Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Cedar_Corporations_Agreement_for_2026_-_2028
I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\Cedar Corp 2026-2028 Landfill Mon\Cedar Corp Agreement-2026-2028 LF Mon_1-1-26.docx Page 1 of 9 City Hall, 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 https://www.oshkoshwi.gov PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into on the 1st day of January, 2026, by and between the CITY OF OSHKOSH, 215 Church Avenue, Oshkosh, Wisconsin 54901 (City), and CEDAR CORPORATION, 1695 Bellevue Street, Green Bay, WI 54311 (Consultant). 1. Project/Timeline. The City solicited proposals for engineering services for 2026 – 2028 Landfill Monitoring Services to be completed no later than December 31, 2028. 2. Consideration. The City and Consultant agree to the terms and conditions of this Agreement in return for the monetary and other consideration described herein. The parties acknowledge the receipt of the consideration and further acknowledge that the consideration given and received is of sufficient value to induce them to enter into this Agreement. 3. Component Parts of the Parties’ Agreement. For convenience, the parties agree to compile various separate documents related to this Project and incorporate them into this Agreement. Therefore, the terms and conditions of this Agreement may be in multiple places, and consist of the component parts described below. The component parts may or may not be physically attached to this Agreement. Regardless of whether or not they are attached, they are considered to be fully incorporated as part of this Agreement. The component parts of this Agreement are: a. The terms of this Professional Services Agreement, including any other documents or terms referenced and/or attached, but not including component parts identified below. b. City’s Request for Proposal issued November 10, 2025, which is attached hereto. c. Consultant’s Proposal dated November 26, 2025, which is attached hereto. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\Cedar Corp 2026-2028 Landfill Mon\Cedar Corp Agreement-2026-2028 LF Mon_1-1-26.docx Page 2 of 9 d. The terms and conditions are listed above in order of importance. If terms and conditions in various component parts are conflicting, then the terms and conditions in the component part first listed will control over the conflicting term and condition in the later component part. Any changes in terms and conditions during the term of the contract are not effective unless agreed to by both parties and incorporated into a written amendment, change order or similar document. The preceding rule of interpretation may be modified by the parties in particular circumstances as described elsewhere in this Agreement or in a signed amendment, change order, or other document. 4. Representatives. The parties assign the following persons as the primary contacts for their respective interests related to managing and carrying out the tasks of this Agreement. These persons may be changed upon written notice from the party making the change. a. For the City: James Rabe, P.E., CPESC, Director of Public Works. b. For the Consultant: Daniel O’Connell, P.G., C.P.G., Director, Environmental Services. 5. Scope of Services. Consultant shall provide the services described in the component parts identified above. Any changes must be placed in writing and signed by both parties. Changes in scope may include a need to adjust the contract amount either up or down. 6. Records and Deliverables. Reports, plans and specifications, and other information may be provided to City as deliverables for this Project. a. Deliverables prepared under this Agreement shall become the property of the City upon completion of the work and payment in full of all monies due to the Consultant. b. However, Consultant may continue to use the deliverables and information therein for descriptions or discussions of this Project in other contexts, and may use some or all of the information in the deliverables in or for other projects. Any such subsequent use by Consultant shall be without royalty or other fees, or obligations, to City. c. Consultant’s deliverables are intended only for use related to the Project subject to the Agreement, and are not subject to any warranty or guaranty if subsequently modified or reused for a later project. Any modification or reuse for projects other than the project that is the subject of this Agreement shall be at the City’s sole risk and without liability to Consultant. d. Documents, including deliverables, created by Consultant may subsequently be viewed by, or provided to, a third person as a public record not subject to redaction Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\Cedar Corp 2026-2028 Landfill Mon\Cedar Corp Agreement-2026-2028 LF Mon_1-1-26.docx Page 3 of 9 or withholding by applicable law. In such instances, neither party retains control over subsequent uses of these documents and therefore neither party shall consider the other responsible for such subsequent use. 7. Term and Termination. a. Term. This Agreement shall commence upon the date indicated above and shall terminate on December 31, 2028, unless terminated earlier by one (1) of the parties as provided below. The parties may extend this Agreement, upon written notice to this Agreement signed by both parties. b. Termination. i. For Cause. If either party shall fail to fulfill in timely and proper manner any of the material obligations under this Agreement, the other party may, at its discretion, terminate this Agreement by written notice. In this event, the Consultant shall be entitled to compensation to the date of delivery of the Notice. ii. For Convenience. The City may terminate this Agreement at any time by giving written notice to the Consultant no later than 30 calendar days before the termination date. In this event, the Consultant shall be entitled to compensation to the termination date. 8. 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 and as otherwise described in this Agreement, with the option for two (2) additional one (1) year terms. Consultant shall perform the services under this Agreement with reasonable diligence and expediency consistent with the Standard of Care. The City agrees that 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, public health emergencies, or failure of performance by the City. 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. 9. Suspension, Delay, or Interruption of Work. City may suspend, delay, or interrupt the Services of Consultant for the convenience of City. In such event, Consultant's contract amount and schedule shall be equitably adjusted. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\Cedar Corp 2026-2028 Landfill Mon\Cedar Corp Agreement-2026-2028 LF Mon_1-1-26.docx Page 4 of 9 10. Assignment. Neither party to this Agreement shall transfer, sublet, or assign any rights under or interest in this Agreement (including, but not limited to, monies that are due or monies that may be due) without the prior written consent of the other party. 11. Independent Contractor. Consultant is an independent contractor and is not an employee of the City. 12. Cooperation in Litigation and Audits. Consultant shall fully and completely cooperate with the City, the City’s insurer, the City’s attorneys, the City’s Auditors or other representative of the City (collectively, the “City” for purposes of this Article). a. Cooperation is expected in connection with any internal or governmental investigation or administrative, regulatory, arbitral, or judicial proceeding (collectively “Litigation”) or internal or governmental Audit, with respect to matters relating to this Agreement. b. Excluded from this duty of cooperation is a third party proceeding in which Consultant is a named party and Consultant and the City have not entered into a mutually-acceptable joint defense agreement. c. Examples of expected cooperation may include, but shall not be limited to, responding to requests for documents and/or other records, and making Consultant’s employees available to the City (or their respective insurers, attorneys, or auditors) upon reasonable notice for: (i) interviews, factual investigations, and providing declarations or affidavits that provide truthful information in connection with any Litigation or Audit; (ii) appearing at the request of the City to give testimony in accordance with a subpoena or other legal process; (iii) volunteering to the City all pertinent information related to any Litigation or Audit; and (iv) providing information and legal representations to auditors in a form and within a timeframe requested. d. City shall reimburse Consultant for reasonable direct expenses incurred in connection with providing documents and records required under this Paragraph and may require, at the City’s sole discretion, such expenses to be documented by receipts or other appropriate documentation. Reasonable direct expenses include costs, such as copying, postage, and similar costs; but do not include wages, salaries, benefits, and other employee compensation. Consultant shall not be entitled to additional compensation for employee services provided under this Paragraph. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\Cedar Corp 2026-2028 Landfill Mon\Cedar Corp Agreement-2026-2028 LF Mon_1-1-26.docx Page 5 of 9 13. 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 and locality said services are performed. Consultant will re-perform any services not meeting this standard without additional compensation. 14. Opinions of Cost and Financial Considerations. In providing opinions of cost, financial analyses, or economic feasibility projections for the Project, the City recognizes that Consultant has no direct control over cost or price of labor and materials; market conditions; and other economic factors that may materially affect the ultimate Project cost. Therefore, it is understood between the parties the Consultant provides its opinion and warranty the City’s actual Project costs, financial aspects, or economic feasibility will not vary from Consultant's opinions, analyses, projections, or estimates. 15. 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. Consultant may reasonably rely upon the accuracy, timeliness, and completeness of the information provided by City. 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. 16. Asbestos or Hazardous Substances. If asbestos or hazardous substances in any form are encountered or suspected, Consultant will stop its own work in the affected portions of the Project to permit testing and evaluation. If asbestos is suspected, Consultant will, if mutually agreed, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, Consultant will, if mutually agreed, conduct tests in an effort to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. The City recognizes Consultant assumes no risk and/or liability for a waste or hazardous waste site originated by other than the Consultant. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\Cedar Corp 2026-2028 Landfill Mon\Cedar Corp Agreement-2026-2028 LF Mon_1-1-26.docx Page 6 of 9 17. Payment. a. Amount. The City shall pay to the Consultant for the performance of the tasks described in this Agreement a time and materials amount not to exceed $284,850 for the work to be performed. i. 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. ii. 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. b. Fee Schedule. Attached fee schedule(s) shall be firm for the duration of this Agreement. c. Payment. The Consultant shall submit itemized monthly statements for services. Itemized monthly statements must include, at a minimum, the person performing the task(s), a brief description of the task(s) performed, the time spent on the task(s), the hourly rate, and the total amount billed for the task(s). Tasks do not have to be listed separately, but if the Consultant places the tasks in groups, they should do so in a manner that is reasonable and understandable to the City and the public. The City shall pay the Consultant within thirty (30) calendar days after receipt of such statement. d. Disputed Amounts. If any statement amount is disputed, the City may withhold payment of such disputed amount and shall provide to Consultant a statement as to the reason(s) for withholding payment. Amounts invoiced and not disputed shall be paid according to the regular schedule agreed upon. e. 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. 18. Hold Harmless. It is the intention of the parties that each party shall be solely responsible for its own actions, inactions, and activities, including the actions and activities of its own officers, employees, and agents while acting within the scope of their employment. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\Cedar Corp 2026-2028 Landfill Mon\Cedar Corp Agreement-2026-2028 LF Mon_1-1-26.docx Page 7 of 9 a. Subject to the provisions of Section 443.20 of the Wisconsin Statutes, the Consultant covenants and agrees to protect, hold harmless, and indemnify the City of Oshkosh against all actions, claims, and demands which may arise related to Consultant’s performance of services as provided under the terms of this Agreement. This indemnity is limited to losses proximately caused by the Consultant’s negligent performance of design professional services and is limited to the proportion of loss caused by the negligent performance; and/or indemnification for Consultant’s acts or omissions that involve reckless, wanton, or intentional misconduct. Consultant shall indemnify or refund to the City all sums expended including court costs, attorney fees, and punitive damages which the City may be obliged or adjudged to pay for losses as described within this Paragraph. Claims or demands are due within thirty (30) days of the date of the City’s written demand for indemnification. b. Subject to any and all immunities and limitations contained in Wisconsin Statutes, Sec. 893.80, and any applicable part of the Wisconsin Statutes, the City agrees to hold Consultant harmless from liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), to the proportionate extent caused by or resulting from the intentional or negligent acts of the City, its agents or assigns, its employees, or its Sub-Consultants related to the performance of this Agreement or which may be caused or result from any violation of any law or administrative regulation, 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. 19. Insurance. The Consultant agrees to procure and retain in good standing policies which in all respects comply with the attached City of Oshkosh Insurance Requirements for Professional Services and Pollution Exposures Liability Insurance Requirements. 20. Whole Agreement / Amendment. This document and any attachments identified or documents referenced contain all terms and conditions of the Agreement and any additions, subtractions, or alterations to the resulting Agreement shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. 21. No Third-Party Beneficiaries. This Agreement gives no rights, benefits, or obligations to anyone other than City and Consultant and therefore there are no third-party beneficiaries of this Agreement. 22. Non-Discrimination. The Consultant will not discriminate in its actions related to this Agreement on the basis of race, color, creed, age, and gender, or other protected classes as otherwise prohibited by law. A breach of this term may be regarded as a material breach of this Agreement. Consultant agrees that all hiring or employment related to this Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\Cedar Corp 2026-2028 Landfill Mon\Cedar Corp Agreement-2026-2028 LF Mon_1-1-26.docx Page 8 of 9 Agreement will not involve any discrimination against any employee or applicant for employment related to race, color, religion, sex, sexual orientation, gender identity, national origin, or other protected class as otherwise prohibited by law. 23. Public Records. The City is a governmental entity that is required to comply with Wisconsin public records laws. Consultant acknowledges that Wisconsin Public Records laws assume records are available for public viewing unless there are specific other laws that prevent or limit release, and further acknowledges that documents provided to a public entity such as the City are treated by the law differently than documents provided to a private entity. Consultant also acknowledges that it is a contractor of the City and therefore pursuant to Wisconsin law may be in possession of public records which are not otherwise also in the possession of the City. Consultant agrees to cooperate with the City and any public records requests. Notwithstanding any other term of this Agreement, including component parts, the City will always be allowed to treat the records as either public or as confidential according to applicable law, and to use documents in conformity with all applicable laws, including public records laws. Any action the City takes that is consistent with any applicable law shall not be considered a breach or violation of this Agreement, regardless if this Agreement or any attachment or referenced document includes terms or conditions that conflict with applicable law that the City is following. Consultant may elect to challenge a public records decision by City, but must do so at its own risk and own cost, regardless of the outcome of such challenge. 24. Agreement Not to Be Construed Against Any Party. This Agreement is the product of negotiation between all parties and therefore no term, covenant, or provision herein or the failure to include a term, covenant, or provision shall be construed against any party hereto solely on the basis that one party or the other drafted this Agreement or any term, covenant, or condition contained herein. 25. No Waiver. Failure of either party to insist upon the strict performance of terms and provisions of this Agreement, or any of them, shall not constitute or be construed as a waiver or relinquishment of that party’s right to thereafter enforce such term or provision, and that term of the provisions shall continue in full force and effect. 26. Severability. If any term, covenant, condition, or provision of this Agreement shall be adjudged invalid or unenforceable by a court of competent jurisdiction, the remainder of this Agreement shall not be affected thereby and the remainder of the Agreement shall be valid and enforceable to the fullest extent permitted by law. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\Cedar Corp 2026-2028 Landfill Mon\Cedar Corp Agreement-2026-2028 LF Mon_1-1-26.docx Page 9 of 9 27. Choice of Law, Venue, and Dispute Resolution. The laws of the State of Wisconsin shall govern the interpretation and construction of this Agreement. Winnebago County shall be the venue for all disputes arising under this Agreement. The parties agree that it may be beneficial to undertake an initial mutually-agreeable mediation to resolve a dispute. However, unless otherwise agreed to by the parties, all disputes shall be resolved by the judiciary. Under no circumstance shall any dispute be subject to arbitration. 28. Signatures. By placing their signatures below, each individual affirms that the entity they represent is authorized to enter into this Agreement, and further affirm that they are authorized by the entity they are representing to bind their respective parties to the terms and conditions of this Agreement. CEDAR CORPORATION By: _____________________________ Daniel O’Connell, P.G., C.P.G. Director, Environmental Services CITY OF OSHKOSH By: _____________________________ Rebecca N. Grill, City Manager And: _____________________________ Darla Salinas, City Clerk Approved as to form: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this Agreement. _____________________________ David Praska, Interim City Attorney _____________________________ Julie Calmes, Finance Director Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\2026-2028 Landfill Mon\Cedar Corp Cover Ltr-2026-2028 Landfill Mon_11-10-25.docx Page 1 of 1 City Hall, 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 http://www.ci.oshkosh.wi.us November 10, 2025 Daniel O’Connell, P.G., CPG Cedar Corporation 1695 Bellevue Street Green Bay, WI 54311 E-Mail: dan.oconnell@cedarcorp.com RE: Request for Proposals for 2026 – 2028 Landfill Monitoring Services Dear Dan: The City of Oshkosh is hereby requesting proposals be submitted for 2026 – 2028 landfill monitoring services for the Knapp Street Quarries, Kienast-Paulus Quarries, and Timmerman Landfill. This agreement will be for a 3-year term, with the possibility of two 1-year extensions. The services to be provided include standard landfill monitoring services, with an allowance for system maintenance and repairs. The proposal should also include plan modifications services for the closed Quarry Park Landfill, due to the implementation of the new Quarry Park Master Plan in 2026. Questions regarding this Request for Proposals shall be e-mailed to Tracy Taylor at ttaylor@oshkoshwi.gov (with the subject heading of “2026 – 2028 Landfill Monitoring Services”) by 04:00 p.m. on Monday, November 17, 2025. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposals by 12:00 noon on Thursday, November 20, 2025. Please submit one (1) pdf and one (1) hard copy of the Proposal to Tracy Taylor no later than 4:00 p.m. on Wednesday, November 26, 2025. Enclosed with this letter are the City’s Standard Engineering Services Agreement, Professional Services and Pollution Exposures Liability Insurance Requirements, and the Quarry Park Master Plan. The information contained within these enclosures shall become a part of the Agreement with the Consultant selected to perform the Services. If you have any questions, please do not hesitate to contact us. Sincerely, James Rabe, P.E., CPESC Director of Public Works Enclosures Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_7-31- 25.docxI:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_2-17- 25.docx Page 1 of 9 City Hall, 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 https://www.oshkoshwi.gov PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into on the _____ day of ________________, 2025, by and between the CITY OF OSHKOSH, 215 Church Avenue, Oshkosh, Wisconsin 54901 (City), and CONSULTANT, address, City, State Zip (Consultant). 1. Project/Timeline. (Provide a brief description of the project and the timeline. For example, the City solicited proposals for engineering services for __________________ to be completed no later than June 1, 20__. You should also insert a date when they are expected to start the project. Ideally you would also insert at least a general timeline and benchmarks they are expected to meet to ensure that they keep your project moving.) 2. Consideration. The City and Consultant agree to the terms and conditions of this Agreement in return for the monetary and other consideration described herein. The parties acknowledge the receipt of the consideration and further acknowledge that the consideration given and received is of sufficient value to induce them to enter into this Agreement. 3. Component Parts of the Parties’ Agreement. For convenience, the parties agree to compile various separate documents related to this Project and incorporate them into this Agreement. Therefore, the terms and conditions of this Agreement may be in multiple places, and consist of the component parts described below. The component parts may or may not be physically attached to this Agreement. Regardless of whether or not they are attached, they are considered to be fully incorporated as part of this Agreement. The component parts of this Agreement are: a. The terms of this Professional Services Agreement, including any other documents or terms referenced and/or attached, but not including component parts identified below. b. City’s Request for Proposal issued _____________, and particularly the Project Description and Timeline sections therein. c. Consultant’s Proposal dated ____________________, and/or identified as ___________________, which is attached hereto. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_7-31- 25.docxI:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_2-17- 25.docx Page 2 of 9 d. The terms and conditions are listed above in order of importance. If terms and conditions in various component parts are conflicting, then the terms and conditions in the component part first listed will control over the conflicting term and condition in the later component part. Any changes in terms and conditions during the term of the contract are not effective unless agreed to by both parties and incorporated into a written amendment, change order or similar document. The preceding rule of interpretation may be modified by the parties in particular circumstances as described elsewhere in this Agreement or in a signed amendment, change order, or other document. 