Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Midwest Engineering/James Road Detention Basin
CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH,WI 54903-1130 PHONE: (920)236-5065 FAX(920)236-5068 LETTER OF TRANSMITTAL To: Mr. Matthew Henderson Date: February 24, 2012 Midwest Engineering Services, Inc. Subject: Executed Agreement 821 Corporate Court Geotechnical Services Suite 102 James Road Area Detention Basin Waukesha, WI 53189 Contract 12-08 Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 1 Executed Agreement These are being transmitted as indicated below: ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review &Comment Remarks: Enclosed is one copy of the executed agreement for the geotechnical services for the James Road Area Detention Basin. A City of Oshkosh Purchase Order will be FAX'ed to you shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions, please contact us. r' ��P-- �1 1 , r(E:,..„, 4 l;" —) —�. "'-i :,.::� /1-,, 7 FEB 2012 l '•.'. i 4,.."_ �t;„:"i"../ City Attorney's office—Original ��' , City Clerk's office— Original `------ Joe Sargent— Copy , P. cc: File—Original Signed: 4., /A Tra gf Taylor 1:\Engineering\12-08 James Road Area Detention Basin\Project_Information\Correspondence\Transmittals\LOT-Midwest Eng Executed Agreement-G erv_2-24-12.doc AGREEMENT THIS AGREEMENT, made on the 9th day of February, 2012, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and Midwest Engineering Services, Inc., 821 Corporate Court, Suite 102, Waukesha, WI 53189, party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: That the City and the Consultant, for the consideration hereinafter named, enter into the following Agreement. The Consultant's Proposal and the City of Oshkosh's Request for Proposal are attached hereto and reflects the agreement of the parties except where they conflict with this Agreement, in which case this Agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Consultant shall assign the following individual to manage the project described in this Agreement: Matthew A. Henderson —Vice President B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this Agreement: Joseph R. Sargent— Civil Engineer I (Senior) ARTICLE III. SCOPE OF WORK The Consultant shall provide the services described in the Consultant's Proposal. The Consultant may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the Consultant as instruments of service shall remain the property of the City. C:\Documents and Settingsljoes\Desktop1Agreement Form-Contract 12-08 Geotechnical.doc Page 1 of 4 ARTICLE IV. CITY RESPONSIBILITIES The City shall furnish, at the Consultant's request, such information as is needed by the Consultant to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Consultant's work, the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this Agreement shall be commenced and the work completed within the time limits as agreed upon in the City's Request for Proposal. The Consultant shall perform the services under this Agreement with reasonable diligence and expediency consistent with sound professional practices. The City agrees that the Consultant is not responsible for damages arising directly or indirectly from any delays for causes beyond the Consultant's control. For the purposes of this Agreement, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the City, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the Consultant to perform its services in an orderly and efficient manner, the Consultant shall be entitled to an equitable adjustment in schedule. ARTICLE VI. COMPONENT PARTS OF THE AGREEMENT This Agreement consists of the following component parts, all of which are as fully a part of this Agreement as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. City of Oshkosh Request for Proposal 3. Consultant's Proposal In the event that any provision in any of the above component parts of this Agreement conflicts with any provision in any other of the component parts,the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE VII. PAYMENT A. The Agreement Sum. The City shall pay to the Consultant for the performance of the Agreement the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: C.\Documents and Settingsyoes\Desktop\Agreement Form-Contract 12-08 Geotechnical.doc Page 2 of 4 • Time and Materials Not to Exceed $30,714.00. • Attached 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 VIII. CONTRACTOR 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 Agreement 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) days of the date of the City's written demand for indemnification or refund. ARTICLE IV. INSURANCE The Consultant agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE X. TERMINATION A. For Cause. If the Consultant shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Consultant. In this event, the Consultant shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this Agreement at any time by giving written notice to the Consultant no later than 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. C:\Documents and Settings\joes\Desktop\Agreement Form-Contract 12-08 Geotechnical doc Page 3 of 4 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 (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Ma A. Rohloff, City Manager And: � '� _� (Witness) Pamela R. Ubrig, City Clerk APP OVED: I hereby certify that the necessary provisions have been made to pay the liability which rC� _ which will accrue under this Agreement. V ty Attorne y City Comp o e C:\Documents and Settingsljoes\DesktopWgreement Form-Contract 12-08 Geotechnical.doc Page 4 of 4 Strand Associates, Inc: 910 West;'rinara Drive Macci Eon,WI 53715 ...040 (P)603-251-4843 STRAND (F)608-251-8655 ASSOCIATES January 25,2012 «Prefix» <<First_Name» «Last_Name» «Company» «Address» «CSZ» Re: City of Oshkosh James Road Area Detention Basin Dear«Prefix»«Last Name»: On behalf of the City of Oshkosh, Wisconsin, (Owner), Strand Associates, Inc.