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/2012 CIP
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. George Barker Date: March 14, 2012 River Valley Testing Corporation Subject: Executed Agreement 1060 Breezewood Lane Construction Materials Testing for the Suite 102 2012 Capital Improvement Program Neenah, WI 54956 Contracts 12-03/12-04/12-05/ 12-07/12-08 Please find: ® Attached El 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 the executed agreement for the construction materials testing for the 2012 Capital Improvement Program. A City of Oshkosh Purchase Order will be FAX'ed to you shortly. Please reference this Purchase Order number of all of your invoices. If you have any questions, please contact us. City Clerk's Office— Original City Attorney's Office—Copy cc: _ File—Original Signed: Tracy divylor I:\Engineering\12-03 Sawyer Creek Channel Improvements\Project_Information\Correspondence\Transmittals\12-03 LOT-RVT Executed Agreement-Const Matl Tests_3-14-12.doc AGREEMENT THIS AGREEMENT, made on the 12th day of March, 2012, 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, WI 54956 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: George E. Barker, P.E. —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, P.E. — 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. I:1Engineering\Density Testing120121RVT Agreement Form.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: I:1Engineering\Density Testing12012\RVT Agreement Form.doc Page 2 of 4 • Time and Materials Not to Exceed $82,858.00 • Attached fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within 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. 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 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. I:1Engineering\Density Testing120121RVT Agreement Form.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 ¶ ■ S U4rP( By: .ma. . it. .A C-- bT (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH C... pc4 By: / ie�----•r4/ '4 (Witness) Mark A. Rohloff, City Manager �cw d C.. And: 1 LL tiL i �,•�'' .� (Witness) - --- = u ity CI rk • APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which , which will accrue under this Agreement. .:i.I .. IA 1 - i _ ity Atto'"-"F City C =1 r/ler I:\Engineering\Density Testing120121RVT Agreement Form.doc Page 4 of 4 DEPARTMENT OF PUBLIC WORKS 215 Church Avenue P.O.Box 1130 Oshkosh,Wisconsin 54903-1130 Ph.Fax((92)236-5068 Of-KOJH ON THE WATER February 20,2012 Alex Barker River Valley Testing 1060 Breezewood Ln., Suite 102 Neenah, WI 54956 RE: Request for Proposal-Construction Materials Testing for the 2012 Capital Improvement Program Dear Mr. Barker: The City of Oshkosh is hereby requesting proposals be submitted for Construction Materials Testing and Engineering services related to the City's 2012 Capital Improvement Program. Questions regarding this request for proposal shall be emailed to me at jsargenta,ci.oshkosh.wi.us (with the subject heading of"2012 CEP Construction Materials Testing RFP Questions")by 2:00 p.m. on Monday, February 27,2012. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposals by 12:00 noon on Wednesday,February 29, 2012. Please submit four(4)hard copies of the proposal to my attention no later than 4:00 p.m.on Friday, March 2, 2012. Enclosed with this letter are the Scope of Services,Proposal Cost Breakdown, copies of the City of Oshkosh Contractor Safety Program, Sample of the 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, Agtvf o Joseph R. Sargent Civil Engineer I(Senior) Enclosures cc: David Patek,P.E.,Director of Public Works Steve Gohde,P.E.,Assistant Director of Public Works Peter Gulbronson,P.E., Civil Engineer II James Rabe, P.E., Civil Engineer II File I:1Engineering\Density Testing12012\Proposal Phase\Letters\RVT RFP Letter- Page 1 of 1 Construction Materials Testing.doc • SCOPE OF SERVICES CONSTRUCTION MATERIALS TESTING 2012 CAPITAL IMPROVEMENT PROGRAM This contract is to provide utility nuclear density testing services of utility trench backfill, clay liner material, and asphalt along with laboratory testing and other field testing of these materials as necessary. Responsibilities include providing qualified timely response, daily coordination and communication with contractors and city staff, and prompt professional reporting of test results. 1. Background A. The following City of Oshkosh projects are planned to be covered under this contract: i. Contract 12-03 — Sawyer Creek Channel Improvements ii. Contract 12-04—Concrete Paving and Utilities South a.East&West 15th Avenue (Lake Winnebago to Oregon Street) b.Michigan Street(West 18`h Avenue to West 17th Avenue) c.Michigan Street(West South Park Avenue to West 11th Avenue) d.West 12th Avenue (Ohio Street to Oregon Street) e. West 17t Avenue (Ohio Street to Iowa Street) iii. Contract 12-05 —Concrete Paving and Utilities Central a. West 6th Avenue (Knapp Street to Ohio Street) b.West 7th Avenue (Ohio Street to 400' west of Ohio Street) c. West 7th Avenue (Knapp Street to Sawyer Street) d.West 10th Avenue (Kansas Street to Knapp Street) e.Rugby Street(West 8th Avenue to West e Avenue) iv. Contract 12-07—Concrete Paving and Utilities North a.East Irving Avenue (North Main Street to Bowen Street) b.East Irving Avenue (Hazel Street to Lake Winnebago) c. Boyd Street (Washington Avenue to East Parkway Avenue) d.School Avenue (Broad Street to Bowen Street) e. Shawano Avenue (Bay Street to Bowen Street) f. Bay Street(Otter Avenue to Washington Avenue) v. Contract 12-08 —James Road Area Detention Basin vi. Ceape Avenue Asphalt Paving B. The 2012 Capital Improvements Program is subject to change. Projects may be added or deleted based on the needs of the City of Oshkosh. Work listed throughout this RFP is not guaranteed. The City reserves the right to send out separate RFP's for other projects and testing services not listed in this document. Page 1 of 7 2. Testing and Reporting A. All tests and reports shall be in conformance with the latest ASTM Standards. The selected consultant will be responsible for providing all necessary forms for labeling of samples and documentation of test results. Test results shall include the location, sample number, and be separated per City Contract number. B. Soils and Aggregate Testing Provide the necessary labor and equipment for clay liner testing, onsite nuclear density testing of utility trench backfill and associated laboratory material testing. Specifications will be based on the City of Oshkosh 2012 Standard Specifications and each contract's special conditions. The testing firm shall obtain all test samples from construction sites throughout the city and may be required to obtain samples from various source sites. At a minimum, keep all lab samples until the end of each contract. Nuclear density testing will be performed on an as- needed basis dependent on the contractor(s) schedule. As a reference, based on years past, a field density testing technician was required almost daily throughout the construction season. It is the testing firm's responsibility to verify the contractor's schedule and to coordinate with the City of Oshkosh Inspectors/Engineers daily. This year's season is anticipated to commence in the middle of March and continue through October. Nuclear density tests shall be located by project station, elevation, and utility trench type. The density testing technician shall notify the City Inspector and appropriate contractor of all failing tests. Failing areas shall be re-compacted and re-tested until passing results are achieved. All tests shall be documented. In addition to the utility trench density testing, assist the City of Oshkosh Inspector on inspection of backfilling operations per the