4. Representatives. The parties assign the following persons as the primary contacts for their respective interests related to managing and carrying out the tasks of this Agreement. These persons may be changed upon written notice from the party making the change. a. For the City: Name, Title b. For the Consultant: Name, Title 5. Scope of Services. Consultant shall provide the services described in the component parts identified above. Any changes must be placed in writing and signed by both parties. Changes in scope may include a need to adjust the contract amount either up or down. 6. Records and Deliverables. Reports, plans and specifications, and other information may be provided to City as deliverables for this Project. (This is general language for all kinds of projects, you might want to be more specific for your purposes, such as “deliverables shall those described in Consultant’s Proposal dated June 21, 2025” or “as described in the City’s RFP” or list the deliverables here.) a. Deliverables prepared under this Agreement shall become the property of the City upon completion of the work and payment in full of all monies due to the Consultant. b. However, Consultant may continue to use the deliverables and information therein for descriptions or discussions of this Project in other contexts, and may use some or all of the information in the deliverables in or for other projects. Any such subsequent use by Consultant shall be without royalty or other fees, or obligations, to City. c. Consultant’s deliverables are intended only for use related to the Project subject to the Agreement, and are not subject to any warranty or guaranty if subsequently modified or reused for a later project. Any modification or reuse for projects other than the project that is the subject of this Agreement shall be at the City’s sole risk and without liability to Consultant. d. Documents, including deliverables, created by Consultant may subsequently be viewed by, or provided to, a third person as a public record not subject to redaction or withholding by applicable law. In such instances, neither party retains control over Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_7-31- 25.docxI:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_2-17- 25.docx Page 3 of 9 subsequent uses of these documents and therefore neither party shall consider the other responsible for such subsequent use. 7. Term and Termination. a. Term. This Agreement shall commence upon the date indicated above (or insert date) and shall terminate on ________________, unless terminated earlier by one (1) of the parties as provided below. The parties may extend this Agreement, upon written notice to this Agreement signed by both parties. b. Termination. i. For Cause. If either party shall fail to fulfill in timely and proper manner any of the material obligations under this Agreement, the other party may, at its discretion, terminate this Agreement by written notice. In this event, the Consultant shall be entitled to compensation to the date of delivery of the Notice. ii. For Convenience. The City may terminate this Agreement at any time by giving written notice to the Consultant no later than 30 calendar days before the termination date. In this event, the Consultant shall be entitled to compensation to the termination date. 8. 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/Consultant’s Scope of Services/Consultant’s Proposal and as otherwise described in this Agreement. Consultant shall perform the services under this Agreement with reasonable diligence and expediency consistent with the Standard of Care. The City agrees that 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, public health emergencies, or failure of performance by the City. 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. 9. Suspension, Delay, or Interruption of Work. City may suspend, delay, or interrupt the Services of Consultant for the convenience of City. In such event, Consultant's contract amount and schedule shall be equitably adjusted. 10. Assignment. Neither party to this Agreement shall transfer, sublet, or assign any rights under or interest in this Agreement (including, but not limited to, monies that are due or monies that may be due) without the prior written consent of the other party. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_7-31- 25.docxI:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_2-17- 25.docx Page 4 of 9 11. Independent Contractor. Consultant is an independent contractor and is not an employee of the City. 12. Cooperation in Litigation and Audits. Consultant shall fully and completely cooperate with the City, the City’s insurer, the City’s attorneys, the City’s Auditors or other representative of the City (collectively, the “City” for purposes of this Article). a. Cooperation is expected in connection with any internal or governmental investigation or administrative, regulatory, arbitral, or judicial proceeding (collectively “Litigation”) or internal or governmental Audit, with respect to matters relating to this Agreement. b. Excluded from this duty of cooperation is a third party proceeding in which Consultant is a named party and Consultant and the City have not entered into a mutually-acceptable joint defense agreement. c. Examples of expected cooperation may include, but shall not be limited to, responding to requests for documents and/or other records, and making Consultant’s employees available to the City (or their respective insurers, attorneys, or auditors) upon reasonable notice for: (i) interviews, factual investigations, and providing declarations or affidavits that provide truthful information in connection with any Litigation or Audit; (ii) appearing at the request of the City to give testimony in accordance with a subpoena or other legal process; (iii) volunteering to the City all pertinent information related to any Litigation or Audit; and (iv) providing information and legal representations to auditors in a form and within a timeframe requested. d. City shall reimburse Consultant for reasonable direct expenses incurred in connection with providing documents and records required under this Paragraph and may require, at the City’s sole discretion, such expenses to be documented by receipts or other appropriate documentation. Reasonable direct expenses include costs, such as copying, postage, and similar costs; but do not include wages, salaries, benefits, and other employee compensation. Consultant shall not be entitled to additional compensation for employee services provided under this Paragraph. 13. 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 and locality said services are performed. Consultant will re-perform any services not meeting this standard without additional compensation. 14. Opinions of Cost and Financial Considerations. In providing opinions of cost, financial analyses, or economic feasibility projections for the Project, the City recognizes that Consultant has no direct control over cost or price of labor and materials; market conditions; and other economic factors that may materially affect the ultimate Project cost. Therefore, it is understood between the parties the Consultant provides its opinion and warranty the City’s Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_7-31- 25.docxI:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_2-17- 25.docx Page 5 of 9 actual Project costs, financial aspects, or economic feasibility will not vary from Consultant's opinions, analyses, projections, or estimates. 15. 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. Consultant may reasonably rely upon the accuracy, timeliness, and completeness of the information provided by City. 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. 16. Asbestos or Hazardous Substances. If asbestos or hazardous substances in any form are encountered or suspected, Consultant will stop its own work in the affected portions of the Project to permit testing and evaluation. If asbestos is suspected, Consultant will, if mutually agreed, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, Consultant will, if mutually agreed, conduct tests in an effort to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. The City recognizes Consultant assumes no risk and/or liability for a waste or hazardous waste site originated by other than the Consultant. 17. Payment. a. Amount. The City shall pay to the Consultant for the performance of the tasks described in this Agreement a time and materials amount not to exceed $______________ for the work to be performed. i. 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. ii. 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. b. Fee Schedule. Attached fee schedule(s) shall be firm for the duration of this Agreement. c. Payment. The Consultant shall submit itemized monthly statements for services. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_7-31- 25.docxI:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_2-17- 25.docx Page 6 of 9 Itemized monthly statements must include, at a minimum, the person performing the task(s), a brief description of the task(s) performed, the time spent on the task(s), the hourly rate, and the total amount billed for the task(s). Tasks do not have to be listed separately, but if the Consultant places the tasks in groups, they should do so in a manner that is reasonable and understandable to the City and the public. The City shall pay the Consultant within thirty (30) calendar days after receipt of such statement. d. Disputed Amounts. If any statement amount is disputed, the City may withhold payment of such disputed amount and shall provide to Consultant a statement as to the reason(s) for withholding payment. Amounts invoiced and not disputed shall be paid according to the regular schedule agreed upon. e. 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. 18. Hold Harmless. It is the intention of the parties that each party shall be solely responsible for its own actions, inactions, and activities, including the actions and activities of its own officers, employees, and agents while acting within the scope of their employment. a. Subject to the provisions of Section 443.20 of the Wisconsin Statutes, the Consultant covenants and agrees to protect, hold harmless, and indemnify the City of Oshkosh against all actions, claims, and demands which may arise related to Consultant’s performance of services as provided under the terms of this Agreement. This indemnity is limited to losses proximately caused by the Consultant’s negligent performance of design professional services and is limited to the proportion of loss caused by the negligent performance; and/or indemnification for Consultant’s acts or omissions that involve reckless, wanton, or intentional misconduct. Consultant shall indemnify or refund to the City all sums expended including court costs, attorney fees, and punitive damages which the City may be obliged or adjudged to pay for losses as described within this Paragraph. Claims or demands are due within thirty (30) days of the date of the City’s written demand for indemnification. b. Subject to any and all immunities and limitations contained in Wisconsin Statutes, Sec. 893.80, and any applicable part of the Wisconsin Statutes, the City agrees to hold Consultant harmless from liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), to the proportionate extent caused by or resulting from the intentional or negligent acts of the City, its agents or assigns, its employees, or its Sub-Consultants related to the performance of this Agreement or which may be caused or result from any violation of any law or administrative regulation, 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. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_7-31- 25.docxI:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_2-17- 25.docx Page 7 of 9 19. Insurance. The Consultant agrees to procure and retain in good standing policies which in all respects comply with the attached City of Oshkosh Insurance Requirements for Professional Services. 20. Whole Agreement / Amendment. This document and any attachments identified or documents referenced contain all terms and conditions of the Agreement and any additions, subtractions, or alterations to the resulting Agreement shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. 21. No Third-Party Beneficiaries. This Agreement gives no rights, benefits, or obligations to anyone other than City and Consultant and therefore there are no third-party beneficiaries of this Agreement. 