® (Strand) is sending you this request for cost proposal for Geotechnical Services. Project Description Strand is in the process of designing the James Road Area Detention Basin. The main structures to be constructed as part of this project include the following: 1. Dam. (Permitted by WDNR) 2. Outlet Control Structure and Pipe. 3. Inlet Spillway and Emergency Spillway. 4. Access Road. Enclosed is a Preliminary Location Map showing the location of the anticipated improvements and approximate locations of proposed soil borings. The approximate locations will be marked in the field by the Owner. It shall be the geotechnical engineer's responsibility to determine exact field locations for each boring. As part of your proposal, please indicate the type and the extent of additional soils exploration and geotechnical evaluations that are recommended, if any. These structures are described in more detail in the following table. Main Structures Detailed Description Dam An earth embankment with approximately a 20-foot top and 4:1 side slopes.Top of dam to permanent water approximately 11 feet.Top of dam to existing ground approximately 7 feet. Outlet Control Structure An outlet control structure consisting of a concrete manhole and 42-inch and Discharge Pipe discharge pipe. Inlet Spillway/Emergency An inlet spillway and emergency spillway approximately 100 feet wide Spillway will be established where the top of the dam elevation will be depressed. Access Road An access road will be constructed around the proposed facility generally at the top of the dam.The Owner desires access for maintenance equipment, including a vac truck,and vegetation for the top of the dam, if possible. MAY:dlh:cad\S:\MAD\1300-1399\1382\062\Wrd\Soils letter 01.25.12.docx Arizona I Illinois I In iana j Kentucky I Ohio Wisconsin www.strand.com Strand Associates. Inc. «Prefix» «First_Name» «Last_Name» «Company» Page 2 January 25,2012 Project Scope The scope of the geotechnical services includes (18) 30-foot-deep borings and providing three monitoring wells at B-3,B-12,B-16. The project scope includes providing an estimate of total and differential settlement beneath structures. It is anticipated that soft soils may be encountered. Include the costs of consolidation testing in your proposal and break that cost out as a separate line item, along with the number of tests included in that price. It appears the dam will be highest in the vicinity of borings B-7, B-16, B-17, B-18 and most susceptible to consolidation settlement. It is anticipated that consolidation tests might only need to be performed on samples from those borings. The layout of the new improvements is preliminary. Locations may change slightly during final design. If the subsurface conditions require additional, changed borings, or other evaluations appear to be necessary to provide the desired information,please advise Strand and Owner. The geotechnical work shall include the following items: 1. Contact Diggers Hotline and local utility companies for underground utility locations. Review existing site underground piping drawings with the utilities. 2. Mobilize drilling crew and equipment to project site and return.Provide access into and around the site as necessary for equipment. 3. Perform standard soil borings with a 2-inch outside diameter split barrel sampler driven 18 inches with a 140-pound weight falling 30 inches (American Society for Testing and Materials D1586), unless otherwise recommended by the geotechnical engineer. Soil samples are to be sealed immediately in the field and returned to the laboratory for further examination and testing. If refusal is reached before the indicated drilling depth, contact the City of Oshkosh immediately and locate an additional boring in the same vicinity. If this boring also has refusal at a depth similar to the initial boring, a collaborative decision will be made whether or not rock coring is necessary. Boring lengths are selected based on the depths of the proposed excavation; therefore, accurate identification of material type down to the indicated depth is necessary. According to the depths of the proposed excavation and material type in Oshkosh, anticipate hard drilling throughout. 4. Measure water levels in the borings during drilling, at the completion of the drilling, and 24 hours after completion of drilling. 5. Provide monitoring wells at B-3, B-12, and B-16. Obtain depth to groundwater every 30 days through May 31, 2012, and provide a report of the levels in each well. Abandon monitoring wells in accordance with code requirements after final reading. 