared with the WisDOT and local utility officials to aid in planning for proposed road and utility reconstruction work. Nicole LaPlant and Alan Gustafson assisted in the Phase I reviews and conducted the Phase II ESA. City of Peshtigo, WI – French Street reconstruction. Nine block area of French Street (a main street in Peshtigo) was reviewed identifying seven potential sites of concern that were evaluated and planned for during construction. Nicole LaPlant worked on the review. Village of Junction City, WI – Corridor study related to installation of new water main and a new municipal wells as part of a CDBG grant. Town of Wrightstown, WI – Corridor Study related to the installation of water and sewer as part of a CDBG grant. City of Algoma, WI – 2022 Corridor Study related to the acquisition of one block of blighted propertie as part of a CDBG grant. Alan Gustafson completed the review. Project Examples Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Se c t i o n 4 : P r o j e c t T e a m Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 All the work on the project will be performed by the REL Environmental Services Department out of our local office at 1250 Centennial Centre Boulevard., Hobart, WI 54155. The project team assembled for this project primarily includes Jared Schmidt, P.E. as Principal, Nicole LaPlant as Project Manager, Alan Gustafson, P.G., and Cody Appletkamp, P.G. for Phase I ESA completion. The project team will also rely on GIS Specialists Anna Peters and Kyle Clark for production of maps. Our Administrative Department will support report production and generation of meeting materials. The members of the project team have spent nearly their entire careers providing environmental consulting services in Northeast Wisconsin. Our staff features hydrogeologists, environmental engineers, ecologists, and scientists with extensive environmental consulting experience in the Green Bay area. This provides REL with significant local knowledge as well as strong relationships with local Wisconsin Department of Natural Resources (WDNR) personnel. Resumes of the project team are attached. Project Team Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 The below organization chart shows the key project team members that will be assigned to this project. Resumes of key staff are also included. Project Team Map Preparation Anna Peters and Kyle Clark GIS Specialists City of Oshkosh Principal Jared G. Schmidt, P.E., V.P. Civil/Municipal Engineering Manager Project Field Work Alan J. Gustafson, P.G. Professional Geologist Cody M. Applekamp, P.G. Professional Geologist Project Manager Nicole L. LaPlant Senior Project Geologist Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 The following is a list of the key personnel and respective roles or services that they will provide. PROJECT TEAM All the work on the project will be performed out of our local office at 1250 Centennial Centre Blvd. Hobart, WI 54155. The project team assembled for this project includes REL professional staff. The project team members and their roles are presented below. Resumes of key staff are included. Jared G. Schmidt, P.E., Project Principal Jared has been involved with engineering design and construction for over 20 years. Jared’s engineering background is focused around site development, water resources, and municipal engineering. Project experience includes facilitating projects from development through final close out, including conceptual planning, design, permitting, bidding, and construction management. Jared’s involvement will be centered on the Pre-Site Clearance Permitting. Nicole L. LaPlant, Project Manager Nicole has over 30 years of environmental experience beginning her career with the WDNR. Nicole has experience addressing all aspects of environmental investigation and remediation of contaminated properties. Nicole has experience evaluating and identifying environmental concerns and impacts at properties and determining appropriate corrective action to enable redevelopment to occur. She will provide general project oversight, act as the technical lead, and provide quality assurance for all documents generated for the City and represent REL at meetings with City officials. Alan Gustafson, Professional Geologist Alan has 10 years of environmental consulting experience, and specializes in Phase I ESA completion and site investigation services. Alan will be responsible for oversight of Phase I activities and will conduct much of the environmental research. He will be completing the Phase I ESA reports and also represent REL at meetings with City officials. Cody M. Applekamp, Professional Geologist Cody has 9 years of environmental consulting