City of Oshkosh specifications. Work with the Contractor by providing ideas and methods of improving compaction if necessary. C. Asphalt Testing Provide the necessary labor and equipment for nuclear density tests on asphalt binder and surface courses and associated laboratory material testing. Specifications will be based on the City of Oshkosh 2012 Standard Specifications and each contract's special conditions. The testing firm shall obtain all test samples from construction sites throughout the City. At a minimum, keep all lab samples until the end of the project. Nuclear density testing will be performed on an as-needed basis dependent on the contractor(s) schedule. It is the testing firm's responsibility to know the contractor's schedule and to coordinate with the City of Oshkosh Inspectors/Engineers daily. There is approximately 2000 linear feet of asphalt street reconstruction/overlay scheduled for this year. Nuclear density tests shall be located by project station, offset, and layer type. The density testing technician shall notify the City Inspector and appropriate contractor of all failing tests. Failing areas shall be re-compacted and re-tested until passing results are achieved. All tests shall be documented. Page 2 of 7 D. Reporting i. Technician Daily Reports a.Technicians will be required to document their activities through a daily report. These reports shall include the date, a detailed summary of the activities taking place for which they are inspecting/testing, the technician's arrival and departure times, and other pertinent information as standard with this type of reporting. There shall be a separate daily report for each city contract worked on that day. Daily reports can be hand written,but must be legible. ii. Material Test Reports a.Material test results shall be emailed in .pdf format to the City Project Engineer within 48 hours of notification of sample pick-up unless lengths of the test dictate otherwise. iii. Summary Reports a.Monthly testing summary reports during construction shall include a written summary, any material test results from that time frame, an updated typed compaction results log, and the technician's daily field reports. All reports shall be signed by the appropriate signing authority of the selected firm and the project manager. Separate reports shall be generated for each city contract should multiple projects occur during the same time interval. The monthly summary reports shall be submitted in conjunction with the contract's respective invoice. A final report shall be prepared upon the completion of each individual city contract. b.All reports shall be typed in a professional manner according to industry standards and can be emailed to the City Project Engineer in .pdf format. iv. Periodic Updates a. Additional email correspondence or summary reports may be necessary depending on certain situations. The testing firm's project manager shall notify the City Project Engineer of any issues throughout construction. 3. Proposal Cost Breakdown A. The Proposal Cost Breakdown sheet shall be filled out and included in the proposal. B. A description of each item is as follows: Roundtrip Charge — includes the technician's travel time and mileage to and from the City of Oshkosh each day services are required. The roundtrip charge shall also include any office time required by the technician prior to or after the day's field activities. ii. Field Time — includes all necessary labor costs while testing in the City of Oshkosh including travel time between various projects. Travel time shall be split equally between projects and documented in their respective daily report. The City Inspector shall be notified upon arrival to and departure from the contract project site per visit. The City Project Engineer shall be notified by phone upon arrival to and departure from the City per trip. The field time hourly rate will apply even if overtime is worked by the Page 3 of 7 technician. Some overtime is expected due to the tight construction windows placed upon the contractors. iii. Equipment Rental — includes all necessary rental charges for equipment and materials that will be used in the performance of the testing requirements. iv. Vehicle Rental —includes vehicle rental charges while in the City of Oshkosh. Mileage traveling between projects throughout the day will not be considered. Vehicle costs incurred while traveling to and from the City shall be covered under the Roundtrip Charge. Rental time shall match the technician's onsite field time for that day. v. Trench Backfill Testing Reports — includes all necessary labor and material costs to provide monthly summary reports. Reports to include a written engineering summary, material test results, an updated running log of the compaction results, and the technician's daily field reports for the respective period. vi. Asphalt Testing Reports — includes all necessary labor and material costs to provide a summary report of each asphalt testing project. Reports to include a written engineering summary, material test results, the compaction results log, and the technician's daily field reports. vii. Engineer Consultation — professional engineer's labor rate with a geotechnical and materials background should services be requested for consultation or to attend any meetings. Engineer consultation time should only be used with approval from City of Oshkosh Project Engineer. viii. Project Manager — City approved project manager's (geotechnical and materials background required) labor rate. This contract will allow up to a total of 2.5 hours per week without prior approval from the City of Oshkosh for project coordination, scheduling, and other duties as necessary. This person will be asked to attend the contractor's Pre-construction Meetings and will be paid for according to this hourly rate. Additional time per week for normal project management shall be considered incidental to the contract. ix. Sieve Analysis of Aggregate — includes all necessary labor and equipment to provide a sieve analysis per the latest ASTM standards and to compare with the contract's material specifications. Cost to also include report generation and distribution to City and contractor personnel. x. Modified Proctor Density Test(aggregate) —includes all necessary labor and equipment to provide a modified proctor density test of aggregate per the latest ASTM standards. Cost to also include report generation and distribution to the City. xi. Modified Proctor Density Test (clay) — includes all necessary labor and equipment to provide a modified proctor density test of a clay material per the latest ASTM standards. Cost to also include report generation and distribution to the City. Page 4 of 7 xii. Atterberg Limits — includes all necessary labor and equipment to provide Atterberg Limits of clay linear material per the latest ASTM standards. Cost to also include report generation and distribution to the City. xiii. Grain Size Analysis—includes all necessary labor and equipment to provide Grain Size Analysis of clay linear material per the latest ASTM standards. Cost to also include report generation and distribution to the City. xiv. Flexible Wall Permeability Tests — includes all necessary labor and equipment to provide Flexible Wall Permeability tests of clay linear material per the latest ASTM standards. Cost to also include plugging holes and report generation and distribution to the City. xv. Asphalt Extraction/Gradation — includes all necessary labor and equipment to provide an extraction and gradation of an asphaltic paving mixture per the latest ASTM standards. Cost to also include report generation and distribution to City and contractor personnel. xvi. Response Time—time it will take the consultant to mobilize a technician from the home office to a particular construction site in the City of Oshkosh if notified by the City or contractor that their presence is required. An important factor in the selection of the consultant is their ability to be responsive should their services become necessary on short notice. 