Loading...
HomeMy WebLinkAboutMidwest Eng Services/Subsurface Exploration 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. Ryan J. Portman Date: January 31, 2013 Midwest Engineering Services, Inc. Subject: Executed Agreement 1125 West Tuckaway Lane Subsurface Exploration and Suite B Geotechnical Engineering Evaluation Menasha, WI 54952 2013 Capital Improvement Projects Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans El Specifications El Estimates ❑ Diskette El Zip Disk ❑ Other Quantity Description 1 Executed Agreement These are being transmitted as indicated below: El For Approval ® For Your Use El As Requested ❑ For Review& Comment Remarks: Enclosed is a copy of the executed agreement for the 2013 CIP subsurface exploration and geotechnical engineering evaluation services. A City of Oshkosh Purchase Order will follow shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions, please contact us. City Attorney's Office — Copy City Clerk's Office —Original cc: _ File — Original Signed: 7/7/-0- / Tracy�L'�Taylor l./ 1:1Engineering\Soil Borings120131MES LOT-Executed Agreement 1-31-13.docx AGREEMENT THIS AGREEMENT, made on the / day of crb , 2013, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and MIDWEST ENGINEERING SERVICES, INC., 1125 WEST TUCKAWAY LANE, SUITE B, MENASHA, WI 54952, 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: Ryan J. Portman — Menasha Branch Manager 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: Joe Sargent— Civil Engineer 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. 1 iErgtneeroglSoit 9ormgei2013\.MES Agreement oocx Page 1 of 4 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. 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. I‘EngmeenngtSml Sonngs,2C13ktviES Agreement docx Page 2 of 4 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: • Time and Materials Not to Exceed $27,190.50 (twenty seven thousand one hundred ninety Dollars and fifty Cents). 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 1,Engolowing‘Sol 8orrV2C13\MES Agreerneot doex Page 3 of 4 termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination, This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the P esence of: CONSULTANT An, b. -Z 4-4 k By: _:::■1111V saw ../11111111111r (Seal of Consultant (Specify T tie) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mar A. Rohloff, City Manager Anfl (Witness) Pamela R. Ubrig, City Cl APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which which will accrue under this Agreement. • i 0 ty Attorne ' City Co * r* er \Engineer rig‘Soii Bor rigs12013WES Agreenerit gticx Page 4 of 4 DEPARTMENT OF PUBLIC WORKS 215 Church Avenue P.O.Box 1130 Oshkosh,Wisconsin 54903-1130 Ph.(920)236-5065 Fnx(4 0)236-5068 0/11(01H ON THE WATER December 21,2012 Ryan Portman Midwest Engineering Services,Inc. 1125 W.Tuckaway Lane, Suite B Menasha,WI 54952 RE: Request for Proposal for Subsurface Exploration and Geotechnical Engineering Evaluation for the 2013 Capital Improvement Projects Dear Mr.English: The City of Oshkosh is hereby requesting proposals be submitted for Subsurface Exploration and Geotechnical Engineering services related to the City's 2013 Capital Improvement projects. The purpose of this exploration program is to identify the soil and groundwater conditions within the depths of the project excavations. The reports are to provide a summarization of pavement and base coarse thicknesses,soil type verification,bedrock depth if encountered,and groundwater levels. In addition, field screening of the soil samples are to be completed to identify potential environmentally impacted soil. The proposal shall include at a minimum: related project experience,planned project team