experience. Cody will be assisting Alan in conducting environmental research. Anna Peters, GIS Specialist Anna has 7 years of GIS and mapping experience, specializing in environmental and wetland maps, utility asset GIS systems, and site planning and analysis. Anna will prepare maps and figures as needed for the project, utilizing ArcMap GIS software. Project Team Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 PROJECT TEAM (Continued) Kyle Clark, GIS Specialist Kyle has 2 years of GIS and mapping experience, specializing in environmental and wetland maps, utility asset GIS systems, and site planning. Kyle will assist Anna in preparing maps and figures as needed for the project, utilizing ArcMap GIS software. Project Team Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Education Marquette University Bachelor of Science Civil Engineering, 2003 RegistrationsProfessional EngineerWisconsin Professional OrganizationsAmerican Council of Engineering Companies - WIAmerican Society of Civil EngineersFox Wolf Watershed Alliance, Past PresidentNortheast Wisconsin Storm Water ConsortiumBrown County Home Builders Association, Past Government Affairs ChairmanPreble Optimist Member Continuing EducationDam break analysis using HEC-RASSource Loading and Management Model (SLAMM)P8 urban catchment modelPost-construction storm water management Con-struction erosion control Phase II storm water regulation and complianceDocks and marinas EXPERIENCE20 years experience in civil engineering covering the following areas of expertise:• Municipal engineering• Site & storm water plan design• Storm water management design & permitting• Waterway analysis & design• Site & recreational design & planning• Material dredging• Federal, state, and local agency permitting Municipal EngineeringProject manager for the design and construction of sanitary sewer, lift stations, water main, storm sewer facilities, material dredging, street and roadway cross sections; development of plans, specifications and necessary contract documents for bidding purposes; coordination between owner, contractor and construction observer. Coordination of public involvement meetings and information for municipal board meetings. Work also includes site design of residential developments, commercial building sites, parking lots, park and recreational areas. Project examples include: • Shawano Avenue, Green Bay, WI • Jenny Lane at University Avenue, Green Bay, WI • Bay Mist Drive, Green Bay, WI• Wisconsin Avenue, Grand Chute, WI • Investors Court road/storm water work, Grand Chute, WI• Black Hawk Drive, Allouez, WI• Centerline Drive, Founders Terrace, Lear Lane, Hobart, WI• Tulip Trail, Gardenia Drive, Golden Gate Drive, Little Chute, WI• East Industrial Park, Kiel, WI• TID Planning and creation, Hobart, Florence County, Pulaski, WI• 83rd Street & 90th Avenue, Pleasant Prairie, WI• Oconto River Dredging, Oconto, WI• Menekaunee Harbor, Dredge & Restoration, Marinette, WI• NWTC Pond Dredging, Green Bay, WI Centennial Centre at Hobart, Village of Hobart, WI• Sanitary sewer construction of 12,500 lf of 8”-18” sanitary sewer• Water main construction of 12,000 lf of 8”-12” water mains, • Storm sewer construction of 10,000 lf of 12”-36” storm sewer with corresponding laterals for servicing the multi-use development. • Design of a four-lane boulevard, concrete roadways, roundabout (3), regional storm water management plan, detailed streetscaping, park spaces (3), and design of private decorative lighting system Jared G. Schmidt, P.E.Vice PresidentCivil/Municipal Engineering Manager Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Site & Storm Water Plan Design & PermittingLayouts of physical improvements including building location, parking lots, and green space. Utility layouts (water main, sanitary & storm sewer), grading plans, and erosion control plans. Complete storm water BMPs design reporting, and permitting are typically required for this work. Project examples include:• WPS Gas Meter Stations, Sheboygan Falls, Manitowoc Rapids, Herman, Wrightstown, Peshtigo, Oconto, Long Lake, Forestville, Neenah, WI • WPS Electrical Substations, Lena, Pound, Sobieski, WI• Marinette Community Center, Marinette, WI• Community Memorial Hospital, Oconto Falls, WI• Fountain Ridge, Pleasant Prairie, WI• Bellin Hospital Courtyard Addition, Green Bay, WI• Bellevue Crossing, Bellevue, WI • Jones Sign, Lawrence, WI • South Bay Marina, Green Bay, WI• EMT International, Hobart, WI• Centennial Estates, Hobart, WI• 83rd Street & 90th Avenue, Pleasant Prairie, WI• Oconto River Dredging, Oconto, WI• Menekaunee Harbor, Dredge & Restoration, Marinette, WI • South Channel Habitat Restoration, Marinette, WI Storm Water Management