Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
River Valley Testing Corp-Subsurface Exploration Program
� ri • AGREEMENT THIS AGREEMENT, made on the 21 day of December, 2010, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and RIVER VALLEY TESTING CORPORATION, 1060 Breezewood Lane, Suite 102, Neenah, Wisconsin, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, agree as follows: ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the project described in this contract: Matthew A. Meyer, P.E., Staff Geotechnical Engineer B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the project described in this contract: Joseph R. Sargent, Civil Engineer I (Senior) ARTICLE I11. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY's Request for Proposals and Proposal of the CONSULTANT. If anything in the Proposal conflicts with the Request for Proposals, the provisions in the Request for Proposals shall govern. Both the Request for Proposal and the Proposal are attached to this agreement. The CONSULTANT may provide additional products and /or services if such products /services are requested in writing by the Authorized Representative of the City. 1: \Engineering \Soil Borings1201 1 Projects \Soil Borings 2011 Agreement Page 1 of 4 Form- RVT.doc ARTICLE IV. CITY RESPONSIBLITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the project, providing it is reasonably obtainable from CITY records, To prevent any unreasonable delay in the CONSULTANT's work the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed within the time frames listed in Scope of Services attached to the CITY'S Request for Proposal. ARTICLE III. PAYMENT A. The Contract Sum. The CITY shall pay to the CONSULTANT for the performance of the contract on a time and materials basis not to exceed the total of $31,190.50, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B, Method of Payment. The CONSULTANT shall submit an itemized statement for services once an individual contract deliverable is accepted as complete by the CITY. The CITY shall pay the CONSULTANT within 30 calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE IV. CONSULTANT TO HOLD CITY HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh hannless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the CONSULTANT, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) 1: \Engineering \Soil Borings\2011 Projects\Soil Borings 2011 Agreement Page 2 of 4 Form - RVT.doc days of the date of the City's written demand for indemnification or refund, ARTICLE V. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE VI, TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the CITY shall have the right to terminate this Agreement by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience, The CITY may terminate this contract at any tune by giving written notice to the CONSULTANT no later than 10 calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the Presence of: CONSULTANT `191))._1Q6-4- t ,�, By: (Title) Seal if Corporation By: (Title) 1:\Engineering\Soil Borings1201 1 Projects \Soil Borings 2011 Agreement Page 3 of , 1 Form- RVT,doc CITY OF OSHKOSH By: 1 " (, M ar A. Rohloff, City Manager ( 41 f And: ! — 111-j ' J Oil I l Al ,% 1 , Pamela R. Ubrig, City Clerk (Witness) APPROVED: I hereby certify that the necessary provisions 4 ^ have been made to pay the liability which will . " accrue under this contract. Lorensor3;' ty Attorney L- - Peggy A. e no, Director of Finance (:\Engineering \Soil Borings12011 Projects\Soil Borings 2011 Agreement Page 4 of 4 Form- RVT.doc A�® CERTIFICATE OF LIABILITY INSURANCE OP ID PA DATE(MM /DD/YYYY) RVTQU -1 02/04/10 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Servant Insurance HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 430 N Koeller Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Oshkosh WI 54902 Phone: 920- 235 -2764 Fax:920- 235 -2694 INSURERS AFFORDING COVERAGE NAIC — INSURED INSURER A. Secura Insurance Companies 22543 RVT Quality Systems Inc. Quality Mgmt Services Inc. INSURER B: AKA -River Valley Testing Corp Alex Barker INSURER C: 1060 Breezewood Ln Ste 102 INSURER 0: Neenah WI 54956 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONOITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSK ADU'L - -`- —� -- POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE (MM /DD/YYYY) DATE (MM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 10 0 0 0 0 0 UAM /1UL I U MEN 1 tU A X X COMMERCIAL GENERAL LIABILITY 80C93134860 02/16/10 02/16/11 PREMISES (Ea occurence) $ 100000 CLAIMS MADE I X OCCUR MED EXP (Any one person) $ 10 0 0 0 PERSONAL S ADV INJURY $ 1000000 GENERAL AGGREGATE $ 2 0 0 0 0 0 0 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2000000 — 1 POLICY X PRO LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 10 0 0 0 0 0 A X ANY AUTO 80A3134861 02/16/10 02/16/11 (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ 1 ANY AUTO OTHER THAN EA ACC 5 AUTO ONLY: AGG $ EXCESS / UMBRELLA LIABILITY EACH OCCURRENCE $ 5000000 A X OCCUR CLAIMS MADE 80CU3134863 02/16/10 02/16/11 AGGREGATE DEDUCTIBLE $ X RETENTION $ 10 0 0 0 $ WORKERS COMPENSATION X TORY TA I - 1 011 AND ER EMPLOYERS' LIABILITY A A N YI PROPRIETO RE A TNER /E ECUTIV ll '� 80WC3134862 02/16/10 02/16/11 E.L. EACH ACCIDENT $ 1000000 (Mandatory in NH) E.L. DISEASE • EA EMPLOYEE $ 1000000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE • POLICY LIMIT $ 10 0 0 0 0 0 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS The City of Oshkosh, and its officers, council members, agents, employees, and authorized volunteers are listed as additional insureds on the general liability policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CIOS113 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR CITY OF OSHKOSH PO BOX 1130 REPRESENTATIVES. OSHKOSH WI 54903-1130 AUTHORIZED REPRESENTATIVE Mary Murken ACORD 25 (2009/01) (>1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) • CERTIFICATE OF LIABILITY INSURANCE OP ID RN DATE(MM/D0PNYY) 12/21/10 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 LUN r Al. I NAME: PHONE FAX Johnson Insurance - Madison (A/C, No, Ext): (NC, No): E -MAIL 525 Junction Road ADDRESS: Madison WI 53717 CUSTOMER ID*: RIVVA -1 Phone:608- 203 -3880 Fax:877- 254 -8586 INSURER(S) AFFORDING COVERAGE NAIC INSURED INSURER A: CNA Insurance 20427C RVT Quality Systems, Inc. INSURER B River Valley Testing Corp. Quality Management Serviceslnc INSURERC: George Barker 1060 Breezewood Lane, Ste. 102 INSURERD: Neenah WI 54956 INSURERE: 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 MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. i NSR TYPE OF INSURANCE N W SR � VD POLICY NUMBER (MM/DD ( MM I DDIYY YYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ UAMAIat IU HLNI tU COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ POLICY PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE HIRED AUTOS (Per accident) NON -OWNED AUTOS $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ — EXCESS LIAB CLAIMS -MADE AGGREGATE DEDUCTIBLE _ $ RLILNTION $ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY Y/ N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE — N 1 A E.L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? - (Mandatory In NH) E L DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Prof Liability MCH114051875 03/01/10 03/01/11 Ea Claim 2,000,000 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Environmental Professional Liability & Contractor's Pollution Incident Liability CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITYOS1 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Oshkosh AUTHORIZED REPRESENTATIVE 215 Church Ave Oshkosh WI 54901 © 1988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD white - prof %201iability %20insur [ file: l// S1RVT %20Wind %20Sales %20Mgt %20System/ 2010% 20Wind %20Proposals %2oand %20Quotes /white- prof%201iabiPage 2 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009101) DEC �. 2010 utrar g RIVER VALLEY TESTING CORP. DEPT. OF PUS 1.J \'\ ORV, OSHKOSH, hric,r0 December 16, 2010 1060 Breezewood Lune, Suite 102 Neenah, WI 54956 Telephone: 920/886-1406 Mr, Joseph Sargent FAX: 920/886-1409 City of Oshkosh • 215 Church Avenue Oshkosh, WI 54903 Subj: Proposal for Subsurface Exploration Program 2011 Capital Improvement Projects Oshkosh, Wisconsin Mr. Sargent In accordance with your Request For Proposal (RFP) dated December 3, 2010, River Valley Testing Corp (RVT) is pleased to submit the following proposal for performance of a subsurface exploration at the site of the above referenced project. This proposal is intended to formalize an outline of our general scope of services and to provide cost information. The proposal has been organized as follows; o RVT Geotechnical Philosophy o Project Infonnation o Scope of Services v tk ;\ o Schedule o Project Team pi D • o Fees o Conditions p - J r m o ivied • ; • o Insurance o Why RVT 1 OA o Remarks / " 11, As indicated above, we organized our response in alignment with your request; however, we felt it would be valuable to highlight key considerations of RVT that we feel support an extremely good fit for your project: ■ First and foremost, we have already successfully completed projects for the City of Oshkosh and so are very familiar with your project requirements. For instance, we know that you have particular requirements for your contract; in particular, th ral o' • • • - • . . • = _ :t. Based on this experience, we have ' both learned each other's practices and policies and have met your expectations. This vt, a 64 p. familiarity will allow us to get up and running with the project without hassles or delays for you. 1280Pau ;vieti+Road Green 13ay,WI 54304 • Telephone: 920 /347 -90-10 • FAX:920/347 -9044 /15 Post Road, Suite A • NI adison. \V1 53713 • Telephone: 608/222 -9406 • FAX: 608/2 -9408 WWlid. rvtcorD.com City of Oshkosh December 16, 2010 2011 Capital Improvement Projects Page 2 ▪ Our project team has extensive experience with the subsurface soil conditions found throughout the Oshkosh area. Therefore, we know what to expect for encountered conditions and how those conditions might affect our exploration (for instance, we do not expect to have a problem collecting split spoon samples in frozen soils). You do not have to worry about RVT being prepared to collect all the information you need to complete your project designs. • Our focus on project management will provide the highest chance for a successful project completed in a timely fashion. Our project management methodology has proven to limit delays, dead ends, hazards and surprises for the majority of our clients. As a result, your resources can be focused on other areas of the project, thus reducing the common hassle factor related to coordination of drilling services. Your project manager does not have to carry the burden of drilling management. • With RVT you receive the depth and quality of service typically found in larger firms, but with the personal touch of a smaller firm. This brings the best of both worlds to your firm and the project by combining technical skills and flexibility, responsiveness to changes in project timing and requirements and accessibility for problem resolution. For instance, with our drill rigs stationed less than 30 minutes from your site, we have the flexibility to adjust our schedule to your needs. All of this translates into a more timely completion of your projects, allowing you to keep on your schedule for construction. • Based on feedback from our clients, we understand that our approach to service delivery has improved construction schedules and avoided callbacks. RVT GEOTECHNICAL PHILOSOPHY Since our inception in 1990, River Valley Testing Corp has made it a corporate commitment to provide the most responsive service possible. Being the most responsive starts with decreasing the time required to provide our recommendations. River Valley Testing Corp can provide draft boring logs and preliminary recommendations as quickly as two days after completion of the field work. In addition, we can often provide a final report within four weeks of receiving authorization to proceed on a project. Being the most responsive continues with providing recommendations which balance geotechnical concerns for the soil system with practical construction concerns. Therefore, we have always been willing to work with owners, architects, and design engineers to develop cost effective alternatives and recommendations for potentially difficult site conditions. City of Oshkosh December 16, 2010 2011 Capital Improvement Projects Page 3 PROJECT INFORMATION It is our understanding, the planned 2011 capital improvement projects will include construction on a total of twenty-two (22) different streets, .Further, the construction will vary from anticipated partial or total pavement reconstruction to the replacement of sanitary and /or stormwater utilities. However, RVT did not have details about each of the proposed improvements at the time of this proposal, SCOPE OF SERVICES As requested, a total of one hundred twenty -six (126) standard penetration test borings will be performed during 2011. Further, two (2) of the borings will be extended to 25', nine (9) to 20', eight -five (85) to 15', twenty -six (26) to 10', and four (4) to 6' below the existing grade. We understand the City of Oshkosh will provide boring layout and surface elevation determination at each borehole, and will coordinate utility clearance. Therefore, we have not included fees for those services in our estimate, However, our estimate includes abandonment of each borehole in accordance with Wisconsin Administrative Code NR141 and pavement patching as required within the RFP. We have also includes fees for providing traffic control (signs, arrow boards and /or flagmen, as necessary) in accordance with the RFP requirements. The subsurface exploration program will include limited laboratory testing, as we deem necessary to evaluate the classification, strength, and other characteristics of the encountered subsurface materials. As a minimum, we will perform moisture content tests on all collected samples and calibrated spring penetrometer tests on all collected clayey soil samples. As noted within the "Proposal Cost Breakdown for Subsurface Exploration" document included with this proposal, RVT will prepare a total of •fight (8) v■ritten reports that document the results of the field and laboratory test programs. n .