4. Additional Information A. The technician will be required to be onsite on an as-needed basis per the contractor's schedule and/or at the City's request. Typically, a technician will not be onsite every hour that contractors are working,but rather during backfilling operations. B. There are times when an additional technician may be needed. This would primarily be during asphalt paving operations or during clay liner installation that take place concurrently with multiple utility projects. 5. Additional Proposal Requirements A. In addition to the requirements listed throughout this Request for Proposal, each respondent shall include the following: i. Prepare a summary of the firm's understanding of this proposal. ii. Provide a brief description of the respondent's organization. iii. List the planned project team and their respective resumes including relevant experience and training. Specifically provide the names/titles of personnel assigned to each task including the Project Manger. Due to this year's increased work load and accelerated schedule, it is required that the proposed technician have previous experience with utility trench construction. It is desired to have a mid to senior level technician. Should the need arise for a replacement technician during the season; the City of Oshkosh Page 5 of 7 Project Engineer shall be notified for prior approval. Include names and resumes of any potential replacement technicians in the proposal. iv. Provide a list of recent projects of a similar nature and capacity the respondent has been involved. v. Furnish a list of at least three (3) references that will be able to verify information supplied in the proposal. B. The proposal shall also include fee schedules for laboratory testing including additional testing required for clay liners per the WDNR Technical Standard 1001, various levels of engineering rates, and construction testing services should additional work not covered specifically in this proposal be required. 6. Invoices A. The consultant shall submit itemized monthly statements for services. Separate invoices are required per city contract. Invoices shall be emailed to the City Project Engineer within one week after the end of the previous calendar month. Required back-up information is as follows: i. Monthly reports shall be utilized as back-up documentation. Time periods on the monthly reports and the invoices shall be the same. ii. For any approved consultation or additional project management time, include the date, a description of the discussion and/or activity and the name of the city staff person and the consultant's staff involved in the discussion. B. Additional invoicing and payment requirements are stated in the Agreement Form. 7. Contract Award A. The contract will be awarded on a time and materials basis with a not to exceed total. Changes to the contract will be completed per the requirements set forth in the City of Oshkosh Agreement document. Indicated quantities in this RFP are only an estimate and are not guaranteed. B. By providing a signed proposal, the respondent is acknowledging they will work solely under the terms and conditions of the City of Oshkosh and if selected, will provide insurance documents according to the attached requirements with the signed contracts within a week after receiving the official contract paperwork from the City of Oshkosh. Besides prior negotiated agreements between the consultant and the City of Oshkosh, a consultant's terms and conditions will not be accepted as part of the contract. C. The information contained within the signed agreement form, the RFP with its attached documents, and the consultant's proposal shall become a part of the Contract with the Consultant selected to perform the Services. Page 6 of 7 D. 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, but will place high value on the ability to provide timely responses and technician experience with this type of work. 8. Project Schedule A. It is anticipated that the City will make the selection by March 9, 2012 with construction scheduled to begin March 19, 2012. The contract will terminate December 31, 2012 or upon the completion of any testing project started in 2011. The City of Oshkosh maintains the right to terminate the contract if the consultant does not respond as stated in the accepted proposal. 9. Method of Response A. As stated in the accompanying letter questions regarding this RFP shall be emailed to jsargent(&,ci.oshkosh.wi.us by 2:00 p.m. on Monday, February 27, 2012. The subject heading of the email shall be "2012 CIP Construction Materials Testing RFP Questions". The questions and appropriate responses will be distributed to all parties receiving this Request for Proposal by 12:00 p.m. on Wednesday, February 29, 2012. B. Please submit four (4) hard copies with original signatures of the proposal to Joe Sargent no later than 4:00 p.m. on Friday, March 2, 2012. Proposals may be delivered or mailed to: Joseph R. Sargent Engineering Division City of Oshkosh 215 Church Avenue, Rm 301 Oshkosh, WI 54903 Page 7 of 7 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 RV . RIVER VALLEY TESTING CORP. 1060 Breezewood Lane, Suite 102 Neenah, WI 54956 Telephone:920/886-1406 RECEIVED FAX: 920/886-1409 March 2, 2012 MAR 2 2012 Mr. Joseph R. Sargent Department of Public Works DEPT. O +3u ,�, ;vORKS OSHKOSH, WiSCO1'JSIN Engineering Division City of Oshkosh 215 Church Avenue, Room 301 Oshkosh, WI 54903 Subj: Construction Materials Testing 2012 Capital Improvement Program City of Oshkosh, Wisconsin Mr. Sargent: In accordance with your Request for Proposals (RFP) dated February 20, 2012, River Valley Testing Corp (RVT) is pleased once again to submit the following proposal to provide services for your 2012 Construction Materials Testing contract. We feel we did a great job providing the testing services in 2011, and hope to improve on that experience. By selecting RVT again, we can save the City of Oshkosh the intellectual set-up time you would experience with another firm. This proposal is intended to formalize an outline of our general scope of services and to provide cost information for our services. The proposal has been organized as follows: o Project Information o Scope of Services o Project Approach o Applicable Projects o Schedule o Conditions o Insurance o Why River Valley Testing o Remarks Construction Materials Testing 2012 Capital Improvement Program Department of Public Works City of Oshkosh March 2, 2012 Page 2 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: • Our plan will be to assign a primary engineering technician to this project. This technician has the diverse capability and experience to tackle the testing needs of the City. • 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 testing services. You do not have to carry the burden of testing management. For instance, we anticipate most of our daily coordination will occur directly between the contractors and our engineering technician. • 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 certified technical skills and flexibility, responsiveness to changes in project timing and requirements and accessibility for problem resolution. All of this translates into a more efficient project for your firm. • Based on feedback from our clients, we understand that our approach to service delivery has improved construction schedules, avoided callbacks