Design Regional facility designs included the development of regional storm water Best Management Practices (BMPs) for previously or newly developed areas. Identification of complete drainage basins, land uses, storm sewer conveyance systems, and site soils to design site specific BMPs. Regional ponds or other BMPs are then designed and evaluated for storm water quality and quantity impact. Project examples include: • “The Woods” Golf Course Storm Water Pond, Green Bay, WI • Brown County Farms Pond, Green Bay, WI • Green Bay Parks - E. River Trail, Arnie Wolff Soccer Complex, Colburn Park, Bay Beach facilities, Beaver Dam Park, Green Bay, WI• Centennial Centre at Hobart regional storm plan, Hobart, WI • Fochs Trails, Hilbert, WI • Rockville Heights, Kiel, WI • Glen Kent Estates, Howard, WI • Pulaski School District Pond Retrofit, Pulaski, WI Waterway Analysis & Design Hydraulic & hydrologic analysis of numerous waterways throughout the state of Wisconsin. Data can be used for FEMA flood planing mapping, a base line for future development, culvert sizing, stream restoration. By utilizing HEC-RAS, detail analysis and design can be performed. Project examples include: • Mud Creek Bridge, Grand Chute, WI• Irish Road Crossing, Hilbert, WI Jared G. Schmidt, P.E.Vice PresidentCivil/Municipal Engineering Manager Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 • Fish Passage--CTH W, Waupaca County, WI• Mosher Creek Stream Restoration, North Fond Du Lac, WI • Lane Creek Stream Restoration, Town of Patch, Grant County, WI • Porlier Pier Permitting, Green Bay, WI • Vine Road Box Culvert Replacement, Freedom, WI • Ashwaubenon Creek Flood Plain Analysis, Lawrence, WI • East River Flood Plan Analysis, Wrightstown,WI Site/Recreational Design & PlanningPlanning and development of recreational facilities such as trails, shelters, playgrounds, ballfields, parking lots, and restrooms. Work includes coordination between clients, the users of the facility, and the agencies that oversee it; as well as design layout, cost estimates, specification writing, bid documents, and construction oversight. Project examples include:• Memorial Park Ball Diamonds, Pulaski, WI• Soccer & Track Areas, Denmark School District, WI• NWTC Campus Development Projects, Green Bay, WI• Multi-Use Trails in Hobart, Sister Bay, and Waupaca, WI• Jan Wos Park, Hobart, WI • Centennial Centre at Hobart Regional Park, Hobart, WI• Town Center Park, Grand Chute, WI• South Bay Marina, Green Bay, WI• Marian College Baseball Facility, Fond Du Lac, WI• Bay Beach Green Infrastructure Parking Lot, Green Bay, WI• Bay Beach Falling Star Amusement Ride, Green Bay, WI• Green Bay Booyah, Baseball Facility, Ashwaubenon, WI Jared G. Schmidt, P.E.Vice PresidentCivil/Municipal Engineering Manager Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 EducationUW - Green BayBachelor of ScienceUrban and Public Affairs UW - OshkoshAdditional CoursesGeology and Hydrogeology Registration Asbestos InspectorWisconsin Environmental ProfessionalPer ASTM 1527-23 Professional OrganizationsWI Groundwater Association Continuing Education OSHA 40-Hour HAZWOPER Training Adult First Aid/CPR/AED Certification EXPERIENCE30 years experience in environmental consulting covering the following areas of expertise:• Contamination Assessment and Remediation • Brownfield Redevelopment • Property Transaction Environmental Due Diligence • Environmental Compliance • Confidential PFAS Assessments For Industrial Customers. Contamination Assessment and RemediationContaminant investigations, feasibility studies, remedial design natural attenuation: petroleum hydrocarbons, chlorinated solvents, and metals. Regulatory agency negotiation and liaison. Project examples include: Redevelopment of Contaminated Properties• Marinette Marine Corporation, Marinette Facility Contaminated Soil Assistance• 1428 Main Street, Marinette Phase I/II ESA – NWTC Acquisition of the former Goodwill Industries Building• 2209 Roosevelt Street, Two Rivers, WI, Holy Family Hospital acquisition and development of a former Hamilton Company property• Door Artisan Cheese Company, Egg Harbor, WI, Redevelopment of former orchard• Tier 1 Nutritionals, Madison, WI, Building expansion contaminated soil assistance• Completed numerous PECFA & DERF funded projects Brownfield Redevelopment Knowledgeable of Brownfield grant programs. Experienced grant application preparation, Blight Elimination and Brownfield Redevelopment Grant, Site Assessment Grant and US EPA Site Assessment grant. Quality Assurance Project Plan (QAPP) preparation for US Environmental Protection Agency Brownfields Assessment Grant projects. Project examples include:• City of Wisconsin Rapids, $400,000 EPA Brownfield