• ed in the reports will be boring logs documenting the encountered soil and :roundwater conditions, summary tables of the encountered soil profiles by street, and construction considerations relative to the subsurface conditions. Other items specifically outli ed within the RFP will also be included in each report. 6 SCHEDULE Z'' Weather permitting, we could begin the fieldwork about two weeks after receiving authorization to proceed. Further, we anticipate that our written report will be completed about one to two weeks after completion of the fieldwork. Therefore, we can meet the City's required Project Deliverable Schedule, as long as we receive authorization to proceed no later than Monday, December 27, 2010. City of Oshkosh December 16, 2010 2011 Capital Improvement Projects Page 4 PROJECT TEAM We believe the project team is critical to the success of any project. RVT proposes assigning members of our team that have been involved in numerous projects throughout the Oshkosh area. Just a few of the more than 100 Oshkosh area projects completed by RVT throughout the past 20 years include the following: A US 41 sanitary sewer and watermain work A Washburn Street realignment A North Koeller Street reconstruction A Lutheran Homes of Oshkosh .l UW- Oshkosh Residence Hall A 2007 utility installation ' Expansion to Fox Valley Technical College A Veteran's Museum • WRC Female Treatment Center A Office building — Witzel Avenue and Lake Pointe Drive • Witzel Avenue reconstruction — Oakwood Road to US 41 This team will be responsible for all aspects of the project and includes one of our owners for oversight of the entire process. We propose the following for the management team: • Principal Manager; Alex E. Barker, P.E., President/Principal Engineer • Project Manager: Matthew A. Meyer, P.E., Staff Geoteclrnical Engineer • Lead Driller: Gerald A. Broennimann, Lead Driller Professional Profiles for our engineers are included with this proposal. Additionally, RVT will draw from a pool of staff engineers, professional engineers, and drilling assistants with experience that can provide the services you require to meet your project's milestones. FEES It is proposed that the fee for the performance of the above outlined services be determined on a Time and Materials basis. On the basis of the above Scope of Services and the attached "Proposal Cost Breakdown for Subsurface Exploration," the total fee will not exceed $31,190.50 without authorization from the City of Oshkosh. The above fees assume the site is accessible with a truck mounted drill rig. If an ATV mounted drill rig is required for any of the boring locations, then we should be contacted so we can revise our proposal. City of Oshkosh December 16, 2010 2011 Capital Improvement Projects Page 5 CONDITIONS Should unanticipated conditions develop necessitating changes in the scope of services, our cost will be based on the actual job work completed in accordance with the attached Geotechnical Fee Schedule. For example, if a soft layer, such as peat, is encountered at the footing elevation, we are likely to request the borings be extended deeper than the depth listed in the "Scope of Services" Section of this proposal. If this situation arises, we will discuss the additional work with you and receive your approval before proceeding, . - • - _ e = ' 'C e e e a --e .g1E11)A• • o • a e • , A4 INSURANCE On your project sites, RVT employees are covered by Workman's Compensation and General Liability Insurance. In addition, the opinions of RVT licensed engineers are covered by Errors and Omissions Insurance, Certificates showing proof of insurance will be submitted upon request. RVT has reviewed the City of Oshkosh's insurance requirements and we confirm that our policies meet or exceed the City's requirements. WHY RVT? In examining the key decision criteria for selection of a Geotechnical firm for this project, we feel that RVT meets those criteria with extremely high marks. Decision Criteria RVT Other Existing and successful working Yes ? relationship Technical qualifications and skills _ Yes _ ? Personal service delivery model- Yes flexible, responsive, accessible Focus on your project ROI Yes Cost effective _ Yes Sound and proven project Yes management methodology _ Experience on similar projects Yes Partnership mindset Yes City of Oshkosh December 16, 2010 2011 Capital Improvement Projects Page 6 REMARKS Should you decide to accept this proposal, please sign one copy of it, complete the attached Geotechnical Project Data Sheet, and return both to us so we may properly establish your file. We look forward to working with you on your project. If you have any questions or need additional information, please contact me at 920/886 -1406. Sincerely, RIVER VALLEY TEST CORP. ACCEPTANCE: Client: 1 Signature: Alex E. Barker, P. . t Typed Name: President /Principal Geotechnical Engineer Date: AEB /esd Ofilt ilk ... a 2011 Geotechnical Fee Schedule FIELD AND LABORATORY; Fees 1. Drill Rig Mobilization a. Truck Rig $50.00 /mob b. ATV Rig Special Quote c. Daily Truck Rental $50.00 /day d. Daily ATV Rental Special Quote 2. Drilling and Sampling • a. Auger Drilling (no sampling) $7.00 /foot b, 0' -20' $8,00 /foot c. 20'-40' $11.00lfoot d. 40+ $15.00/foot e. Rock Core Set -up $150.00 /each f. Rock Coring $55.00 /foot 9. Added ATV Sampling Fee (for SPT Samples Only) $2.00 /foot h. Hard Drilling Surcharge (N a 50 bpf) 3 S86ffoet, h ts//1 3. Deck Penetration and Patch $150.00 /eacf'"ed/04"ch.,1 //r 4. Pavement Repair a, Concrete $15.00 /each i( b. Asphalt $10.00 /each 4 ! 5. Boring Abandonment (In Accordance with Wisc. Admin. Code NR112) $2.00 /fool 6. Boring Layout and Elevations $125.00 /hour `2..42A tto 7. Per Diem $175.00/day 8. Access Delay $150.00 /hour 9. Water Content and Dry Density $24,00 /each 10. Water Content Only (ASTM D2216) $2.00 /each 11. Unconfined Compression Test (ASTM D2166) $30.00 /each 12. Atierberg limits Including Plasticity Index (ASTM D4318) $50.00 /each 13. Organic Content Test (ASTM D2974) $30.00 /each 14. Mechanical Analysis a. Through the #200 Sieve (ASTM C117 and C136) $55.00 /each b. Through the #200 Sieve Only (ASTM C117) $35.00 /each 15, Miscellaneous a. Shelby Tube Extrusion $24.00 /each b, Shelby Tubes (if damaged during sampling) $18.00/each EQUIPMENT: 16. Power Auger Rental $85,00 /day 17. Coring Machine Rental $85.00 /day 18. Electricity Generator $65.00 /day 19. Bit Wear $4.50/inch 20. Traffic Conirol Signage a. Signs Only $75.00 /day b. Signs and Arrow Board $150.00 /day 21. Flagman (Per Man) $450.00/day 22, Mileage (not including Drill Rig mileage) $0.70 /mite 23. Manual Boring Equipment Rental a. SPT Sampling Equipment $100.00 /day b, Hydraulic Tripod Assembly $350.00 /day TECHNICAL STAFF 24. Clerical $34.00 /hour 25, Senior Technician • $44.00 /hour 26. Two -Man Coring /Manual Boring Crew $175.00/hour PROFESSIONAL SERVICES 27. Principal Registered Engineer $120.00 /hour 28. Registered Engineer $94.00 /hour 29. Staff Geotechnical Engineer $72.00 /hour REMARKS: The above rates are valid for calendar year 2011 or the duration of the project, whichever Is longer. Services not listed on this schedule will be quoted on request. The minimum invoice for services provided during any monlh Is $26.00. An overtime rate of 1.5 times the standard rate will apply for services performed over 8 hours per day or outside of 7:00 am to 6:00 pm on Monday through Friday, or anytime on Saturday. Personnel rates are portal 10 portal. A premium rate of 2.0 limes the standard rate will apply for services performed on Sundays and holidays. One day advance scheduling Is requested for all field testing services; same day scheduling may be subject to additional charges. River Valley Testing Corp Neenah Madison Green Bay www.rvtcorp.com 920.886.1406 608.222.9406 920.347.9040 •1n Str uErIe! iSfY1,YM.. 1 MEMBER PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2011 CAPITAL IMPROVEMENT PROJECTS (REVISED) CONTRACT 11 — WATER MAIN RELAY W. 9T11 AVENUE ITEM DESCRIPTION UNIT EST BID UNIT PRICE PRICE BID TOTAL QTY. Mobilization/DailyTravel/Traffic Lump Control Sum - - $ 315.00 2. Soil Borings (estimated quantity includes an additional 30' for contingency purposes) Feet 80 $ 10 .00 $ 800 .00 3. Project Engineering and Reporting Lump Sum - $ 640.00 SUB -TOTAL CONTRACT 11 -01 $ 1,755.00 CONTRACT 11 -04 — CONCRETE PAVING & UTILITIES CENTRAL ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization /Daily Travel /Traffic Lump Control Sum - $ 320.00 2. Soil Borings (estimated quantity includes an additional 100' for contingency purposes) Feet 675 $ 10.00 $ 6,750.00 3. Project Engineering and Reporting Lump Sum - - $ 1,290.00 SUB -TOTAL CONTRACT 11 -04 $ 8,360.00 1 CONTRACT 11 -05 — CONCRETE PAVING & UTILITIES SOUTH ITEM DESCRIPTION UNIT EST. BID UA'IT PRICE PRICE BID TOTAL QTY. 1, Mobilization/Daily Travel/Traffic Lump Control Sum - _ $ 420,00 2. Soil Borings (estimated quantity includes an additional 100' for contingency purposes) Feet 650 $ 10.00 $ 6,500.00 3. Project Engineering and Reporting Lump Sum - - S 1,290.00 SUB -TOTAL CONTRACT 11 -05 $ 8,210.00 CONTRACT 11-07 — CONCRETE PAVING & UTILITIES NORTH ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. t- 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - $ 240.00 2. Soil Borings (estimated quantity includes an additional 100' for contingency purposes) Feet 550 $ 10.00 $ 5,500.00 3. Project Engineering and Reporting Lump Sum - _ $ 1,130.00 SUB -TOTAL CONTRACT 11 -07 $ 6,870.00 2 CONTRACT 11 -08 — HUGHES STREET GLATZ CREEK CULVERT REPLACEMENT ITEM DESCRIPTIOA' UNIT EST, BID UNIT PRICE PRICE B!D TOTAL QTY. Mobilization /Daily Travel/Traffic Lump 1. Control Sum - - $ 90,00 2, Soil Borings Feet 50 $ 11 .00 $ 550.00 Luinp 3. Project Engineering and Reporting Sum - - $ 545.00 SUB -TOTAL CONTRACT 11 -08 $ 1,185.00 MISC. PROJECTS — HIGH AVENUE ITEM DESCRIPTION UNIT EST, B!D UA'IT PRICE . PRICE BID TOTAL QTY. I. Mobilization /Daily Travel/Traffic Lump Control Sum - - $ 65,00 2, Soil Borings (estimated quantity includes an additional 12' for contingency purposes) Feet 36 $ 10.50 $ 378.00 3. Project Engineering and Reporting Lump Sum - - $ 475,00 SUB -TOTAL HIGH AVENUE $ 918.00 3 MISC. PROJECTS — ALLEY WEST OF MAIN ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY, 1, Mobilization/Daily Travel /Traffic Lump Control Sum . $ 65.00 2. Soil Borings (estimated quantity includes an additional 15' for contingency purposes) Feet 45 $ 11.00 $ 995,00 3. Project Engineering and Reporting Lump Sum - - $ 490.00 SUB -TOTAL ALLEY WEST OF MAIN $ 1,050.00 MISC. PROJECTS — PLANEVIEW ROAD ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY, 1. Mobilization /Daily Travel/Traffic Lump Control Sum - $ 65.00 2. Soil Borings (estimated quantity includes an additional 15' For contingency purposes) Feet 75 $ 10.50 $ 787.50 3. Project Engineering and Reporting Lump Sum - - $ 490.00 SUB -TOTAL PLANEVIEW ROAD $ 1,342.50 STEAM CLEANING OF' DRILLING EQUIPMENT (UNIT COST $ 150.00 ) X 10 TIMES = $ 1, soo , 00 TOTAL PROPOSAL COST $ 31, 190.50 4 in li W taw a PROFESSIONAL PROFILE ALEX E. BARKER P.E. PRESIDENT /PRINCIPAL GEOTECHNICAL ENGINEER EDUCATION EXPERIENCE • Slope remediation, including slope stability analysis, monitoring with inclinometers, and overseeing of M.S,C.E., Michigan Technological Engineering consultation for implementation of University geotechnical explorations, construction recommendations. materials testing, and environmental B.S,C.E., Michigan Technological concerns. Below Is a partial list of Responsibilities Included many aspects University representative project experiences: of work requiring knowledge of field and laboratory services, analysis, and CONTINUING EDUCATION • Quality assurance report reviews reporting. for majority of reports prepared by RVT, Including both shallow and RIVER VALLEY TESTING CORP. Geo Florida 2010 Conference — West deep foundations, retaining wails, Palm Beach, FL (2010) slope stability issues, and stormwater management devices, MICROBIAL SCIENCES BUILDING, 54'" Geotechnical Engineering to mention just a few. Univ. of Wisc., Madison, WI. Provided Conference — University of Minn. (2006) geotechnical exploration, Including • Provided oversight for the pressuremeter testing, caissons, and 13'" Annual Great Lakes Geotechnical development of RVT's Load and special consultation for high bearing and Geoenvironmental Conference - Resistance Factor Design (LRFD) pressure (up to 45 ksf). UW Milwaukee (2005) internal process. ROSIERE WIND TURBINE FARM, CPT Testing in Geotechnical and • Design and evaluate sheetpile Door County, WI. Provided Environmental Practice — Argonne walls to provide excavation geotechnical exploration, Including 15' Nation Laboratory (2004) bracing for industrial and deep rock cores, and construction commercial projects. materials testing services for 18 turbine REGISTRATION farm. • Subsurface exploration and evaluation for commercial, CELL 7 DEMONSTRATION PROJECT, Professional Engineer: Industrial, governmental and Brown County Port Authority. Provided residential structures. piezometer installation and data - Wisconsin acquisition, and slope stability analysis. - Michigan • Coordinate specialty geotechnical - Iowa field testing, including PERFORMING ARTS CENTER, - Illinois pressuremeter