6. Abandon backfill bore holes in accordance with code requirements. 7. Perform laboratory tests as necessary to determine general strength and settlement characteristics of the soil. 8. Classify soils. Provide drawing of soil boring records and analyses of results. Particle size gradations shall be provided to determine whether on-site soils are suitable for use as fill and backfill. Inform Owner of any suspect soils encountered. MAY:d1h:cad\S:1MAD\1300-13991138210621Wrd\Soils letter 01.25.12.docx www.strand.com Strand Associates, Inc: «Prefix»«First_Name»«Last_Name» «Company» Page 3 January 25,2012 9. Provide additional geotechnical evaluations as recommended by the geotechnical engineer. 10. Provide project coordination, project administration, and geotechnical report. The geotechnical report shall include the following items at a minimum and any additional geotechnical information required for the design and construction of the facility: a. Presence or absence of rock, old excavation, or fill. If rock is encountered, provide a rock core for testing.Break out the cost of a rock core as a separate line item. b. Suitability of the site for the structure to be built thereon. c. Classification of soil strata after appropriate sampling. d. Elevation of groundwater and whether dewatering is anticipated. e. Homogeneity and compressibility of the soils across the site and evaluation of the anticipated total and differential settlement of the structures. f. Bearing capacity of the soil. g. Recommendations for the dam, outlet control structure and discharge pipe, inlet spillway, emergency spillway, pond bottom, and access road, including: (1) Foundation. (2) Materials. (3) Cross section. (4) Placement and compaction. (5) Scour protection. (6) Groundwater control. (7) Stability analysis which considers sliding, overturning and foundation failure during base flow conditions, including ice loading, during routing of the design flood through the dam. Pond Operational Characteristics in 100-Year Event 1. Pond fills up in 12 hours to 814. 2. Pond drains to 1 foot above normal water surface(805)in 2.5 days. 3. Before pond takes in any water, Sawyer Creek elevation is: a. At SW corner= 813. b. At NW corner= 808.5. c. At NE corner= 806. 4. Peak Sawyer Creek elevation is: a. At SW corner=814.5. b. At NW corner= 811. c. At NE corner= 810. 5. Sawyer Creek velocities around pond range from 1.5 to 2.5 feet per second. MAY:dlh:cad\S:\MAD\1300-1399\1382\062\Wrd\Soils letter 01.25.12.docx www.strand.com Strand Associates, Inc: «Prefix» «First_Name»«Last_Name» «Company» Page 4 January 25,2012 Additional Information 1. 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. 2. 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 because of difficult or adverse subsurface conditions. 3. The entire soil profile is required from the surface to the indicated depth. 4. Provide three hard copies and one PDF of both the preliminary report and the final report. 5. This contract will be in accordance with the City of Oshkosh Agreement form only, unless the consultant already has a negotiated services agreement on file with the City of Oshkosh. A sample agreement form, insurance requirements, and City of Oshkosh Contractor Safety Program are enclosed with this RFP. The consultant's standard or general services agreement language will NOT apply. Schedule Include a schedule for the proposed work. Your proposal should be itemized showing a breakdown of tasks with a total cost for each element of work. The geotechnical information is needed by March 1, 2012. It is expected the selected firm will be awarded the geotechnical work by February 10, 2012. The preliminary soil borings report of conditions shall be provided by February 29, 2012, the final geotechnical report shall be completed by March 16, 2012, and the groundwater report shall be completed by June 8, 2012. The proposals are due by or before 1 P.M., February 7, 2012. Please address your proposal to City of Oshkosh, and send four copies to James Rabe. Please also send one copy to Matt Yentz at the address listed below. James Rabe Matt Yentz City of Oshkosh Strand Associates, Inc.® 215 Church Avenue 910 West Wingra Drive P.O.Box 1130 Madison, WI 53715 Oshkosh, WI 54903-1130 E-mail: matthew.yentz @strand.com E-mail: jrabe @ci.oshkosh.wi.us If you have any questions,please call. Sincerely, ,SST�RAN�D ASSOCIATES, INC.® i''�`G{ /t ' �/Gf Matt Yentz Enclosures/ c/enc.: James Rabe,P.E., City of Oshkosh MAY:dlh:cad\S:\MAD11300-1399\1 3 8 210 6 21Wrd\Soils letter 01.25.12.docx www.strand.com 12/21/11 CITY OF OSHKOSH INSURANCE REQUIREMENTS IV. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer: 1. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) . $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products_.completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this proiect/location 3. BUSINESS AUTOMOBILE COVERAGE A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol#1 -"Any Auto"—including Owned, Non-Owned and Hired Automobile Liability. Iv- 1 12/21/11 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY—"If' required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease—Each Employee 5. UMBRELLA LIABILITY - If exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. 6. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A-and a.Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional Insureds on 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. On the Commercial General Liability Policy, the additional insured coverage must include Products — Completed Operations equivalent to ISO form CG 20 37 for a minimum of 2 years after acceptance of the work, This does not apply to Professional Liability, Workers Compensation and Employers Liability. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk —City of Oshkosh. IV - 2 ____ Ire Of HKOf H ON THE WATER CITY OF OSHKOSH CONTRACTOR SAFETY PROGRAM ..3,,,-„,.,, 41 .) , t3.,.,-_,;,f,:, c.._ 1...-,, ,ti .. a-Nroa---- ,..::::,, 91,T, / � .xx 9 4 „. ,, . .i, ., lip.-,00 ::#* , ' v lYl G S S � a ♦ — X \ fril_, a \. Original:September 2006 Revised:March 2010 City of Oshkosh Contractor Safety Program TABLE OF CONTENTS Introduction l 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 Isocyanates such as (GAS #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 lots, 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 light 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 I I 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: ContractorNendor 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. 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: C Certificate of Insurance Attached C 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 a complete list of the Contractor's applicable safety obligation o gram and in no way does it 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) E. 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 •;FEMA Floodway -- _ t + o t� 1 �i '. ' • Apprc,-�mate Stream IE=803.52 li 1 Parcel (From HE to Stream am 1Ei=ov *4 -_ T Sawyer Creek , Ata , :. f,• Contour(2 FT) �� l;_ r Proposed DOT Westside Arterial ��•_? ;• ;� ' i?'• �. r, .._-.a!e, 810 sl i I �(.:. , s( 3 ff.'m ii1f�081 ' ,8G �, .- i, i '.,?47';4' �a oRRES'` 5 i�� LE.=803.62 f "� 1p I: 1e ,� �,, -•• � ._ '.',:t.,-,-SAC ;1(7.15 r �; � _ , � r `/_ _ � •,-___ � �`• i r, �' • -..-,`,° f' ''r, 255 LF OF 42"RCP a 0.15%with j --''''''4;"7"; "' ,,,� z. ,� I `:,•' Backflow Protection Valve � �4s0,,,,... ;,, )riginal James Pond Stage Storage 1 > r...ha = s 9 Area Vol Vol.Sum x i > �32 ' s *w.*F (ac) (ac f)a (ac fl© �i i i4` s p,Si .,..;.!':,'.'''': -:;',1. / �� tx �° a Y� :::,',':,. ..'':':,,,t� t �i ,a ' � vS' 4.35 0.00 0.00 : °fi ? .,?,'�'a a #0, �r N s i# 'y 14.90 14.43 14.43 ' ' I E 804 00 i �` Y; cCYa 22.39 37.29 51.72 /. � '`S � " '` "4/7;''-'44 '• 4^�aa ` �} t �L. " 23.20 45.59 97 31 r .•''a"" a $f xt A t i Q I r .• 24 02 47.22 144 53 100'Wide Emergency s = n n Yti k ° 33.85 57.87 202.40 ` Spillway i Elev=814.00 ` "N N'"5',,,4... �.'',,,,:f:-.',',1'1-4-. ' ' Fr"- / x 37.67 35.76 238.16 41.49 39.58 277 74 + °.` 1,°i ,n ,P.�a + , , ,- �� ' . \.. '4,'.°---,;,, - f evised James Pond Stage Storagex" � w 1 Area Vol Vol.Sum ip !°� ., .., s A. a 7 (ac) (ac-f)© (ac f)® {� ,< :"Detention Basin Data , ,: : ~ 1 9.28 0.00 0.00 1 r NWSEL=804.00 8 g i- !;- �" 100yr High WSEL=813.70 t i i``•20.39 29.67 29 67 .:xu Top of Berm 100 YR DET VOL=253.20 y € 26.94 47.33 77 00 l_ Width=20' r +`} 30.51 57.45 13a.a5 ,��! i�a„l Elevation=815 0 r r `I' i J, J..3 `z :✓ii,31.67 62.18 19663 1; ! o :ffi:x 1 ) :-s r 32.82 64.50 261.13 ;.... 4 ` l l :.�,° , ' ` _�c I _ �� -.� :,�,..._ t � -,; � Microtopogr:it':yAreas( 33.40 33.11 294 24 - ! =- gga�d ; . g \ _'- � i pc� �, dt/� ark' I- +.�`� t'•`E-. '. �1 ' ,0,� "'`` A -" : s•a t F i t J 1 a ,yl` _' 810 /��tl AlP r - t F .. fj 1 _�• •••,',;;;..1•• ,- a •* ... is ate 4 . a� �`� I 1 '"`` �l. li� .'` `, �� ;, i y R al,„• '_l, - a-�`.`[ dlmOfebaY y� r ��'� : t . a ,:fie q`' i �r § 'y4' 1 l ■q•o • ' 0100 aaD.: j �. %.61 -1A s_ ,IQE 'CE CR 5:.30:48. t 4 i F : 1i � }3,�s ` 2r ©P i �` i j.'-'-'..!' ter. �1. rt•` • C Rt «� $ j 1 i,�rr _ae�, k'1;1 1 ."� ' , j=,.-, .., �: ,r iw_ ':>. r . .,a j #} El;#'D020393D7 I ` _ , rl ly t 1 �" , xr - ...'f•� �. ,��„ •- �: x f." -, EL,k1G ES.3480 •a i„ � f' ' 100'Wide x' B MEt T CRES d;,if- ,..1.`, ��it }<c -- Inlet Spillway *' t �� �r _ a ;��_ Elevatuon=813 50 :�x � /, 43,41g. Top of Benno f � �r zi" `" . h l c,. , ' ° t / �` Elev=8 1 r.0 <+�±t ! : d Fj'- t ° �. ' xl.,', ��� ` ti�%?r � �. .tee Iy i -EV) f } �j w° ! a in��imP r`“c9 • • , PARCEL#, h: s i ''' .OQ2039302 '3 �. ;,s � 4 ! ` ACESSF :QM t 0.� �•�., ,�- ; �s �.� r.w` .-r 'k 1 ;� e •" " , F'aiF�CEL��C�:134.80 �� � 4 s $'t. + w � -.P,'„: y PURCHASE'ACRES' 15.96 k' �--., ' ' g�1 _,, { s. is , �1"""� - t . F i ,,,4:_-......4 ee a t.o vY r:r A , h`I ",` F i f, i z~i , - {�a0020393D3 ,"� l�- i. w. Eb :' s- ±4.•n,Fs s r ,, ', �r:� • RES:'0 78 )• P.rn-•�'� � +-Ate; �'j` iI• s n t �.�TT^^_ r .� s.?- � �t; ACR�� �J t--r �° : t i � , �? Preferred 3/4/09 at• lc; v 4,.� ' ��re n ��� ` 1 "`• ' '• "� t' Westside DOT �, I °` i� v',� yf 1 \ 3 ' Arterial ROW i7 `818 816`.� 820 �1 � r,`. '• • ! s ,;...:_:i._' 1 I �c 20 0 _ 1,,,.. ai. 14:7:-..-.,,f.., "`' �a> � ��' ' s W �.y "^r" y x Q2' vr -- l P�ek;! 1 ! k �YS'S� a.`:'s �d�'. .� ,'t t �'`+r `. „(. L r'' .f'„t-.