Assessment Grant • City of Green Bay, EPA Community-Wide Brownfield Assessment Grant• City of Wisconsin Rapids – RCH Enterprises, Brownfield Project• City of Kaukauna -- Former Gunderson Cleaners• City of Kiel – Former Stoelting Manufacturing Property• Village of Hobart – Former West Side Garage Brownfield Property Nicole LaPlantEnvironmental Compliance Project Manager Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Property Transaction Environmental Due Diligence Completion of Transaction Screens and Phase I and II Environmental Site Assessment reports for private and public sector clients. Provide environmental risk analysis related to redevelopment of contaminated properties. Knowledgeable provider of environmental assessment requirements for Small Business Administration Basic 7(a) Loan Guaranty Program and 504 Certified Development Corporation Program. Project examples include: Environmental Due Diligence• SBA Environmental Investigations• Completed numerous Phase I ESAs at commercial and industrial properties throughout WI and MI• Completed numerous utility corridor environmental reviews Environmental ComplianceAssist clients with variety of compliance needs including: SPCC plans, air permitting, WPDES permitting, land application of industrial & agricultural waste, and hazardous waste management. Nicole LaPlantEnvironmental Compliance Project Manager Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 EducationUW - Eau Claire Bachelor of ScienceComprehensive Geology UW - Eau Claire Additional CourseworkInformation Systems Registration & CertificationProfessional GeologistWisconsin Environmental ProfessionalPer ASTM 1527-21 Soil Tester Wisconsin Tank System Site Assessor Wisconsin Continuing EducationOSHA 10-hour TrainingOSHA 40-Hour HAZWOPER Training EXPERIENCE10 years experience in environmental consulting covering the following areas of expertise:• Property Transaction Environmental Due Diligence • Contamination Assessment and Remediation • Solid Waste Landfill Monitoring• Environmental Compliance Property Transaction Environmental Due Diligence Completion of Record Search with Risk Assessments, Transaction Screens, Phase I and II Environmental Site Assessment reports for private and public sector clients including lending institutions, attorneys, private land owners. Provide environmental risk analysis related to redevelopment of contaminated properties. Solid Waste Landfill Siting and MonitoringDevelopment and implementation of groundwater monitoring programs. Responsible for the groundwater monitoring supervision, evaluation, and reporting of data. Completion of solid waste transfer facility, initial site applications, and plans of operation.• Permitted Solid Waste Transfer Facility, Green Bay, WI. Contamination Assessment and RemediationContaminant investigations, remedial excavation oversight and coordination, remedial alternative evaluation and implementation. Regulatory agency negotiation and liaison. Vapor Intrusion Monitoring• Completion of vapor intrusion monitoring, including sub-slab, gas probes, and indoor air sampling at residential, commercial and industrial properties. Spill Response• Oversight of emergency spill response, including direct clean up of petroleum, acids/caustics, other chemicals. Spill reporting, spill excavation, and material disposal coordination. Environmental ComplianceAssist clients with variety of compliance needs including: Spill Prevention, Control, and Countermeasure (SPCC) plans, Emergency Planning and Community Right-to-Know Act (EPCRA) compliance for Form R and Tier II reporting, USDA NEPA reports, Community Development Block Grants (CDBG), Emergency Dredge Material Sampling and reporting. United States Department of Agriculture (USDA) National Environmental Policy Act (NEPA) Environmental Reporting• Environmental Report, Wastewater Treatment Facility Modifications, Village of Sister Bay, WI Alan Gustafson, P.G.Environmental Compliance Professional Geologist Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 WDNR Clean Water Fund Environmental Analysis• Environmental Analysis Report, Clarks Mills Sanitary District No. 1, Town of Cato, WI Community Development Block Grants• Environmental Review, Village of Black Creek, WI• Environmental Review, Village of Pulaski, WI• Environmental Review, City of Algoma, WI Emergency Dredge Material Sampling/Reporting• Algoma Marina, City of Algoma, WI Alan Gustafson, P.G.Environmental Compliance Professional Geologist Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 EducationUW - Green BayBachelor of ScienceGeoscience Registration & CertificationProfessional GeologistWisconsin Environmental Professional per ASTM 1527-21 Certified Soil Tester