testing, Appleton, WI. Provided geotechnical vibrating -wire plezometer exploration, including pressuremeter CERTIFICATION installation, inclinometer testing, testing and special consultation for and double - packer in -situ heavily loaded foundation system. hydraulic conductivity. RICHMOND TERRACE CENTER, Soil Moisture /Density Operator — Troxler Electronics Labs, Inc. • Coordinate materials testing and Appleton, WI, Provided geotechnical document caisson Installations. exploration, including pressuremeter PROFESSIONAL ACTIVITIES testing and special consultation for • Provide Quality Assurance heavily loaded foundation system. American Society of Civil Engineers documentation for landfill TURBO GENERATOR BUILDING, Y g geomembrane installation, Wisconsin Rapids, WI. Project included ASFE: The Association of Firms • Develop procedures and perform excavation bracing designs. Practicing in the Geosciences testing for research projects, Deep Foundation Institute including bedrock modulus of TWIN CITY TESTING CORP. P elasticity and rainfall run -off International Society of Soil Mechanics characteristics of paver blocks, AIR WISCONSIN REGIONAL & Foundation Engineers • Evaluate and characterize MAINTENANCE FACILITY, Outagamle County Airport, Appleton, WI. Project proposed clay borrow sources, management ic s construction cats o materials PUBLICATIONS including directing subsurface testing services and caisson exploration. inspections. Haas and Barker, "Frozen Gravet: A • Conduct static pile load tests, Study of Compaction and Thaw- analyze and monitor production Settlement Behavior ". Proc. of ASCE pile driving. Cold Regions Specialty Conference In Minneapolis, MN, Feb 6 -8, 1989. • Subsurface exploration and evaluation for several auger cast -in -place foundation systems. A',4141 i _ F3 , > PROFESSIONAL PROFILE MATTHEW A. MEYER, P.E. STAFF GEOTECHN1CAL ENGINEER EDUCATION EXPERIENCE preparation for single to multi -span bridges throughout Wisconsin. B.S.C.E., University of Wisconsin Engineering consultation, coordination, UWGB SCIENCE LAB ADDITION, Platteville and review for geotechnical explorations Green Bay, WI. Construction materials and construction materials testing. services included subgrade CONTINUING EDUCATION Below is a partial list of representative observations, moisture /density testing project experiences: by nuclear gauge method, and concrete reinforcement observations. 54` 55 56 and 57 Annual • Analysis and report preparation for Geotechnicai Engineering Conference — bridge foundations utilizing LRFD BADGER MINING NEW SCREENING Univ. of Minnesota, St. Paul, MN (2006, methodology. BUILDING ADDITION, Taylor, WI. 2007, 2008, 2009) Provided geotechnical exploration, • Developed RVT's Internal subgrade observations, and l3 Annual Great Lakes Geotechnicai procedures for LRFD analyses moisture /density testing. Provided and Geoenvironmental Conference — and report recommendations. special consultation on foundation UW Milwaukee (2005) options and sloping bedrock. • Perform subsurface exploration for Pickett, WI. Pick , I F N EERGY ACLITY 30 National Course on Foundation site feasibility and foundation UTICA TICA ENERGY ERGY FACT FACILITY, Pick and Engineering — UW Madison (February design. 2005) special consultation for shallow bedrock • Slope and embankment and high floor slab loadings, WDNR Post - Construction Storm Water remediation, including slope Management Workshop — Green Bay, stability analysis. FOND DU LAC WPCP, Fond du Lac, WI (December 2004) WI. Provided geotechnical exploration • Evaluate asphalt and concrete and special consultation for existing fill REGISTRATION pavement distress and determine soils and deep foundations. potential pavement rehabilitation HOLY FAMILY CATHOLIC CHURCH, Professional Engineer: options. Woodruff, WI. Provided geotechnical • Document and evaluate structural exploration and special consultation for - Wisconsin -North Dakota stability of soils for pavement Geogrid reinforced pavement sections. - Michigan -South Dakota systems, Isolated foundations and JCI /BIOLIFE FOUNDATION - Minnesota - Missouri continuous footings. DISTRESS, Menasha, WI. Provided • Perform construction materials geotechnical exploration Including consolidation and swell tests, and CERTIFICATION testing, including subgrade special consultation for rehabilitation observations, concrete testing, and helical underpinning options. Wisconsin Dept. of Commerce Certified and soil moisture /density testing Soil Tester by nuclear density gauge method. WEYERHAEUSER ELEVATED Conduct static pile load tests and WATER TOWER, Rothschild, WI. • Wisconsin DOT Erosion Control • Conduct static ti helical lad Provided geotechnical exploration. Certified installations. NEENAH SLUDGE LAGOONS, Soil Moisture /Density Operator — Troxler evaluations for Neenah, WI. Provided geotechnical • ons or stormwater Electronics Labs, Inc. exploration and special consultation, infiltration. Including embankment stabilization and remedial repair design. PROFESSIONAL ACTIVITY Representative projects that require a working knowledge of field, laboratory MIDWAY ROAD PAVEMENT ASCE — American Society of Civil and engineering services Include: DISTRESS, Menasha, WI. Provided Engineers geotechnical exploration Including RIVER VALLEY TESTING CORP. special consultation for pavement rehabilitation options. VARIOUS BRIDGES, WISCONSIN. LAWRENCE UNIVERSITY CAMPUS Geotechnicai services for more than 30 CENTER, Appleton, WI. Provided bridges that included Load and geotechnical exploration and special Resistance Factor Design (LRFD) consultation, including slope stability, analysis, pile foundation excavation bracing, and underpinning of recommendations, and report foundations, P!*ifxr GEOTECHNICAL PROJECT DATA SHEET ICI lbw a 1 060 Breezewood Lane, Suite 102, Neenah, WI 54956, 920/886 -1406, FAX 920/886 -1409 1280 Parkview Road, Green Ray, WI 54304, 920/347 -9040, FAX 920/347 -9044 Engineering Resources, Testing Solutions 715 Post Road, Suite A, Madison, WI 53713, 608/222 -9406, FAX 608/222 -9408 www.rvtcorp.com Proposed Project: Project Number: RVT File No.: Name and Address of Owner or Firm Responsible for Payment: Work Authorized By: Date: Number and Distribution of Reports: ( ) Copies To: ( ) Copies To: Type of Structure: Plan Dimensions: Number of Floors: Special Equipment or Installation? (Yes /No) Load: Column Loads? (Yes /No) Maximum Column Load: Bearing Wall Load? (Yes /No) Maximum Wall Load: Clear Span: Slab on Grade? (Yes /No) Floor Slab Load: Basement? (Yes /No) Approximate Depth: Will Elevations of Site Be Raised or Lowered? (Yes /No) How Much? On -Site Material Being Considered for Fill? (Yes /No) Fill Location: Any Buildings on Site? (Yes /No) Describe: Underground Structures? (Yes /No) Describe: Pavements in Report? (Yes /No) Traffic Load: Traffic Type: Special Considerations or Any Unusual Conditions: Condition of Site at Present Time: Is There Any Previous Soils information Available? Signature: Title: Date: 460 (9103) Geotechnical • Construction Materials Testino • Fnvirnnmanlal RIVER VALLEY TESTING CORP. GENERAL CONDITIONS 1 SCOPE OF WORK: Ri - r Valley Testing Corp (hereafter referred to as RVT) shall perform the work defined in this Agree nt. "Client" refers to the person or business entity 10: whom the work Is performed. "Work" refers to the specific geotechnlcal, analytical testing or other service o be performed by RVT as set forth in the proposal or written quota! =n. Unless otherwise stated In writing, the Client assumes sole responsibility for determining rhelher the quantity and the nature of the work ordered by the Client is a• uate and sufficient for the Client's Intended purpose. RVT will not be liable for any work, dvlce, judgment or decislon based on any Inaccurate or incomplete inform- ion furnished by the Client or other contractors engaged by or for the Client, and the C nt will Indemnify RVT against liability resulting from such information. 2. ACCESS /UTILITIES: The Client will siren! - access to the site as Is necessary for RVT to complete the • •rk, RVT will lake reasonable precautions to minimize damage lo the site due to its operation, but lh• fee for repairing damaged has not been Included. By fur hing cight•of- access, the Client recognizes that the risk of damage to the site can be minimized, but not e • mated. If the Client desires or requires RVT to rest* a the site to its former condition, upon written request, RVT will perform such additional work as Is necessary t• do so and the Client agrees to pay RVT the cost 1.: roof plus 15%. RVT Is responsible for clearance of public utilities a • will be responsible for repair of any d: ages to public utilities caused by RVT activities. The Client is responsible for locating all nonpublic utilities and other ubterranean or latent conditions an• -green to indemnify and save RVT harmless from all claims, sults, losses, cost and expenses including reasonable attorney fees as a result of personal inju• , death or property damage occurring from damage to subterranean structures and which are not called to RVT's attention In writr • • prior to cornmencement of •rk. 3. RESPONSIBILITY: RVT's work shall not include determining or • ptementing the mea . methods, techniques, sequences or procedures of construction. RVT shall not be responsible for evaluating, reporting or affecting job condit •ns concerning he • th, safety or welfare. RVT's work or failure to perform same shall not In any way excuse any contractor, subcontractor or supplier from performs e of Its work I accordance with contract documents. The services of RVi' field personnel do not Include responsibility for s •erinle' •ence of the construction process or direction of the actual work of the contractor, subcontractor or other tradesmen. It is further agreed that RVT Is not resp. s .le for, nor is RVT to review the adequacy of job safely on the project 4. SAMPLES: Unless otherwise agreed or consumed In testing, lest specim. s 'Ube retained for a maximum of thirty (30) days following submission of RVT's report to the Client. 5. INSURANCE: RVT will carry workman's compensation insurance at • public tiabllit 'n conformance with state law. The Client agrees to limit liability of RVT to the limits of RVT's insurance. The Client is responsible for requesting •ecific inclusions t - I are not covered In RVT's insurance. 6. PAYMENT: RVT will submit monthly Invoices for services pe •rmed during the preceding period. Payment is due upon receipt of Invoice and shall be considered past due thirty (30) days after receipt of invoice The Client shall provide RVT a written statement of any It: sin question within fifteen (15) day of receipt of Invoice. The Client agrees 10 pay a finance charge of one and • ne -half percent (1 1/2 %) per month (16'Y an ualty) or the maximum allowed by law on past due accounts 7 OWNERSHIP OF DOCUMENTS: Reports, plans :nd other work prepared by RVT will remain the pro• of RVT until all fees for RVT's services have been paid in full. The Client agrees thal all reports and otha ork furnished to the Client and ils agents, nol paid for full, will be returned upon demand and will not be used for licensing, permits, design and /or construction Further, the Client and Its agents agree not to retain copies, photocopies, facsimile, or electronically duplicated copies of reports for which the payment for service s in dispute. 8. Client agrees to limit all liability of RVT • d Its employees to the total amount of the fee paid to RVT with resp et to this Agreement. II Is expressly agreed that the remedy contained In this Secllon 8 Is a: reed to be the exclusive, sole remedy for any breach of this Agreement 9. INDEMNITY: The Client, and it th • !fent acting as an agent for a principal In ordering work from RVT then also sag= principal, agrees to indemnify defend and hold RVT, Its officers, employees, and :gents harmless from any and all claims, suits, losses, costs and expenses, Includln' but not limited to court costs and reasonable attorney's fees arising, or alleg- • to have arisen, out of or resulting or alleged to have resulted from the performance • RVT's work on or about the subject project and caused in whole or In pa •y any negligent, willful or wanton act or omission of the Client or the Client's principal or : ny party directly or indirectly employed by the Client or the Client's prin' pal or anyone for whose acts the Client or the Client's principal may be liable except to the e tent, and only to such a degree, as such claim, suit, toss or damage • caused by the negligent wiiltul or wanton act of RVT, its offcers, agents, employees or anyon: for whose acts RVT may be liable. In the event the Client or the Client's principal shall bring any suit, cause of action, claim or counterclaim against RVT to the a •ent thal RVT shall prevail upon such suit, cause of action, cl•' or counterclaim the person Initiating such action shall pay to RVT the costs expended by RVT to an ver and /or defend against such suit, cause of action, claim • counterclaim including reasonable attorney fees, witness fees and other related expenses. 10 TERMINATION: T - Agreement may be terminated by either party upon seven (7) day's prior written notice. In the event of termin- Ion, RVT shall be compensated by the Client for - services performed up to, and Including, the termination date, including reimbursable expenses, and for the • Welton of such services and records as are m essary to place RVPs files in order and /or to protect its professional reputation. 11 ASSIGNS: N• ether the Client or RVT may delegate, assign, sublet or Transfer its duties, interests or responsibilities in this Agreement wi out written consent of the other party. 