- -4 .'ir �'w ,,, fq?.. o -:✓ �. 'fir C•:4, ' iif4 i` ...T' ' >.A1N a. °i�G Y �s r• ry :1--'..0-' tig i 7. . :,,.a 'S.': . *, `r `.t, d> 3 x.-: �. 'I .r �1 ax't .:-6. a.. ... ADDENDUM NO. 1 COST PROPOSAL FOR GEOTECHNICAL SERVICES JAMES ROAD AREA DETENTION BASIN CITY OF OSHKOSH, WISCONSIN A. PROJECT SCOPE CHANGE the first paragraph under Project Scope to read as follows: "The scope of the geotechnical services includes (32) 30-foot-deep borings and providing three monitoring wells at B-3, B-10, B-30. CHANGE "B-7, B-16, B-17, B-18" in the second paragraph under Project Scope to read "B-7 through B-21." CHANGE "B-3, B-12, and B-16" in subparagraph 5 under Project Scope to read "B-3, B-10, B-20." ADD the following new paragraph after subparagraph g under Project Scope: "h. Classify soil characteristics in accordance with WDNR Tech Standard 1001. Complete eight (8) hydraulic conductivity tests on recompacted bulk samples obtained on site using the Standard Proctor Method in accordance with applicable ASTM standards. Determine the suitability of the on-site soils for use as an in-situ clay liner in accordance with WDNR Tech Standard 1001." B. ENCLOSURES REPLACE the Approximate Soil Boring Location Map with the attached Revised Approximate Soil Boring Location Map. Dated at Madison, Wisconsin STRAND ASSOCIATES, INC.® January 31, 2012 910 West Wingra Drive Madison, WI 53715 MAY:cam1S:1 MAD 11 300--1 39 911 3 8210621Wrd1Soils Lefler Addendum 01.31.12.docx 00900-1 E _ }r`•: IUOUM r dIIItlU VVCLICIUJ 1� dry DNR Wetlands �t.. Approximate Stream IE=803.52 �� �� t ":;',4,.'•.,,.S1 FEi�AA Floodway �s (From HEC-RAS x-sections) -- -_ r'I Y�� ' ".Y ,, , -, ti p)`line.;. ...�A;.,1 i , Parcel � Sx s � ' `' a i ,v. :Sawyer Creek #� 'r, y Y �_' r .:46. �r'• ¢ �•/* `l ;Contour(2 FT) t3 +} •a t 1 4g ANN Proposed DOT Westside Arterial :.: sta ¢4 y.:.,• .,.- :. +.. ;; ' Imo ,. H -� rig J 10 J � ; a 1 i f. b -r rf 4J . I U Jt r _ -:)..4.---;, 3 t Cr •„ ::. 5 . � % ,. I E. 803.62 f .. T f t &1O•-,,o,„.,,,,,,,':, I t k s, ,0.15 t I �'r � fr ,.2.e.. i. t , T ,_ , :7V* '`x„808 <: �, �: 255 LF OF 2CP @ with ; I� RC I;•r � �; t, .;aosI -n 1r,• r Backflow Pit Original James Pond Stage Storage °� r - i 'lie▪ EN ' ''' t,=�= r , �C O iffl Area Vol Vol.Sum ' _ lac) (voi (ac-f)® fix : - ' ,, -J ,r, x� r '.,j -}•lac) 0.00 0.00 s^'� 6r f, " ''4'�i'naf' .,a , ' ..x• �- r=+'e$,r,, i Fr _ '� t ° �;• r A:-_, "=: +4 f--r . iv , e•14.90 14.43 14.43 i� r� •22.39 37.29 51.72 .' r» . s ti a r I E.=804.00 , r w�y p J � �-^"•23.20 45.59 97.31 2 t. + . '- �.- � I >•24.02 47.22 144.53 100'Wide Emergencyzr �� r ..,;.,-.N.-,.,. , ;r' 33.85 57.87 202.40 , Spillway @ EIev=814.00 ,. ` ` ` F 'i` 'f {• 37.67 35.76 238.16 r• t,•; iu. .-, ,� � � 1-:;+.-.:y ;, ( :� 41.49 39.58 277.74 i R . k I '' r 1 Revised lames Pond Stage Storage a S 8 B ,�' �'i�,F `k; t '��� Ufa,. ��� `� /h © Area Vol vol.Sum . j '7E t, ,-. E.. (ac) (ac-f)® (ac-f)® �' k..•-:, _f ', ,4' Detention Basin Data on,` `x y � , , I��I .,,. •• NWSEL=804.00 $$ M ` i •^ ' 9.28 0.00 0.00 f a • N ., . .- -° 100yr High WSEL=813.70 20.39 29.67 29.67 I"s 1;_.._; _� t To of Berm _•' 100 YR DET VOL 253.20 K. 4 47 33 77 00 i 'r• II-,-1 Width=20' 26.9 ._....; ,..... .• Elevation=815.0 .. r i t 30.51 57.45 134.45 t_t'''�.� \ r,.....,.,;,..:,.-;:-,,,,::.....;„).A.,!.;9r.; 31.67 62.18 196.63 I tj I' r- 1 ,. , t Microtopography Areas 32.82 64.50 261.13 ° ji I sIxt I ek ? t 33.40 33.11 294.24 G jr m 1 Ir. I �■ 1 4t B r Y ^CIA''"`;'- ±J' 4HOV-aiD• "' � f ) ,/01„, 'x : a . m i �r. 1'� ','" act ti i fi - (' -1. r ....'.4 -' 1 tit ..810'^ ::i i. zrt• ■ f �� �, y.n i t , 1 8.12.s - ��n r , 1 50 GRASS BL • 1 .'ff •I xl I . A ' 1.1. , c ttaMme« a, � • C t• +sue { , 0�t x '1`4 1L Proposed .. '� +�, r> r■r, x... )+t , v ediment Forebay °a► :; k • x f y _ .- �t +-qV ` l - .'4,k- I, *te r.... F :'.1..!‘:.:6.: 1-:1:V.- -. - :.J ,�r? 4 .� �� H SIDES PR► -.. SQ820, \~ * I� -r r iS ' , : B-32 q ,*t S aP.Sj t�ARC Lq° 09: "48 �� r ,:kt rye ` ?a i z q )', . : * ‘.-`r l: F? H -ii a ,.20f,Q• I` ,I; �-."rr+y'''. .-+:1ar fr' { ° ' .: , . ..-...,4 ...1 : +'1,4 Aq;AX,74'4:1 417,1-''41:- '.;.'!': ''*'''';'"- *'''' *''''..:7;lt .:::-..7'...r-sT....1 :,-(4g4-•:-,t''41,1,-'-'-• -- - .....'. ---, ', . ',...\\,/,,/, .-1$ 7.-,:.(ii"1- ,:4,"4., s w` :. t . rr R-=CEL#x0020931 t� '2.!‘";;.,,,,"„:7,,-;;„:74;,'„.„- ,,', g' d ,, ; r; �V --� � c.ELt�xICI�E :,.V :a s# `, .ot >,. r Ile Wide® r 4 ` 1.: E Y M ACRE t r zK .Y '� ' Inlet Spillway ,_ .r s.. w{, ° f "' ' „ , .` To of Berm :• Elevation 813.50 ' p 1 r c‘,,,.,-„-." . •,' c ? !:,,-,, ^� / Elev 817.0 , . k : ;a 40i }i 'J1', d 'fit$ �r ,�r• - r.`. y�r r � . „,,,I,,,,,,,, s' .�.�!I�•.a(8j8^.r�� I yy �j r .I s. I V' xFw A�'T .'r }s PARCEL# D02039302 s ' . K } ,�1r . ES5 ERON x'r8 '� ' y � � F= � 3;". t :�4, ., PARCEL AGRES:•34.80''�. �. :t *�`' ?�, q) :-1 " • , a�� , �r �� • '' --moo' 46.• P �' PURCHASE ACRES 15,98 '.. .."`",';',+.-..`g he• WY 91 , .- " u ' i �' i 1 "' Y i T "' ".e inn E # Q02039303 '--.{� a . ,' ` l3 " ;;;;;;-•‘7,,'•--14`1,1 '.,` , '= s L . :- zi ',` ERES d79 I 0. _ K ¢ ' ,;.-.4:4,.4t.,`..„;. It vof - `1':�'�•zw 1 A4'RES.4:' ter 'ask '&"- ,' :f 1- s "4 i r; ">e -_ _ � t Preferred 314109 � k �' ,� t` 51 • Westside DOT ' �e r �` � ,t* arterial ROW r 918 316 820 u, '? 822 .,(. a . ,8' 4 �� � � �b t\--, ` ' .a tt'�" ,_; T '$ F� i .�r .., ", :g.,...,t n _ a ' ,-4`r r 8'q TA Y t. J i G� ' f y ' ''' ▪ a4 t • t ;Y ,`'....'*.i,'"'+-,44 . -y t t L '-„L",- '' 13 h • �x A-;.-.:2:: t •.+..'' . '' • . 1 :` °°z�� ::. -.m3� .r :t� i .k' _tb..n'Lr.�..w.:.'L '' ,i` , n i �::'S,.�. �.. •. ADDENDUM NO. 2 COST PROPOSAL FOR GEOTECHNICAL SERVICES JAMES ROAD AREA DETENTION BASIN CITY OF OSHKOSH, WISCONSIN A. SCHEDULE CHANGE the first paragraph under Schedule to read as follows: "Include a schedule for the proposed work. Your proposal should be itemized showing a breakdown of tasks with a total cost for each element of work. To maintain the construction schedule for the pond in 2012, we would prefer to meet or exceed the following schedule: Notice of Award: February 10 Drilling Complete: March 2 Draft Report: March 16 Final Report: March 30 Groundwater Report: June 8 Please indicate your proposed schedule for completing the Drilling, Draft Report, and Final Report. If there is a cost difference between meeting the preferred schedule and your alternate schedule, please provide that as well." Dated at Madison, Wisconsin STRAND ASSOCIATES, INC.® February 3, 2012 910 West Wingra Drive Madison, WI 53715 MAY:cam\S:1MAD 11300--1399\138210621Wrd\Soils Letter Addendum2 02.03.12.docx 00900-1 A`�° DATE(MMfOD/YYYY) ® CERTIFICATE OF LIABILITY INSURANCE 2/13/2012 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). CONTACT PRODUCER NAME Linda Jensen PHONE (262)255-5100 FAX (262)502-0941 R & R Insurance Services, Inc. IA/C.No.Ext): E-MAIL linda.jensen @rrins.com N80 W14824 Appleton Ave ADDRESS: PRODUCER 00007699 PO Box 1180 CUSTOMER ID#. Menomonee Falls WI 53052-1180 INSURER(S)AFFORDING COVERAGE NAIC# INSURED .INSURER A:Liberty Mutual INSURER B:United Wisconsin Ins Co Midwest Engineering Services Inc INsuRERcArchitects & Engineers Ins Co 1125 Tuckaway Lane, Suite B INSURER D: INSURER E: Menasha WI 54952-1759 _INSURER F: COVERAGES CERTIFICATE NUMBER:CL1132429168 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. INSR R ADDL SUER LIMITS TYPE OF INSURANCE INSR WVD POLICY NUMBER ,MM/DD/YYYY) (MM/DD/YYYY) A GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED ,$ 500,000 X COMMERCIAL GENERAL LIABILITY YVJZ91456564021 PREMISES(Ea occurrence) CLAIMS-MADE X OCCUR X 3/23/2011 3/23/2012 MED EXP(Any one person) s 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 X LG3178(0505) PRODUCTS-COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: $ 7 POLICY X JEC PROT- n LOC A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO ASJZ91456564011 3/23/2011 3/23/2012 BODILY INJURY(Per person) $ ALL OWNED AUTOS X BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ X (Per accident) HIRED AUTOS $ X NON-OWNED AUTOS $ A X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 5,000,00( EXCESS LIAB CLAIMS-MADE TH7Z91456564031 3/23/2011 3/23/2012 AGGREGATE $ 5,000,00( $ DEDUCTIBLE X RETENTION $ 10,000 $ WORKERS COMPENSATION X TORY I STATU- 0T ER B AND EMPLOYERS'LIABILITY Y/N 12/01/201112/01/2012 ANY PROPRIETOR/PARTNER/EXECUTIVE 0400113586 E.L.EACH ACCIDENT $ 1,000,001 OFFICER/MEMBER EXCLUDED? N N/A E.L.DISEASE-EA EMPLOYEE $ 1,000,001 (Mandatory in NH) If yes,describe under E.L.DISEASE-POLICY LIMIT $ 1,000,001 DESCRIPTION OF OPERATIONS below C Professional /Pollution AEICPG11 3/23/2011 3/23/2014 Per Claim 1,000,00 - $50,000. deductible Aggregate 3,000,00 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE Project: James Road Area Detention Basin. City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers are additional insureds for general liability and automobile liability per a written contract or agreement. The umbrella policy's underlying insurance includes the general liability, automobile liability and employers CERTIFICATE HOLDER CANCELLATION jsargent@ci.oshkosh.wi.us SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Oshkosh 215 Church Ave AUTHORIZED REPRESENTATIVE Oshkosh, WI 54903 �I /:__I--e)� � __ E Clark Bowerman/1.333 z - ACORD 25(2009109) ©1988-2009 ACORD CORPORATION. All rights reserve< INS025(200909) The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS liability in the schedule of underlying insurance. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. midwest engineering services, inc. geotechnical environmental materials engineers 821 Corporate Court Suite Waukesha,WI 53189-5010 262-521-2125 FAX 262-521-2471 www.midwesteng.com February 6, 2012 RECEIVED Mr. James Rabe, P.E. FEB 72012 City of Oshkosh DEPT, OF PUBLIC WORKS 215 Church Avenue OSHKOSH, WISCONSIN P.O. Box 1130 Oshkosh, WI 54903-1130 Subject: Proposal for Subsurface Exploration and Stability Analysis Proposed James Road Area Detention Basin Oshkosh, Wisconsin MES Proposal No. 3-2012 Dear Mr. Rabe, In accordance with your January 25, 2012 Request For Proposal and two (2) subsequent addenda, Midwest Engineering Services, Inc. (MES) is pleased to submit this proposal to provide the geotechnical engineering services for the above referenced project. A brief description of our understanding of the project and a discussion of the scope of services to be provided, are included in the following paragraphs. BACKGROUND Based on the information provided, it is understood that the proposed project will consist of a 33± acre stormwater detention pond, an outlet control manhole with a 42" diameter outfall pipe, inlet and emergency spillways, and an access road on the crest of the embankment. The embankment will be of earthen construction with 4 Horizontal to 1 Vertical inside and outside side slopes, with a 20 foot top width. The crest elevation will range from EL. 815.0 to EL. 817.0, with a static water level of EL. 804.0. The bottom elevation of the impoundment was provided as elevation EL. 799.0 within the normally wet area of the pond. The inlet and emergency spillways will be 100 feet wide and protected from scour by rip rap. SUBSURFACE EXPLORATION AND EVALUATION As requested, it is proposed to drill a total of thirty-two (32) soil borings for this project to a depth of 30 feet below existing surface. In total, up to 960 lineal feet of drilling is proposed. Where a significant alteration to the workscope may be warranted, prior authorization from the CORPORATE OFFICE WAUKESHA,WI 262-970-0764 APPLETON,WI • RIPON,WI • GREEN BAY,WI MES Proposal No. 3-2012 James Road Area Detention Basin Oshkosh, Wisconsin Page 2 client will be obtained, and any additional work will be charged at the unit rates shown on the accompanying Standard Fee Schedule. Based on a review of aerial photography and a visit to the site, it appears that site is utilized to grow crops. There are drainage ditches that cross the site, and Sawyer Creek is located to the north. Based on the anticipated soft surface conditions, the subsurface exploration is planned to be performed with a track-mounted ATV drill rig to gain access to the proposed boring locations, and to minimize disturbance to the existing site surface. The exploration will be performed utilizing continuous flight hollow stem auger to advance the test holes. Soil samples will be secured by the Standard Penetration Test (SPT) method at 21/2-foot sampling intervals to a depth of 15 feet, and at 5 foot intervals thereafter. Eight (8) thin wall Shelby tube samples will be collected at selected locations to determine the strength, density and compressibility characteristics of the of the foundation soil an subrade soils. one will be performed on a selected sample recompacted embankment soil. The Triaxial testing will be performed at three confining pressures, and pore pressure measurement will be obtained during shear in order to provide effective angle of friction and effective cohesion parameters. Two (2) one dimensional consolidation tests will be performed on selected samples in order to estimate consolidation and settlement of the proposed embankment configuration. In addition, several bulk samples will be collected for standard proctor determination and remolded permeability testing. Laboratory visual classification and other testing will be performed to determine the behavioral characteristics of the subsurface materials encountered. Groundwater level observations will be noted during the drilling activities, and in the open boreholes upon completion. Three (3) temporary monitoring wells will be installed and measured each month until the end of May 2012. The results of the subsurface exploration and laboratory testing will be utilized in an engineering analysis which will include foundation and subgrade evaluation and stability analysis. In addition a written report which will include the following: • Determination of soil and groundwater conditions within the influence zone of the proposed embankment; • Provide soil parameters for use in the stability analysis of the proposed embankment geometry; • Provide guidelines for subgrade preparation and for the selection and placement of structural fill in these areas; • Provide construction considerations relating to subgrade preparation, site drainage and groundwater control, and excavations; nic5midwest engineering services, inc. HIES Proposal No. 3-2012 James Road Area Detention Basin Oshkosh, Wisconsin Page 3 • Provide guidelines for subgrade preparation and for the selection and placement of structural fill; • Provide recommendations for scour protection; • Provide a stability analysis which considers sliding, rotational failure, overturning, foundation failure and settlement; • Provide permeability rates on recompacted samples of possible liner material; • Provide results of the water level measurements of the three (3) wells after the final readings in May. FEES AND CONDITIONS Midwest Engineering Services, Inc. proposes to perform the geotechnical services on a unit price basis, in accordance with the attached Fee Schedule. Midwest Engineering has recently entered into a contract with the City of Oshkosh for roadway borings and geotechnical reporting. It appears that the general conditions, insurance requirements and other contract provisions for this project will be similar to that of our existing contract. As such, the existing contract terms are acceptable to Midwest Engineering. A summary of the anticipated cost for the outlined geotechnical services is shown on the attached Estimate Worksheet, and will not exceed which includes the use of an ATV drill rig. Final compensation will depend upon the actua umber and depth of borings drilled, laboratory