and resumes, engineering fee schedule, and a breakdown of costs as requested in the attached Scope of Services. This contract will have two separate deliverables each with unique due dates that are also listed in the Scope of Services. The proposals will be reviewed for completeness and how well it is demonstrated that the needs of the City of Oshkosh can be met. The award of this work will not be based solely on cost of the proposal. Questions regarding this request for proposal shall.be emalled to me at jsargent @ci.oshkosh.wi.us(with the subject heading of"2013 Subsurface Exploration and Geotechnical Engineering Evaluation RFP Questions")by 12:00 noon on Tuesday,January 8,2013. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposals by 2:00 p.m.,on Thursday,January 10,2013.Please submit four(4) copies of the proposal to my attention no later than 2:00 p.m.on Monday, January 14,2013. It is anticipated that award of this contract will be made by Friday, January 18,2013. Please ensure you have the proper insurance paperwork, so the award is not delayed. Attached to this letter are copies of the Scope of Services,Proposal Cost Breakdown, Sample Boring Log, Standard Engineering Services Agreement,Insurance Requirements,and the City of Oshkosh Contractor Safety Program.The information contained within these attachments shall become a part of the Contract with the Consultant selected to perform the Services. DEPARTMENT OF PUBLIC WORKS 215 Church Avenue P.O.Box 1130 Oshkosh,Wisconsin 54903-1130 Ph.(920)236-5065 O�OJH Fax(920)236-5068 ON THE WATER If you have any questions,please do not hesitate to contact us. Sincerely, ,• I% , ' oseph R. Sargent,P.E. Civil Engineer 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 Supervisor James Rabe,P.E.,Civil Engineer Supervisor File SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2013 CAPITAL IMPROVEMENT PROJECTS 1. The scope of this contract is to identify subsurface conditions within the depths of various project excavations. The final reports are to provide a summarization of existing pavement and base coarse thicknesses, soil classifications, bedrock depth if encountered, groundwater levels, and deep utility construction recommendations. In addition, field screening of the soil samples are to be completed to identify potential environmentally impacted soil. Reports shall be prepared in general accordance with normally accepted geotechnical engineering practices. A. A total of 58 soil borings are anticipated for the following Capital Improvement projects. i. Contract 13-04—Concrete Paving &Utilities a.West New York Avenue (Fox River to Spruce Street) a. (7) 15-ft borings, (4) 20-ft borings b. Pavement type is Hot Mix from Fox River to Algoma Blvd. c. Pavement type is Asphalt over Concrete from Algoma to Elmwood. d. Pavement type is Hot Mix from Elmwood to Spruce. b. 10th Avenue (Oregon Street to east end of E. 10th Avenue) a. (7) 15-ft borings, (5) 20-ft borings b. Pavement type is Road Mix. ii. Contract 13-05 —Concrete Paving &Utilities a. Doty Street(W. 23`d Avenue to W. 25th Avenue) a. (5) 15-ft borings b. Pavement type is Concrete from W. 23`d to W. 24th. c. Pavement type is Asphalt over Concrete from W. 24th to W. 25th. b.W. 24th Avenue (Lake Winnebago to Doty Street) a. (2) 15-ft borings b. Pavement type is Hot Mix from Lake Winnebago to S. Main Street. c. Pavement type is Concrete from S. Main to Doty. c. W. 23`d Avenue (Montana Street to Doty Street) a. (12) 15-ft borings b. Pavement type is Road Mix. d.Montana Street (W. 23`d Avenue to W. 20th Avenue) a. (5) 20-ft borings b. Pavement type is Road Mix. e. W. 19h Avenue (Delaware Street to Iowa Street) a. (11) 15-ft borings b. Pavement type is Road Mix. Page 