Wisconsin Continuing Education OSHA 40-Hour HAZWOPER Training Solid Waste Landfill Design - UW Madison Confined Space Entry Training EXPERIENCE9 years experience in environmental consulting covering the following areas of expertise:• Property Transaction Environmental Due Diligence • Solid Waste Landfill Monitoring• Contamination Assessment and Remediation• Confidential PFAs Sampling for Industrial Customers Property Transaction Environmental Due Diligence Completion of Record Search with Risk Assessments, Transaction Screens, and Phase I and II Environmental Site Assessment reports for private and public sector clients. Project examples include: Environmental Due Diligence• SBA Environmental Investigations• Lender Liability Exemptions• Property and Records Research Solid Waste Landfill MonitoringResponsible for the groundwater, surface water, gas, private wells, and leachate monitoring programs at over 25 landfills totaling over 500 monitoring points. Responsible for the reporting of groundwater monitoring data. Current and past project examples include:• Brown, Door, and Kewaunee County Landfills• Numerous closed municipal landfills• Annual monitoring and cap inspections.• Coordinate field investigations of historic landfills. Contamination Assessment and RemediationContaminant investigations at sites contaminated with: petroleum products, chlorinated solvents and metals. Regulatory agency negotiation and liaison. Project examples include:• Geoprobe Operator• Soil and groundwater sampling• Vapor sampling• Low-flow sampling • Data analysis and report writing • Utility construction observation and contamination assessment• WPDES permit illicit discharge screening• Sediment/dredge sampling Cody Applekamp, P.G.Environmental Compliance Professional Geologist Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 EducationUW - Stevens PointBachelor of ScienceHydrology with GIS Minor, 2018 CertificationsGIS Professional Cartography Natural Resources & GIS Applications Remote Pilot Certification Professional OrganizationsWisconsin Land Information Association - New Member Engagement Committee Co-Chair Continuing EducationPython ArcGIS Pro Training EXPERIENCE 7 years experience in Geographic Information Systems (GIS) services covering the following areas of expertise. • Water, sanitary sewer, and storm utility GIS mapping • Municipal GIS and mapping administration • Wetland and environmental mapping • Conceptual site planning and mapping • Suitability analysis and mapping • UAV (drone) data collection Water, Sanitary Sewer, Storm Utility GIS MappingProject specialist for the design, development, implementation, and maintenance of GIS systems for municipal utility clients. Visible utility features are located by our survey crew, and this data is combined with existing digital and paper as-built drawings to map the pipelines, record feature attributes, and create a complete view of the utility networks. All completed maps and data are uploaded to the ArcGIS Online platform, allowing the client to use the interactive maps on any desktop computer or mobile device. Any paper drawings associated with the utility system are scanned and indexed to be available within the GIS. As new utility work is completed, GIS system is updated to reflect the change. Training is provided on system completion. Projects include: • City of Green Bay Green Stormwater Infrastructure (GSI) Plan, Aqualis Municipal GIS and Mapping AdministrationServes as the GIS administrator providing services to include creation and development of zoning, weapons discharge, street sign inventory, parks, trails, and EMS call maps. Provides regular updates to these municipal maps, as well as on-demand mapping services. ArcGIS software installation, updates, and training are also provided. Wetland and Environmental MappingProvides GIS and mapping support for our ecological sector, NES Ecological Services. Create wetland delineation maps utilizing field data collected with the Trimble GEO7XH and Trimble DA2 GPS units, as well as soils, surface water, and wetland inventory data. Produce invasive species, controlled burn, and historical imagery maps, as needed. Assists with managing GPS hardware and configuring data and projects for devices. Configures multiple mobile data collection solutions for ArcGIS Field Maps and ArcGIS Survey123 to eliminate paper-based collection methods and automate reporting. Anna PetersGIS Specialist Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Conceptual Site Planning and MappingCreates conceptual site maps for planning new development. Provides a comprehensive view of existing site conditions, bringing together data layers such as orthophotography, parcels, environmentally