and improved ROI on their projects. PROJECT INFORMATION Based on information outlined in the RFP, RVT understands the proposed contract for construction materials testing will extend from award date of March 9, 2012 through December 31, 2012, or upon completion of any testing projects started in 2012, whichever occurs last. Further, this year's season is anticipated to commence March 19, 2012 and continue through December. We understand proposed projects requiring our support will include asphalt and concrete street reconstruction, utility upgrades, sanitary sewer relays, and detention basins. The City's projected workload appears relatively light for the staffing we have available, therefore, we anticipate nearly full time support will not be required of the testing consultant. Construction Materials Testing 2012 Capital Improvement Program Department of Public Works City of Oshkosh March 2, 2012 Page 3 SCOPE OF SERVICES Since our inception in 1990, RVT has made it a corporate commitment to provide the most responsive service possible. The three founding brothers believed there had to be a better way to service clients; this starts with the belief that we should be providing services for the best benefit for the project, not for the best interest of RVT. This continues with being responsive to the needs of your office and field staff. Being the most responsive starts with decreasing the time required to provide our field services and recommendations. Being the most responsive continues with providing recommendations which balance geotechnical and materials concerns 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 sites conditions. Based on RVT's understanding of the requested testing services, as outlined in the RFP, our scope of services will include: • Conducting laboratory testing for clay liner and associated laboratory materials testing, • Onsite nuclear density testing of utility trench backfill, • Documentation of soil density test locations by project station, offset, elevation, and utility trench type, • Conducting nuclear density testing on asphalt binder and surface courses, and associated laboratory testing, • Documentation of asphalt density locations project station, offset, and layer type, • Reporting laboratory and field results in PDF format via email to the City Engineer within 48 hours unless test requires longer to perform, • Submitting bi-weekly summary reports which include a written summary, material tests results, compaction results log, and the technicians field reports, and • Submitting a final summary report for each individual contract. We understand the testing will include approximately one hundred seventy-five (175)roundtrip visits to the City of Oshkosh for various testing, one thousand four hundred (1,400) hours of field/laboratory time, one thousand four hundred (1,400) hours of equipment rental and vehicle rental, thirty (30) trench backfill testing bi-weekly summary reports, five (5) bi-weekly summary asphalt testing reports, fifteen (15) hours of engineer consultation, eighty (80) hours of project management, twenty (20) sieve analysis of aggregate, twenty (20) modified proctor density tests of aggregate, five (5) modified proctor density tests of clay, three (3) atterberg limits, three (3) grain size analysis of clay, five (5) flexible wall permeability tests, and five (4) asphalt extraction/gradations. Construction Materials Testing 2012 Capital Improvement Program Department of Public Works City of Oshkosh March 2, 2012 Page 4 Failing nuclear density tests will be recompacted and retested until passing results are achieved. All tests will be documented. All tests and reports will conform to the latest ASTM Standards and be compared to the 2012 City of Oshkosh Standard Specifications. As requested, samples will be kept until the end of each contract. These contracts include: Contract 12-03 — Sawyer Creek Channel Improvements Contract 12-04— Concrete Paving &Utilities South East& West 15th Avenue (Lake Winnebago to Oregon Street) Michigan Street (West 18th Avenue to West 17th Avenue) Michigan Street(West South Park Avenue to West 11th Avenue) West 12th Avenue (Ohio Street to Oregon Street) West 17th Avenue (Ohio Street to Iowa Street) Contract 12-05 - Concrete Paving& Utilities Central West 6th Avenue (Knapp Street to Ohio Street) West 7th Avenue (Ohio Street to 400' west of Ohio Street) West 7th Avenue (Knapp Street to Sawyer Street) West 10th Avenue (Kansas Street to Knapp Street) Rugby Street (West 8th Avenue to West 6t Avenue) Contract 12-07 - Concrete Paving &Utilities North East Irving Avenue (North Main Street to Bowen Street) East Irving Avenue (Hazel Street to Lake Winnebago) Boyd Street (Washington Avenue to East Parkway Avenue) School Avenue (Broad Street to Bowen Street) School Avenue (Bay Street to Bowen Street) Bay Street (Otter Avenue to Washington Avenue) Contract 12-08 — James Road Area Detention Basin Ceape Avenue Asphalt Paving Construction Materials Testing 2012 Capital Improvement Program Department of Public Works City of Oshkosh March 2, 2012 Page 5 ALTERNATE SCOPE OF SERVICES Observations of Subgrade Soils - An engineer can review the subgrade soils exposed in excavations for foundations and utilities by hand-auger borings, manual cone penetrometer and penetrometer testing. The engineer can also document the suitability of the subgrade soils for support of foundations and subsequent engineered fill system. Plastic Concrete Testing - During placement of concrete, tests can be performed in accordance with project specifications or in accordance with your requirements. Six-inch diameter concrete cylinders will be cast for compression testing at the frequency outlined by the project specifications. We understand the City Personnel will handle this testing; therefore, we offer this service only if another option is needed. Hardened Concrete Testing - Four cylinders can be tested for compressive strength; one at 7, two at 28 days, and one held as a backup for additional testing. You will be notified if 7 day strengths indicate a potential failure at 28 days. Unless specifically requested by you, any "Backup" cylinders can be disposed of if the 28 day cylinders meet project specifications. We understand the City submits these cylinders to a local lab; therefore, we offer this service only if another option is needed. PROJECT APPROACH RVT understands that timeliness is a key aspect for the City of Oshkosh. With this in mind, RVT proposes to utilize the following approach to the project: • Based on our understanding of the critical timeframes for the project, we would develop a work plan to manage the contract to the identified concerns. • Coordinate with state and county regulatory agencies and city staff as required to accomplish the tasks required by the contract. • RVT believes the project management team is critical to the success of the project. To assure project success, RVT will assign an owner of the company for oversight of the entire process. Please reference the attached professional profiles for the relevant skills and training of each person. We propose the following for the contract team: o Principal Manager: George E. Barker, P.E., Owner/Project Manager o Staff Engineer: Marcus C. Rue, Coordinator, Reports o Senior Technician: Robert E. Cross or Keith J. Doyle, Field Services • Please note, we believe we have more than one (1) qualified technician for the project. Although Robert Cross would likely be our field engineering technician, Keith Doyle or other qualified technicians would substitute when Bob is not available, such as vacations or personal emergencies for example. Construction Materials Testing 2012 Capital Improvement Program Department of Public