tests performed, and required engineering time. -z_ — CLOSING Midwest Engineering Services, Inc. can proceed with the above-described work on the basis of written authorization. MES could begin work upon obtaining public utility locates and confirmation of private utility locates. The field work will take approximately 8 to 10 days to complete. With authorization to proceed on February 10th, the field work will begin on about February 15, or possibly even sooner, if the utility locate permits. A draft report with the associated lab testing and analysis will be provided by March 16. The final report will be submitted within a few days after review and comments by the City of Oshkosh and Strand Associates. The results of the water level measurements will be transmitted by June 8th. Please provide formal acceptance by having an appropriate party sign in the space below. A written report will only be issued following a receipt of a signed city contract. ranmidwest engineering services, inc. MES Proposal No. 3-2012 James Road Area Detention Basin Oshkosh, Wisconsin Page 4 We appreciate the opportunity to be of service on this project. Should you have any questions regarding this proposal, or if we could be of any other assistance, please call at any time. Sincerely yours, MIDWEST ENGINEERING SERVICES, INC. Matthew A. Henderson, P.E. Vice President Accepted by: CITY OF OSHKOSH Signature Name: (Typed or Printed) Title: Date: Enclosures: Estimate Worksheet Cc: Matt Yentz (Strand-Madison) midwest engineering services, inc. MIDWEST ENGINEERING SERVICES COST ESTIMATE WORKSHEET Client Name: City of Oshkosh Date: 2/6/12 Project Name: James Road Detention Basin MES Proposal No.: 3-2012 Project Location: Oshkosh, Wisconsin Page 1 of 2 Quantity Unit Fee Total FIELD EXPLORATION SERVICES 1. Mobilization of drilling equipment and personnel 1 Lump Sum $500.00 $500.00 2. All-terrain drill rig, per day (included) Day $400.00 $0.00 3. Drilling support vehicle 10 Day $50.00 $500.00 4. Trailer for hauling supplies and equipment Day $50.00 $0.00 5. Boring location layout Hour $90.00 $0.00 6. Site reconnaissance by Project Engineer Hour $90.00 $0.00 7. Project personnel for job setup and utility clearance 4 Hour $85.00 $340.00 8. Soil drilling with Split-spoon or Shelby Tube sampling from depths of: -0 to 25 feet 800 Feet $10.00 $8,000.00 -25 to 50 feet 160 Feet $12.00 $1,920.00 -50 to 75 feet Feet $15.00 $0.00 -75 to 100 feet Feet $17.00 $0.00 9. Additional Split-spoon or Shelby Tube -0 to 25 feet 32 Samples $10.00 $320.00 -25 to 50 feet Samples $14.00 $0.00 -50 to 75 feet Samples $18.00 $0.00 -75 to 100 feet Samples $22.00 $0.00 10. Additional charge for Shelby tube samples 8 Tubes $30.00 $240.00 11. Temporary groundwater monitoring well installation, includes abandonment after water level measurement 90 Feet $10.00 $900.00 12. Patch pavement boreholes Holes $25.00 $0.00 13. Bentonite chips to fill boreholes 32 Holes $15.00 $480.00 14. High pressure cleaner for equipment contamination Day $150.00 $0.00 15. Cleaning of auger, rods, & sampling tools, per hour Hour $110.00 $0.00 16. Generator, per day Day $50.00 $0.00 17. 55-Gallon drums for cuttings or water Each $40.00 $0.00 18. Photoionization vapor testing with an Hnu meter Day $150.00 $0.00 Subtotal for Field Exploration Services: $13,200.00 ROCK CORING SERVICES 1. Auger drilling of overburden to rock depth Feet $8.00 $0.00 2. Rock coring, w/diamond bit Feet $35.00 $0.00 3. Rock coring setup charge Each $125.00 $0.00 4. Additional vehicle, coordination, laboratory, and engineering charges related to rock coring Each $400.00 $0.00 Subtotal for Rock Coring Services: $0.00 Date: 2/6/12 MES Proposal No.: 3-2012 Page 2 of 2 LABORATORY SOIL TESTING SERVICES 1. Standard Testing (includes moisture content, unconfined strength and penetrometer) 288 Tests $3.00 $864.00 2. Calibrated hand penetrometer tests Tests $2.50 $0.00 3. Visual engineering classification Tests $2.50 $0.00 4. Moisture content determination Tests $5.00 $0.00 5. Atterberg Limits determination 4 Tests $50.00 $200.00 6. Organic contents test by loss on ignition Tests $30.00 $0.00 7. Grain size analysis, mechanical Tests $50.00 $0.00 8. Grain size analysis, mechanical and hydrometer 4 Tests $75.00 $300.00 9. Density determination with moisture content 8 Tests $25.00 $200.00 'ahAa 10. Standard Proctor Test 2/Vh?, 2 Tests $135.00 -MUD PAW°6 11. Extrude and classify Shelby tube samples 8 Tests $30.00 $240.00 106_ 12. Consolidation -One Dimensional 2 Tests $600.00 $1,200.00 Triaxial tests- Consolidated undrained with pore Pressure Z//S /z 13. measurements 2 Tests $1,600.00 $3,200.00 14. Falling Head Permeability Test on Remolded Samples 8 Tests $300.00 $2,400.00 Subtotal for Laboratory Testing Services: $8;8-#:80r O 60.ENGINEERING SERVICES FOR EVALUATIONf � a,/ /1a AND REPORT PREPARATION 1. Principal Engineer for Report review and consultation 6 Hours $105.00 $630.00 � �"?��� 2. Project Engineer for Project Coordination, visual engineering classification, and Report Preparation 40 Hours $95.00 $3,800.00 3. Staff Engineer or Geologist 40 Hours $85.00 $3,400.00 Subtotal for Engineering Services: $7,830.00 $299,90440 9o,,►y.ac) al7/)c 429,904:170 Z/.r% ,'30)71'1.00 $ah/j;