22. Non-Discrimination. The Consultant will not discriminate in its actions related to this Agreement on the basis of race, color, creed, age, and gender, or other protected classes as otherwise prohibited by law. A breach of this term may be regarded as a material breach of this Agreement. Consultant agrees that all hiring or employment related to this Agreement will not involve any discrimination against any employee or applicant for employment related to race, color, religion, sex, sexual orientation, gender identity, national origin, or other protected class as otherwise prohibited by law. 23. Public Records. The City is a governmental entity that is required to comply with Wisconsin public records laws. Consultant acknowledges that Wisconsin Public Records laws assume records are available for public viewing unless there are specific other laws that prevent or limit release, and further acknowledges that documents provided to a public entity such as the City are treated by the law differently than documents provided to a private entity. Consultant also acknowledges that it is a contractor of the City and therefore pursuant to Wisconsin law may be in possession of public records which are not otherwise also in the possession of the City. Consultant agrees to cooperate with the City and any public records requests. Notwithstanding any other term of this Agreement, including component parts, the City will always be allowed to treat the records as either public or as confidential according to applicable law, and to use documents in conformity with all applicable laws, including public records laws. Any action the City takes that is consistent with any applicable law shall not be considered a breach or violation of this Agreement, regardless if this Agreement or any attachment or referenced document includes terms or conditions that conflict with applicable law that the City is following. Consultant may elect to challenge a public records decision by City, but must do so at its own risk and own cost, regardless of the outcome of such challenge. 24. Agreement Not to Be Construed Against Any Party. This Agreement is the product of negotiation between all parties and therefore no term, covenant, or provision herein or the failure to include a term, covenant, or provision shall be construed against any party hereto solely on the basis that one party or the other drafted this Agreement or any term, covenant, or condition contained herein. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_7-31- 25.docxI:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_2-17- 25.docx Page 8 of 9 25. No Waiver. Failure of either party to insist upon the strict performance of terms and provisions of this Agreement, or any of them, shall not constitute or be construed as a waiver or relinquishment of that party’s right to thereafter enforce such term or provision, and that term of the provisions shall continue in full force and effect. 26. Severability. If any term, covenant, condition, or provision of this Agreement shall be adjudged invalid or unenforceable by a court of competent jurisdiction, the remainder of this Agreement shall not be affected thereby and the remainder of the Agreement shall be valid and enforceable to the fullest extent permitted by law. 27. Choice of Law, Venue, and Dispute Resolution. The laws of the State of Wisconsin shall govern the interpretation and construction of this Agreement. Winnebago County shall be the venue for all disputes arising under this Agreement. The parties agree that it may be beneficial to undertake an initial mutually-agreeable mediation to resolve a dispute. However, unless otherwise agreed to by the parties, all disputes shall be resolved by the judiciary. Under no circumstance shall any dispute be subject to arbitration. 28. Signatures. By placing their signatures below, each individual affirms that the entity they represent is authorized to enter into this Agreement, and further affirm that they are authorized by the entity they are representing to bind their respective parties to the terms and conditions of this Agreement. CONSULTANT ___________________________________ (Business Name) By: _____________________________ Name Title CITY OF OSHKOSH By: _____________________________ Rebecca N. Grill, City Manager And: _____________________________ Diane M. Bartlett, City Clerk Approved as to form: I hereby certify that the necessary provisions Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_7-31- 25.docxI:\Engineering\Tracy Taylor\Contract Documents\Blank Current Agreement Form_2-17- 25.docx Page 9 of 9 have been made to pay the liability which will accrue under this Agreement. _____________________________ Lynn A. Lorenson, City Attorney _____________________________ Julie Calmes, Finance Director Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 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: 624A6183-1909-44E0-8888-04BE62057910 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: 624A6183-1909-44E0-8888-04BE62057910 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: 624A6183-1909-44E0-8888-04BE62057910 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: 624A6183-1909-44E0-8888-04BE62057910 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: 624A6183-1909-44E0-8888-04BE62057910 12/20/18 IV - 1 CITY OF OSHKOSH INSURANCE REQUIREMENTS IV. POLLUTION EXPOSURES LIABILITY INSURANCE REQUIREMENTS (If exposure exists, this coverage is in addition to and combined with Insurance Standards I or II) The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and shall remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below, whichever is longer. 1. CONTRACTORS POLLUTION LIABILITY A. Definition of “Covered Operations” in the policy must include the type of work being done for the City of Oshkosh. B. Limits of Liability: $1,000,000 Each loss for Bodily Injury, Property Damage, Environmental Damage $1,000,000 Aggregate for Bodily Injury, Property Damage, Environmental Damage (Environmental Damage includes Pollution and Clean-up costs) C. Deductible must be paid by Contractor D. If Subcontractors are used in the work, then this policy must also cover the Subcontractors 2. MOTOR VEHICLE / AUTOMOBILE POLLUTION LIABILITY – required “if” the exposure exists A. Definition of “Covered Operations” in the policy must include the type of work being done for the City of Oshkosh B. Limits of Liability: $1,000,000 Each loss for Bodily Injury, Property Damage, Environmental Damage $1,000,000 Aggregate for Bodily Injury, Property Damage, Environmental Damage (Environmental Damage includes Pollution and Clean-up costs) C. Deductible must be paid by Contractor Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 12/20/18 IV - 2 D. If Subcontractors are used in the work, then this policy must also cover the Subcontractors E. Must cover Motor Vehicle loading and unloading (Please show on Certificate of Insurance) 3. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI. B. Additional Insured Requirements – The following must be named as additional insureds on the Contractor’s Pollution and (if exposure exists) Automobile Pollution Liability coverage for liability arising out of project work…City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days’ prior written notice has been given to the City Clerk – City of Oshkosh. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Quarry Park Master Plan DRAFT | October 2025 Project No. 25.016 Oshkosh, Wisconsin Page 4 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Prepared for: City of Oshkosh Parks Department 805 Witzel Avenue Oshkosh, WI 54902 Prepared by: Rettler Corporation 3317 Business Park Drive Stevens Point, WI 54482 October 2025 Page 5 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan ACKNOWLEDGEMENTS The following persons provided critical input, support, and critique in the development of this document. The City of Oshkosh and Rettler Corporation wish to thank the following people for their time and assistance in developing this plan. City of Oshkosh City Council: Matt Mugerauer, Mayor Joseph Stephenson, Deputy Mayor Karl Buelow, Council Member Brad Spanbauer, Council Member Jacob Floam, Council Member Kris Larson, Council Member DJ Nichols, Council Member City of Oshkosh Advisory Park Board: Tim Franz, Seat 1 Becky Metz, Seat 2 Lester Millette, Seat 3 Amy Davis, Seat 4 Jacob Floam, Council Rep. Devon Hudak, Alternate 1 Steven Herman, Alternate 2 City of Oshkosh Staff: Ray Maurer, Parks Director Chad Dallman, Assistant Parks Director Travis Derks, Landscape Operations Manager/City Forester Jenny McCollian, Revenue Facilities Manager Rettler Corporation: John Kneer, ASLA, PLA, President Rebecca Ramirez, PLA Page 6 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan TABLE OF CONTENTS Master Plan 1.0 Introduction ......................................................................................... 1 2.0 Site Analysis ....................................................................................... 3 3.0 Needs Assessment ............................................................................. 7 4.0 Master Plan Development .................................................................. 8 5.0 Cost Overview .................................................................................. 12 6.0 Conclusion ........................................................................................ 13 7.0 References ....................................................................................... 14 Appendix A. Detailed Cost Estimate Page 7 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan P a g e | 1 1.0 INTRODUCTION Quarry Park consists of property from three adjacent quarries that date back to the 19th century. William Faber's Oshkosh Stone Company (50 feet deep) was the last quarry to close, operating until 1954. The City of Oshkosh then purchased or leased most of the land for sanitary landfills by 1962. By 1968, the three landfills had been filled and plans were made for grading, fencing and adding park facilities. In 2010, the city installed a vent system in the former quarry to safely manage methane levels. In 2025 the city partnered with Rettler Corporation, a Stevens Point based landscape architecture, engineering, and design firm to create the following Quarry Park Master Plan. Aerial view captured in 1937, illustrating historical quarry activity. Photo courtesy of the GeoData@Wisconsin, Aerial Photography, Winnebago County, WI 1937. Page 8 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan P a g e | 2 Project Milestones April 30, 2024 Quarry Park Listening Session March 27, 2025 Quarry Park Discussion with DNR May 1, 2025 Follow Up Meeting (virtual) May 19, 2025 Neighborhood Input Meeting July 28, 2025 Neighborhood Input Meeting 2 Sept 8, 2025 Advisory Park Board Presentation Oct 21, 2025 Plan Commission Presentation Page 9 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan Page | 3 2.0 SITE ANALYSIS Quarry Park is situated between Florida Avenue, Knapp Street, and W 17th Avenue, in the south- central part of the City of Oshkosh. Parcel #: 91307010000 Size: 8.02 acres Address: 925 Florida Avenue The site is predominately composed of open green space with only a few trees, all of which are located along the perimeter. In consequence of its former usage and history of fill, the site is undulating and rather flat, though sloping gently toward the east. The western two thirds are roughly four feet above the eastern third, with some brief 3% and 4% slopes between them. The lowest point is in the northeast corner. The highest point is at the southwest corner. Access is either by car, with street parking along Florida Avenue and W 17th Avenue, or by foot utilizing the local sidewalks and road crossings. According to the Wisconsin Department of Natural Resources Surface Water Data Viewer, there are no wetlands on the site, however there is one area of wetland indicator soils hatch in the middle of the eastern edge. A wetland delineation may be required before construction. While the surrounding area is composed of 7314B2 Kewaunee Silt Loam according to USDA NRCS Web Soil Survey, it’s uncertain what is actually in Quarry Park, given the site’s history of fill. Please refer to the following maps showing landfill limits, wetland indicator soils extents, and the site analysis. Page 10 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 07.21.25 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 07.21.25 WETLANDS & INDICATORS Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 07.21.25 SITE ANALYSIS Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan Page | 7 3.0 NEEDS ASSESSMENT Several community input meetings were held with the neighborhood residents to listen to thoughts, concerns, and desires for the space. The first meeting was held on April 30, 2024 with city parks staff, Paul Timm from AECOM, and several neighborhood association members. The parks director introduced the background, goals, and consultant. Then John Kneer with Rettler Corporation took the floor, describing the listening session and general park master planning process. After a brief presentation, he opened the discussion for comments and questions. Significant topics included the site