122 (7/04) DEPARTMENT OF PUBLIC WORKS 215 Church Avenue P.O. Box 1130 Oshkosh, Wisconsin 54903 -1130 Ph. (920) 236 -5065 H �f -KDf Fax (920) 236 -5068 I ON THE f I WATER December 3, 2010 River Valley Testing Jeremy McConnell 1060 Breezewood Ln., Suite 102 Neenah, WI 54956 RE: Request for Proposal for Subsurface Exploration and Geotechnical Engineering Evaluation for the 2011 Capital Improvement Projects Dear Mr. McConnell: The City of Oshkosh is hereby requesting proposals be submitted for Subsurface Exploration and Geotechnical Engineering services related to the City's 2011 Capital Improvement projects. The purpose of this exploration program is to identify the soil and groundwater conditions within the depths of the project excavations. The reports are to provide a summarization of pavement and base coarse thicknesses, soil type verification, bedrock depth if encountered, and groundwater levels. In addition, field screening of the soil samples are to be completed to identify potential environmentally impacted soil. The proposal shall include at a minimum: related project experience, planned project team and resumes, engineering fee schedule, and a breakdown of costs as requested in the attached Scope of Services. This contract will have six separate deliverables each with unique due dates that are also listed in the Scope of Services. The proposals will be reviewed for completeness and how well it is demonstrated that the needs of the City of Oshkosh can be met. The award of this work will not be based solely on cost of the proposal. Questions regarding this request for proposal shall be emailed to me at isargent @ci.oshkosh.wi.us (with the subject heading of "Soil Borings 2011 Capital Improvement Projects RFP Questions ") by 4:00 p.m. on Friday, December 10, 2010. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposals by 12:00 noon on Wednesday, December 15, 2010. Please submit four (4) copies of the proposal to my attention no later than 4:00 p.m. on Friday, December 17, 2010. Attached to this letter are copies of the City of Oshkosh Contractor Safety Program, Standard Engineering Services Agreement, and Insurance Requirements. The information contained within these attachments shall become a part of the Contract with the Consultant selected to perform the Services. If you have any questions, please do not hesitate to contact us. Sincerely, p . i Joseph R. Sargent Civil Engineer I (Senior) I:\Engineering \Soil Borings\2011 Projects\RFP - Soil Borings 2011 Projects Page 1 of 2 RVT.doc DEPARTMENT OF PUBLIC WORKS 215 Church Avenue P.O. Box 1130 Oshkosh, Wisconsin 54903 -1130 Ph. (920) 236-5065 Fax (920) 236-5068 OfHKOIH ON THE WATER Enclosures cc: David Patek, P.E., Director of Public Works Steve Gohde, P.E., Assistant Director of Public Works Peter Gulbronson, P.E., CDT, Civil Engineer II File I:\Engineering \Soil Borings \2011 Projects\RFP - Soil Borings 2011 Projects Page 2 of 2 RVT.doc SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2011 CAPITAL IMPROVEMENT PROJECTS 1. Scope of services for this contract is to identify the soil and groundwater conditions within the depths of the project excavations. The final reports are to provide a summarization of existing pavement and base coarse thicknesses, soil classifications, bedrock depth if encountered, and groundwater levels. In addition, field screening of the soil samples are to be completed to identify potential environmentally impacted soil. Reports shall be prepared in general accordance with normally accepted geotechnical engineering practices. A. A total of 124 soil borings are anticipated for the following Capital Improvement projects. Indicated depths are from existing grade. Attached you will also find maps of the proposed soil borings. i. Contract 11 -01 — Water Main Relay W. 9th Avenue a. 9 Avenue (Knapp to Westfield) a. (5) 10 -ft borings b. Pavement type is concrete ii. Contract 11 -04 — Concrete Paving & Utilities Central a. Osceola Street (the Fox River to Algoma) a. (7) 15 -ft borings, (1) 10 -ft boring b. Pavement type is road mix b. Algoma Boulevard (Osceola to Elmwood) a. (1) 15-ft boring b. Pavement type is asphalt over concrete c. Elmwood Avenue (Algoma to Vine) a. (12) 15 -ft borings, (3) 20 -ft borings b. Pavement type is asphalt over concrete d. John Avenue (Elmwood to McKinley) a. (3) 15 -ft borings b. Pavement type is hot mix e. Church Avenue (Franklin to Main) a. (6) 15 -ft borings, (1) 20 -ft boring b. Pavement type is asphalt over concrete between Franklin and Division c. Pavement type is concrete between Division and Main f. Packer Avenue (Algoma to 115' west of Clover) a. (5) 10 -ft borings b. Pavement type is hot mix iii. Contract 11 -05 — Concrete Paving & Utilities South a. Knapp Street (10` to Campbell Creek) a. (17) 15 -ft borings, (2) 20 -ft borings b. Pavement type is hot mix north of Witzel c. Pavement type is concrete between Witzel and W. 4th Ave (west) Page 1 of 4 d. Pavement type is asphalt over concrete between W. 4th Ave to 10 Ave b. 5 Avenue (Knapp to Idaho) a. (5) 15 -ft borings b. Pavement type is hot mix c. 5 Avenue (Ohio to Michigan) a. (3) 15 -ft borings, (1) 20 -ft boring b. Pavement type is road mix d. 4 Avenue (Knapp to Idaho) a. (5) 15 -ft borings b. Pavement type is asphalt over concrete e. Michigan Street (5 to the Fox River) a. (3) 20 -ft borings, (1) 10 -ft boring b. Pavement type is road mix iv. Contract 11 -07 — Concrete Paving & Utilities North a. New York Avenue (Main to Jefferson) a. (2) 15 -ft borings b. Pavement type is hot mix b. Tennessee Avenue (Jefferson to Broad) a. (7) 10 -ft borings b. Pavement type is road mix c. Custer Avenue (Mt Vernon to Broad) a. (3) 10 -ft borings, (2) 15 -ft boring b. Pavement type is road mix d. Eastman Street (New York to Custer) a. (4) 15 -ft borings b. Pavement type is hot mix e. Broad Street (New York to Nevada) a. (4) 15 -ft borings, (1) 20 -ft boring b. Pavement type is road mix f. Monroe Street (Irving to Melvin) a. (8) 15 -ft borings, (1) 20 -ft boring b. Pavement type is hot mix g. Lincoln Avenue (RR tracks to Monroe) a. (1) 10 -ft boring b. Pavement type is road mix v. Contract 11 -08 — Hughes Street Glatz Creek Culvert Replacement a. Hughes Street (Glatz Creek Culvert) a. (2) 25 -ft borings b. Borings may be used for future geotechnical design c. Pavement type is asphalt over concrete vi. Misc. Projects a. High Avenue (Congress to Wisconsin) a. (4) 6 -ft borings b. Pavement type is asphalt over concrete Page 2 of 4 b. Alley West of Main (14 to 15 a. (2) 15 -ft borings. b. Pavement type is road mix c. Planeview Road (400' S. of STH 26 to Pickett) a. (4) 15 -ft borings b. Pavement type is concrete from STH 26 to approximately 770' south c. Pavement type is hot mix from approximately 770' south of STH 26 to Pickett 2. The City of Oshkosh will perform the following tasks: A. Mark the borings in the field and coordinate with Digger's Hotline. B. Provide preliminary plan and profile sheets for the consultant to use for a final location diagram. C. Provide ground elevations for each boring location for the consultant's use in boring log development. D. Retain services of an Environmental Consultant and will provide suspect locations and information prior to drilling. 3. The Consultant will perform the following tasks: A. All items necessary to perform the tasks detailed in the scope of services. B. Subsurface Exploration and Reporting i. Coordinate with the City of Oshkosh on drilling schedule. ii. Provide 7 -day notice to the City of Oshkosh of drilling start time and location. Relocates will be the responsibility of the consultant. iii. All streets are to remain open to traffic. The consultant will be responsible to furnish all necessary barricades, flares or flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction. iv. If a particular boring cannot be accessed during drilling operations, work with the City of Oshkosh on a revised location. v. Standard geotechnical practices for subsurface sampling, borehole abandonment, and laboratory testing. vi. Pavement shall be restored in -kind. It is the consultant's responsibility to know current pavement type. vii. Groundwater elevations shall be estimated for every borehole. viii. Field Screening and Environmental a. PID /FID as appropriate b. Criteria used to determine whether screened material is contaminated or non - contaminated shall be 20 PID units. Material found to be contaminated shall be properly stored for environmental laboratory sampling (i.e. on ice) and prepared for further lab testing. Inform the City of Oshkosh immediately of any contaminated samples, so arrangements can be made for sample exchange with our Environmental Consultant. c. Split samples may be required for environmental laboratory testing. We will inform the selected consultant of these locations. ix. Reporting Requirements a. Project Overview Page 3 of 4 b. Field Procedures c. Laboratory Procedures d. Exploration Results (broken up by street) e. Considerations and Recommendations f General Qualifications g. Individual Soil Boring Logs (include PID readings) h. Soil Boring Location Diagram i. Summary Table (separate table for each street) a. Boring Identification b. Boring Depth (proposed & actual) c. Pavement Thickness d. Base Coarse Thickness e. Fill Thickness f. Predominant native material classification g. Depth of Bedrock or Refusal, if present h. PID Reading 4. Project Deliverables A. Schedule of Project Deliverables i. Contract 11 -01 report due January 21, 2011 ii. Contract 11 -08 report due January 28, 2011 iii. Contract 11 -04 report due February 4, 2011 iv. Misc Projects report due February 25, 2011 v. Contract 11 -05 report due March 4, 2011 vi. Contract 11 -07 report due April 15, 2011 B. Drilling can be completed at the consultant's convenience as long as the reports are submitted no later than their respective deliverable due date. 5. Proposal Cost Breakdown A. Mobilization/Daily Travel /Traffic Control for drilling (lump) i. Additional payment for mobilization/daily travel/traffic control will not be considered if the total footage of drilling, including the contingency amount is not exceeded. B. Soil Borings (per foot) i. Cost to include proper borehole abandonment and street patching ii. Cost to include field screening (i.e. PID /FID as appropriate) iii. Unit cost will also be used for additional drilling, if needed iv. A contingency amount is added to the proposal cost breakdown sheets attached C. Project Engineering and Reporting (lump sum) i. Additional payment for project engineering and reporting will not be considered if the total footage of drilling, including the contingency amount, is not exceeded. Page 4 of 4 PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2011 CAPITAL IMPROVEMENT PROJECTS CONTRACT 11 -01— WATER MAIN RELAY W. 9 AVENUE ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel /Traffic Lump Control Sum - - $ 2. Soil Borings (estimated quantity includes an additional 30' for contingency purposes) Feet 80 $ $ 3. Project Engineering and Reporting Lump Sum - - $ SUB -TOTAL CONTRACT 11 -01 $ CONTRACT 11 -04 — CONCRETE PAVING & UTILITIES CENTRAL ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - $ 2. Soil Borings (estimated quantity includes an additional 100' for contingency purposes) Feet 675 $ $ 3. Project Engineering and Reporting Lump Sum - - $ SUB -TOTAL CONTRACT 11 -04 $ 1 CONTRACT 11 -05 — CONCRETE PAVING & UTILITIES SOUTH ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - $ 2. Soil Borings (estimated quantity includes an additional 100' for contingency purposes) Feet 650 $ $ 3. Project Engineering and Reporting Lump Sum - - $ SUB -TOTAL CONTRACT 11 -05 $ CONTRACT 11 -07 — CONCRETE PAVING & UTILITIES NORTH ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - $ 2. Soil Borings (estimated quantity includes an additional 100' for contingency purposes) Feet 550 $ $ 3. Project Engineering and Reporting Lump Sum - - $ SUB -TOTAL CONTRACT 11 -07 $ 2 CONTRACT 11 -08 — HUGHES STREET GLATZ CREEK CULVERT REPLACEMENT ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Mobilization/Daily Travel/Traffic Lump 1. Control Sum 2. Soil Borings Feet 50 $ $ Lump 3. Project Engineering and Reporting Sum SUB -TOTAL CONTRACT 11 -08 $ MISC. PROJECTS — HIGH AVENUE ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum 2. Soil Borings (estimated quantity includes an additional 12' for contingency purposes) Feet 36 $ $ 3. Project Engineering and Reporting Lump Sum SUB -TOTAL HIGH AVENUE $ 3 MISC. PROJECTS — ALLEY WEST OF MAIN ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum 2. Soil Borings (estimated quantity includes an additional 15' for contingency purposes) Feet 45 $ $ 3. Project Engineering and Reporting Lump Sum SUB -TOTAL ALLEY WEST OF MAIN $ MISC. PROJECTS — PLANEVEEW ROAD ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - 2. Soil Borings (estimated quantity includes an additional 15' for contingency purposes) Feet 75 $ $ 3. Project Engineering and Reporting Lump Sum SUB -TOTAL PLANEVIEW ROAD $ TOTAL $ 4 G) ate) cs— N C i r. • CD z ° 0 o ti C •— L ,8_, _ a>1)) ')) O c cm ^ Cn O.. w-. • L C co I- N c &-, ■— i C E N E U a a H O m y O C Q) ' a) 00 to ca j O M .0 N• `O°oC - -.y .a W T ' Q 0 > o- c'— =oo —U N-- 5 G� ▪ a T-0 -O -§ C E N y O O a) Cr) wt _ N 4... ' i. N C c 0 (D CD CD .0 C ° L 0 O a) a) — I . > c m V/ L - U 2 L N Q O p •� ▪ • c - O c N c Q 0 to c. ■ ■ 0->„0 to O U L N - 0 N _. W O U a) a) U O o c cts Cn 0 0 0 0 0 � � �o o � � O 8 o L G _c c 0 w� o aD � (13 22 L • L r N Cr) V LC) — c) 0 O 0 > U O .0 ca ^+ C 03 d O) O7 cn a) } + W J u) 7 -- 1 1 1 1 L A M 1- 7 I 111 177 \I 1 wki rale ..„ ... „. p• 1 / { l - _� / l ; I 1�1W�1111111 _ mo • - VAIMIGNIffilli g ME. ..... y'r►`' • . NZ . jn 1 r.iiiiii11 I :W �' . \=1.iV i Wait L------ =11111111111In ____,_,_ _ _ r —. .. CINI . _ \ ,9.....j............._ — \ TA t __ IMP _ �_ _ -- M1 W - W • j W �- j — –..- — - • - - sk ® —' — i-- 1.5 . • I •S W s C ‘ •�W' - -- 1 IN 1111 W _ _ _: —� -T I � - .... _ _.____ _. i IS 3l`lk� �® 1 1' 7 1 1 �• MN *I jjJI ��, !r - - i inn c f } - �, 1 1 1 , , I 1 1 11 *, /�� Nu_ 0 W `a L m So _ U Cor) `� o co U co . 0 �$ O a) N NO c as 06 . N fl.73 X . N , C Y c., CU (ri C. O D3 I O V N.N Oo 0 O UO a) O f cn V" > O > a ; -0 a ,m o� a �' a a) (� 3 o c9 a) ° �. c �- O '}.� N To CD '^ 0 c cu ._.c-0. -0 m U c V♦ '� L fn - 0 0• O 0 �- cL 4.� .L (9 o = C ra r o Q N Q� U — N Q `~ U N oO O W Q cu O O O to (u L .� Q a) U U L s`acQ. caoa)tca a I— ca000 >(9.nf —.S CD a .CD in to to to to to to b 1 C • — L '- •Cr) ••51 L() CD 1` CO 4-' a m \ i J �v _.<< J � ELMWOOD AVE q- �, v 0 0 • / / As ti/ ( N • is / s / 2i o / O Q AK IF i , i O / i i A• 117 / / i / i• /\ O i i . i O i / \, ED / n .. , ��� ON 73 a S.,, i O) CU C N O m O a) o Q f9 9. a) a o C Q CO 0) 0 Z �' + 0 c CO � 0 O O — a) C a) u) W 'o C 00 V) i X (6 '0 48 •0 ((D C Y . . -0 0 o o m a o m �0 0 0 0 o a) _a a) o- N N° O Sim 441 C7) . _ ) � O cacco�ca�cf 0 03 r 0 > ° -a= - 0 r Y p ` ' -o c a � a CDt E. CO - 0 fr 9 do L W ' 0 . � c .fl L � ° _ c Q) c c 0 V } A + , L 0 .c N O . as O 0) N Y a) CD C L I •— — c - --0 O N OO N L (� cn - a o O >. t6 c 8 U t "a) T 2 c 0 0 cl) cn W E a) c O N a a) + m O r, v Q. L V) c U w (II O a) (9 a) 0 O- a to a) �" G.) c • Q • m *1 J u ED w > / H cn ce w 2 J O a � V 3AV OOOMW13 0 Q� • N C 0 a n L T � 0 N - O 02 ca O C a - O m 5 O - > -D , *-' u) O w ..c .N 2 E o c c o c o � �� o LL 0 � > — ''c-0 m° (1) Q a ca2'000� "� co c >• ',o ^ z o O r ili u j4Ifl o CO CL cn a) o a 2 1 ■ ... V � � � o ai � m � � m � � �n 2 v c E c � o-a ca ° a) o ~ _ , D .. ) t W cn Qjo c cncaa -= >,�� ca LE a mil CO MIMI Q) -� L CO a o CD N o 0 0 a 0 CL a a7 0 0 o in in in in in in r 1 C N N N . � 0 N M . st LO .— L. N cn LI) CO I-■ CO 67 i i 1 C m W W W W W W W W W W W W W W W a ) 0 Ei ) ED 6 ED 6 ED @eel ED EBeEDe ED 1S A2i2i3HO r - ■ 1 � n O .ez z W z C,1 ,- _ .� Q W i LLI LU � i ® i I® A a I/ .7 ®® _U �, WO — w IA O& > a z ®. - 1 ®® p _ • z — o 1 W' a. CJs w , � O — w � 0 11111 R ` \\ p4 z — ` � \ 4, 1 In ' i® 7. — * 10 e® \ NIP O Ilk <Z7' w ®® P \ \ 40_, •\ \ �i% LL \ ---.' ./'',-- . a) C o� m o s a) _ 8 O O CO L CO C oes Q z f C � �.O O o 'i c E E v — O c o 0 O Q) w O O 0 0 ` w c _ p w (9 C U C C p 'p m M . ■ O O O p 3 O Q W W T� 0 BA 0 > a C 0 O O N U U 5, n. ,.. 0 0 L N D "a a) .. ,� ^ Q a -. v . 0 E a) fA O o a) .L. O w 4 " I Q. 0 = a) — .L - • - ca a C r/' v v+ n _ C O _Fis C ct �r 0 � •� � 4 C L _ -C c° >, � C O C O +, 0 a) - p . (a C c) a) N a) a) CD c 4.d i 4-a O > ... to 'a 7 C •- aD ca �.a C CD O O U O L O N C -a N • w a) L L (n Q W Q. C Q T(0 o -p U Y O Q W a 2 O O N u) N N 7 a 0 V E z =Uw a = O N N . = U al o a) O = O co Q) L.. V w c to in CL 4-• -B .o N M • -, m -� - -) O as 31NINOW . a - \ L- c-- N 7 1 \ _ — ED -1 l � • \ , 1.7.• i l'-'-C \\ \• ..- \ \ `\ \ \ ED ., r / i i I 1 G) o W . N N c°' O O L 1_ o /�� N m �/ a /w, (nL C7) 11‘441 t .. �+ _ .- ° N U 0- 1:3 xia m co c Y c CD O a — O ° a) ro L w E L V C c co c cii c a o � _a. c O O L O - 0 a). � OOmc w .� ' t N . No o0�0 - 30 _0�� ammo T .� O > °••Oc. 1 . = O o — b S. CD CO O O m" -. � � c L L 4.0 d i s N N -- m O m (D• (1) 0 V C/) c� � o L a� C O V = n cL N� O C ^+ a c'a >= - • - Cl C 0 O 0 O W CO a= (n v L a) a) �n O ♦♦ CL y 4 7" ° O V U O v a) U M 7 O L C p Er) in In to I— (9 O O O > cn O. c (a Cl. = N ■ ■ 1 L r- N CO ' 4' (.C CD f — ■.. C m 0 0 0 U 0 0 0 CD 1 I I 1 1 1 11 1 I II ImIll!H N,.. 1SN1`dWN 0 .. , �o _ —1 _ i t0 J' , N, 1 ti Ili N N. T v Q Q U \. , - \ [ Ili 1S 1b2j1N30 / Ai -\ / '.(S 1S IVII1N30 \s �s. `/ /lb /S _ \ 1S >1OR3303213 . / --, •); - ,..., ,, -,,,..,„., . --,.., „, , , .., I '7 1S NI1>1NH2Id \ \ ; r \ / /1°. „„ N -. ‘'N 'N. ^+ ^ 0 W ^ � W C W c = C CZ) LL m N . o a) z in �Y (1) O C 1 N n. O U O C N 0 T N cn . u C co : - � m c L o � � ocao o a) coc� Wo 11. co � W u/ Q U O f- O N O 0 i u) N 0 8 u) cv > ( 7, O M 1 ■... ' N -° O }. ai c U C C _ °) a > _ r > V V) . -6 t".o o N.'' -U r a 0> 8 p > ,c -0•_ 0 0 0 Q �_C 0 •1•' a ..c N o m v�a,La)ca CO V 1 a 0 c c. -. c: s � (/ W O • � t -0 C L V O o L -../ m ca y ..•. C CD Lim -0 W L.. .4-4 c •— to ( 6 0 - N C 17 U U N (/) 0 V C CO V • _ 13 a) L��a o v = a a s o 2 3 ii. 0 a (B O c O N U - 0 L 2 7 O U O $) U L 0 3 U tq Q U O / L V o 0 0 0 0 1- as o� o °� as o. li. W = .— s NM C m CL O � D O vimi ) ®®® e IS a9AO1O \ M El \ I I E;1' ' .W 0 a 1 1 • ED I a ..GGMPB��O ® I 1 k 1 a ED cti Ln Ln "in In LC) In En En C -O X (B _ -. f n U c c -- TS ul W N - O - ' r - '_ L a N C L r N C7 v I n Cr) r•-- CC) CZ (1) r r r r r r r r r r O p fU O O N Q a) O o (1) '� o °� — `) t° U ° CO "v a e e ED 8 8 8 8 8 O 7 2' ° c — co ° a4 2 -o a) C _ L LC) ° RI a - O � C _ � Q) !A (n � � Y O CO C gm VJ � a c im 3o� cr i0 a , �� E . O C — . s ' C - 0 N Q C W O ■� _ r� 4-1 y.. • L (9 O O cn c ca a) a) p O U O d C 0 O '- C L L L.. C C C U ro O . - f.. 0 a) ••- to O - O C _ N cU C -p � -- U U L a) A ' D U • co c o C >. w N d L ` 4.../ O W co a) C° u) cn L ,- 7 0 • vio+ 2 = a• E Z 4 - ' U W cn 7 4) fB L.. . _ 7 U O a H LE cn N O O O > ° L O .0 ca Q. V 0 0 o in in in to in In in O W N N r r r - r r r O L.L. • O S "' _ Y Y Y Y Y Y Y 1 Y Nt .� Z o o �� — L. S OP — _r— \ \, \ ' J �, \�- - . . i 1S OHddl , -- -- ii. \ C - — \-- 5 - - m - .= \\ �- I- MIMI Nom - V A" - L- 4 - -- \ \ _ 1 1 ,,,_ I 03 .) , 14- 1 1Ali— '- - ' l'I' I 1 * :h. _ _ _, i _ s_:._, co �.._■ __--\ , H ‘.-1 iyi _ _ 1 , ...1.00.168 lir ahm.wei. .191.09, al. ,.. I m., .. Ali Allwrilk . Er d 411 Ai allniall■ ilAiklIM _____1.., = ■_ -_. A\ /6:— ....-- i = . .A ml . 0 E t.0 [--- - Mil I Ill __. i ; , II I —� -. IC?IAAIHS S- • ______ _ LS2j3.lMdSN 1S 2i 3.l wsS - \\-, — �— - ■ I ^+ o o LL.. W c N c' `o z HU fl c o m E .5 a. - - - ` ca ( s . MININ C a)E -0 I'o N S. Q o O �� ° o u) co >, u o mai Q CD = O CO C O U 0 O � _ W 'E co W I � � ,,F� 0 � > N w (U O O (o c— U _ a t� . Q ">, 79 O . c m E a) y m Q • O . giro a N - ma �� CD m ,v � (0 _ .. V ,� Q1 _ — O m C m Q) a) to = cn "6 .r a) 0 C = - Q) .0 O O U • C a) ._ ., t a) �^ �� te a) m�wQ Q V U) U C o_ c . ,n - E •v m ° y E5 " rn O a 1 co 1_ . O O" Q ♦ Tx) ED EC, Ln In = co w (U O a) C L v } C r- r- V e— F- (U O O > to O . (0 ■_. ■. ■— •. .-, 0.. C m d ` � 41,00/ CD a) 0EDeeee J 1 I 1 1 1S OI 1 141 - - / ["--- .? E . ___- — I _____7 .4- I , i > i _ ! — M. I /I- ED I i :n "' i I N — _ ._ 1 7 - - ."- — t / I ‘,I1 I / ! i ; �j — I � -1S dddN)I r , / 1 CD a) r a) o O LL ij N cc cn 0 _ cp z m _ }■� • U U° O O O L. Y+ V! Q 0 N 23 a N 0 0 0 rn CU C to w" O � = ▪ N � O .-. (13 0 U c O�� y c H ▪ r t it C.. 'a 10 � a ^ N �t L a �tna� - a)rn° i/ / /!k W .FJ Q� • L • c -0 f � _c U O U O ▪ L. = 0 C _ - ` • o ca = c N 2 a) -4-J a) a) - t0 O . . .- a) (i3 / L ▪ •� c � � Vn O V V♦ V = Qa � N a ° Y U� 0 a W ca °2 c 0 totes • o o NO U ° = in in Cn in it) in Cn o s U) c • c co ` o 0 0 r T . r T . . . N ca 0 ■ � . .� `. �.. v ....... �.. �. �.. I— as O O o > to sa o •C co L 1i■■- - D 1- N co In co ti co a) C M I n t L I n In In LA In in a) 0EDEDEBe ED ;lee ED K ..../. r. lS % s I i N I i I II r. Ili •-------- 1 1 7 .I F . ,.. • .0 -- - in sm. _• , i h ___ \ I= I. ... > -1. 1 \ =-1 ... -I- _ c• _ _, i .___ ___ imis. MIME --1 1 - GLI- 1 -Gs.IW I. � • . a � �'- � f'%-..Q 11 iii.._ IIMI dir 1 1 --- : illera diVITAI MIA Immi © p ® . _ ,,..: = p :- -1 -- -- MINI TM i I i a7 11 - - CD ai o L y O u... o, O //� -1 r c C O T rn L a } V // 0 Q "O 2 ( "a p Y c Ri L 7:7/3 m o. ■ O O. }•�� O N . Q1 O v7 CO . O ci) CD L L� Cy) 0 . ) O c o C U C C 0 c O _ N ' O O O— O 3 0 0) ■ U 7 C f N U w Ti ■ .... �� Y To C E v O a NI > 0 � = a T6 c - 8r) m Q° . c — G d O Q c 8 B c «= m -o C c N C C -0 -- o 0 i� i N mmt O � a) -c u) Q� L '� Q. V • _ Q co o 0 0 — ^L O r 1 C o ♦ � ° E) o �� O So o C V 0 v r. ... .••-.. ....1 :C u) c V .� c`s o N •._. co 2) O c 0 0 0 0 I— ca o2o >cn1O.Sco = b b b L ^ + - • i .- N CO "cr Ii - • F-N C 0 1 1 1 2 m a OEM a) 0,EDeEDED ..... ._, u) m , _ / / ______ _ .__ / / -- ,, / — — I I' , m ul a - IS NV NOM i ED 1 e e . e . . _. /—N., . 1 ; , ,_ N, ,, ...._. _ _ -,..„ / -, ,/ N _______ _ NN I w /i \ _ ___ \ , ______ ! / / / / i ! Q) a) r ° N N 0' a) z ° o oa) N c- o N t, c c p :'=.' T cn U (n N V! ^+ Q II X N O N V C Y c c C 06 W ° L. O N O Q O L L Q d N . � c U C "O O N .c N r-. t 5) L 0 a » a �° cn c a >, o o W F/5 ^ '_ • e o ` ca c c c c a - a O _._1 a M I .. y U) . o o cn . o 3 c w W ..a O > U - o U N' = 0 a� "0.C E m (naaa)w ■ ▪ � N c 's 0 ca c a Q N . r/ -1+ 0.. ) o c Y c '� c u L� - o v♦ 0 CO O C a) . __C. 1 - o m a c . ' C L '+ = Q. 4 _ + ° � a .0 ° U m _c o Q o 0 Ll.l EZ - 0 c.) a)a) = O U Z = 0 0 0 0 0 0 0 N m m,o L D 0 0 Sim • �' �— N Cr l!7 CO 1.--- F- co O O O> cn _a O •S al 2 co CL CD C m H f' I— I- F' 12'- E' •_ m CO a. N — 1S avOb8 . —.. ________ _ ._._ ..- - m \ — ---I H 1S ONVIde w 1 w - -- _ . — z O _ —� o w I w __ z I m w w w 1 1S NVW1Sd3 > iii til \ ____L_ z a M w - w \ w ® I cn o w F- 1 I I T N 1S NON2:I3A 1W 111111110 I I - ,_ -- likli ; - — lei" i . ----1 , ;; ; 1 i 1S NOS219ddaf 13 NOS2:IS ASf Tl I I V I I I 1; H � a� a) o O o) N c C Z o 0 Q N (II p '- 4) fl C CCS -C C Ca ICC CD ■� C 0 U N - ~ O N o u L. N., al L 0 0 0 C ~J ` U c jj O w o co 1 • O . = d -C ° >,2- 0. O -I~+ 1..1.. U u) m . o) C 1) a) N U as C1) N o • 'CD 4-, c -r >, 0� c o CD c 5-, L O _ = --o 92 -0 ° 9 - mca - Z. d V c .� ca a • c (0 w o o •1 a O ti) O 0 - Z " o 0 0 �n Lo W 0 T ca . 7 V -- co C CL C U U U U U 1- c�o�o > w�o.S co •— G) _ = J d) [ 1 I 1 1 11 1 1 1 I lj IS adoae _ A‘‘ 1 1. is avoZ18 Hll Lu 1S aNV ■ O r w Z - - -.. T- I w — I 1 w 19 NVWISV3 < _l_ w w w w 1111 cC 0 w I w w w w LLO!IW 1S N ON2i3A 1W Z w 1S N0 w `� 1 1 1 - I I v�y i k I C 1S NOS213d31' 19 NOS13333f I I I I I L 1 - - - -- 1 1 1 r co O O s_ z , ••∎• o co } 1f) v O _ c } >, ° - C Y '' m to m Vl 0_ a i _@ O N U m CO } = 0 to 0..� =� I--, Q m N � L V! N n N 0 cU o O LL 'o CO = _ N .U) - 0 o c 0 c c °' � _ a M 1 • p O ol 0 3 O�w- Y .4.a ^ O > 0 c ' :r o � � U Cl) o c t > Y T c -o c E o u) u) )Q 8 w .� o O 4 " 1 a. W N m� . a2 cuN9"N v v �/. ) � / �� 0 O c N - . -o "a al a c V♦ w! W 1 '0 y_ .17: � O c _ C -c-a) U O O O N o N CD c # o � C c rn c o. c 0 .� cu c� C . O ._ O 000 4) Q) G v O n. U 8_4- a) ' t u) a O 0 °- f d N• cn • U 9- Y U 23 //�� V Z a c N c iii O a _r . �_ _r. _r. W E O 2 p O,n N N 2 w c v e- v = O C 7 O CL V/ = '' - ( N CO M < 0 O = O > to _0 O (0 . - ■� . L i i 1 1 .1,1 . C O W W W W • m CD 1.� UNV -J • • v N cn m - -4 cn ED ® z ED ED 111111 S k 1 1 I -- a - S a) O LL o O N cn INI■i al cu z O m a 0 .N c m o v♦ 2 6- � -0:= , QN ai O O a) U C 1.-- ' O O a) O L p o a� �oo �° C �� � ' , a) -0 U 2 co j , O. N o w o • O u) .N O m C U C C - D d co W t > 0 = O> a-0 a >� - o -o- • ▪ — ^ co C ta v♦ ° Q = a) •- . - o ca Q C al c c o C w. .r. ca o o•� C m o a) 0 8 o co t ^ • ♦ ♦ Q C I a W nu C o 0) cn N c a Q v ♦ ♦ in Co to in o (n . o �. O 0 o L . V — C v � 1-. 04 N L cn _ Q. V .- N o a) w- .0 c0 } �L A N CO M F- N O O O> cn O i = m m 1 1 1 m CD J U) w a W W LlJ a cn cc iiri 1 I . . W an 7 U I - i - W ni 1S Q`�02i —_ as iso 1' I m 07 m a• IM IIII rsavoi �w} \ r \ cn . , ______ :: LL Z W -- W a I W i cn I \ . I CO W 1S GNV l I 1 C o CD LL lea 0 i tn W (NI a) z o on V) -F o 2�o.Sti-, 0 >ai� � o C X L �U E • - p � O _c o as a) •.■ }�!1 Q) E = - o ow0 •c- L. V� O O N rn (0 V O W • o O O L " N . N °o Oic all _ mom N' ° O 4••• Q 0 T - . 0 a) ' N °Q Y . + ' a + _ 2 d N 0, 15 c m,- - u) = " c V Ca W 1 ' a 4 - , L (i3 O C c w L U O 0 V♦ 0 O 73 L N w •( O a] C O7 N ( N CD 0 }, L O C N O (0 O w L N Q, C� , - 0 U U N _ v) p t0 O U = a) -c Z ° C a s � . _a OY a . O 0.. .— — — — W c� Q 3 g o 0 � a � i � � � � LO LO LO In in CO CO LO o E Z �, O O V _ v v � ° -j= ��� L •• r N co Ln CO ti 00 d] 1- Ca O O O cn O. S ca CL .. . 0 IMMII •— d m a�IOB w 1S 10 DNOS z 5 w 5 w 1S S213MOd 1 w 0 w .71 z cc w `<' IT -- z 0 p a u3 5 0 s I 5 I 5 5 >_ r.�• rs i® D m A 1/ Ali, ®® 1S A NOW ® e® 13 ab021 ..1 I i �_ I , _— `.__I - - -..— BROAD ST w J w .- 1 w I - a - - � z � 0 w 011 I- O U_ . ? I I 5 � _— „ LL U.1 1S aNV \ \ \ \ \ \ r-- \ w I -- N y cn C CD C O LL m I ■ r C o� C Oa IC1,4 Z + m O _ O �'y a).oa) °— � O L O w U C C O EL r O > o .2 O .a 3 O .- w •- — r Y a a) ) 13 - m o O —U ■ O 'Ill a .� 0 T -0- °c'E U♦ 0 C. O a N O Z 0 . W (6 c 'D ai O '5 -0 L d >, (6 uI U O Y O U VJ d O r E O O O U z a) a) (n = O L a o E O V« a) ( 7 U (9 '■F� O - 1 -- la U3 N O O O > u 0 ) .Q O •E ( 0 m J cn ED 1 I I 11 I 1-b ab3Mud 1S 3O2iNOW w W C - Z ° 1S 3O1NOW I .. I _, W 1 R ntifNR w — — J Z I -- I C _ ¢ -- 0 —�- - � I 1 CC LL D Q —S QMd?:1J \ 1 --- i• _ 0O w c T 0) O N z o i .o an -mkt Lo cn j2 x v_� c �Y 8? L Q a� f° o ±-_-,... N �° co L c Low C) �� LaN 0 CD CO 1 . . 0 t' � 0a)4 = c - "o w a CO r (� I ... ...a -- 8 c — - . 0 0 cn O . . 4i1 , Q. a s 11 T Z c O " .�}� ,F ' ' o -0 c . , O CO o c V w O 0 (90 . —c(oc 0 o O' . al c o a a) "6 ° j L a� 0 - � c 0 U C �_ � Cn0 W 0 .. E co O" 0 O N cn • L N .-. — Cr) N N �.c 0 0= =Q v o WA+ • c " v ca O N w-. c6 N • .— �L r N i (U O O O> to -0 O .`- (U AINJ . — C m z z 0 i 15 iU5d i I N I j Z ED Q It 0 '.. r '''''''''' UJ Z . W • -1,S1 Z I 111 ED IS NIWI N � , I I , I i I iv a) 0 L b o a 1_ 0 � .c , z —I O (/� a) o v) CNI m O U c,. O o >, N N (� N L = a� X a�� .0 �Y c • MEM Q E 6 a � i E v � O m0 W 0 o co co � _ N •N O 0 (3 O O C C a) - w W o` W 1 co •> 0 0 D O O U _ d C ▪ r� rn -C 0 > , - p p . C E a) N N O N L O '�"� Q. -a O cn C �Pc�5�P2 § �m V� v W � W Cr) 0 0) ca°� :- c a w o c—) 0 _ a) • a) m O V♦ ^1�+ d C ._03Qcm oOa O (/� W .-' W Q �,, m 0n U O Y U- /� V/ > N LO LO O 0 2 p 0 u, N c j 7 O s C _, u) a s as 0 p D o 0 O a) ct 22 ♦ 1 Ti • L F (U O O O> N O .c ca �•/ C m 2 2 1.1.. = m 'o e ED I I I I 1 I 1 \ 1 I I � ,_ , i %i 1 "I' 1 ui a m a - Y m a N ilk WM n gm z 1 G .SQ N. • ? \\ ,� �-.., Ci- 'N. i \\ T.- W w m O LL p . UwJ C LO L m z + s i ^^`` co V! N N CD a) 0 a) t0 5 a: ,� Q O c ������o�o �N ff /� -C 0 .N ` W W DI O 0 O O O 2 9— d .. = ,.,2 0. CE C U cncn oa)= O I C � � ci -- ti O �0 c� as X00••. w_ c o "cf O a)"- `� O O O L W >, m cn 0 a v co a c0 0 0. Z 2c O � a ' a " � L o O an cn N co L . 7 0 Sim ■ CD ..--. _ �. _ .-. _ �-. O V L c0 a) ^ C 0 C CO CO CD CO I— cOOOO > w saO.cca C m 2 2 2 2 2 CD 0 le ED ED ED 1. 11 111 Illlll�lil Immo MI MI= =u1111.: u. HMI' 1irri mill■■■ i C T T _ i _ ri ILI uu 4u n uhi%uIu!I-.. � � � � �1 c _I 11 _I�ulm - 11 �111F'� 11�i111ii11�1l — =E ... Q 11�������n�� �'�i� i� = ��: r, / EMI 11111111111111111 �mi —_ ay a 4.11=11. MEM; MOW t 1JiP �' ` . mum 1111 IIP1 / '1111111 Qn1�MEMIu ,R�� _p � 7 - 11111 uuw11u1111w1 == _ ���y - 11111 I IIrnmi� -_ 111111 mum � � . slum :� : 4: EN ..• , oh..=•=i wog x \ 7,--' 0 > ...., - t er 7 ,./ \ ■ ' t ` 10 \ IVI 0 0 a s k /\- pl o „,- i 1 -'7 ''''IP \ ,, , , I.: ' / i V-- — _ ' $ ,--\ • ' /1 l � nif Pal • i ' j iiffl wr s 4..0 ci LL N L L O m - LO O c CO c 0— a) r--� T a) In o x } U / � .E �c m C/) co O O •� O O ' a) ( t o V/ O N O. � — L L 0. 0 E ku c �i- '- 0 c � LO = c= C L >, to g O 4-J d' > o -,= mo_T� — Q ›, - O a . c ) E 0 u) 01 O aa)i _c a ET a3 0 � 0) 0 cn a N ` 0 — c -0 -o N l a L O C 1 . w . .. cp • 'L (0 C-0 L N --C 0 O O r �/� L 0 o 1--- a) a) N u / a CD _ to O ca c C O N N I 4m" N V • ._ CD .N (d 0- c vi 5 O cn .O o O ° a W ca a) C o � a L 2 c O N ^ 0 � � ° ° . _� =�0 W i - L r. .-. L C U 4 a) O a) w o ._c - L- O C) O O> cn t0 CD X.-. f Ca O N -.. N O .. 7 . I- a) a) d m Q Q Q J ED ED ---------________________ [ W W << _ _ I— t7 T "r W W lb NI V VI b N T T N Q Q LL! Y L1J IA < < < F- in 0 0 i 1 1 1 a> 113 C:) LL co N Ct cn O C c o 0 CO z (l N 0 N a) O N fu U7 '> 3 - L N C W 0 N O O U (n (D j, y 0 a a) a L •> O M C U C C O ,> ' m u O (1) . o +' p (n O 3 0 - - C °) CO a Q .c 0 T� -0 - .... 4, w Q .a C-- • O = N. c CO O ' O c • a 0 CD 'Cr) - :c ma w�C C ° r y , C a) "O O _CV U U N L N vg � 0 N • C O-> Q C � 0 N U O as cn O W Q, W z p O N (/> > O • 0 .-. .-. - - O U N O U 42 a s co 1.■■ f..l.. cs) , CV co v 01. = • J J J J 0 m co 2 J co OU IOOHaS 71VO NOV18 0 r? v J J a is M3 IA3Mild N ED ED a . a ED 0 r w U a. \ �/ O N ! i CITY OF OSHKOSH INSURANCE REQUIREMENTS PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on subcontract until proof of all similar insurance required of the Subcontractor has been provided to the applicable City department before the contract Cr 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 J (2) $1,000,000 personal liability and advertising injury 1 (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 lnjury (4) Explosion, collapse and underground coverage (5) Products /Completed Operations (6) The general aggregate must apply separately to this project/location 3. BUSINESS AUTOMOBILE COVERAGE A. $500,000 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. 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 - 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 the General Liability and Business Automobile Liability coverage arising out of project work... "City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. 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 City Clerk — City of Oshkosh. 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. ® . OJHKOJH ON THE WATER CITY OF OSHKOSH CONTRACTOR SAFETY PROGRAM i "' ' e 1 z � A a ` , . � . ' y a ,tom F: ��1 liptpFP-16 y N 4 -. a z Original: September 2006 Revised: March 2010 City of Oshkosh Contractor Safety Program TABLE OF CONTENTS Introduction 1 General 1 Project Safety Coordinator Responsibility 2 City of Oshkosh 2 Contractor 2 Fire Prevention and Protection 2 Hot Work 2 Smoking Policy 3 Chemical Safety 3 Material Safety Data Sheets 3 Chemical Management 3 Container Labeling 3 Environmental Compliance 4 Waste Disposal 4 Hazardous Waste 4 Chemical Spills 4 Personal Protective Equipment 5 Elevated /Overhead Work 5 Excavation/Trenching 5 Summary 6 City of Oshkosh Project Manager Contractor Notes and Check List 7 Contractor Qualifications 7 Information Exchange Check List 8 Contractor Project Manager Contractor Safety Program Acknowledgement Form 9 Contractor Safety Program Qualification Questionnaire 10 INTRODUCTION Work- related accidents damage property, cause serious injury and may even result in death. Most accidents are preventable with good planning, up -to -date training, good communication and most of all ... commitment. It is the intent of the City of Oshkosh, that all work conducted, is done in a safe, healthful and environmentally responsible manner. Employers have the duty and responsibility to provide a safe work place for their employees as well as contractor and vendor employees. Contractors, likewise, have a responsibility to keep their workers safe, and to work in a manner that does not compromise the safety of City of Oshkosh employees, while protecting, preserving and enhancing the environment. Therefore, the City expects contractors to meet all safety and health performance requirements and to comply with all applicable laws, regulations, ordinances and codes. For purposes of this program, a "Contractor" may be defined as: a) Construction contractor — project oriented work such as new construction or remodeling b) Service Contractor — a contractor that installs, services or performs maintenance of equipment, tools, systems or processes c) Vendor — a provider of definable services for a facility d) Task Oriented Contractor — performs a specific work task e) Sub - contractor — assumes some of the obligations of a primary Contractor f) Temporary Labor Contractor — provides workers on a temporary, as needed basis with on -site supervision by an employee of the Contractor On- the -job safety is especially important for contract workers. You are called upon to perform highly specialized and potentially hazardous tasks. Working conditions and safety procedures may change each day. Good communication between the contract employer, the City project manager and the contract crew is essential so that proper hazard control measures are followed. The following rules and guidelines promote safety and are an effort to highlight major safety and environmental concerns. THEY ARE NOT INTENDED OR DESIGNED TO BE COMPREHENSIVE, TO SUPPLEMENT OR LIMIT APPLICABLE LEGAL REQUIREMENTS OR TO RELIEVE THE CONTRACTOR OF ANY SAFETY, HEALTH AND ENVIRONMENTAL RESPONSIBILITIES. The Contractor should always refer to the specific requirements of applicable laws, regulations, codes and /or specific standards to assure safety and compliance. GENERAL The following information is provided to the Contractor by the City of Oshkosh, understanding that these guidelines are not intended in any way to be all- inclusive or to relieve the Contractor of any part of the responsibility for the safe performance of the work outlined in the Introduction of this document. The objective of this policy is to prevent the failures that cause injuries, illnesses, fatalities, property damage, or environmental pollution. 1 No portion of this document is to be construed as establishing a master - servant relationship between the Contractor and the City of Oshkosh. In all cases, the Contractor shall be deemed to be an independent contractor and the sole employer. As a minimum, Contractor safety rules, work practices, and procedures must be compatible with existing City of Oshkosh policies and procedures. • PROJECT SAFETY COORDINATOR RESPONSIBILITY City of Oshkosh The City of Oshkosh project coordinator shall be your primary contact. The Safety & Risk Management Coordinator for the City of Oshkosh is Paul Greeninger. He has the overall responsibility for safety and health issues. If you have a concern regarding our safety policies, you may contact him at (920) 236 -5117 or (920) 233 -7852. Contractor Each Contractor shall designate a responsible member of its management team as the Safety Coordinator for the project. The designee's duty shall be prevention of accidents and other job losses. This person shall have control of and be familiar with day -to -day activities of the Contractor. This person will be responsible for initiating, maintaining, and supervising all safety and loss prevention programs and procedures. FIRE PREVENTION AND PROTECTION The Contractor shall take all necessary precautions to prevent fire and injuries or property damage relative to welding, cutting or other spark or flame producing processes and procedures. It is the responsibility of the Contractor to follow City of Oshkosh Hot Work permitting policies and procedures. Contractors shall also establish procedures for storage, handling and use of flammable or combustible materials, which comply with City of Oshkosh policies and procedures, as well as all applicable laws, regulations and fire codes. The Contractor shall ensure that employees and all Third Parties under their direction are familiar with fire protection and alarm systems in their work area. The Contractor shall also be responsible for supplying and maintaining a sufficient number of appropriate types of fire extinguishers to support the work. HOT WORK At any time during the work, where spark or flame producing operations are conducted (such as welding, cutting, grinding or open flame), the Contractor shall establish a fire watch during and after (for at least 60 minutes) such operations to ensure that fires do not ignite. The Contractor shall insure that fire watch personnel are trained in fire fighting and are aware of procedures for sounding alarms and making notifications in the event of fire. "Hot Work Permits" are required when working within buildings or within 35 ft. of combustible materials, including flammable liquids, vapors or dusts. 2 SMOKING Smoking is prohibited in all City of Oshkosh buildings. The Contractor based on the hazards present shall control smoking at outdoor job sites. • CHEMICAL SAFETY Chemicals are important tools in a wide variety of work activities, but many chemicals can cause serious health and environmental issues. The Contractor shall obtain all information necessary to be fully aware of all potential exposures to hazardous materials in the performance of the work. The Contractor shall provide, to their employees, all information and training on the nature and scope of potential hazards as required by all laws, regulations, ordinances and codes, regardless of the source of such hazards. The Contractor is also responsible for communicating to the City of Oshkosh any hazards created by the work being performed. The City of Oshkosh also has the right to restrict the type and amount of chemicals being brought on to the job site. Products containing Methylene Chloride (CAS #75 -09 -2) and paints containing lsocyanates such as (CAS #91 -08 -7 or #584 -84 -9) are two examples of restricted chemicals. Certain other chemical and physical agents (asbestos, PCB's, lead -based paints, radiation sources, etc.) are specifically regulated by Federal, State and /or local agencies. When the work involves a potential exposure to any such hazards, the Contractor shall maintain compliance with all applicable regulations. MATERIAL SAFETY DATA SHEETS Material Safety Data Sheets (MSDS) must be provided to your City of Oshkosh contact for ALL chemicals prior to being brought on site. This requirement includes all liquids, pastes, powders and gas products. CHEMICAL MANAGEMENT Chemicals brought onto City of Oshkosh property must be removed when work has been completed. Any changes must have approval of the project manager and the Safety Coordinator. All waste materials must be managed as identified in the Environmental Compliance and Waste Disposal sections of this booklet. LABELING All containers shall be labeled in accordance with the OSHA Hazard Communication Standard. Waste containers shall be labeled according to all applicable federal, state and/or local laws, regulations, ordinances, codes and /or standards. 3 ENVIRONMENTAL COMPLIANCE The City of Oshkosh is committed to the responsibility to protect, preserve and enhance the environment wherever it conducts business. The Contractor shall be fully and solely responsible for compliance with all environmental laws and regulations applicable to the transportation, packing, labeling, handling, use, storage, or disposal of materials, including liquid and solid wastes and hazardous substances, brought onto City of Oshkosh property or used in the performance of work, or generated as a result of the work. WASTE DISPOSAL Waste and the disposal of many chemicals and products may result in damage to the environment. Environmental laws and regulations closely monitor waste handling and disposal. The City of Oshkosh, therefore, closely manages what happens to waste products, recycled chemicals and abandoned materials. Many chemicals and products are not to be disposed of into sanitary waste containers or into drains. Nothing may be discarded onto facility grounds, parking Tots, or waterways. Some of the waste products that are controlled may include, but not limited to: used or waste oil and grease; paints, paint thinners, solvents and cleaning fluids; strong acids or caustics; sorbents, rags and materials used to cleanup wastes; electronic components, fluorescent Tight bulbs and ballast's; pesticides, herbicides and related chemicals. Because of the complexity and extensive lists of waste streams, prior approval must be obtained for disposal, and the method of disposal. HAZARDOUS WASTE The Contractor must receive approval from the City of Oshkosh to transport or dispose of hazardous waste from the work site. The Contractor shall provide the City. of Oshkosh with copies of all records relating to waste management activities associated with the work including copies of hazardous waste manifests, waste disposal locations and waste transportation and disposal agreements. CHEMICAL SPILLS If spills or unauthorized releases of any product occur, the Contractor shall notify the City of Oshkosh Project Manager or Safety & Risk Management Coordinator immediately of the nature of the incident. If the contact or Safety & Risk Management Coordinator is not available, contact the Oshkosh Fire Department at 236 -5700. The Contractor shall provide all required information necessary for reporting of the incident and to notify the appropriate agency(s) in a timely manner. A copy of the written notification to the agency(s) shall be provided to the City of Oshkosh Safety & Risk Management Coordinator. 4 PERSONAL PROTECTIVE EQUIPMENT All employees of the Contractor, and other persons entering City of Oshkosh property in connection with the work, shall wear appropriate personal protective equipment (PPE) such as, but not limited to, safety glasses, steel toe shoes, hard hats, and proper work clothing. Special personal protective devices and /or equipment must be used where needed based on the hazards of the work. This equipment shall include, but not limited to: • Hearing protection devices • Respiratory protection devices • Fall protection devices • Hand protection • Lifelines and body harnesses • Any other special equipment/devices necessary to provide appropriate protection ELEVATED /OVERHEAD WORK Whenever work is to be done above walking or working areas at a height greater than four feet, which may present a hazard to personnel or property below, all necessary safety precautions shall be taken by the Contractor. This action shall include, without limitations, roping off the area and posting warning signs to caution personnel below from falling materials. If necessary, a flagman shall be stationed below to warn persons in the area. All such barriers and signs shall be removed as soon as the work is completed. All personnel under Contractor supervision or control working at elevations greater than four feet shall be protected by guardrails, ANSI approved body harnesses and lanyards or lifelines, or other effective means that comply with applicable federal, state, and local regulations. The use of safety belts is prohibited as a fall protection device. The use of ladders, scaffolding or work platforms must comply with all federal, state, and local regulations. EXCAVATION /TRENCHING Contractors performing excavation /trenching must meet the qualifications set forth during the bid process. The Contractor shall comply with all OSHA/D -COMM regulations. The Contractor shall have a competent person or persons on the site to inspect the work and to supervise the conformance of Contractor's operations with the regulations. The Contractor shall take all necessary precautions for the safety of employees on the job site. 5 SUMMARY Contractor safety takes teamwork. The City of Oshkosh is committed to providing a safe and healthful workplace while protecting and preserving the environment. We will work with you to help ensure that no injuries occur and that the environment is not harmed. Contractors are responsible for their employee's safety through training, ensuring that the information regarding hazards and safe work practices is communicated to them and making sure that they follow all safety and environmental rules. 6 City of Oshkosh Project Manager Contractor Notes and Checklist Contractors are not only responsible for their tools and equipment and the safety of their employees, but also to our property and the safety and health of our employees. In addition, damage to the environment or failure to properly manage waste disposal may cause long term and costly issues to the City of Oshkosh. These issues pertain in different degrees to all vendors and contractors, anyone who performs a service for the City. A "Contractor" may be defined as: A) Construction Contractor - project oriented work such as new construction or remodeling, B) Service Contractor - a contractor that installs, services or performs maintenance of equipment, tools, systems, or processes C) Vendor - a provider of definable services for a facility D) Task - Oriented Contractor - performs a specific work task E) Sub - contractor - assumes some of the obligations of a primary contractor F) Temporary Labor Contractor - provides workers on a temporary, as needed, basis with onsite supervision by an employee of the Contractor G) The City expects its contractors to meet its safety and health performance requirements and to comply with all applicable laws, regulations, ordinances and codes. When selecting contractors, safety performance must be included in the selection process. Unsafe acts of contract employees can put our workers' safety in jeopardy. In addition, there are always potential legal and liability issues, including citations from EPA, DNR, or D -Comm. Contractor Qualification The Contractor Qualification process (and the qualification questionnaire), may not be required for contractors servicing their own equipment or contractors who have been designated by the manufacturer as the manufacturer's representative or distributor, when the contractor employee is performing a low risk activity. This exception does not apply to Construction Contractors or Service Contractors performing high risk work activities including hot work, use of hazardous chemicals, working with hazardous voltages, control of hazardous energy (lockout/tagout), operation of powered equipment, work at hazardous elevations, excavation work, or confined space entry. Contractors exempted from the qualification process are still required to meet all other requirements of the Contractor Safety Program, including the attached Acknowledgement Form. 7 Information Exchange Checklist for City Project Coordinators The following is a checklist to assist you, the City Project Coordinator, with contractor communication. Yes No N/A Do you have a list of the chemicals that may be found at the City project site and their potential hazards? Have you reviewed these chemicals and their hazards with the Contractor? Have you notified the Contractor of the MSDS file location? Have you reviewed our policy of bringing chemicals on -site, including the approval process? See Chemical Safety section of guidebook. Does the Contractor understand this policy? Do they know that chemicals may not be left on premises without approval? Do you have a list of fire and /or physical hazards for the Contractor? Have you discussed these potential hazards with the Contractor? Have the City emergency procedures been provided to the Contractor? If Hot Work is to be performed, have you provided Hot Work Permit forms and reviewed the policy? Will the Contractor enter Confined Spaces? Have the areas been identified and procedures reviewed? Have you instructed the Contractor about our policy on chemical spills? The City of Oshkosh is committed to protecting the environment. Chemicals may not be disposed of into sanitary waste containers, into drains or onto grounds. Review the materials that the Contractor may be using and how they are to be handled and the waste disposed. Is the Contractor's Safety Acknowledgement Form on file? Workers Compensation Certificate? Liability Insurance? Have you received and reviewed the Qualification Questionnaire? Are there any safety concerns? Have you scheduled weekly safety meetings if the project requires more than one week to complete? Was the Contractor given the opportunity to ask questions regarding the safety and environmental requirements for the project? City Project Manager Date 8 City of Oshkosh Contractor Safety Program Acknowledgement Form The City of Oshkosh (City) is required by law to carry Workers Compensation Insurance (WCI) on our permanent employees. As an independent contractor /vendor, your firm is required by law to carry WCI on your employees. As an independent contractor /vendor, you are not under the direct supervision of the City and are not covered by the WCI or Liability Insurance maintained by the City for their employees. Please attach a copy of your current Workers Compensation Certificate and a copy of your certificate of liability insurance. It is required that you notify the City immediately if any of the required insurance or bonding should be cancelled or notify the City within 30 days of a change in bond status or insurance carriers. Please complete and return to Paul Greeninger, City of Oshkosh, Safety & Risk Management Coordinator. Date: Contractor/Vendor Name: Address: City, State, Zip: Telephone Number: E -mail Address: Contractor /Vendor Representative: Title: Individual Responsible for: Safety Coordination: Phone: Environmental Issues: Phone: I understand that it is my obligation to notify my employees of their responsibilities for health and safety. I further understand that if any unsafe work activities are found, the City has the right to immediately contact the Contractor's Safety Coordinator. If this unsafe practice is not corrected, the work may be stopped until corrective action has been taken and agreed upon. Signed: Date: ❑ Certificate of Insurance Attached ❑ Workers Compensation Insurance Certificate attached 9 City of Oshkosh Contractor Safety Program Qualification Questionnaire Date: ContractorNendor Name: Person completing form: Title: In keeping with the City of Oshkosh commitment to provide a safe and healthful workplace while protecting and preserving the environment, we require the following safety questionnaire be completed and returned to Paul Greeninger, City of Oshkosh Safety & Risk Management Coordinator, 215 Church Ave., Oshkosh, WI 54903. Completion of this questionnaire does not in any way relieve the contractor of their obligations to comply with all applicable legal requirements (federal, state, and local). This questionnaire has been designed to help the City to better understand your safety program and in no way does it represent a complete list of the Contractor's applicable safety obligations. Your response to some of the following questions may require that you provide documents, however, PLESE DO NOT SEND CONFIDENTIAL, PROPRIETARY OR TRADE SECRET INFORMATION. 1. Provide a brief description of the primary service your company provides the City. 2. Do you require the following safety training programs? A. Right to Know /Hazard Communication Yes No B. Fire Prevention and Protection Yes No C. Hot Work Permits Yes No D. Environmental Compliance Yes No E. Excavation/Trenching Yes No F. Working at Elevations > 4 feet Yes No G. Confined Space Entry Yes No 10 H. Control of Hazardous Energy (lockout) Yes No I. Operation of Powered Equipment/vehicles Yes No J. Working with hazardous voltages Yes No K. Personal Protective Equipment Yes No L. Process Safety Yes No 3. If you answered NO to any of the above, please comment: 4. Are the training records available upon request? Yes No 5. Please provide your Total OSHA Incident Rate and Lost Workday Rate for each of the last three years by completing the table below. A. Year B. Number of employee hours worked C. Number of lost workday cases D. Number of cases due to injury or Illness defined as recordable E. Total number of recordable cases (Add C and D above) F. Calculate your incident rate by using the following formula: Total cases on line E x 200,000 hours Employee hours on line B 6. Management Certification Signature: Date: Print Name and Title: 11 AGREEMENT THIS AGREEMENT, made on the - day of , 2010, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT NAME, Consultant Address, City, State, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, agree as follows: ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the project described in this contract: Name, Title B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the project described in this contract: Joseph R. Sargent, Civil Engineer I (Senior) ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY's Request for Proposals and Proposal of the CONSULTANT. If anything in the Proposal conflicts with the Request for Proposals, the provisions in the Request for Proposals shall govern. Both the Request for Proposal and the Proposal are attached to this agreement. The CONSULTANT may provide additional products and/or services if such products /services are requested in writing by the Authorized Representative of the City. I:\Engineering \Soil Borings\2011 Projects \Soil Borings 2011 Agreement Page 1 of 4 Form.doc ARTICLE IV. CITY RESPONSIBLITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the project, providing it is reasonably obtainable from CITY records. To prevent any unreasonable delay in the CONSULTANT' s work the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed within the time frames listed in Scope of Services attached to the CITY's Request for Proposal. ARTICLE M. PAYMENT A. The Contract Sum. The CITY shall pay to the CONSULTANT for the performance of the contract on a time and materials basis not to exceed the total of $XXX.XX, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The CONSULTANT shall submit an itemized statement for services once an individual contract deliverable is accepted as complete by the CITY. The CITY shall pay the CONSULTANT within 30 calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE IV. CONSULTANT TO HOLD CITY HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the CONSULTANT, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) I:\Engineering \Soil Borings\2011 Projects \Soil Borings 2011 Agreement Page 2 of 4 Form.doc days of the date of the City's written demand for indemnification or refund. ARTICLE V. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE VI. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the CITY shall have the right to terminate this Agreement by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this contract at any time by giving written notice to the CONSULTANT no later than 10 calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the Presence of: CONSULTANT By: (Title) Seal if Corporation By: (Title) CITY OF OSHKOSH I:\Engineering \Soil Borings\2011 Projects \Soil Borings 2011 Agreement Page 3 of 4 Form.doc By: • Mark A. Rohloff, City Manager (Witness) And: Pamela R. Ubrig, City Clerk (Witness) APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. Lynn A. Lorenson, City Attorney Peggy A. Steeno, Director of Finance • I:\Engineering \Soil Borings\2011 Projects \Soil Borings 2011 Agreement Page 4 of 4 Form.doc SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATION FOR THE 2011 CITY OF OSHKOSH CAPITAL IMPROVEMENT PROJECTS Request for Proposal - Questions The following is a list of questions that were received regarding the Request for Proposal to provide Subsurface Exploration and Geotechnical Engineering Evaluation for the 2011 City of Oshkosh Capital Improvement Projects. We have also included additional information to assist in preparing your proposal at the end of this document. 1. You have asked that the geotechnical exploration be started in January 2011, with sequential dates for submittal of reports by April. We certainly can drill in cold weather, but we wish to point out that the information we obtain when drilling into the frozen soils immediately below the pavements (we anticipate frost depths of 3 to 6 feet), will not be of the quality that you want to assist in assessing the design and construction of new pavements. Shelby tube samples (ASTM: D 1587) will not be feasible in frozen cohesive soils, and even driving the split - barrel (ASTM: D 1586) will likely result in high blows for penetrations of t /2 to 1 inch, and the recovery of only chips of frozen soil. Further, it is also difficult to measure base course thickness when the soils are frozen. The only feasible way of drilling to obtain soil samples in the frozen zone is by the auger method (ASTM: D 1452), which results in highly disturbed samples (auger cuttings). This method does not lead to precise measurements of thicknesses to permit a reasonable definition of soil stratification. Thus, our question is: Do you wish to have the soil explorations carried out when the subgrade soils are frozen, with sampling by the auger method through the frozen zones? City of Oshkosh: Yes. you are still required to provide split -spoon samples throughout the "frozen" zones. 2. In the RFP you do not indicate which laboratory tests you wish to have performed on recovered soil samples. Can you please specify which tests you wish to have us perform? Do you want the soil parameters needed for pavement design (e.g., California Bearing Ratio, as modulus of subgrade reaction, Frost Index) to be estimated, or determined by actual test? City of Oshkosh: We are not requesting soil parameters for pavement design. Any laboratory testing is at the discretion of the consultant in order to provide services as detailed in the RFP. At a minimum. moisture contents and unconfined compressive strengths should be noted on the soil boring diagrams. See attached example ofa soil boring diagram. • 3. In the RFP you indicate that we are to provide traffic control, but you do not specify how the traffic control is to be achieved. Do you wish to have us comply with the Wisconsin Lane Closure System, requiring submittals to the TME? City of Oshkosh: All roads are local. As stated in the RFP, you are to conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction, which reference the MUTCD. It is the consultant's responsibility to understand what level of effort will be required for each individual street prior to submitting a proposal.. 4. You indicate that the City will provide preliminary plans and profile sheets for the geotechnical consultant to use in preparing boring location diagrams. Will these be submitted in electronic form? City of Oshkosh: Drawings for location diagrams will be provided in .pdf format. 5. You indicate that the City will retain the services of an. environmental consultant to provide "suspect locations" and information prior to drilling. What type of personal protective equipment (PPE) do you want us to use for our drill crews? City of Oshkosh: You will be notified of any potential contamination prior to drilling, which includes locations and type. It is up to the consultant to determine what specific PPE is required. We do not anticipate anything besides Type D PPE. 6. You state that you want us to use "standard geotechnical methods" for the subsurface sampling. There are ASTM standards which we follow in drilling and sampling, but specifically, what type of sampling and at what vertical intervals does the City want the boreholes sampled? City of Oshkosh: Standard geotechnical sampling with 1.5' split -spoon samples spaced 1' (vertically) apart starting at an even point below the pavement (i.e. 1'). Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. 7. You indicate that the pavement shall be "restored in kind." In our opinion, it would not be feasible to use concrete to patch the core holes at the drilling locations with temperatures below 45 °F. Will cold patch bituminous be acceptable in all areas? City of Oshkosh: The boreholes on 9` Avenue are required to have the pavement restored in kind. The remaining streets can be patched with a cold bituminous mix. 8. You indicate that we are to carry out field screening with a PID or an FID, "as appropriate." Does this mean that you want us to have PID on the rig at all times, and to scan all recovered soil samples in the field? Do you want an AET environmental technician assigned with the drill rig? City of Oshkosh: Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. In the laboratory, prepare a portion of the field samples for screening (i.e. sealed bags) and place in an environment where they will be allowed to equilibrate to a temperature of approximately 70 Fahrenheit. Once this temperature is reached, use the PID probe until the readings become steady or consistently decline. I.f a there is a reading of 20 or more PID units, immediately place the main sample in the refrigerator or on ice and notify the City of Oshkosh. 9. You indicate that we are to keep contaminated soil samples, that is, soil with more than 20 parts per million of volatile organic compounds (VOCs), on ice for environmental testing. Is this to be considered drilling under environmental protocol, which requires steam cleaning of the drill rig and tools for all borings? City of Oshkosh: Drill with proper environmental protocol as necessary. Samples with 20 or more PID units, not 20 parts per million of VOCs, will not be known until drilling is complete. Provide unit cost for steam cleaning of drilling equip.m.ent for areas of known contamination. See revised Proposal Cost Breakdown sheet. .Steam cleaning costs will be handled on a contingency basis. If steam cleaning is required. it will need to be billed.to the correct contract. 10. You indicate that we are to inform the City of "any contaminated samples." There are types of contamination that cannot be detected by visual means or by odor; such contamination includes heavy metals. When you say "any contaminated samples," do you mean only those which have a PID reading of VOCs greater than 20 parts per million? City of Oshkosh: Non - detectable (by visual or odor) contamination areas described in the above question will be known ahead of drilling and samples will be taken in these locations with the assistance of our Enviromnentai Consultant. See answer to question 12. The City shall be specially notified of any samples with a PID reading of 20 or more. Please provide the City with an email of all PID readings the day after the samples are taken with the drill rig. See answer to question 9 for additional information. 11. You indicate that split samples may be required for environmental testing, and that the City will inform the selected consultant of these locations. Are we to be informed of these locations before we submit our proposal for the geotechnical exploration, or are we to indicate unit prices for the additional work necessary to prepare and handle such samples? City of Oshkosh: Additional work will not be required. The Environmental Consultant will either pick up samples onsite during drilling operations. or will pick up properly sealed samples at the Geotechnical Consultant's office. A minimal sample size is required for environmental laboratory testing sufficient for landfill acceptance of material during construction. Steam cleaning costs for drilling in known areas of contamination will be handled on a contingency basis. See answer to question 10. 12. In the Scope of Services you indicate that the reports are to be prepared in - accordance with "normally accepted geotechnical engineering practice." You have many of the borings scheduled to depths of 15 to 20 feet — does that mean you want recommendations for deep sewer or waterline construction in the streets, or catch basins, or lift stations? City of Oshkosh: Recommendations for deep sanitary sewer construction are requested (i.e. slope stability and dewatering). Additional geotechnical recommendations may be required for the structural design of storm water junction chambers. Payment for these extra services will be negotiated at a later date, if necessary. Additional Information See attached soil boring log example. See attached revised Proposal Cost Breakdown sheet. Soil boring locations shown on the street maps are not exact. All work shall be performed by qualified personnel under the supervision of a Registered Professional Engineer in the State of Wisconsin. Reports shall bear the certificate and seal of said Professional Engineer. The ASTM or other recognized standard test methods and soil classifications used in preparation of the reports shall be identified. The consultant shall take all necessary precautions to prevent damage to all adjacent property. The site is to be restored upon completion of drilling to its existing condition including backfilling of borings and patching of slabs and pavements. The City of Oshkosh is not responsible for the cost of repair or replacement of any drilling equipment utilized on this project due to difficult or adverse subsurface conditions. This document and associated attachments shall become a part of the Contract with the Consultant selected to perform the Services. CLIENT LOO OP BORING NUMBER In City of Oshkosh (709 E. Tennessee Avenue) PROJECT NAME ARCHITECT/ENGINEER 2010 North Side Street Construction SITE LOCATION .0.UNCONFINED COMPRESsIVE STREI.'OTI Oshkosh, Wisconsin TONBIFTZ 3 4 a 1 1 1 i , �` PLASTIC WATER LIQUID L UMT% % CONTENT LIMIT F. E DESCRIPTION OF MATERIA < g „• 10 10 30 40 50 I , STANDARD SURFACE ELEVATION: fl. s ® PENETRATION 0 30 BL044fif b o 0.8 Asphalt - 0inches 1.0 Reddish brown silty clay(CL) - with trace of sand and 1 Ss , One grovel - motet - very stiff to hard It • — IA SS 11.1 911 1► i 3.0 4 ' l 2 SS <1 41 4.0 , , i i 5.0 i I 8.0 3 SS < 1 ?11 O- 1 7.0 . t : 1 _ 8.0 . * 4 SS <1 418 4k 11* 10.0 10.0 t Brown silty day (CL) - with trace of sand and fine gravel * 11.0 b 83 - moist • very stiff to hard <1 X 23 It 12.0 1 3.0 13.0 _ Dray silt (ML) - moist -.very stiff e ss < • 14A 14.0 Brown any clay (CL) - with trace of fine sand - moist - 1 * CA 88 very stiff to hard < 1 ®12 • wi► 18.0 15.0 End of Boring * Cattbratt d Pena tromelsr Boring advanced with sold -stem auger Boring baddflad with 3/8' chipped bentonite The stratification lines represent the apprordmate boundary lines between so11 typea: In situ, the transition may be gradual. M. BORING STARTED r - Dry WS 2/19/2010 y,L BORINOCOMPLETE191201 ENTERE ^°v SHEET NO, 1 OF 1 • Dry AB 7J V ,L RIO/FOREMAN AFRO B PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2011 CAPITAL IMPROVEMENT PROJECTS (REVISED) CONTRACT 11 -01— WATER MAIN RELAY W. 9 AVENUE ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - $ 2. Soil Borings (estimated quantity includes an additional 30' for contingency purposes) Feet 80 $ $ 3. Project Engineering and Reporting Lump Sum - - $ SUB - TOTAL CONTRACT 11 -01 $ CONTRACT 11 -04 — CONCRETE PAVING & UTILITIES CENTRAL ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - $ 2. Soil Borings (estimated quantity includes an additional 100' for contingency purposes) Feet 675 $ $ 3. Project Engineering and Reporting Lump Sum - - $ SUB -TOTAL CONTRACT 11 -04 $ 1 CONTRACT 11 -05 — CONCRETE PAVING & UTILITIES SOUTH ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - $ 2. Soil Borings (estimated quantity includes an additional 100' for contingency purposes) Feet 650 $ $ 3. Project Engineering and Reporting Lump Sum - - $ SUB -TOTAL CONTRACT 11 -05 $ CONTRACT 11 -07 — CONCRETE PAVING & UTILITIES NORTH ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - $ 2. Soil Borings (estimated quantity includes an additional 100' for contingency purposes) Feet 550 $ 3. Project Engineering and Reporting Lump Sum - - $ SUB -TOTAL CONTRACT 11 -07 $ 2 • CONTRACT 11 -08 — HUGHES STREET GLATZ CREEK CULVERT REPLACEMENT ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. Mobilization/Daily Travel/Traffic Lump 1. Control Sum - - $ 2. Soil Borings Feet 50 $ $ Lump 3. Project Engineering and Reporting Sum SUB -TOTAL CONTRACT 11 -08 $ MISC. PROJECTS — HIGH AVENUE ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum - - $ 2. Soil Borings (estimated quantity includes an additional 12' for contingency purposes) Feet 36 $ $ 3. Project Engineering and Reporting Lump Sum - - $ SUB -TOTAL HIGH AVENUE $ 3 MISC. PROJECTS — ALLEY WEST OF MAIN ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel/Traffic Lump Control Sum 2. Soil Borings (estimated quantity includes an additional 15' for contingency purposes) Feet 45 $ $ 3. Project Engineering and Reporting Lump Sum - - $ SUB -TOTAL ALLEY WEST OF MAIN $ MISC. PROJECTS — PLANEVIEW ROAD ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Mobilization/Daily Travel /Traffic Lump Control Sum - - 2. Soil Borings (estimated quantity includes an additional 15' for contingency purposes) Feet 75 $ $ 3. Project Engineering and Reporting Lump Sum - - SUB -TOTAL PLANEVIEW ROAD $ STEAM CLEANING OF DRILLING EQUIPMENT (UNIT COST $ ) X 10 TIMES = $ TOTAL PROPOSAL COST $ 4