1 of 4 2. The City of Oshkosh will perform the following tasks: A. Provide consultant with diagrams/maps indicating general locations and drilling depths of individual borings prior to work commencing. B. Retain services of an Environmental Consultant to provide suspect locations for sampling and other pertinent information prior to drilling. C. Provide consultant with an engineering staff member to assist in boring layout. D. Provide consultant final location diagrams with GPS coordinates. E. Provide ground elevations for each boring location for the consultant's use in boring log development. 3. The Consultant will perform the following tasks: A. All items necessary to perform the tasks detailed in the scope of services. B. Subsurface Exploration and Reporting i. Mark the borings in the field and coordinate with Digger's Hotline. Remarking of soil boring locations due to weather will be the responsibility of the consultant. ii. Set a meeting for boring layout per street with Consultant, all Digger's Hotline locators, and City of Oshkosh layout representative. The City Utility locator will NOT mark utilities down the entire street due to the length of time this will take, but rather will provide a radius around the specific boring locations. iii. Coordinate with the City of Oshkosh on drilling schedule and provide 7-day notice of the onsite boring layout meeting. iv. All streets are to remain open to traffic. The consultant will be responsible to furnish all necessary barricades, flares or flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction. v. If a particular boring cannot be accessed during drilling operations, work with the City of Oshkosh on a revised location. vi. Standard geotechnical practices for subsurface sampling, borehole abandonment, and laboratory testing. vii. Standard geotechnical sampling with 1.5' split-spoon samples spaced 1' (vertically) apart starting at an even point below the pavement (i.e. 1'). Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. viii. If refusal is reached prior to the indicated drilling depth, contact the City of Oshkosh immediately and locate an additional boring in the same vicinity. If this boring also has refusal at a depth similar to the initial boring, a collaborative decision will be made whether or not rock coring is necessary. Boring lengths are selected based on the depths of the proposed sewers; therefore, accurate identification of material type down to the indicated depth is necessary. Due to the depths of the proposed sewers and material type in Oshkosh, the consultant is required to anticipate hard drilling throughout. ix. Soil parameters for pavement design are not being requested at this time. Any laboratory testing is at the discretion of the consultant in order to provide services as detailed in the RFP. At a minimum,moisture contents and unconfined compressive strengths should be noted on the soil boring diagrams. x. Pavement shall be restored in-kind. It is the consultant's responsibility to know current pavement type. Page 2 of 4 xi. Groundwater elevations shall be estimated for every borehole. xii. Field Screening and Environmental a. PID/FID every soil sample as described below. b.Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. In the laboratory, prepare a portion of the field samples for PID/FID screening (i.e. sealed bags) and place in an environment where they will be allowed to equilibrate to a temperature of approximately 70° Fahrenheit. Once this temperature is reached, use the PID probe until the readings become steady or consistently decline. If a there is a reading of 20 or more PID units, immediately place the main sample in the refrigerator or on ice and notify the City of Oshkosh so arrangements can be made for sample exchange with our Environmental Consultant. Main samples are to remain cool until PID readings are taken. c. Split samples may be taken by Environmental Consultant during drilling operations. We will inform the selected consultant of these locations; however, no additional work will be required. xiii. Reporting Requirements a.Project Overview b.Field Procedures c.Laboratory Procedures d.Exploration Results (broken up by street) e. Considerations and Recommendations a. Recommendations for deep sanitary sewer construction are requested(i.e. slope stability and dewatering). b. Other information as appropriate. f. General Qualifications g.Individual Soil Boring Logs (include PID readings) h.Soil Boring Location Diagram i. Summary Table (separate table for each street) a. Boring Identification b. Boring Depth(proposed & actual) c. Pavement Thickness d. Base Coarse Thickness e. Fill Thickness f. Depth of Bedrock or Refusal, if present g. PID Reading 4. Project Deliverables A. Schedule of Project Deliverables i. Contract 13-04 report due March 8, 2013 ii. Contract 13-05 report due February 15, 2013 B. Drilling can be completed at the consultant's convenience as long as the reports are submitted no later than their respective due date. Page 3 of 4 5. Proposal Cost Breakdown A. Boring Layout i. Cost to include coordination with Diggers Hotline, Utility Locators, and the City of Oshkosh engineering staff ii. Cost to include laying out and marking the borings in the field. B. Mobilization/Daily Travel/Traffic Control for drilling (lump) i. Additional payment for mobilization/daily travel/traffic control will not be considered if the total footage of drilling, including the contingency amount is not exceeded. C. Soil Borings (per foot) i. Cost to include proper borehole abandonment and street patching. ii. Cost to include field screening (i.e. PID/FID as appropriate). iii. Unit cost will also be used for additional drilling, if needed. iv. A contingency amount is added to the proposal cost breakdown sheets attached. v. Anticipate hard drilling throughout the depths of the borings in this cost. A hard drilling surcharge once the contract has been awarded will not be approved. D. Project Engineering and Reporting(lump sum) i. Additional payment for project engineering and reporting will not be considered if the total footage of drilling, including the contingency amount, is not exceeded. E. Steam cleaning costs will be handled on a contingency basis. If drilling in areas of known contamination, steam cleaning is more than likely required. Actual costs are to be billed to the specific contract. Do not cross contaminate samples. F. Rock Coring will be handled on a contingency basis. Quantities are not guaranteed. Actual costs are to be billed to the specific contract. Be prepared to rock core on a daily basis. G. Blind drilling will be handled on a contingency basis. Quantities are not guaranteed. Actual costs are to be billed to the specific contract. One possible example where blind drilling might be used is if a boring hits refusal prior to the indicated depth. Then another boring would be located a few feet away and blind drilled to the initial refusal depth. H. Provide general rate sheets for items not covered in this RFP. 6. Additional Information A. All work shall be performed by qualified personnel under the supervision of a Registered Professional Engineer in the State of Wisconsin. Reports shall bear the certificate and seal of said Professional Engineer. The ASTM or other recognized standard test methods and soil classifications used in preparation of the reports shall be identified. B. The consultant shall take all necessary precautions to prevent damage to all adjacent property. The site is to be restored upon completion of drilling to its existing condition including backfilling of borings and patching of slabs and pavements. The City of Oshkosh is not responsible for the cost of repair or replacement of any drilling equipment utilized on this project due to difficult or adverse subsurface conditions. C. The entire soil profile is required from the surface to the indicated depth. D. Additional geotechnical recommendations may be required for the structural design of storm water junction chambers. Payment for these extra services will be negotiated at a later date, if necessary. E. The number of borings and depths are subject to change. Additional street borings and pond projects may be added to this contract, or borings/work may be deleted at any time. F. This contract will be per the City of Oshkosh Agreement form only; unless the consultant already has a negotiated services agreement on file with the City of Oshkosh. A sample agreement form is attached to this RFP. The consultant's standard or general services agreement language will NOT apply. Page 4 of 4 AR® CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDD1YYYY) 1/17/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Linda Jensen NAME: R & R Insurance Services, Inc. IAJC°.No.EM): (262)255-5100 FAX No):(262)502-0941 N80 W14824 Appleton Ave ADDRE SS:linda•jensen@rrins.com PRODUCER PO Box 1180 CUSTOMER ID#00007699. Menomonee Falls WI 53052-1180 INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A:Liberty Mutual 23043 INSURERa:United Wisconsin Ins Co 29157 Midwest Engineering Services Inc INsuRERCArchitects and Engineers Ins. 1125 Tuckaway Lane INSURER D: Suite B INSURER E: Menasha WI 54952-1759 INSURER F: COVERAGES CERTIFICATE NUMBER:CL1232135870 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 CE ADDL SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 500,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ A CLAIMS-MADE X OCCUR X YVJZ91456564022 3/23/2012 3/23/2013 MED EXP(Any one person) $ 5,000 X LG3180(0907) PERSONAL 8,ADV INJURY $ 1,000,000 X LG3178(0505) GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 7 POLICY X PE LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ A ALL OWNED AUTOS X ASJZ91456564012 3/23/2012 3/23/2013 BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE X HIRED AUTOS (Per accident) $ X NON-OWNED AUTOS $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DEDUCTIBLE $ A X RETENTION $ 10,000 TH7z91456564032 3/23/2012 3/23/2013 $ pi. WORKERS COMPENSATION X TORY LIMITS OT AND EMPLOYERS'LIABILITY ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N N A E.L.EACH ACCIDENT $ 1,000,000 (Mandatory In H)EXCLUDED? N 0400123900 12/1/2012 12/1/2013 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 (Mandatory In NH) If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Professional /Pollution AEICPG11 3/23/2011 3/23/2014 Per Claim 1,000,000 - $50,000. deductible Aggregate 3,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) RE: 2013 City of Oshkosh Capitol Improvement Projects. City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers are additional insureds for general liability and automobile liability per a written contract or agreement. The umbrella policy's underlying insurance includes the general liability, automobile liability and employers CERTIFICATE HOLDER CANCELLATION 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. 215 Church Ave P 0 Box 1130 AUTHORIZED REPRESENTATIVE Oshkosh, WI 54903-1130 J Vanderveldt/LJ332 �-- ACORD 25(2009/09) ©1988-2009 ACORD CORPORATION. All rights reserved. INS025(200909) The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS liability in the schedule of underlying insurance. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. •� a) N WRRfl to E1-- ' .- u ■L .. E E C -0 � o �p gin VW O C � C y - = Q N O c O j, CO ■� a Q ., O I6 C N . O O'U .2_ -. O v M > 13 N 0 > � �N 5oLNC -60 ci0 -lc) 0. 4-1 fn .c — Tu. a) coc) 2c0a. (n .=-- L c [1 O c r o � � �L � � t � ° • qq1� I 11. �■ �. iC) In O O W t .N 'p m C CAN N N ^+ 4.� W O t1) O O O In ir> l() In r ,- N w .= �, O C C N .� N W /�■ L �/) N e- N N N a- e- e- r p L N (n V CD co r N M d' LC) CO f� CO O r :It N— 0 C C Q. c >+iK N■— C O O O O O O O O O O O Q T @.N D U � Y U 6 L f0 N C p N "O L (6 C Cl. MINIM A M M M M M M M M M M M � � ° 0 00 0 O O ♦ ' • CO -C N C U v- N O N 4- p N Sam V cp 1– (6 O Q ° > O .0 O .S $ a. J f) 1, , i .` 0:.1- "-------- -------z_..4:::: 0 , --7--s-t---;!--,-,- ,:s.:Z...._------.. i01.-0 L E _,, i 1 '' / ' ( L- \......._. - t_.--<4 / / - L � - w p. l l I > Q / w J = 9-0 l• I Q o - z= 0) Q I ( 1 a / w I i I � ._. f- ISNIb`y w, — 19 NI WWII S f Ii / ( w _..� k t,: :..I J._ — l ! t E-- 1 - _-1 11 -.. I— w / 1 w r � C: w Q 1- 1S V S` B3N a 1 ,..-..,,,..„...: ,__. ii.:::,,p,-.. ......„.± . ,nr L. ,: _ ... ,,-- ,... ,.„:,r /� _-- � —� Lip I I — ' -._ n ._ - 1 _ > —.i ` .- I._.. ., 3 � - ,l __ �. -- r —._.— - J.._ Z-0 l r. r — .L _ 1 C —■__ - U J 1 1 1 I 1 1 i h r ,1 n j •j-- 1; ❑ 1S NO034Q ..,- _., :J1, <._ � 1 I I —1 1 1rriI !1 I i l 1 I �' H I 0 [L co o a) !!1 > b- u) -t+ c L p >, co L a oo < z+ ic,c, c (15 03 0 .- ..c .- Ls.41) 2 . U 0_ al ._ L ` Q co 0 O c I. CD 0 W W0 D ` O — n > � 0 m ■— O o .0 o coc pC C p '6 > M > CO N N ° � .w •° o N = 5 as C O > -N 0) O 2 N C '6 N,_ U) U) a) 0 § ohm 2 .c -0 p c � c L0C � �000 V/ 0 . _� i� i� , i_ —. _ c- O a) _2 +, 3 'D 0) N (I)) a) f13 I. % in Eo in ib in (A O b N N N ._ a� t5 o „_. L o O V O e- r- , r r N N `� C C -a 13 "6 U U a) _ a o �0) •U - 0 L U) n O. O ID Z Z Z Z Z Z Z Z Z Z Z W E 0 0 = U a) U V O O ♦ ♦ C C i i i i i t i t to O .... O U v M co co co co co co co co Cr) CO u) O U m 3 (U11.2 L.. •—• H N O 2 U > co O .0 (a IL ta a) co M l �{���j11 r� �t..-i. i_I, Ult �jt 1t 1 l l n�;_�I (r 1 > s � \„; \ `•`\ IS q:Tric P.A, c; \...,,,, -v., , [-_--,_,_1 J_-_-, D_Lii,ii---D -0-- ,so \<N,71),0 LL DAHL- ri,- "\<'\\''4,-- ts. 1 1-_-_-1 61 ED 7---1 - - - [10A \ \ \-" AC..' s'A e \,„-:\\,,,`-' \ <A,„› \-,,,-, --'-',) ,) , --1A_ Q -fir .. i-� =�I 9 ti s,,-\,;\, t\ • ' ,A,,,,\,� ? -; `\ \, \. -AP6� 1 < 3 \ <\ ,-i---1 f s° , P 171 \ \' \ ', \''S,.. \e'N\ c''\- ' \ \ ‘) ,---. ■ Cl \\. tit , \. \ \ \\ \ \ \ ••.\ , \ \f ? )'\\\;.,3 \ iI 1 r l, \`\ \ \\ \ \, / L 3 sl '\3' .'-"\, \ i (A ..._. \ K. \ 1 \ LL N c co „ .0 •- - o > o v.km O YOB /C co W �' C -0 O o p n1 ~ O N O C O N •n N O — to (0 j, 2 O `4 _ . U O o C U c C N "B mII NMI a o r N Y > >,- CEU)) woaw .)al eii C N me rna) c fn a) ? a Ca c Cl) ° O a� – .Sa � coa c { J P C X0 .8.—Ccaa� a� o (°, o L. O y.. •;: C t (a 4 c c C 3 13 4-i VD •—• In in in In in to in In In r r .r N ++ c C Si.; O V W r N M d• Lf') CD f� 0p r-- r O c fl- c T- ` N N a C '- C O) rn O) 6 6 O) 6 O) 07 07 C a �, 'v Y .v w O �F/ '` r r r r r r r r r r r (6 0 c 0 (p -6 a) C C CO M M M M M M M M M M M N Z a) 0 V w 0 0 U N s • N C V ., (a O N ..-. L ♦� H ca O O O > u) .U) O .0 w a. = a .O " 9 e e e e e 9 9 9 9 .-J V i ill..-. ..__. MillEiIIMiiNSIMwlN Iim -- _ IS 1 1—..- ,1 L_ U L �_ C, L. f: L J7 J ri LI[ l 21 L i rn_L-1� c1, C/ _.....17A ....1 _...__._.. � - n ct n_ r I Ul C rI , 1 J ) .).. [ _- ---.- ii 1 L 1.: p1...._.. .__._.�........_...J _b ._... m • - 1S`�iStlltl rt cl -i--. r; ® 1, 'I- / • - -- W ...t 0 Li n._ I U .1 i D I Id 'i I L. r n 0--0- - ❑ I 1 ' J I El 1 El [.1 N c1.7;.,------(1) , 1 E....H r'''I f""I P 1 ..r1 D-.1 [_i L. 1.5 �`1 �� 1._ • IS NVOIHOIW IS NVOIHOIIN I_- L- n _ 0 un ❑ _fJ Iu 1l ,r d _ IS NOSdWIS M 7 [Jr]cl l� I [ '� I�: I 1 d 'I...J Lp ' ' 1 �� [�147 [.1 �' 3] 1 ;�_ - I �:_1 I I I 1 Ili I E. Fi . I �}- n n n [ 1 L_!�(-] I f ] f -7,rib �:, Li HI[:� �LI IS OIHO and I 1, • 11 , �li1 I P I _ ® - _ _ _ 1 r 0 I C [10 r---! L�D n 1.- In(1L u ' [-r_._.1 a�- ,� ,, ; is aatleanH J Ell_ _K r� [ (- r f�-1 r tl [I .. �' r 1S 3atlM`dl3a L __,[...._,1 _ 1,__,:___,I I.__[ I [ H I i I[1,In I n I I r_, _I f-1 H f i-.. --,1. ,.. _ --i I -.., , In r [.a I (i) 0) = 0 ^ Q (0 D p •N N N C L co CD ID' W Q LL C) C ` --t oer = 0cc M , c F N . c) •- •- N U O z °o - co0 ° — c co o0o 4. �L .- = -C c0 s C c C C U w c :—. r.i in to LO in In Q� =' ..-: 1.4=1-: 3 C .N 4J CA >i w()::O^ •� C c°o �� o N mat 0Vc — O ■ 'a 0 co co co co M W O U U cA 0 U ..2 O0 m N C U .� m ..- N L I c0 O O > N .n O .E N a J U) .1 1 1 I- -I 2l 2 1 UZZ 2noc 9002 01n. ytOc.__. I T _—, ____ — IS VJOS3NNIW w 2 630Z LOLZ ILLZ ezil L LOZZ 114ZZ gIZZ 9ZZZ Z-00_ III12 LI02 1202 LILZ I, — I --- .; I cc al CI 2 E2n2 L I 1 I I ___ N LJ L 1 � : d -. 1 i 1 l I. I ' CV N OLIZ 8143--= 4ZLIZ 2 0 zz — 1712Z-ZIZZ 022c ft72 M 0 � E ED vie e 1S VNV1NOW I 1 .f I ., rj m I i II .._..r._..- LL O o ' 1RR Cp N N as L .L. co Q}' ' - L N ■L 0) Q) i]. � = oEpcaF' oa°i0 z ° O N Q `) O co as 5., N O 111 •ono Y.1 M > o .—>p o' N N CO o -6 O• co mg.w N o ♦^, , _� .-� _^. _� n _� n En In N - '- ..>'. .--. c C - U �� W a 1n in in in to in in In Ln t- ,– O W L •y- N . at c 0, N .N N N p y- of Cl) N O e- N O N C N CD a L /(/�)� C$) N M d In CD I� O) O) r c- s- = c 6 N = U O • O `�Q W cs) D as 1 !! d !■ C Q O �� = D o � m N tpn � � .p � � O U N c c U - U - 0 �p 9 9 ED 9 ® ED 9 9 ® ® f- as o 2 o > vs n o .o m _ P r' \' ..... ty { _� i S L",, , Imo`E i�.� • L"J • 1- y L.......1 6'" ,--1-'� g� j�1[�; i.. rl i Il U \:__4O /' °° 4 !n C l a _{t N [ L [ r I , clmaR r_ _..• 4 J _ ,,_ �, 1 L 1 - - t _.z- ti C_ r E , . _i__ I r LQ I l i f_J i _ J r u _ ..I �J 66 rr t_�.. . 1, I.7 a �._Z _... \ I N ❑ — 0 [11 s i _ 1 i I 0 EE...5:1__•_,:._..... ..__._ -_ ?: f ,� C l i HI l I nu� (' ' r' � II E. n c', I t 1 — r ,- 1 ....... e I 1 ❑ ( �: r-1 • .`C�' —;UI ro 1t 1 " 1� ft .I El 1 n E`; 1 !,..� (.rI \� n I��I'.h�n p_..! ��i 11 , H I C._ t I� tJ IJ❑ _-- ❑ u t f I 1S NO03a0 1,, J11 2 pH, „.... lc? z 0, , L1) --.1 t � ' l J. 1 1 7 1 1S VNOZlad ( F_ In .!s I , [�J ❑ Cl-� W q S,y� ;�, J _ Q rI M 0y I1 M i. ......_ L �j o RI .. [._J 1 'i n N 4 IS VIOS3NNIW _ N .1 1 y/i u - 1S VNV1NOW –� % ' � s }�•�� C cn N .0 'CL O _ C'� O V/ +^a+ N 0 0) 0 13 0 N 0) @ C L me a Oa E7aEo o � Oa� 0 co L .0 d) 0 N a —�U) CO) 0 co t6 j, v) O O Cif L.L. N •fn o -•' Ov� .o _ O , U co1 13 C.� v� Q O 0 ' T.2 -D•C) NtU) vim) Q0 r U) c O ♦� 0 O O O) •— .L N m D. CO C Q O C R) O O O U O co(-) L2. w- •L c � � (a C U L �FJ a. O w L O @(xi O C D 0) ns 73 1A.+, :L' .... W 'D .-. 7 C cn to fV+ c — v Q O-• 'a •V Y •U "6 a W E O U 7 a) a))7 O CL 0 -C N C U 0 O O 2 ■■ = O M M O o � m ,- , 1- 0 O D O > cn Q . -O .C O = � Om J ED S s mpdri T Z---------- --� 1 0y 2337 •9`4% 50.00' ` 1 141 ct ' ' `, 48.00' �� \ — — : ",. :S\ y W� �t N `i ` Wei - 1 1i 1`' ' 1 \ c8 1 's ! 23�n l 5000 2308 t 5p 132• 1 ` i 2300 Q 2�0 1 '% 4 1saTV `22 60 op' 9 DOS ST 2 5 49.33 32 41./. ; as.o� o ae% 2323 S 49.33' 23A7 r 33. 49. 23AA i t_.. , :r 231 1 49.3'3' 303 0 S`, a 51.4 v } \ " W rA rn 3 N W r _1 222 _._.__..... > I i a a _\ CI 1 t N ,, cpvi.. W ._._.._ N -- .. .:._.I 36 L� I'LL..... ,.LO.Ur _ _{LO'Bp f .LO_8b......_1 rat _ — 0 0 T- N— 11 v I� n nip h n•nc I - Q� .V, Ca J C as QS ._� 'C r to b >,:a1)) Ul �� (a tll N t6 -8 y N w L .E to i2-4-,1 U = L to ■ .0 E o in C o �y � � o mo 00 -� 0 N U — to to >. N o CO • ■� LL O .0 .N o 0 0u) .o o .- `. ° 5 N 'N La m e 8) a m m■ oc o a.CO II 4-0 u w O CL. z .% @ � � � Z. t c c y.. ' „, ,- m o Q N O O .c .N o a c a) 2m] � O = n � mo 'g •N-1:::$ ..� in in � Cm � 4 o c 1:1;) � � N• ca c O O u a) c L. (n u, U C Q. cnU .9 U c O V A\ a) N am. N O C N o N p to 'o L5 D •O U IP •'y= .4- cnoei ia � •° c3 v N C m `- t o c U 4 o tll .- S- cao2o > w .DO . 0 O .♦= -L 1 t 1, x l Vi 2404 , 1 I. _.:136 2340 234 N NI- CV i 1 2241 _ _ ._. M 2316 _ t --�-- --. --AKEVIEW CT PV a SMAIN ST ,. 2413 j' \ \ \ ..; 1 CNI 2337 v ,`-` 1 ` ! 1 ?,t),\"\ t t ! ij 1-2312 t 233 Z 1, V: I DDS ST 2,46 y i 1 t`A 1 2325 ,.-''`∎ - u) ...0 Q N N _ 0 0 •N N N C _c N E U ' O■ 6 O N L (1) a) °. C m U o C O a — m CO >, a 0 W V c a) N •.N o .. o a .o 3 0 ° - C is o w - U v o � C lLO O > morn rmoaa) ■... O U) C E l„6 _ 0 N ,_ 0 i cm ♦^ L a O N '-' ,_ a v `mn CL v/ I_ °' z 8 O C (6 ° o _ (C6 O O 6 V CO VI ■� ■� C r U C Hflffflhi O O Er)C r - u! N (a .1- D U - m .0 C U v- w O N 4._ O .._ L 1- (0 o O O > co O •C (o Q. J u t: 0 Alj44411 -- I I I I I I 1 1 I! n , i: r 1 , _, 0 / t I I W Lii I I -' 1 1 I a i___I > L.J o .,. 1 o I I 1 C ; > 1 � a a I a a I- tS U IS N11WflVB IL' CL _ - - 1 i- I I iJ Ct 4 I ,__J J I W �.. i r. ❑ (- I l ( 1 j : N O " O d O (6 U •c >, a) , / cu ON ° . 0 N – •_ a) L ■— Q) 4.... O d– a -C Q N D ° E (9 c � f- L 00 L > a Y.1 Q� N (n v � �•'? oN � U •�f N Li 00 Y > T� -8.c E a) o 9. a°i .c 0 3 0 N so (l ° u, � � �, WQ- a) •� � /�L. 0 Q. U) co a_°i .c ._ ("u 0 - . ,o C r Cl) _l O oL z O 0 (a O O a) a) U V c- (p m w Z2 o 8 E N Q co C r � T p o (� m L 0 '0 .. ® ® e ILC� o� O > w _00 .Sm a J U/) m /( -. i , �. t I � �. ! �__.. ` U i Z , i 1■• rir, _ c, ,---] ,_. c._ F--,] 0 i. 1 1,--, . , \ . \ ,, ...... a., -[E z •\,, a p [ x r� : l I-1 - _ ________ .; _-_____ L 1 t . , J I i t ! Lam' ��.,; 1 i i / / _ 0 al 11 /2/ '' / -11 4 o C w' L. -c V c •6 o .- s , , v, a -p •— .c Q cn L `� a.+ N O � a�iEoc -oi- oo0 O 4".. M � p .c •N � n � v —° � cco � o M V N . o o o U C C a _ W ^+ CO W V 0 > 8 -p C O O v� - - U _se•ON C _ O - (6 O d C .+ 0 O co O7 c C Q. N U Cl) 0. ♦� Q z l!7 O __ •C .0 "L7 -0 (1S Q, C V O p �— •L (0 p �L � L U 0 0 0 O O O _ n n r .N.i .N,, n n _C .0 •p . O C 07 N C C O O O O r N O O O .�..r C_ ._ N 7 C w • O O CD ..� . N N N N 7 N N N N N c N a O "- c N U) w CD .� .-- .� Q Q . . .� .� U •� C -a N O N E L O d ■� C r N co d N M p !n C Cl. C >. N O C m m m m U U Q >, a cn -° u ° Y 2 -a c 'a ,L i s i i i 5 W (B O C O N cn .c 7 ^^ O M M M M M M M M M E Z O U C N N u) 3 0 i.f� •—Cs) C M r r r r s— r r r r O 4=1 O O ` Q U ,� 0 co .p 9 9 e 9 9 ED 9 9 9 I-- aso� o > wID.5 ..Gca 0. J U) N, Q D 41.t, rrr5 co QUNb{Na3HS j ___ w .......__.,.... flj.... co j"-------- ..I., 1Rr ' F— w sdse w7 use)fysp 0 , :-.-- .. 0 — 1. f m •Q 4! --I a. o in u, I in co c m co ED 1 d A N 4'� U ?AO, ysa�yso ;r! • 1 / ,I. c vzs N O •- _-) -"-T' >. Ni to CT) _ .c c ' O _ (aa) NC6a) ° tea) @m _c ▪ IV Q , • c to E V C D - O :15 o 0 73 N = O O ruc •.O .0 N -0 N U u) 6 j, 1A V W () O O O O U C CD I- Cu u o . U O O > � rn � O . Cl) O a ° S (Dc � ■ a) >,-o .0 E o Q � .� O 0 N Q c � o ° c A ou � a�i ' L .iii te gXa) VA li W O z •C a - °` 2a ° c c � s2 ° . o o 0 W . �4 `. O ' ~ A c .c .n 'o (a crnm` m a) faNW O r N Cu U) -o O c CO ` U . N N .� :,......._m" • . N� d U) C d O N 0 M M C 0 0 c O N N v1 ^ m c- r W N L o O U O tv O L N C U .- 5 O a) w (13 L 0 H (0 O O O > ui _o O .0 t6 Ow 1 co f ti -'' t9 I \ _ , N- u,1 r (- jam• f � _-1 I l _I --- 1 \\ 1�ti i 1 fI Q J - I �0 `\ .t 0 „."\,, M 1� i / '' / \ \ ^t `t '1 / 1 \ \ l / -- / ,5 "'/'� „/- .....r- --L ' -\ ; it T /-� \. 1 ; .-''"' r �J �- 1.- i' ; •,/ i' u� %` THE PROPOSAL FOR SUBSURFACE EXPLORATION AND SUBGRADE ANALYSIS IS AVAILABLE OR REVIEW AT THE CITY CLERK’S OFFICE