history and constraints. A review meeting was held with the DNR on March 27, 2025 to verify what was permissible and what would not be possible. The second community input meeting was held May 19, 2025, in which various potential amenities were discussed and enough input gained to create two concept plans. The third meeting was conducted on July 28, 2025 in which both concepts were presented and further input solicited. At this meeting, the group was unanimous in their decision that Concept 2, with some modifications, should become the base for the master plan. The Oshkosh Parks Department staff suggested some revisions as well. After making these changes, a cost estimate was developed for the preferred concept, and both were presented to the Advisory Park Board on September 8, 2025. Page 14 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan P a g e | 8 4.0 MASTER PLAN DEVELOPMENT CONCEPT 1 In this concept, 6-ft wide gravel trails form two large loops within the park. Entry trail connections, decorated with stone outcroppings and native plantings, connect each corner of the park to the loop. A central viewing area is positioned at the top of the 3-4% slope transition. Near the center of the site, an east-west 300’x150’ mowed multiuse grass area is preserved for impromptu neighborhood games. Large parts of the site will be dedicated to naturalized prairie areas with educational signage. Site amenities include boulder seating and picnic tables. Existing trees are preserved and approximately nine additional trees will be added in areas well outside the landfill limits. A park identification sign will be placed near the northwest corner. CONCEPT 2 In this concept, the 6-ft wide gravel trails intersect the park, connecting the corners and providing paths through the park. Access points with landscaped stone outcroppings remain at each corner of the park. The trails meet at the center of the site in a small loop decorated with more outcroppings and seating. A viewing area is positioned at the top of the 3-4% slope transition. The 300’x150’ multiuse grass field area has been rotated to run north-south and is located in north-central part of the site. Naturalized prairie areas with educational signage are positioned to accommodate the paths and playing field. Site amenities include boulder seating and picnic tables. Existing trees are preserved and approximately twelve additional trees will be added in areas well outside the landfill limits. A park identification sign will be placed near the northwest corner. MASTER PLAN Concept 2 was preferred by a substantial margin. An intersecting trail through the park was selected in place of looped trails to better reflect community preferences and site accessibility goals. Changes from Concept 2 included altering the prairie areas somewhat, revising some path connections, and the addition of musical play equipment to the center of the park, creating something unique for children to interact with and encourage creative play. Construction may be phased, as funds allow. Page 15 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 STONE OUTCROPPINGS WITH PLANTINGS BOULDER SEATING 07.21.25 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 STONE OUTCROPPINGS WITH PLANTINGS BOULDER SEATING 07.21.25 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 STONE OUTCROPPINGS WITH PLANTINGS BOULDER SEATING BURKE PlayEnsemble NU-3128 BURKE Nucleus NU-3281 08.25.25 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan P a g e | 12 5.0 COST OVERVIEW The following site development cost ranges have been derived from 2024 actual project construction costs. Redevelopment may be phased; therefore, the total cost should be evaluated by both individual elements and their phasing potential. Earthwork and Demolition $97,900.00 Utilities $15,000.00 Native Seeding Area $45,800.00 Walking Trails $58,400.00 Musical Play Equipment $32,100.00 Miscellaneous Amenities (Seating, Signage, Stone Outcroppings, etc.) $175,000.00 Construction Items Total $424,200.00 Contingency (at 10%) $42,500.00 Construction Estimate Subtotal $466,700.00 Geotechnical Borings $15,000.00 Project Soft Costs $39,670.00 Summary - Project Total $521,370.00 (See Appendix A for detailed cost estimate line items) Page 19 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan P a g e | 13 6.0 CONCLUSION Quarry Park is an important resource to the surrounding community, as well as a memorial to Oshkosh’s limestone quarrying legacy. Not far away is the Robert Lutz house, designed by architect William Waters using stone from the nearby Lutz-owned quarry. The goal of the Quarry Park Master Plan is to transform the current open green space into a more functional park while addressing environmental concerns. Although Quarry Park’s status as a former landfill precludes many of the usual park amenities, with careful planning and a creative approach, the space can be transformed into a peaceful and scenic environment with abundant trails for recreation. The naturalized prairie areas offer a range of ecological and educational benefits. These areas will require minimal maintenance while supporting biodiversity, providing habitat for pollinators, birds, and other wildlife. At the heart of the park, a musical garden designed for children serves as an engaging and interactive centerpiece. We believe that redeveloping Quarry Park, following the input and concepts included in this document, will result in Quarry Park’s return to a focal point in the neighborhood and its continued position as an integral part of the City of Oshkosh Park System. Page 20 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan P a g e | 14 7.0 REFERENCES ▪ City of Oshkosh. Information about parks, boards and committees, and GIS information. Retrieved from URL: o https://www.oshkoshwi.gov/ ▪ Oshkosh Parks Department. Ray Maurer, Parks Director, and other department staff and members, provided important information regarding the current needs and recommendations for the City of Oshkosh. ▪ USDA Natural Resources Conservation Service Web Soil Survey. o https://websoilsurvey.sc.egov.usda.gov/App/WebSoilSurvey.aspx ▪ Winnebago County Wisconsin. Mapping and GIS information. Retrieved from URL: o https://www.winnebagocountywi.gov/405/GIS-Department o https://www.winnebagocountywi.gov/407/Data-Download ▪ Wisconsin Department of Natural Resources. Surface Water Data Viewer. Retrieved from URL: o https://dnrmaps.wi.gov/H5/?Viewer=SWDV Page 21 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan APPENDIX Page 22 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 City of Oshkosh Quarry Park Master Plan Appendix A Detailed Cost Estimate Page 23 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 PRELIMINARY COST ESTIMATE City of Oshkosh Oshkosh, Wisconsin Quarry Park Redevelopment Rettler Project No.: 25.016 Item Estimated Category No.Item Description Units Quantity Unit Price Extension Sub Total $97,900.00 1. Mobilization L.S. 1 $38,500.00 $38,500.00 2.General Demolition L.S. 1 $5,000.00 $5,000.00 3. Strip and Remove Topsoil, 6-inch depth S.Y. 2,880 $8.00 $23,040.00 4. Strip Topsoil, 6-inch depth S.Y. 1,220 $3.00 $3,660.00 5. Place Screened Topsoil, 6-inch depth S.Y. 1,220 $3.00 $3,660.00 6. Seed/Fertilize/Mulch Common Green Space (disturbed area along trails and outcroppings)S.F. 25,000 $0.50 $12,500.00 7. Erosion Control L.S. 1 $10,000.00 $10,000.00 8.Tracking Pad EACH 1 $1,500.00 $1,500.00 $15,000.00 9.Stormwater Management Allowance L.S. 1 $15,000.00 $15,000.00 $45,800.00 10.Native Seeding Area (Seed/Fertilize/Mulch)S.F. 91,600 $0.50 $45,800.00 WALKING TRAILS $58,400.00 11.Crushed Limestone @ 2" depth S.Y. 2,880 $8.00 $23,040.00 12.Base Aggregate Dense, 1-1/4-Inch, 6" depth S.Y. 2,880 $10.00 $28,800.00 13.Geotextile Fabric S.Y. 2,880 $2.25 $6,480.00 MUSICAL PLAY EQUIPMENT $32,100.00 14. Musical Playground Equipment PIECE 5 $6,000.00 $30,000.00 15.Concrete, 5-inch depth (equipment area)S.F. 255 $7.00 $1,785.00 16.Dense Graded Base, 6-inch depth (equipment area)S.Y. 31 $7.00 $218.17 MISCELLANEOUS AMENITIES $175,000.00 17.Site Furniture Allowance L.S. 1 $15,000.00 $15,000.00 18.Site Outcropping Allowance L.S. 1 $125,000.00 $125,000.00 19.Educational Signage Allowance L.S. 1 $10,000.00 $10,000.00 20.Park Identification Sign L.S. 1 $15,000.00 $15,000.00 21.Site Landscaping Allowance (trees and plantings)L.S. 1 $10,000.00 $10,000.00 SUMMARY CONSTRUCTION ITEMS TOTAL:$424,200.00 CONTINGENCY at 10%:$42,500.00 CONSTRUCTION ESTIMATE SUBTOTAL:$466,700.00 SURVEY & GEOTECHNICAL BORINGS $15,000.00 DNR PERMITTING & APPROVALS TBD PROJECT SOFT COSTS $39,670.00 SUMMARY - PROJECT TOTAL $521,370.00 Notes: Topographic Survey not completed at time of study. Existing base map may impact cost estimate. Geotechnical study not completed at time of study. Soil conditions may impact cost estimate. UTILITIES September 2, 2025 EARTHWORK / DEMOLITION NATIVE SEEDING AREA Page 24 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 I:\Engineering\2021 - 2030 Contracts\2026 CONTRACTS\2026-2028 Landfill Mon\Q&A-2026-2028 Landfill Mon_11-20-25.docx Page 1 of 1 City Hall, 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 http://www.oshkoshwi.gov Questions and Answers for 2026 – 2028 Landfill Monitoring Services Request for Proposal Listed below are Bidding Questions (Q) received and the Bidding Answers (A) provided to contractors: (Q) When is the Quarry Park Master Plan construction expected to be started? (A) We do not know. We expect the closed Quarry Park Landfill plan modifications to be done in 2026. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Main Point of Contact: Dan O’Connell, PG, CPG dan.oconnell@cedarcorp.com 920-491-9081 Professional Services Proposal and Qualifications Environmental Monitoring Services City of Oshkosh: Timmerman Farm Landfill, Knapp Street Quarries Landfill, & Kienast and Paulus Quarries Landfill November 26, 2025 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Copyright © 2025 Cedar Corporation Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 3 November 26, 2025 Mr. James Rabe, Public Works Director City of Oshkosh 215 Church Avenue Oshkosh, WI 54903 RE: PROFESSIONAL SERVICES PROPOSAL AND QUALIFICATIONS TO PROVIDE ENVIRONMENTAL MONITORING SERVICES FOR THE CITY OF OSHKOSH LANDFILLS: TIMMERMAN FARM LANDFILL (NO. 4203), KNAPP STREET QUARRIES LANDFILL (NO. 4624), AND KIENAST AND PAULUS QUARRIES LANDFILL (NO. 4634) Dear Mr. Rabe: Cedar Corporation is pleased to present our Professional Services Proposal and Qualifications to provide Environmental Monitoring Services for the City of Oshkosh’s (City) landfill sites. Through this proposal, Cedar Corporation will demonstrate that we have local, qualified resources capable of providing the project management, and environmental sampling required for this project. Cedar Corporation has been providing engineering design, construction oversight, and groundwater and landfill gas monitoring services for solid waste facilities since 1978. Cedar Corporation’s Environmental Team (Team) has been providing landfill services across Wisconsin for over 47 years on varying landfill sizes. This experience, combined with our knowledge of municipal engineering projects, enables our Team to work efficiently in completing landfill monitoring tasks. We believe our landfill monitoring services will provide the City with a better value as we have proven our ability to meet our clients and regulatory agency expectations efficiently. Cedar Corporation’s Project Team is local and able to respond on site within an hour’s notice, if needed. Our landfill services are outlined below: • Various groundwater sampling methods • Groundwater contamination plume characterization • Groundwater optimization reporting to reduce annual groundwater sampling • Public coordination and outreach • Leachate system design, sampling, and pumping • Landfill gas collection system design and sampling • Landfill design, permitting, and construction oversight (Liner and Cap) • Groundwater monitoring and monitoring network design • Analysis and QA/QC of analytical results • Reporting to the WDNR GEMS database • Recommendations for future work • Private well-owner coordination and sampling • Landfill cap maintenance and restoration • Plan modification for landfill cap upgrades • Methane gas monitoring Our long history of landfill services allows us to provide our clients with better project value and opportunities for monitoring program reductions. Thank you for your time in reviewing our proposal and qualifications. I look forward to our introduction and being of service to the City. Sincerely, Dan O’Connell, PG, CPG Director, Environmental Services dan.oconnell@cedarcorp.com 1695 Bellevue Street