sensitive areas, floodplain, soils, wetlands, utilities, and built structures. Uses existing conditions to locate optimal areas for development as well as potentially excluded areas. Provides rapid prototyping of various site layouts, depicting proposed buildings, parking, roads, green space, and utilities in relation to the existing conditions. Utilizes SketchUp and ArcGIS Pro for three-dimensional views of proposed site conditions. Suitability Analysis and MappingGenerate series of maps to aid in analyzing site suitability for storm water infrastructure. Provide a spatial view of variables associated with storm water management and develop an ArcGIS Online map for maintenance tracking of future infrastructure. UAV (Drone) Data CollectionPilots UAV system to collect high resolution aerial photos and 3D topography data. The data is used for a number of purposes, including site planning and analysis, mine and quarry surveys, construction site documentation, and environmental monitoring. The resulting 3D models can be used to generate detailed topographic contours, calculate volumes of stockpiles, and perform other analysis. Anna PetersGIS Specialist Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 EducationPortland State UniversityBachelor of ScienceAnthropology (Archaeology) Fort Vancouver Field SchoolArchaeological Field Technician Portland Community CollegeGIS Certification Program CertificationsGeographic Information Systems (GIS) EXPERIENCE 1 year experience in Geographic Information Systems (GIS) services covering the following areas of expertise.• Water, sanitary sewer, and storm utility GIS mapping• Municipal GIS and mapping • Wetland and environmental mapping• Conceptual site planning and mapping Water, Sanitary Sewer, Storm Utility GIS MappingProvides assistance for the design, development, implementation, and maintenance of GIS systems for municipal utility clients. Visible utility features are located by our survey crew,then data is combined with existing digital and paper as-built drawings to map the pipelines, record feature attributes, and create a complete utility networks view. Completed maps and data are uploaded to the ArcGIS Online platform, allowing our client to use interactive maps on desktop computers or mobile devices. Paper drawings associated with the utility system are scanned and indexed to be available within GIS. As new utility work is completed, GIS system is updated. Training is provided on system completion. Municipal GIS and MappingServes as the GIS technician providing services to include creation and development of zoning, street sign inventory, parks, trails, and EMS call maps. Aids in updates to these municipal maps. Wetland and Environmental MappingProvides GIS and mapping support for our ecological sector, NES Ecological Services. Create wetland delineation and pesticide applicator maps utilizing field data collected with the Trimble GEO7XH GPS, Trimble DAZ GPS, as well as soils, surface water, and wetland inventory data. Assists with managing GPS hardware and configuring data and projects for devices. Configures multiple mobile data collection solutions for ArcGIS Field maps and ArcGIS Survey123 to eliminate paper-based collection methods and automate reporting. Conceptual Site Planning and MappingCreates conceptual site maps for planning new development utilizing ArcGIS Pro & CAD softwares. Provides a comprehensive view of existing site conditions, bringing together data layers such as orthophotography, parcels, environmentally sensitive areas, floodplain, soils, wetlands, utilities, and built structures. Uses existing conditions to locate optimal areas for development as well as potentially excluded areas. Provides rapid prototyping of various site layouts, depicting proposed buildings, parking, roads, green space, and utilities in relation to the existing conditions. Utilizes SketchUp and ArcGIS Pro for three-dimensional views of proposed site conditions. Kyle ClarkGIS/CAD Technician Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Se c t i o n 5 : P r o j e c t F e e Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Project Fee Description Unit Quantity Unit Price Extended Price 1. Bay Shore Drive Lump Sum 1 $1,800 $1,800 2. Bay Street Lump Sum 1 $1,700 $1,700 3. Bowen Street Lump Sum 1 $1,800 $1,800 4. Central Street Lump Sum 1 $1,800 $1,800 5. Waugoo Avenue Lump Sum 1 $1,700 $1,700 6. West 15th Avenue Lump Sum 1 $1,700 $1,700 7. West 11th Avenue Lump Sum 1 $1,800 $1,800 8. Michigan Street Lump Sum 1 $1,800 $1,800 9. Faust Avenue Lump Sum 1 $1,800 $1,800 10. North Lark Street Lump Sum 1 $1,700 $1,700 11. National Avenue Lump Sum 1 $1,700 $1,700 12. Parking Lot 1 Lump Sum 1 $1,800 $1,800 13. Parking Lot 2 Lump Sum 1 $1,800 $1,800 14. Parking Lot 3 Lump Sum 1 $1,800 $1,800 15.Miscellaneous Additional Projects Task Order Basis NIA N/A $15,000 2025 Total:$39,700 Cost Proposal Environmental Records Review 2025 and 2026 Capital Improvement Program 2025 Projects: Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Project Fee Description Unit Quantity Unit Price Extended Price 1. Ohio Street Lump Sum 1 $1,800 $1,800 2. Scott Avenue Lump Sum 1 $1,700 $1,700 3. West 16th Avenue Lump Sum 1 $1,800 $1,800 4. Woodland Avenue Lump Sum 1 $1,700 $1,700 5. Clairville Road Lump Sum 1 $1,700 $1,700 6. Josslyn Street Lump Sum 1 $1,800 $1,800 7. Michigan Street Lump Sum 1 $-$- 8. Faust Avenue Lump Sum 1 $-$- 9. North Lark Street Lump Sum 1 $-$- 10. National Avenue Lump Sum 1 $-$- 11. Parking Lot 1 Lump Sum 1 $1,800 $1,800 12. Parking Lot 2 Lump Sum 1 $1,800 $1,800 13. Parking Lot 3 Lump Sum 1 $1,800 $1,800 14.Miscellaneous Additional Projects Task Order Basis NIA N/A $15,000 2026 Total:$30,900 $70,600 Cost Proposal Environmental Records Review 2025 and 2026 Capital Improvement Program 2026 Projects: TOTAL PROPOSAL COST for 2025 and 2026 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Se c t i o n 6 : P r o j e c t S c h e d u l e Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 • July 2024 - Begin 2025 project work. • August 16, 2024 - Provide 2025 project maps showing areas of potentially impacted soil and groundwater, for Bay Shore Drive, Bay Street, Bowen Street, Central Street, Waugoo Avenue, West 15th Avenue, Faust Avenue, North Lark Street, National Avenue, West 11th Avenue, and Michigan Street • August 23, 2024 - Provide soil sampling location recommendations for 2025 projects: Bay Shore Drive, Bay Street, Bowen Street, Central Street, Waugoo Avenue, West 15th Avenue, Faust Avenue, North Lark Street, National Avenue, West 11th Avenue, and Michigan Street. • August 30, 2024 - Provide project maps for remaining 2025 public property Improvement projects. • September 6, 2024 - Provide Phase I Reports for Bay Shore Drive, Bay Street, Bowen Street, Central Street, Waugoo Avenue, West 15th Avenue, Faust Avenue, North Lark Street, National Avenue, West 11th Avenue, and Michigan Street. • September 20, 2024 - Provide soil sampling location recommendations for remaining 2025 public property Improvement projects. • October 4, 2024 - Provide Phase I Reports for remaining 2025 public property Improvement projects. • February 2025 - Contact City staff prior to starting work on 2026 projects of updated CIP streets. • March/April 2025 - Begin 2026 project work. • May 23, 2025 - Provide 2026 project maps showing areas of potentially impacted soil and groundwater for Ohio Street, Scott Avenue, West 16th Avenue, Woodland Avenue, Clairville Road, and Josslyn Street. • June 6, 2025 - Provide project maps for remaining 2026 public property improvement projects. • June 27, 2025 - Provide soil sampling recommendations and Phase I Reports for Ohio Street, Scott Avenue, West 16th Avenue, Woodland Avenue, Clairville Road, and Josslyn Street. • July 11, 2025 - Provide soil sampling recommendtations and Phase I ESA Reports for remaining 2026 public property improvement projects. Project Schedule Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Se c t i o n 7 : I n s u r a n c e C e r t i f i c a t e s Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Willis Towers Watson Midwest, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA Robert E. Lee & Associates Inc & Northern Ecological Services 1250 Centennial Centre Blvd Hobart, WI 541558995 SEE ATTACHED For Bid Purposes Only 06/05/2024 1-877-945-7378 1-888-467-2378 certificates@wtwco.com Underwriters at Lloyd's London 15792 W33820867 A Professional Liability Per Claim:ENVP0000409-24 06/01/2024 06/01/2025 Aggregate: Deductible: 348901025974013SR ID:BATCH: $50,000 $5,000,000 $5,000,000 WTW Certificate Center Page 1 of 2Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Robert E. Lee & Associates Inc & Northern Ecological Services 1250 Centennial Centre Blvd Hobart, WI 541558995 INSURER AFFORDING COVERAGE: Underwriters at Lloyd's London NAIC#: 15792 POLICY NUMBER: ENVP0000409-24 EFF DATE: 06/01/2024 EXP DATE: 06/01/2025 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Pollution Liability Per Claim: $5,000,000 Aggregate: $5,000,000 Deductible: $50,000 2 2 Willis Towers Watson Midwest, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance W33820867CERT:3489010BATCH:25974013SR ID: NOTE: 2026 Certificates of Insurance will be submitted prior to start of work on 2026 projects. Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116 Docusign Envelope ID: 1F4FFD0E-5001-4476-86AA-3B40B4226116