Works City of Oshkosh March 2, 2012 Page 6 • Our main point of contact will be George E. Barker while our day-to-day coordination will be handled by Marcus Rue. In practice, we also anticipate Robert Cross will handle the vast majority of day-to-day scheduling of field services. However, Marcus will arrange the appropriate response to all other requests. • RVT will draw from a pool of five additional staff engineers with geotechnical and construction material report generating experience for preparation of the reports in the agreed upon time frame. RVT will also draw upon an experienced and diverse pool of talented technicians to support the City's required operations. • RVT believes in a team approach to overcoming project challenges. Therefore, in the spirit of teamwork, we request the City provide answers to requests for information and authorizations for any additional services on a timely basis. We request that our sample tags be completely filled out to facilitate an accurate reporting process. Though we will make the commitment to provide quick response to short notice calls, we would appreciate if, for typical construction-related services, we are given 24 hours notice prior to needing said services. We understand the City will provide a map of the 2012 construction projects. • Our material testing services will be provided by RVT personnel. • Under normal circumstances, materials tests such as proctors, gradations, and other basic tests will take between three (3) and (5) business days to run. In many cases, the tests typically required to support density testing can be accelerated to as little as one (1) day. However, tests such as consolidation tests or hydraulic conductivity tests can take over three (3) weeks to complete and should not be accelerated. • RVT will provide the necessary labels and forms for uniquely identifying samples. • Reports, sample tags, and invoicing will contain the information requested in the RFP. RVT strives to meet and exceed the expectations of our clients. We also understand the City needs to know that RVT can perform the requested services. Therefore, as requested in the RFP, we provide the following four (4) references that can verify RVT's ability to complete the requested services: • Mr. Mark Lenz, Director of Public Works for the City of Fond du Lac • Mr. Mark Spielbauer, Engineering Manager of Hoffman, LLC. • Mr. Larry Wettering, Director of Public Works for the City of Neenah. • Mr. Geoff Farr, Village Engineer, Village of Howard. Construction Materials Testing 2012 Capital Improvement Program Department of Public Works City of Oshkosh March 2, 2012 Page 7 APPLICABLE PROJECTS In addition, our familiarity with the requirements of municipalities is evident in the fact that we have provided geotechnical and material testing and consultation services for the City of Green Bay, Green Bay Water Utility, the City of DePere, the Village of Howard, the Village of Ashwaubenon, the City of Marinette, the City of Menominee, Michigan, the City of Neenah, Neenah Water Utility, Menasha Utilities, the City of Fond du Lac, Sheboygan County Highway Department, Waupaca County Highway Department, and Dodge County Highway Department. We have also provided testing for contractors on utility projects in Sherwood, Hilbert, Kimberly, Little Chute, Town of Menasha, New London, Weyauwega, Manawa, Kaukauna, New Holstein, Kiel, and North Fond du Lac. Further, we were under contract with the City of Oshkosh for their 2011 Geotechnical Engineering Services and Capital Improvements Program. SCHEDULE We request a minimum of 24 hours notice prior to needing materials testing services onsite although, as you know from our work last year, shorter notice can be accommodated. Because we understand time to be critical on your projects, we can expedite material laboratory results as required. 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 Proposal Cost Breakdown and Fee Schedule. However, before proceeding with extra services, RVT and the City of Oshkosh will negotiate and execute a change order to the original contract. The attached "GENERAL CONDITIONS" is part of this proposal. Construction Materials Testing 2012 Capital Improvement Program Department of Public Works City of Oshkosh March 2, 2012 Page 8 INSURANCE RVT carries all insurance required by The State of Wisconsin. 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. In addition, RVT has reviewed the insurance requirements outlined in the example "City of Oshkosh Insurance Requirements" of the RFP. Based on our understanding of the requirements, RVT maintains insurance limits meeting or exceeding the required amounts. Further, our insurance carrier requires a signed agreement be in-place, prior to commencement of work, for our Errors and Omissions Insurance to be in effect. WHY RIVER VALLEY TESTING? In examining the key decision criteria to select a Construction Materials Testing firm for this project, we feel that RVT meets those criteria with extremely high marks. Decision Criteria RVT Other Past Experience with The City of Oshkosh Yes ? Timely Reporting Yes ? Technical qualifications and skills Yes ? Personal service delivery model-flexible, responsive, accessible Yes Sound and proven project management methodology Yes ? Experience on similar projects Yes Partnership mindset Yes ? Construction Materials Testing 2012 Capital Improvement Program Department of Public Works City of Oshkosh March 2, 2012 Page 9 REMARKS RVT appreciates the opportunity to submit our technical proposal and fees for your project. We understand that for the highest chance for success during the 2012 construction season to occur, it will be extremely important to manage the timeliness of fieldwork and reporting, as well as provide consistent personnel to support your various needs. As we stated earlier, because we provided construction testing and inspection for the City of Oshkosh in 2011, you will save the intellectual set-up time another firm will cause. Based on these factors, we believe RVT to be the right partner for City of Oshkosh. Should you decide to accept this proposal, we would appreciate the opportunity to develop our relationship by meeting with you to further refine the project scope. 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. Again, thank you for considering RVT for your construction materials testing services and we look forward to working with you again. Sincerely, R VER VALLE TES r NG CORP. � : `, George E. Barker, P.E. Vice President GEB/tls Attachments APPENDIX RVT CMT Fee Schedule City of Oshkosh— Proposal Cost Breakdown City of Oshkosh—Contractor Safety Program Professional Profiles Insurance Certificates RVTCMT FEE SCHEDULE LABORATORY: Fees 1. Laboratory Moisture-Density Relationship a. Standard Proctor(ASTM D698) $115.00/each b. Modified Proctor (ASTM D1557) $115.00/each c. One-Point Proctor Check (ASTM D698 or D1557) $85.00/point d. Clay Sample Preparation $35.00/each 2. Mechanical Analysis on Submitted Samples a. Through the #200 Sieve (ASTM C117 or C136) $67.50/each b. Through the#200 Sieve Only (ASTM C117) $36.00/each c. #10 Through 0.001 mm by Hydrometer Method (ASTM D422) $88.00/each 3. Atterberg Limits Including Plasticity Index (ASTM D4318) $48.00/each 4. Unconfined Compression Tests (ASTM D2166) $65.00/each 5. Compression Test of 6" x 12" Concrete Cylinders a. Cast by RVT $16.00/each b. Cast by Others $18.00/each 6. Handling of Backup Cylinders $12.00/each 7. Compressive Strength of 2" Mortar Cubes $15.50/cube 8. Bituminous Extraction & Mechanical Analysis of Aggregate (ASTM D2172, C136 & C117) $144.00/each EQUIPMENT: 6. Penetrometer Rental a. Half Day $35.00/%day b. Daily $55.00/day 7. Concrete Equipment Rental $30.00/day 8. Cylinder Cure Box $50.00/project 9. Cylinder Molds (case of 20) $35.00/case 10. Vehicle Rental $3.00/hour TECHNICAL STAFF: 11. Level A Engineering Technician $38.00/hour 12. Level B Engineering Technician $41.00/hour 13. Level C Engineering Technician $46.00/hour 14. Level D Engineering Technician $50.00/hour 15. Clerical $45.00/hour PROFESSIONAL SERVICES: 16. Principal Registered Engineer $120.00/hour 17. Registered Engineer $95.00/hour 18. Project Engineer $85.00/hour REMARKS: The above rates are valid for calendar year 2012, 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 month is$50.00. 