Green Bay, WI 54311 920-491-9081 www.cedarcorp.comCommunity Infrastructure Architecture Environmental Services Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com4CEDAR CORPORATION TABLE OF CONTENTS Section Page Cover Letter 3 Firm Overview 5 Experience/Capabilities 9 Project Team 14 Scope of Services 22 Cost of Services 25 www.cedarcorp.com4CEDAR CORPORATION Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 5 FIRM OVERVIEW Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com6CEDAR CORPORATION (CORPORATE BACKGROUND) Our mission, as a full service design and engineering firm, is to provide the highest standards of design excellence and service to our clients. Our goal is to develop a team relationship between our clients and our staff. We possess the technical expertise necessary to meet the demands of our clients on a timely basis and within budget guidelines. Repeat business with numerous public and private clients attests to our ability to assemble a team concept with our clients working within their guidelines. Confident of this, we respectfully submit this summary of Cedar Corporation for your review. SERVICES Cedar Corporation is a full-service firm with disciplines in engineering, architecture, environmental, planning, economic development, landscape architecture, and surveying. Founded in 1975, the company has grown in size to its present staff of 100. We have continued to grow because of our commitment to providing comprehensive service and effective communication with our clients. Our staff is dedicated to the principles on which the firm was developed: exemplary service to clients, professionalism, and use of state-of-the-art technology. WHO IS CEDAR? LOCATION 1695 Bellevue Street Green Bay, WI 54311 www.cedarcorp.com PHILOSOPHY We recognize that our clients are most concerned with three major issues as they engage the services of consultants - quality, timeliness, cost. Cedar Corporation undertakes each project with a pledge to our clients that they will receive the best value- per-dollar spent on their projects. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 7 (CORPORATE BACKGROUND) S SERVICESPROFESSIONAL Cedar Corporation provides a wide range of professional services to deliver projects in the areas of Community Infrastructure, Architecture, and Environmental Services. The categories below call out the nine (9) major areas of service provided to a variety of government and private market sectors. Within the nine categories are nearly 100 types of professional services and/or deliverables. Cedar Corporation’s value may come in the form of a single service or deliverable, but just as often from an integrated group of services managed to meet our customer’s broader needs. At Cedar Corporation, we are very confident in our capabilities and expertise to address a wide range of public and private client needs in any of the service groups listed below. Water Resource Engineering Architectural Services Planning and Grants Environmental Services Economic Development Natural Resources Municipal Engineering Transportation Engineering Structural Engineering An Integrated Services Firm 7 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com8CEDAR CORPORATION SERVICESEnvironmental •Phase I and Phase II Site Assessments •Wetland and Natural Resource Assessments •Environmental Investigations and Remediation •Asbestos Sampling and Assessments •EPA Superfund Site Environmental Sampling •Air, Water and Soil Monitoring •Emergency Spill Response •Hazardous Material Abatement Oversight •Building Deconstruction Planning/ Oversight •Landfill Design and Monitoring •Environmental Compliance •Industrial Air Permitting •NEPA Environmental Assessments •Community Resource/Involvement Planning Service Overview Expertise Our environmental specialists assist individuals, industries, and communities with their environmental compliance and resource management needs. Service Overview Expertise Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 9 EXPERIENCE/CAPABILITIES Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com10CEDAR CORPORATION Barrett Landfill - New Berlin, WI •Long-term groundwater monitoring •Reporting to the WDNR GEMS database •Private well-owner coordination and sampling •Landfill gas monitoring •Landfill cap maintenance and restoration •Leachate management EXPERIENCE/CAPABILITIES •Long-term groundwater monitoring •Reporting to the WDNR GEMS database •Private well-owner coordination and sampling •Well System/packer system maintenance and inspection •Groundwater elevation monitoring and mapping •Leachate collection sampling and maintenance •Landfill gas monitoring •Operations and maintenance of the leachate and landfill gas extraction system Cedar Corporation’s staff has extensive experience working in solid waste facilities and other groundwater, soil, air, and vapor monitoring sites. As civil engineers and environmental specialists, our on-site experience includes groundwater sampling, hydrogeologic and plume characterization, optimization reporting, WDNR regulatory reporting, monitoring well network modification recommendations, laboratory data analysis, and private well coordination and sampling. Cedar Corporation has also performed several vapor intrusion investigations analyses, including screening, sampling, and mitigation at several facilities and residences associated with landfills and other environmental releases. With Cedar Corporation’s local presence, our staff will be able to access the Site within 24 hours, with the necessary equipment. Cedar Corporation has an established Safety and Health Program that is available upon request. The program covers all aspects of personal protection while working in and around toxic conditions, as well as electrical and explosive hazards. Those personnel working in areas where they may be at risk of exposure are required to have and maintain their 40-hour hazardous materials training accompanied with 8-hour annual refresher courses and utilize the appropriate personal protection equipment. If awarded the contract, Cedar Corporation will submit certification of health and safety training to the project manager, prior to the start of field activities. Detailed below are several landfill projects we currently provide groundwater monitoring and related services for: Refuse Hideaway Landfill - Middleton, WI •18 Groundwater Monitoring Wells •15 Private Wells •15 Gas Wells •Analysis for Metals and Inorganics •55 Groundwater Monitoring Wells •10 Private Wells •Analysis for VOCs •40 Methane Gas Wells •15 Leachate and Methane Extraction Wells Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 11 Junker Landfill - Town of Hudson, WI •Long-term groundwater monitoring •Reporting to the WDNR GEMS database •Private well-owner coordination and sampling •Landfill gas monitoring and maintenance •Landfill cap maintenance and restoration •20 Groundwater Monitoring Wells EXPERIENCE/CAPABILITIES •Long-term groundwater monitoring •Reporting to the WDNR GEMS database •Landfill gas monitoring •Landfill cap monitoring and restoration •Leachate management City of Ashland Landfills - Ashland, WI •27 Groundwater Monitoring Wells •2 Gas Wells •2 Leachate Head Wells •Analysis of VOCs, Metals, and Inorganics •300 Private Wells •20 Gas Extraction Wells •22 Gas Monitoring Wells •Weekly, Monthly, Quarterly, and Annual Monitoring •Analysis of VOCs, Metals, Inorganics, and PFAS •Long-term groundwater monitoring •Reporting to the WDNR GEMS database •Landfill gas monitoring •Landfill cap monitoring and restoration •Leachate management City of Abbotsford Landfill - Abbotsford, WI •Gas vent and probe replacement •6 Groundwater Monitoring Wells •5 Gas Wells •Analysis of VOCs, Metals, and Inorganics Enviro-Services of Wisconsin (ESW) Landfill - Menomonie, WI •Long-term groundwater monitoring •Reporting to the WDNR GEMS database •Private well-owner coordination and sampling •Landfill gas monitoring and maintenance •Landfill cap maintenance and restoration •Liner and cap design •Construction observation and materials testing •Stormwater inspections •7 Groundwater Monitoring Wells •Private Wells •4 Gas Wells •3 Leachate Head Wells •Lysimeter gauging and sampling •Weekly, Monthly, Quarterly, and Annual Monitoring •Analysis of VOCs, Metals, Inorganics, and PFAS Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Services ES W L a n d f i l l Pl e a s a n t V a l l e y L a n d f i l l Vi l l a g e o f S t a n l e y L a n d f i l l MR S L a n d f i l l Ju n k e r L a n d f i l l As h l a n d L a k e f r o n t Su p e r f u n d S i t e Ci t y o f A m e r y L a n d f i l l Ci t y o f D u r a n d L a n d f i l l Pe r r e n o u d L a n d f i l l Me n o m o n i e B r i c k y a r d Gi l b e r t C r e e k L a n d f i l l Ci t y o f M e n o m o n i e La n d f i l l To w n o f W a r r e n T C E To w n o f M e n o m o n i e La n d f i l l Pl a i n w e l l T i s s u e L a n d f i l l Vi l l a g e o f S o m e r s e t La n d f i l l Ci t y o f S t . C r o i x F a l l s La n d f i l l Ve o l i a S e v e n M i l e C r e e k La n d f i l l Ci t y o f A s h l a n d L a n d f i l l s Xc e l E n e r g y D e e r C r e e k As h L a n d f i l l Xc e l E n e r g y W o o d f i e l d A s h La n d f i l l B& B W a s t e F a c i l i t y Pr e s t o E a u C l a i r e Ha z a r d o u s W a s t e Vi l l a g e o f A l m a Re f u s e H i d e a w a y L a n d f i l l Ba r r e t t L a n d f i l l Conduct Initial Site Inspections X X X X Relocate and Shape Landfill Waste X X X X Design and/or Monitor Landfill Leachate System X X X X X X X X Design Landfill Cap and/or Liner System X X X X X X X X X X X X Groundwater Monitoring Network Design X X X X X X X X X X Long-term Groundwater Monitoring X X X X X X X X X X X X X X X X X X X X X X X Provide Construction Oversight and Documentation X X X X X X X X X X X X X X Landfill Gas Probe Monitoring Network Design X X X X X X Long-term Landfill Gas Monitoring X X X X X X X X X X X Design Landfill Gas Extraction System X X X X X Long-term Landfill Gas Extraction System Monitoring X X X X X X Develop Plan Modifications X X X X X X X X X X X X X X X X X X Groundwater Optimization Reporting X X X X X X X X X X X WDNR GEMS Database Reporting X X X X X X X X X X X X X X X X X X X X X X X Landfill Design, Permitting, and Construction Oversight X X X X X X X X X X X X Plume Characterization X X X X X X X X X X LANDFILL EXPERIENCE CEDAR CORPORATION www.cedarcorp.com An Integrated Services Firm Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 13 TEAM CAPABILITIES Sampling in Low-Permeability Environments Cedar Corporation’s team is often collecting groundwater samples from low-permeability sites. Most landfills that the Team is sampling are sites with groundwater monitoring wells that are low-yielding. Specific care is frequently needed to make sure not to over- purge wells, yet, also ensure the wells have been purged appropriately. Often, these wells are carefully sampled with bailers. Depth-to-Water meters are sometimes used to track the water elevation as the well is being purged to ensure proper groundwater purging without over purging. Some landfill monitoring sites require their wells to be purged dry, and then sampled the following day or when enough water has recovered. When this is the case, the Team will ensure enough purging data is collected before the well goes dry. Providing Landfill Groundwater Monitoring Solutions for Environmental Compliance QA/QC Program Cedar Corporation’s Environmental Team is often required to follow a rigorous Quality Assurance/Quality Control program, usually as part of a project-specific QAPP. We have an experienced professional reviewing how the data is being collected, and also that the information being reported is correct. This includes, but is not limited to: field data forms, laboratory chain-of-custodies, laboratory analytical data (results, qualifiers, lab QA/QC parameters, etc.), data tables, figures, and the report. Cedar Corporation’s QA/ QC professional for this project is trained and experienced with this level of QA/QC and is familiar with these types of reports. Our team is experienced with stringent data validation QA/QC processes for complex remediation sites and has the QA/QC knowledge and skills for this landfill sampling project. 13 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com14CEDAR CORPORATION PROJECT TEAM Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 15 Dan O’Connell, PG, CPG Project Manager Field Scientist Caroline Close Assistant Project Manager Ashley Wagner, PG Technical Advisor Michelle Vincent, PG Subcontractor Analytical Laboratory CT Labs or Eurofins We have organized a diverse project team to perform the tasks involved with the City’s landfill sites in strategic, cost-effective, and efficient landfill groundwater monitoring services. We have significant experience with both local and regional clients, giving us insight on WDNR requirements. A list of team members and how they are organized is displayed below. Certification Cedar Corporation certifies that personnel who will be a part of this project team are not currently debarred, suspended, or excluded from participation in any federal, state, or local programs. Cedar Corporation also certifies that each staff are trained and experienced with type of work, including landfill gas sampling, private well sampling, and are up-to-date with HAZWOPER safety trainings. City of Oshkosh TEAMPROJECT GIS Coordinator Nicole Barbiaux SUBCONTRACTOR PROJECT SUPPORT QA/QC Manager Anna Beckman, PG Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com16CEDAR CORPORATION DAN O’CONNELL, PG, CPG DIRECTOR, ENVIRONMENTAL SERVICES Dan O’Connell is the Environmental Services Director with experience in the environmental services and consulting industry since 2008. He is well-versed in a wide variety of environmental projects including environmental due diligence, environmental site investigations and remediation, environmental permitting, and compliance and reporting. Areas of Expertise Include: •Brownfield remediation, redevelopment, and grant writing •Environmental project and client management •Soil and groundwater remediation •Vapor intrusion assessments •Per- and Polyfluoroalkyl Substances (PFAS) •Sustainability planning •Industrial and municipal environmental compliance •Environmental management systems •Emergency environmental response and reconnaissance •Landfill monitoring and maintenance •Phase I and II Environmental Site Assessments •Municipal well field analysis •Industrial and Municipal Environmental Regulatory Compliance (Air, Stormwater, Wastewater, Hazardous Wastes and Materials, Pollution Prevention) •Subsurface (Soil, Groundwater, and Vapor) Investigations Representative Project Experience Includes: •Landfill Monitoring and Maintenance: Dan has managed and performed landfill groundwater sampling at closed local landfills and large operating landfills in Wisconsin, Ohio, and Pennsylvania. He has also conducted geologic exploration for landfill siting and assisted in the development of Permits to Install. Specific Project Experience Includes: ◊Timmerman Farm Landfill, Oshkosh, WI (2010-2019) »Managed closed landfill sampling program »Performed groundwater and landfill gas sampling »Oversight of fieldwork and well maintenance »Performed QA/QC on GEMS submittal ◊Knapp Street Quarries Landfill, Oshkosh, WI (2010-2019) »Managed gas monitoring program »Performed maintenance on gas extraction system and wells »Oversight of fieldwork and well maintenance »Prepared GEMS submittals »Performed QA/QC ◊Kienast and Paulus Quarries Landfills, Oshkosh, WI (2016-2019) »Managed gas monitoring program »Performed maintenance on gas extraction system and wells »Oversight of fieldwork and well maintenance »Prepared GEMS submittals »Performed QA/QC ◊Pleasant Valley Landfill, Cedarburg, WI »Manages current landfill sampling program »Oversight of fieldwork and well maintenance »Performs QA/QC on GEMS submittal ◊Shady Lane and Gruenwald Landfills, Neenah, WI »Managed closed landfill sampling program »Managed leachate collection system »Performed groundwater and landfill gas sampling »Oversight of fieldwork and well maintenance »Performed QA/QC on GEMS submittal •Environmental Project Management: Dan has managed a wide variety of environmental projects, small and large scale, for the transportation, energy, municipal, industrial, and federal business markets. Education Master of Science in Environmental Management: University of Denver (2022) Bachelor of Science in Geology and Environmental Studies: University of Wisconsin-Oshkosh (2008) Professional Registrations Professional Geologist - WI, MN Professional Certifications Certified Professional Geologist: American Institute of Professional Geologists 40-hour OSHA HAZWOPER, Health and Safety Training, and Annual 8-hour Refresher Classes (2025) ASTM E 1527 Environmental Site Assessment Training (January 2023) Professional Affiliations Federation of Environmental Technologists (FET) Association of Environmental and Engineering Geologists American Institute of Professional Geologists Total Experience Since 2008 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 17 ASHLEY WAGNER, PG SENIOR GEOLOGIST Ashley Wagner is an Environmental Project Manager, with experience in the environmental services and consulting industry since 2008. She has a wide range of experience in environmental site investigations, groundwater monitoring, remediation, landfill monitoring, and project management. Areas of Expertise Include: •Landfill monitoring and maintenance •Phase I and II Environmental Site Assessments •Transaction Screen Process Environmental Site Assessments •Records Search with Risk Assessments •Site investigations •Operating and maintaining groundwater remediation systems •Remedial excavations and in-situ remediation •Groundwater monitoring •Field sampling of air, water, and soil •Environmental project and client management Representative Project Experience Includes: (may include projects while with previous employer) •Barrett Landfill, New Berlin, WI ◊Project manager for the Barrett Landfill; led activities related to leachate management, groundwater and private well sampling, gas monitoring, site inspections and reporting, maintenance activities, subcontractor coordination, and private well sampling coordination; prepared the annual inspection reports, the monitoring results report, and the GEMS package submittals. •City of Burlington Landfill, Burlington, WI ◊Participated in quarterly landfill gas monitoring and semi-annual groundwater monitoring; prepared and submitted results to GEMS; prepared and submitted annual report; oversight of the installation of a replacement gas monitoring probe; prepared and submitted a Plan Modification request in 2020 and for changes to groundwater and gas monitoring plan; prepared and submitted a Plan Modification in 2021 for relocation of historic landfill material within a nearby road consistent with the waste within the landfill; oversight of the installation of a passive venting system; and coordination with the WDNR and the client. •Closed Landfill, NPL Site, Ripon, WI ◊Performed low-flow well sampling and gas monitoring; gas system removing vinyl chloride from landfill gas and as a result the concentrations in groundwater are decreasing; performed oversight of the installation of new downgradient wells to help further delineate any contamination migration; prepared and submitted quarterly reports to the client, the WDNR and GEMS; and acted as the project manager. •Confidential Client, Wisconsin ◊Portfolio style project with 33 landfill sites across the country; assisted in the proposal specifications and acted as the project manager for 4 paper mill sludge landfills in Wisconsin; coordinated and conducted routine groundwater, surface water, private well sampling, landfill gas monitoring and site inspections making sure each site is within compliance with the Wisconsin DNR; prepared and submitted reports to the client, necessary agencies and GEMS; coordinated with subcontractors for leachate removal/transportation and site maintenance; coordinated and oversaw subcontractor activities performed at each site; and worked on future cost saving strategies for the client. Education Bachelor of Science in Geology: University of Wisconsin-Oshkosh (2007) Professional Certifications Professional Geologist - WI Professional Certifications Tank System Site Assessor (2023) 40-hour OSHA HAZWOPER, Health and Safety Training, and Annual 8-hour Refresher Classes (2025) Tetra Tech Project Management Level 1 and Level 2 Training Professional Affiliations Wisconsin Commercial Real Estate Women (WCREW) Total Experience Since 2008 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com18CEDAR CORPORATION MICHELLE VINCENT, PG SENIOR PROJECT MANAGER Michelle Vincent is a member of Cedar Corporation’s Environmental Team and has 35 years of environmental consulting experience under various state and federal programs that encompass assessment, investigation and remediation, NEPA compliance and permitting, and environmental compliance. She has supported both private and public (municipal, state and federal) sector clients in navigating environmental regulations, progressing from project to program management/ client account leader, and maintaining quality assurance/quality control (QA/QC) on deliverables. Areas of Expertise Include: •Project, Program/Contract, and Client Management •Closed landfill environmental compliance •NEPA Environmental assessments and permitting •Industrial and federal environmental compliance (Resource Conservation and Recovery Act, Oil Pollution Act, Emergency Planning and Community Right-to- Know Act, Clean Water Act) •Phase I and II Environmental Site Assessments •Remedial investigations and remediation for several contaminants, including chlorinated solvent, metals, mineral oils, ethanol, and petroleum under state and federal programs such as Comprehensive Environmental Response, Compensation, and Liability Act and Resource Conservation and Recovery Act Representative Project Experience Includes: •Shady Lane Greenings and Gruenwald Avenue Landfills, Neenah/Fox Lake, WI: Provided technical support for and managed the post-closure environmental monitoring and compliance for sludge/greenings and construction debris landfills, which included groundwater, leachate and methane monitoring and landfill maintenance compliance. One landfill required re-capping and installation of a new leachate collection system due to poor cap integrity and collapsed lines. Passive methane venting systems were also installed at the time of the repairs. Evaluated the groundwater and gas monitoring data to prepare plan modifications for monitoring revisions that included reduction in parameters, frequency, and number of wells sampled, which were approved for the landfills, resulting in additional reductions to post-closure operating costs. •Knapp Street Quarries Landfills, Oshkosh, WI: Managed the post-closure environmental operation, maintenance, and monitoring and compliance for two former quarries that were filled with municipal trash and had an active methane recovery system. Operation plan modifications were approved for closing certain vent pipes for optimal recovery of the remaining small amounts (less than 2%) currently present. •Privately Owned Landfill, Rice Lake, WI: Supported a WDNR-managed investigation for the landfill with multiple responsible parties. A 55-gallon drum containing acetone was discovered during a geotechnical investigation. Responsibilities included site health and safety officer during investigation and site characterization activities. In addition, worked with corporate health and safety coordinator to investigate methane gas migration into crawl spaces in buildings on adjacent properties. A passive collection trench was installed to mitigate the methane gas migration. Education Bachelor of Science in Geology, Emphasis in Hydrogeology: University of Wisconsin-Oshkosh (1990) Professional Registrations Professional Geologist - WI Professional Certifications 40-hour OSHA HAZWOPER, Health and Safety Training, and Annual 8-hour Refresher Classes (2025) Hazardous Waste Site Supervisor Confined Space Entry (2005), with annual refreshers during 8-hour Refreshers (2023) 30-hour Construction and General Industry Safety Training (2023) Essentials of Hazardous Materials Managers Professional Affiliations Society of American Military Engineers (2013) Total Experience Since 1990 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 19 ANNA BECKMAN, PG PROFESSIONAL GEOLOGIST Anna Beckman is a Professional Geologist with experience in environmental site investigations, hydrogeological studies, small- and large-scale remediation projects, landfill construction and monitoring, and environmental and cultural resources documentation. Areas of Expertise Include: •Phase I and Phase II Environmental Site Assessments •Environmental site investigations and field sampling •Hydrogeologic studies •Soil and groundwater remediation •Dredge construction documentation and compliance sampling •Vapor intrusion potential screening, sampling, and mitigation •Landfill construction, monitoring, maintenance, and reporting •Air quality monitoring •Emerging Contaminants (i.e. PFAS) drinking water and groundwater sampling •Agricultural and industrial air compliance permitting and reporting •Environmental and cultural resource permitting and documentation •Public outreach and coordination •Endangered resource reviews •WDNR beneficial re-use sampling and reporting Representative Project Experience Includes: •Ashland/NSP Lakefront Superfund Site ◊Fieldwork supporting environmental remediation for soil and groundwater ◊Low-flow groundwater sampling ◊Groundwater reporting •Xcel Energy Bay Front Landfill, Ashland, WI ◊Management and oversight of groundwater and landfill gas sampling program ◊Management and oversight of landfill gas collection system, liner, and cap design ◊Establishing groundwater monitoring network ◊Performing QA/QC on sample analysis and GEMS reporting ◊Groundwater optimization reporting •ESW Landfill, Menomonie, WI ◊Sampling groundwater monitoring network ◊Monitoring well maintenance ◊Private well sampling and coordination ◊GEMS report submission •Junker Landfill, Hudson, WI ◊Monitoring of groundwater, leachate, condensate, and landfill gas; ◊Monitoring and sampling residential drinking water ◊Reporting to the WDNR GEMS database ◊Private well-owner coordination and sampling ◊Landfill gas monitoring and maintenance ◊Landfill cap maintenance and restoration Education Bachelor of Science in Comprehensive Geology, Hydrogeology, and Water Chemistry Emphasis: University of Wisconsin-Eau Claire (2016) Professional Registrations Professional Geologist - WI Professional Affiliations Federation of Environmental Technologists (FET) Professional Certifications POWTS Inspector - WI (2021) 40-hour OSHA HAZWOPER, Health and Safety Training, and Annual 8-hour Refresher Classes (2025) Tank System Site Assessor - WI (2025) Asbestos Inspection - WI, MI (2025) Total Experience Since 2017 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com20CEDAR CORPORATION CAROLINE CLOSE STAFF GEOLOGIST Caroline Close is a Staff Geologist with experience in landfill sampling, site investigations, demolition oversight, and remediation planning for contaminated commercial, industrial, municipal, and residential sites. She is also skilled in providing comprehensive environmental site investigation reports, performing mapping and surveying, and coordination with state and federal entities in response to project requirements and quality. Areas of Expertise Include: •Landfill sampling •Phase I and II Environmental Site Assessment reports •Site investigations •Vapor assessment reports •Soil management plans •TSSA documentation •Lead and asbestos reports •Hazardous materials reports •Field sampling of air, water, and soil Representative Project Experience Includes: •Pleasant Valley Landfill, Cedarburg, WI ◊Sampling groundwater monitoring network ◊Monitoring well maintenance ◊Private well sampling and coordination ◊GEMS report submission •ESW Landfill, Menomonie, WI ◊Sampling groundwater monitoring network ◊Monitoring well maintenance ◊Private well sampling and coordination ◊GEMS report submission •Xcel Energy Bay Front Landfill, Ashland, WI ◊Management and oversight of groundwater and landfill gas sampling program ◊Management and oversight of landfill gas collection system, liner, and cap design ◊Establishing groundwater monitoring network ◊Performing QA/QC on sample analysis and GEMS reporting ◊Groundwater optimization reporting •Refuse Hideaway Landfill, Middleton, WI ◊Sampling groundwater monitoring network ◊Monitoring well maintenance ◊Private well sampling and coordination ◊GEMS report submission ◊Methane gas monitoring ◊Landfill gas monitoring and maintenance Education Bachelor of Science in Geology: St. Norbert College (2024) Professional Certifications 40-hour OSHA HAZWOPER, Health and Safety Training, and Annual 8-hour Refresher Classes (2025) Total Experience Since 2024 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 21 NICOLE BARBIAUX, GISP GIS SPECIALIST Nicole Barbiaux brings over 15 years of experience in GIS and Cartography. She is experienced in data asset management, data analytics, and visual interpretation via cartographic display. Nicole brings experience in the creation of both static maps along with interactive online maps and applications to bring data to life. Areas of Expertise Include: •Maintenance and Management of GIS databases •Cartography and visual representation of data •GIS Asset Creation and Management •Data collection and creation •Data extraction and conversion •Spatial analysis •Web-based GIS solutions •Online maps and applications (Story Maps, Dashboards, Experience Builder) •Mobile field applications •Public engagement through online surveys and map exercises •Database management •Land use mapping •Zoning mapping •Development of procedural/training documentation Representative Project Experience Includes: •County wide future land use update for Dodge County •Farmland Preservation Zoning Recertification mapping for the Town of Kaukauna, Town of Lamartine, Town of Marshfield, and Village of Kekoskee •Comprehensive plan mapping and data analysis for City of Beaver Dam, City of Manawa, Town of LeRoy, and Town of Saukville •Tax Increment Financing District mapping for the City of Osseo, City of Marshfield, and Village of Cadott •Outdoor recreation plan mapping for the Village of Bonduel, Village of Sherwood, and City of Kewaunee •Zoning map updates and database management for the Town of Saukville, Town of Troy, and Village of Mishicot •Online GIS Management for Cities of Menomonie and Edgerton, Villages of Sherwood and Woodville, and Towns of Clayton and Buchanan. •Transportation Asset Management creation and management (includes PASER ratings, culvert and sign inventories) for the Town of Osceola •Online cemetery database and application creation for Town of Clayton Education Bachelor of Science in Geography - GIS/Cartography: University of Wisconsin-Stevens Point (2010) Professional Certifications Geographic Information Systems Professional (GISP) Professional Affiliations Wisconsin Land Information Association (WLIA) Esri Wisconsin Users Group (EWUG) Total Experience Since 2010 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com22CEDAR CORPORATION SCOPE OF SERVICES Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 23 SCOPE OF SERVICES Cedar Corporation is proposing to provide Landfill Monitoring Services as described below and as presented by the Landfill Sampling Plan. Any changes not yet communicated by the Wisconsin Department of Natural Resources (WDNR) will be added in as future costs. Timmerman Farm Landfill (No. 4203) Cedar will provide the environmental consulting services to the City of Oshkosh, as outlined below: •Semi-annual groundwater monitoring (April and October) for 12 monitoring wells ◊Analysis will include: Alkalinity, Chloride, Hardness, Groundwater Elevation, Field pH, Field Specific Conductance, and Field Temperature •Annual groundwater monitoring (April) for volatile organic compounds (VOCs) for 10 monitoring wells. •Semi-annual landfill gas monitoring (April and October) at six (6) gas vents ◊Analysis will include: Percent Oxygen, Percent Methane (LEL and Volume), Percent Carbon Dioxide, Percent Balance Gas, Pressure, and Flow •Semi-annual landfill GEMS reporting to WDNR •Annual Timmerman Farm Landfill Report Knapp Street Quarries (No. 4624) Cedar will provide the environmental consulting services to the City of Oshkosh, as outlined below: •Monthly landfill gas monitoring at 11 gas wells ◊Analysis will include: Percent Oxygen, Percent Methane (LEL and Volume), Percent Carbon Dioxide, Percent Balance Gas, Groundwater Level, and Vaccum •Monthly measurements at the blower for Vaccum, and Percent Oxygen, Percent Methane (LEL and Volume), Percent Carbon Dioxide, Percent Balance Gas, Pressure, and Flow •Quarterly landfill gas monitoring at 7 gas wells ◊Analysis will include: Percent Oxygen, Percent Methane (LEL and Volume), Percent Carbon Dioxide, Percent Balance Gas, Groundwater Level •Semi-annual landfill gas monitoring at 22 gas extraction wells ◊Analysis will include: Percent Oxygen, Percent Methane (LEL and Volume), Percent Carbon Dioxide, Percent Balance Gas, Pressure, and Flow •Annual measurements of Field pH at the Condensate Sampling Point •Semi-annual landfill GEMS reporting to WDNR •Annual Knapp Street Quarries Landfill Report •Additional Service: Plan Modification/Cap Modification for Proposed Park Development ◊Based on the information provided, Cedar anticipates WDNR coordination and possible Plan Modification/Cap Modification Request submittals. No testing or investigation for this submittal is anticipated, and therefore, not included as part of this scope. The scope for this task will include project file review, communication with WDNR, and a Cap Modification Request to alter the existing cap. A plan and details will be included with the Cap Modification Request, provided by the Park Design Project Team (not Cedar). ◊Cedar will work with the Park Design Project Team to select native plants that have photoremediation characteristics compatible with methane gas uptake. Cedar’s plant ecologists have research and experience in this type of plant selection and can advise if necessary. It will be especially important to select the best plant species as there are concerns with possible cap degradation by root systems. SCOPE OF SERVICES Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com24CEDAR CORPORATION SCOPE OF SERVICES Kienast and Paulus Quarries Landfill (No. 4634) Cedar will provide the environmental consulting services to the City of Oshkosh, as outlined below: •Monthly landfill gas monitoring at 15 gas wells ◊Analysis will include: Percent Oxygen, Percent Methane (LEL and Volume), Percent Carbon Dioxide, Percent Balance Gas, Groundwater Level, and Vaccum •Monthly landfill gas monitoring at 7 gas extraction wells ◊Analysis will include: Percent Oxygen, Percent Methane (LEL and Volume), Percent Carbon Dioxide, Percent Balance Gas, Vaccum, and flow •Monthly landfill gas monitoring at 5 vent pipes ◊Analysis will include: Percent Oxygen, Percent Methane (LEL and Volume), Percent Carbon Dioxide, Percent Balance Gas •Monthly landfill gas monitoring at the blower intake and exhaust stack ◊Analysis will include: Percent Oxygen, Percent Methane (LEL and Volume), Percent Carbon Dioxide, Percent Balance Gas, Vaccum, and Flow •Semi-annual landfill GEMS reporting to WDNR •Annual Kienast and Paulus Quarries Landfill Report Additional Services At this time, Cedar is also providing a landfill maintenance scope which will include: •Necessary minor blower troubleshooting and inspection, including vent valve replacement •Minor, above-ground, monitoring well/gas well repairs, labels, locks, etc. •Gopher hole filling •Cap inspection services •Services beyond these will be discussed with the City These services will be performed and billed as a time-and-expense costs, and approved by the City of Oshkosh. Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 25 COST OF SERVICES Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 www.cedarcorp.com26CEDAR CORPORATION COST OF SERVICES Task Fee Labor, Equipment, Mileage $10,750 Analytical $3,000 Reporting $4,250 General Landfill Maintenance*$2,500 Total $20,500 Task Fee Active System Monitoring Labor, Equipment, Mileage $21,500 Reporting $10,450 General Landfill Maintenance*$2,500 Total $34,450 Task Fee Methane Monitoring Labor, Equipment, Mileage $18,500 Reporting $11,000 Methane Detector Inspection**$2,000 Plan Modification/Cap Modification Request**$6,000 General Landfill Mantenance*$2,500 Total $40,000 Total $94,950 *As needed and approved by the City **If required Timmerman Farm Landfill Costs Kienast and Quarry Park Landfill Costs Knapp Street Quarries Landfill Monitoring Costs Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 An Integrated Services Firm 27 SCHEDULE OF HOURLY RATES Reimbursable Expenses (in addition to compensation for professional services if not included in contract): Vehicle Mileage $0.70/mile GPS/Robotic Survey Equipment $48/hour Aerial Drone $350/hour Hydrone $70/hour Reimbursement expenses are subject to adjustment during the calendar year based on operating costs and the IRS standard mileage rate. Field supplies are charged to the project at cost. Review fees required by approving authorities shall be paid directly by the Owner. CLASSIFICATION Director Senior Project Manager Scientist III-V Scientist I-II Environmental Tech I-II GIS Specialist I-III RATE $225 $215 $145-$180 $110-$125 $90-$100 $100-$145 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 1695 Bellevue Street Green Bay, WI 54311 920-491-9081 www.cedarcorp.com BUILDING TRUST YOUR PROJECT • OUR PASSION C e l e b r a t i n g 50 Years2025 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910 Docusign Envelope ID: 624A6183-1909-44E0-8888-04BE62057910