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 to portal. A premium rate of 2.0 times 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 MEM13ER PROPOSAL COST BREAKDOWN CONSTRUCTION MATERIALS TESTING 2012 CAPITAL IMPROVEMENT PROGRAM ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Roundtrip Charge Each 175 $ 15.00 $ 2,625.00 2. Field Time Hour 1,400 $ 41.00 $ 57,400.00 3. Equipment Rental Hour 1,400 $ 2.00 $ 2,800.00 4. Vehicle Rental Hour 1,400 $ 3.00 $ 4,200.00 5. Trench Backfill Testing Reports Each 30 $ 77.00 $ 2,310.00 6. Asphalt Testing Reports Each 5 $ 50.00 $ 250.00 7. Engineer Consultation Hour 15 $ 88.00 $ 1,320.00 8. Project Manager Hour 80 $ 74.00 $ 5,920.00 9. Sieve Analysis of Aggregate Each 20 $ 67.50 $ 1,350.00 10. Modified Proctor Density Test 115.00 2,300.00 . (aggregate) Each 20 $ $ 1 I. Modified Proctor Density Test 120.00 600.00 . (clay) Each 5 $ $ 12. Atterberg Limits Each 3 $ 48.00 $ 144.00 13. Grain Size Analysis Each 3 $ 88.00 $ 264.00 14. Flexible Wall Permeability Tests Each 5 $ 175.00 $ 875.00 15. Asphalt Extraction/Gradation Each 5 $ 100.00 $ 500.00 TOTAL $82,858.00 RESPONSE TIME TO SITE 0.5 hours 1 . . OJHKOJH ON THE WATER CITY OF OSHKOSH CONTRACTOR SAFETY PROGRAM , 74„1„, ( sk ' At, 410.• , is.._ ' ''\ ' ..* , ,%ilk. :AL,.... • , ; ( ' s• CD — ‘ \ Frit 1 plAkIRMP IPFD ® (i_Jo—s .ter 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. I 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 (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 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 (lockoutltagout), 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: 3/1/2012 ContractorNendor Name: River Valley Testing Corp. Address: 1060 Breezewood Lane, Suite 102 City, State, Zip: Neenah, WI 54956 Telephone Number: 920.886.1406 E-mail Address: tscriven @rvtcorp.com ContractorNendor Representative: George E. Barker, P.E. Title: Vice President Individual Responsible for: Safety Coordination: Alex E. Barker, P.E. 920.886.1406 phone: Environmental Issues: George E. Barker, P.E. 920.886.1406 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 actio I -s been t-ke and a eed upon. Signed: r ' Date: 3/1/2012 Certificate of Insurance Attached Workers Compensation Insurance Certificate attached 9 .............._.. City of Oshkosh Contractor Safety Program Qualification Questionnaire Date: 3/1/2012 Contractor/Vendor Name: River Valley Testing Corp. Person completing form: Terri Scriven Title: Sales Coordinator 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. RVT provides Consulting Services within the Geosciences and Construction Materials Fields. We offer a full range of services from pre-design Environmental Assessments and Design Phase Geotechnical to Construction Quality Assurance Services. We also provide post construction Forensic services. 2. Do you require the following safety training programs? A. Right to Know/Hazard Communication Yes X No B. Fire Prevention and Protection Yes X No C. Hot Work Permits Yes X No D. Environmental Compliance Yes X No E. ExcavationfT'renching Yes X No F. Working at Elevations >4 feet Yes X No G. Confined Space Entry Yes X No 10 H. Control of Hazardous Energy(lockout) YesX No I. Operation of Powered Equipment/vehicles Yes X No J. Working with hazardous voltages YesX No K. Personal Protective Equipment Yes X No L. Process Safety YesX No 3. If you answered NO to any of the above, please comment: 4. Are the training records available upon request? YesX 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. 2011 2010 2009 A. Year 56501 58582 59450 B. Number of employee hours worked C. Number of lost workday cases 0 2 1 D. Number of cases due to injury or 0 0 1 Illness defined as recordable E. Total number of recordable cases 0 2 2 (Add C and D above) F. Calculate your incident rate by using the following formula: Total cases on line E x 200,000 hours 0.0 6.8 6.7 Employee hours on line B 6. Management Ce' ification Signature: C■ Date: 3/1/2012 Print Name and Title:George E. Barker, P.E. - Vice-President 11 fly,. • PROFESSIONAL PROFILE GEORGE E. BARKER, P.E. VICE PRESIDENT/PRINCIPAL ENGINEER B.S.C.E., Michigan Technological Engineering consultation for Provide Commissioning Authority(CxA) University geotechnical explorations, construction services for LEED Fundamental and materials testing, and environmental Enhanced commissioned construction, concerns. Below is a partial list of LEED+, and Total Building Commis- representative project experiences: sinning following ASHRAE and BCA Guidelines: Professional Engineer: • Testing and evaluation of Roller Compacted Concrete(RCC) • Implement Commissioning Plan -Wisconsin placement for pavements. Follow • Coordinate and verify O&M -Michigan up studies of cylinder strength vs. Manual content, plus coordinate -Minnesota core strength. and implement owner training • Evaluation of concrete and asphalt program. distress. Provide expert • Document functional performance testimony. testing of systems. Trouble- LEED AP(Commissioning Authority) shooting system and equipment • Monitor production pile driving and issues. Qualified Commissioning(Cx) Provider PDA work. Analyze test results and provide engineering MADISON CHILDRENS MUSEUM, ACI Concrete Field Technician—Level I recommendations on pile set and Madison,WI. LEED+Commissioning of ultimate capacity. all systems; including emergency Soil Moisture/Density Operator—Troxler power,fire alarm,electrical,domestic Electronics Labs, Inc. • Monitor strain on concrete hot water. Special systems buttresses during rehabilitation of commissioned include Daiken Variable Radiation Safety Officer—Troxler a Northwest Wisconsin Refrigerant Volume(VRV) HVAC Electronics Labs, Inc. Hydroelectric Plant. system. Project was delivered in the unique, contractor design-assisted Wisconsin DOT Certified Asphalt • Evaluate subsurface soils prior to, format. Technician—Level III during, and on completion of vibroflotation to determine the NORTH STAR CASINO, Bowler,WI. effectiveness of this unique Commissioning of all systems(except process. security); included HVAC, emergency Building Commissioning Association • Conduct vibration monitoring and power, FM200, fire alarm,electrical, (BCA): Member of External Relations analysis during rock blasting and domestic hot water. Special systems Committee pile driving operations. commissioned include underfloor supply air plenum and Lutron lighting system. Wisconsin Healthcare Engineering • Evaluate condition of concrete in Association(WHEA) structures exposed to fire and NEUROSCIENCES CENTER, Neenah, lightning. WI. Quality management activities to Wisconsin Green Building Alliance eliminate punchlists and rework. (WGBA): Member Cost-Payback Committee REPRESENTATIVE PROJECTS: 911 COMMUNICATIONS CENTER, Brown County, WI. Commissioning of Wisconsin Society of Professional The following is a partial list of projects LEED systems, included HVAC, Engineers(WSPE) requiring application of diverse field, emergency power, electrical,domestic laboratory, and engineering analyses. hot water, fire alarm and more. National Society of Professional Engineers(NSPE) PERFORMING ARTS CENTER, h .I;r ` Appleton, WI. Provided subgrade ,k American Society of Civil Engineers observations, soil and concrete testing, (ASCE) tie-back anchor pull out testing. WISSOTA HYDRO REHABILITATION, Chippewa Falls,WI. Involvement American Society of Testing and MINERGY VITRIFICATION PLANT, included geotechnical explorations, Materials(ASTM): Member of Menasha,WI. Provided geotechnical condition survey and testing of existing Committee D04 exploration, dynamic pile driving concrete quality, construction materials analysis, pile installation inspection, soil testing, and monitoring concrete strain and concrete testing. during rehabilitation. .. a PROFESSIONAL PROFILE MARCUS C. RUE STAFF ENGINEER ax • Concrete testing, including WATER FILTRATION PLANT, slump, air content, yield tests, Oshkosh, WI. Performed plastic and casting cylinders. concrete tests, mortar and grout B.S.C.E., University of Wisconsin- tests, and density tests of soil. Platteville • Soil moisture/density testing by Confirmed compliance with project nuclear density gauge method. specifications. `° • Determine laboratory density NEW CBRF FACILITY, Appleton, by standard and modified WI. Performed subgrade Engineer in Training: proctor procedures. observations and density tests of soil. -Wisconsin (License#1511459-500) Conduct floor flatness and • floor levelness using FACE GRAND CHUTE/MENASHA WWTF, Town of Menasha, WI. " dipstick floor profile machine. Plastic concrete, anchor testing, soil Evaluate concrete distress by density testing. Confirmed Soil Moisture/Density Operator— y compliance with project Troxler Electronics Labs, Inc. use of Windsor probes and specifications. rebound hammer. Wisconsin DOT Certified Aggregate SNELL ROAD/FOUNTAIN Technician—Level IPP • Perform caisson installations. AVENUE OVERPASS, Oshkosh, WI. Oversight of Wisconsin Wisconsin DOT Certified Hot Mix- Representative projects that require Technical Standard 1001 —required Asphalt Technician—Level IPT a working knowledge of field, pond liner testing services. laboratory and engineering services ACI Concrete Field Technician— include: 2010 SANITARY AND WATER Level I MAIN IMPROVEMENTS, Black .' Creek,WI. Trench backfill density Hazardous Materials Safety testing of native backfill materials. Training per 28 CFR1910.120— HEADQUARTERS, PLEXUS HEADQ , Level A KIMBERLY AVENUE WATER Neenah, WI. Performed pile MAIN INSTALLATION, Kimberly, �. monitoring and density tests of soil. WI. Trench backfill density testing of granular and native backfill SUNSET PARK DETENTION materials. Coordinate and review construction POND, Kimberly, WI. Performed materials testing services performed liner installation monitoring and MARION DAM, Marion, WI. in Neenah, Wisconsin office. observed pond repair. Perform subgrade observations of • Administrate and monitor NEW FIRE STATION, Elkhart Lake, soil. construction materials field WI. Observed placement of mass staff. fill and monitored stability of soils. • Document and evaluate KRAFT FOODS PIZZA LINE structural stability of soils for EXPANSION, Little Chute, WI. pavement systems, isolated Performed subgrade observations, foundations and continuous plastic concrete tests, and density footings. tests of soil. • Perform subsurface NEW THEDACARE CLINIC, exploration for site feasibility Appleton, WI. Performed subgrade and foundation design. observations and observed pond repair. • Perform construction materials testing, including subgrade observations and proofrolling operations. 103Pliff ar rig .. • TECHNICAL PROFILE ROBERT E. CROSS SENIOR ENGINEERING TECHNICIAN L -, Concrete testing, including CEDAR RIDGE WIND FARM, slump, air content, yield tests Eden, WI. Senior technician and casting cylinders. supervisor and performed plastic Wisconsin DOT Certified Portland concrete testing. Cement Concrete Technician— Core concrete structures. Level I/IA FOWLER RIDGE WIND FARM • Use Windsor Probe to PHASE I, Fowler, IN. Provided Wisconsin DOT Certified Asphalt document concrete strengths. preconstruction coordination of Technician—Hot Mix Asphalt laboratory set-up and initial Technician IPT Soil moisture/density testing by development of preliminary daily Wisconsin DOT Certified PCC • nuclear gauge method. activity plan. Strength Tester . Determine laboratory density KEENAN WIND FARM, Woodward, by standard and modified OK. Provided preconstruction Wisconsin DOT Certified Nuclear proctor procedures. coordination of laboratory set-up Density Gauge Operator—Level I and initial development of Mechanical analysis of soils preliminary daily activity plan. Soil Moisture/Density Operator— • and concrete aggregate. RVT Nuclear Gauge Operation FOX ENERGY CENTER, Program Kaukauna, WI. Performed concrete • Laboratory analysis of clay testing, density testing of soils, ACI Concrete Field Technician— quality to document NR 500 verified soil bearing capacity, epoxy Level I characteristics. grout testing, and construction # ,,, Flow, casting and compressive monitoring. � � _, strength testing of grout KIMBERLY SCHOOLS, Kimberly cylinders and cubes. WI. Plastic concrete, compressive Conduct field and laboratory testing strength of concrete, soil density for construction projects in Central, • Caisson installation monitoring testing, subgrade observations, Southern and Northern Wisconsin. and testing. masonry testing. A representative list of these experiences is compiled below: • Pile installation monitoring. BREEZEWOOD LANE INTERCHANGE, Neenah, WI. • Coordination of technician • Reinforcing bar inspection. MSE wall backfill, laboratory and activities. field density testing. • Drill Rig helper • Determine bearing capacity of 2010 SANITARY AND WATER native soils. MAIN IMPROVEMENTS, Black The following is a partial list of Creek, WI. Trench backfill density • Cast concrete beams to projects requiring application of testing of native backfill materials. determine flexural strength. diverse field and laboratory testing: KIMBERLY AVENUE WATER • Water vapor transmission MAIN INSTALLATION, Kimberly, testing of concrete floors. � `L t ` ems" ' WI. Trench backfill density testing of granular and native backfill • Asphalt services, including BLUE SKY WIND FARM, Fond du materials. QMP nuclear density, Lac, WI. Senior technician EMBANKMENT REPAIRS— bituminous extractions and supervisor and performed plastic NEENAH SLUDGE LAGOON, gradations, and other WDOT concrete testing. Neenah, WI. Laboratory testing, QA/QC Testing. soil density testing. • RlfTECHNICAL PROFILE KEITH J. DOYLE SENIOR ENGINEERING TECHNICIAN .4 • Determine the Plastic& Liquid COLLEGE AVENUE BRIDGE, z -, � • Appleton, WI. QMP concrete �� �� Limit&Percent Organic of testing and observation services. soils. Wisconsin DOT Certified Portland RETAINING WALL Cement Concrete Technician— • Density testing of asphalt with INSTALLATION, Lake Delton, WI. PCC Tech I nuclear gauge. QMP nuclear density testing and recording on retaining wall backfill. Wisconsin DOT Certified Aggregate • Water Vapor Emission testing. Technician—AGGTEC IPP HMA PAVING PROJECTS, • Conduct frost probes. throughout Northeast Wisconsin. Wisconsin DOT Certified Nuclear QMP HMA nuclear density testing. Density Technician The following is a partial list of projects requiring application of GRAND CHUTE/MENASHA Soil Moisture/Density Operator— diverse field and laboratory testing: WWTF, Town of Menasha, WI. RVT Nuclear Gauge Operation Plastic concrete, mortar testing, grout testing, soil density testing, Program f " ; . ,i.<^` and compressive strength testing of concrete. BLUE SKY WIND FARM, Fond du Lac,WI. Senior technician and COLD SPRING ROAD, Town of Menasha, WI. Pond liner testing, Conduct field and laboratory testing performed grout testing and anchor collect thin-walled tube soil samples for construction projects in Central, tensioning observations. for laboratory extrusion and material Northern, and Southern Wisconsin. property testing per Wisconsin A representative list of these CEDAR RIDGE WIND FARM, Technical Standard 101. experiences is compiled below: Eden, WI. Performed plastic concrete testing, grout testing, and anchor tensioning observations. 2010 SANITARY AND WATER • Concrete testing, including MAIN IMPROVEMENTS, Black slump, air content, and casting LAWRENCE UNIVERSITY, Creek,WI. Trench backfill density cylinders. Appleton, WI. Services performed testing of native backfill materials. included subgrade observations, • Concrete testing, including concrete temperature data logging, KIMBERLY AVENUE WATER slump, air content, and casting plastic concrete, and soil density MAIN INSTALLATION, Kimberly, cylinders on WDOT projects. testin WI. Trench backfill density testing g' of granular and native backfill Y testing Soil moisture/densit materials. • 9 b Y BERGSTROM TOYOTA, Oshkosh, nuclear gauge method. WI. Performed subgrade observations, soil density testing, BONNIE DRIVE/SANDYS LANE • Soil moisture/density testing by and concrete testing. WATER MAIN nuclear gauge method on RECONSTRUCTION, Town of WDOT retaining walls. KRAFT FOODS, Little Chute, WI. Menasha, WI. Trench backfill Services provided included verifying density testing of granular and • Determine laboratory density soil bearing capacity, compaction native backfill materials. by standard and modified testing, concrete testing, and APPLETON-SHERWOOD WATER proctor procedures. concrete temperature data logging. MAIN, Sherwood, WI. Trench backfill density testing of native • Mechanical analysis of soils BUILDING #30, STURM FOODS, backfill materials. and concrete aggregate. Manawa, WI. Performed concrete testing. EMBANKMENT REPAIRS— • Subgrade observations. NEENAH SLUDGE LAGOON, VALLEY FAIR COPPS STORE, Neenah, WI. Laboratory testing, Appleton, WI. Performed subgrade soil density testing. • P200 & Moisture content of and proofrolling observations, frost soils. probes, soil density testing, and plastic concrete testing. . ... .._.... . OP ID:PA ___,.......40 DATE(MMDDIYYYY) .4WRL" CERTIFICATE OF LIABILITY INSURANCE 02/21!12 THI`S-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). coNrncT PRODUCER 920-235-2764 NAME: Pam Krueger,CIC Servant Insurance 920-235-2694 (a°No.a n):920-235-2764 pm,No):920-235-2694 430 N Koeller Street EMAIL krue servantinsurance.com Oshkosh,WI 54902 ADDRESS:p er 9 Mary Murken PRODUCER MER ID Ii:RVTQU-1 INSURER(S)AFFORDING COVERAGE NAIC U INSURED RVT Quality Systems Inc. INSURER A:CiflClnnati Insurance Company Quality Mgmt Services Inc. INSURER B:SOCIETY INSURANCE AKA-River Valley Testing Corp INSURER C: Alex Barker INSURER D: 1060 Breezewood Ln Ste 102 INSURER E: Neenah,WI 54956 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. INSR ADDL SUBRI POLICY NUMBER (MM/DD/YYYY) (MM DDIYYYY) UMITS LTR' TYPE OF INSURANCE INSR WVD- 1,000,000 GENERAL LIABILITY EACH OCCURRENCE $ 02/16/13 DAMAGE TO RENTED A X COMMERCIAL GENERAL LIABILITY X EPP0065218 02/16/12 PREMISES(Ea occurrence) $ 1 00,000 MED EXP(Any one person) $ 10,000 CLAIMS-MADE X OCCUR A X Watercraft Liab EPP0065218 02/16/12 02/16/13 PERSONAL 8 ADV INJURY $ 1 OOO,OOO GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGG $ 2,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: '— $ POLICY X ;JF-r LOC COMBINED SINGLE LIMIT $ 1,000,000 AUTOMOBILE LIABILITY X (Ea accident) A X ANY AUTO EBA0065218 02/16/12 02/16/13 BODILY INJURY(Per person) $ ALL OWNED AUTOS BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ (Per accident) X HIRED AUTOS $ X NON-OWNED AUTOS $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 9,000,000 EXCESS UAB I AGGREGATE $ 9,000,000 A CLAIMS-MADE EPP0065218 02116/12 02/16/13 DEDUCTIBLE $ $ X RETENTION $ 10000 WC STATU- OTH- WORKERS COMPENSATION X TORY LIMITS T AND EMPLOYERS'LIABILITY 02/16/12 02!16/13 E.L.EACH ACCIDENT _$ 1,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE Y N N A WP545773 1,000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ (Mandatory In NH) If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 5 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers are provided additional insured status on the general liability&auto liability as required in written contract.General liability Al is ongoing&completed operations.Policy has been endorsed to provide 30 day notice for cancellation;except 10 days for non-payment. CERTIFICATE HOLDER CANCELLATION CIOS113 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF OSHKOSH ACCORDANCE WITH THE POLICY PROVISIONS. PO BOX 1130 OSHKOSH,WI 54903-1130 AUTHORIZED REPRESENTATIVE Mary Murken ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD RIVEVAL-02 RSAUER DATE(MMlDDlYYYY) it A��°°� CERTIFICATE OF LIABILITY INSURANCE 3iu2o12_ 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 1 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED 1 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). ', NAME CT Wendy Arnold PRODUCER — (262)619-2805 PHONE F Johnson Insurance to 291 (A/C,No,Extk(262)321-2300 - (Arc,No):( ) 555 Main Street,Suite 291 E-MAIL warnold@johnsonins.com ----- ------ Racine,WI 53403 ADDRESS:__ �1 _-_-- — INSURER(S) #S)AFFORDING COVERAGE 2O427C I INSURER A:CNA Insurance �, INSURED INSURER B: -__--_. .-"-- - r--.__ River Valley Testing Corp. I INSURER C Alex Barker INSURER D-— - — 1060 Breezewood Lane,Ste.102 INSURER E:- Neenah,WI 54956 — I INSURER F ----- — -- -- ----- _- COVERAGES — CERTIFICATE NUMBER: REVISION NUMBER: _-_- ------PE I� THIS IS TO CERTIFY THAT THE POLICIES OF INDICATED. NOTWITHSTANDING ANY REQUIREMENT,INSURANCE TERM OR A TO OR CONDIIT ONOF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO LWHICHTHIIS 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. LTR ----- _-- POLICY EFF- POLICY EXP ) T$ _ -- 1 -- TYPE OF INSURANCE h t jR- D"I -- -- iMMIDD/YY� ---- -' L - ---- EACH OCCURRENCE $ INSR POLICY NUMBER (MNI/DDIYYYY� - - GENERAL LIABILITY -DAMAGE TO REN I ELI PREMISES(Ea occuuRenceZ $ --- "�I COMMERCIAL GENERAL LIABILITY r ! ' MED EXP(Any one person) __$ CLAIMS-MADE !OCCUR __. —} PERSONAL&ADV INJURY _$ __. li ----- .--- ' GENERAL AGGREGATE $ PRODUCTS COMP/OP AGG $ __ GEN' APPLIES PER: - .-._--- POLICY AGGREGATE LIMIT APPLIE LOG i PRO- - -�---- COMBINED SINGLE LIMIT L AGGRE JECT , t _---r---_.- _._-_----- Ea nt _.$__ AUTOMOBILE LIABILITY 1�Ea accide Y --�- BODILY INJURY(Per person) $ ANY AUTO BODILY INJURY(Per accident) $ ?- ALL OWNED NON-OWNED SCHEDULED �I,PROPERTY DAMAGE- r - - - AUTOS -_� accldent $_. NON-OWNED � (per-_ ) -_-- --. -. HIRED AUTOS AUTOS $ - UMBRELLA UAB --- -_----- - EACH OCCURRENCE $ - OCCUR AGGREGATE $ EXCESS LIAB CLAIMS-MADE _---� -- -_--- DED I RETENTION - - ------- ------- WCSTATU- 'OTH WORKERS COMPENSATION TORY LIMITS i - -- 'AND EMPLOYERS'LIABILITY -- E L EACH ACCIDENT $ OFF PROPRIETOR/PARTNER/EXECUTIVE M MB XCLUDE N/A E L DISEASE-EA EMPLOYEE $ (Mandatory in NH)EXCLUDED? _ II:, - - -- -- (Mandatory in NH) E.L.DISEASE-POLICY LIMIT $ If yes,describe under 2 000 0001 DESCRIPTION OF OPERATIONS below - --__- - '--- -- -" 3/1/2012 3/112013 Per Claim 2,000,000 A 'Professional Liab 'MCH114051875 A MCH114051875 3/1/2012 3/1/2013 ,Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ---- - - ACORD 101,Additional Remarks Schedule,if more space is required) Environmental Professional Liability&Contractor's Pollution Incident Liability Included CERTIFICATE HOLDER CANCELLATION- - THE EXPIRATION DATE DA E ABOVE THEREOF, NOTICE WILL CANCELLED BEFORE BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Oshkosh AUTHORIZED REPRESENTATIVE City Clerk PO � PO f'a/Box 1130 � Oshkosh,WI 54903-1130 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD